Skip navigation

RI Contract Request for Proposal 1997

Download original document:
Brief thumbnail
This text is machine-read, and may contain errors. Check the original document to verify accuracy.
BOND REQUIRED.
SfATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS

~epartment of Administration
DMSION OF PURCHASES
One capitol Hill
Pro~dence. FU 02908-5855

OffiCE (401) 2n-2317
FAX
(401) zn~
mo· # (401) 2n-l228

BID/PROPOSAL
TELEPHONE SYSTEM

DATE: ,1/22/97

DBPARTMENT OF CORRECTIONS

FORMAL BID NO.
DAm & TIME BIDS

PUBLIC BID NO.

:ro

BE RECZIVED IN DIVISION OF PURCHASES:

MANDATORY

PRE-BID/PROPOSAL CONFERENCE

LOCATION:

BUYER: J.

2/10/97

DATE:

1752

RFP NO.

3/27/97 - 2: 20 P.M.
TIME

1:00 P.M.

DEPARTMENT OF CORRECTIONS - ADMINISTRAT~ON BLDG. U53
40 HOWARD AVENUE, CRANSTON, RI

MO~lh SURETY

REQUIRED

xx

NO SURETY REQUIRED

ADMINISTRATOR, PURCHASING SYSTEMS

BE SURE ALL INFORMATION SHOWN BELOW IS CORRECT.
FEDERAL EMPLOYER IDEN':rIFICATION NUMBER MUST BE INCLUDED.

COMPANY NAME:

FEIN:

STREET AND NUMBER:
CITY, STATE & ZIP CODE:

Cortification--Under penalties of perjury. I certify that:

{II

The number shown on this form is my correct Taxpayer Identification Number (or I am waiting for a number
to be issued to mel. and

(2)

I am not SUbject to backup withholding either because I have not been notified by the Internal Revenue
Service {IRSI that 1 am subject to backup withholding as a result of a failure to report all interest or
dividends, or the IRS has notified me that I am no longer subject to backup withholding.

C8rUfication Instzuctiona--You must cross out item (21 above if you have been notified by IRS that you are
subject to backup Withholding because of under reporting interest or dividends on your tax return. However, i f
after being notified by IRS that you were subject to backup withholding you received another notification from IRS
that you are no longer SUbject to backup withholding, do not cross out item (2).

Print Name and Title
Signature

Telephone Number
Date

Company F. E. LN.
"

TERMS

AND CONDmONS

This solicitation is issued in accordance with the specific requirements described herein, and the State's General Conditions
Qf pPn;b., a copy of which may be obtained from the Secretary of State.

Bids are irrevocable for sixty (60) days of the opening dale. and may not be withdrawn, except with the express pennission
of the State Purchasing Agent - all pricing will be considered to be finn and fixed unless otherwise indicated herein.
All bids must define delivery dales for all items; if no delivery dale is specified. it is assumed that immediate delivery from
stock will be made.

After an award has been made. failure to meet all requirements of this invitation may result in a detenniDation ofdefault.
Unless specified otherwise herein, payment shaI1 not be due prior to thirty (30) working days followiDg the later ofdelivery
or completion or the submission of a properly formatted invoice. Payments for panial delivery will DOt be made. except
where expressly provided for herein.
GENERAL INSTRUCJ1QNS

Bids must be delivered to the Office of Purchases, sealed in the envelope fumisbed. by the time and date specified for the
opening of responses. Bids misdirected to other state locatioas or which are not present in the
Office of Purcbases at the time of opening for whatever ran'" will be considered to be late, and will be retumed unopened.
For the puma pf thi, regpimnept. the Oftkial time 'nd d'te 'h,1I be 'h.t 0' the time ,IRk in the rmudOn am
9' the omp o'breh, .
Submit. in ink· a complete. sjped Qrieinal bid PMka&e, Vendor must shQW finn name aDd bid prices
CQlumns.
'

_ted

in both

Price each item individually. unless group pricing basbeeD specifically requested. F.O.B. destiDarion., less federal/state
on the sheet(s) provided. and in the space(s) indicated oaly. Altemate price offers must be submitted separately.

tax

Unless specified "no substitute", product offerings equivalent in quality aDd performance will be considered (at the sole
option ofthe state) on the condition that the bid is accompanied by detailecl product specifications.

NOTICE TO BIDDERS
The Office Qf Purchases issues twQ categQries of invitatiQns for bid: "public" and "fonnal". Bidders are encouraged to
attend public bid openings in order to Qbtain competitive pricing infonnation (fQnnal bids do not involve public openings).
Bid tabulations (for public bids) and bid responses (for fonnal bids) may be reviewed after award(s) have been made by
calling in personal the Office of Purchases Mondays through Fridays between 8:30 A.M. and 3:30 P.M. - telephone and
written requests will not be honored.
Offeror! are advised that all mated... submitted to the State for COnsideratiOn ia rnponse to tbis solicitation will be
considered to be Publjc Recgrda pgngut tg Dtle 38 Chapter 1. R.I.G.L.. without exception. and will be relmed for
iaspection jmmediately gpoD recuat ooce U al!lrd bu beeD m.de.

Where bid surety is required, bidder must fumisb a bid bond or certified check for S% of the bid total, or for such other
amount as may be specified. Where indicated, successfUl bidder must fumisb a 100% performance bond and labor &:
payment bond for contracts subject to Title 37 Chapter 12, R.I.G.L. All bonds must be ftJmished by a surety company
authorized to conduct business in the stale of Rhode Island.
Provisions of state labor laws conceming payment of prevailing wage rates sba11 apply for contracts involving public works
CQastruction., alteration, or building repair work.
State Equal Employment Opportunity Compliance certificaJe and agreement procedures will apply to all awards for
supplies or services valued at $10,000 and more. Minority Business Enterprise policies and procedures, including subcontracting opponunities as described in Tide 37 Chapter 14.1, RelOL., also apply.
.

BmlN~Qw (rev. Jaauary.
".'

::

-.. ........
,

1996J

RHODE ISLAND
DEPARTMENT OF CORRECTIONS
HOWARD CENTER
REQUEST FOR PROPOSAL
#1752
TELEPHONE SYSTEM
VOICE PROCESSING
CALL ACCOUNTING
PRISONER COIN LESS PAY PHONE

TABLE OF CONTENTS

PAGE

I.

INTRODUCTION

II.

CONDITIONS AND FORMATS

III.

VENDOR INFORMATION

22

IV.

OUTSIDE PLANT SPECIFICATION

24

V.

INSIDE CABLE SPECIFICAnON

40

VI.

SPECIFIC SYSTEM SPECIFICATION

64

VII.

PRICING ISSUES

79

APPENDICES
A.

Definition and Specitication of Features.

B.

Outside Plant Schematics.

C.

Inside Plant Schematics.

, 1

.. 3

RJ Department ofCo"ections

Howard Center
Telephone System RFP
RFPN17S2J..
Pagel
....

1.1

-:.;":

--

--.-'.

This request for proposal is organized into the following chapters.

I.

INTRODUCTION

II.

FORMAT
Rules and regulations requisite to the successful completion of this
docwnent.

III.

VENDOR INFORMATION
Requests infonnation from prospective Vendors concerning their
viability and abilities to successfully accomplish the goals set forth in
this docwnent.

IV.

OUTSIDE PLANT REQUIREMENTS
Provides details and specifications to link all Department of
Corrections sites in the Howard Center together.

V.

INSIDE PLANT REQUIREMENTS
Provides details and specifications for the provision of communications
infrastructure within each building.

VI.

TELEPHONE SYSTEM REQUIREMENTS
Pro\·ides contlguration and feature requirements tor the new telephone
system plus \·oice processing, call accounting and a prisoner coin less
pay phone system.

VII.

PRICING ISSUES

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17S~

Page 2

1.2

The Rhode Island Department of Corrections (RI DOC) maintains its state-wide
institutions at the Howard Center on Howard Avenue in Cranston, Rhode Island. RI DOC
telecommunications services is currently supported by a complex-wide shared telephone
system.
The Department wishes to acquire a new, state-of-the-art telecommunications systems
with voice processing and call accounting (with new inside and outside communications
infrastructure) by trading the revenues associated with its inmate pay phone traffic
(upwards of 2,000,000 calls per year) for the equipment and services, along with the
continued payment of commissions to the inmate fund (See below),
This document calls for the deployment of a decentralized telephone system
interconnected with a back-bone of fiber optics and copper cable. The central system will
be housed in the basement of the Administration A Building on Howard Avenue. The
main site will support Admin Building B, the Marshall's facility via copper cable. Remote
modules will be placed as follows:
Z'
Z'

Z'
Z'

~
~
Z'

~

Intake Service Center (lSC),
High Security (HSC) with copper connection to the Sundlun Building on Power
Road,
Maximum Security (MAX),
Central Storage with connection to the Warehouse Plant and garage facilities on
Power Road.
~linimum Security I \.11:'\ I.
Medium Security (:'vIED).
Pinel Building servicing the Women's prison area. and
the Medium Security Annex (Currently the Special Needs Facility.).

(n addition. additional tiber optics cable has been included to support data
communications within the complex.
Rl DOC contemplates a 4 lh quarter. 1997 completion of the project.
The system will be designed to support up to 10,000 telephone stations. The outside plant
infrastructure has been design~d to include other stat~ agencies resident in the Howard
center. It is contemplated thar these agencies, at the agencies expense, will eventually
migrate onto the RI DOC telephone system when budgets pennit.

RJ Department 0/ Corrections
Howard Center
Telephone System RFP
RFPfl.17521....
Page 3

n.

CONDITIONS AND FORMATS
...

.;;.:,

2.1

This document consists of requests for the installation of a state-of-the-art
telecommunications system. voice processing system. call accounting system. prisoner coin
less pay phone system, call logging system. outside and inside communications
infrastructure for the State of Rhode Department of Corrections Howard Center complex.

2.la

The Contractor warrants that each hardware. software. and fmnware product delivered
under this contract shall be able to accurately process date data (including, but not limited
to. calculating. comparing. and sequencing) from, into. and between the twentieth and
twenty-first centuries. including leap year calculations. when used in accordance with the
product documentation provided by the Contractor. such listed product properly exchange
date data with it. If the contract requires that specific products must perform as a system
in accordance with a foregoing warranty. then the warranty shall apply to those listed
products as a system. The duration of the warranty and the remedies available to the
Government for breach of this warranty shall be defined in. and subject to. the terms Il
limitations of the Contractor's standard commercial warranty or warranties contained in this
contract. provided that notwithstanding any provision to the contrary in such commercial
warranty or warranties. the remedies available to the Government under this warranty shall
include repair or replacement of any listed product whose non-eompliance is discovered and
made known to the Contractor in writing within 90 days after acceptance. Nothing in this
warranty shall be construed to limit any right or remedies the Government may otherwise
have under this contract with respect lO defects other than Year 2000 performance.

2.1b

For this particular contract. the successful respondent will be required to provide the
following items prior lO an award being issued.
1.
2.
3.

Performance Bond in the amount of $2.000.000.
Labor and Materials Bond in the amount of $2.000.000.
A Certificate of Insurance, as described in the General Terms and

Conditions.

2.lc

Bidders are advised that all materials submitted to the State of Rhode Island for
consideration in response to this request for proposals will be considered to be
records as defmed in Title 38 Chapter 2 of the Rhode Island General Laws,
public
exception, and will be released for inspection immediately upon request once
without
an award is made.

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521..
Page 4

2.1d

Offerors must provide evidence of licensure as a telecommunications system contractor, in
compliance with Title 5 Chapter 70 (RlGL), with their offers.

2.2 Governing Terms and Conditions
2.2.0 All State Purchase Orders, Contracts, Solicitations, Delivery Orders and Service Requests
shall incorporate and be subject to the provisions of Tide 37 Chapter 2 of the General Laws
of the State of Rhode Island, the Regulations adopted pursuant thereto, all other applicable
provisions of the Rhode Island General Laws, specific requirements described in the Request
or Contract, and the following General Conditions of Purchase:
2.2.1

GENERAL - All purchase orders, contracts, solicitations, delivery orders, and service
requests are for specified goods and services, in accordance with express terms and conditions
of purchase, as defined herein. For the purposes of this document, the terms "bidder" and
"contractor" refer to any individual, firm, corporation, or other entity presenting a proposal
indicating a desire to enter into contracts with the State, or with whom a contract is executed
by the State's Purchasing Agent, and the term "contractor" shall have the same meaning as
"vendor" .

2.2.2

ENTIRE AGREEMENT - The State's Purchase Order, or other State contract endorsed by
the State Division of Purchases. shall constitute the entire and exclusive agreement between
the State and any contractor rec~i\"ing an award. In the event of any contlict between tht=
bidder's standard tenns of sale. these conditions or more specific provisions contained in the
solicitation shall govern. All communication between the State and any contractor pertaining
to any award or contract shall he accomplished in writing.
2.2.2.3

Each proposal will be received with the understanding that the acceptance, in \\oTiting.
by contract or Purchase Order by the Purchasing Agent of the offer to do work or to
furnish any or all the materials. equipment, supplies or services described therein shall
constitute a contract between the bidder and the State. This shall bind the bidder on
his part to furnish and deliver at the prices and in accordance with the conditions of
said accepted proposal and detailed specifications and the State on its part to order
from such contractor (e:,:cept in case of emergency) and to pay for at the agreed pricts.
all materials, equipment, supplies or services specified and delivered. A contract shall
be deemed executory only to the extent of funds available for payment of the aI~ounts
shown on Purchase Orders issued by the State to the contractors.

2.2.2.b

No alterations or variations of the terms of the contract shall be valid ~r binding upon
the State unless submitted in writing and accepted by the Purchasing Agent. All orders

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFP#17511...
PageS

and changes thereof must emanate from the Division of Purchases: no oral agreement
or arrangement made by a contractor with an agency or employee will be considered
to be binding on the Purchasing Agent, and may be disregarded.
2.2.2.c Contracts will remain in force for the contract period specified or until all articles or

services ordered before date of termination shall have been satisfactorily delivered or
rendered and accepted and thereafter until all terms and conditions have been met,
unless:
(1) terminated prior to expiration date by satisfactory delivery against orders
of entire quantities, or
(2) extended upon written authorization of the Purchasing Agent and accepted
by the contractor, to permit ordering of the unordered balances or additional
quantities at the contract price and in accordance with the contract terms, or
(3) canceled by the State in accordance with other provisions stated herein.
2.2.2.d It is mutually understood and agreed that the contractor shall not assign, transfer,

convey, sublet or otherwise dispose of this contract or his right, title or interest
therein, or his power to execute such contract, to any other person, company or
corporation, without the previous consent, in writing, of the Purchasing Agent.
2.2.2.e If. subsequent to the submission of an offer or issuance of a purchase order or

execution of a contract. the bidder or contractor shall merge with or be acquired by
another entity. the contract may be terminated. except as a corporate resolution
prepared by the contractor and the new entity ratifying acceptance of the original bid
or contract terms. condition. and pricing is submined to the Division of Purchases. and
expressly accepted.
2.2.2.f

The contractor or bidder further warrants by submission of an offer or acceptance of
a purchase order or other contract that he has no kno\\'ledge at the time of such action
of any outstanding and delinquent or otherwise unsettled debt owed by him to the
State, and agrees that later discovery by the Purchasing Agent that this warranty was
given in spite of such knowledge, except where the matter is pending in hearing or
from any appeal therefrom, shall form reasonable grounds for termination of the
contract.

2.2.3

SUBCONTRACTS - No subcontracts or collateral agreement') shall be permitted, except
with the State's express consent. Upon request, contractors must submit to the Division of
Purchases a list of all subcontractors to be employed in the performance of any Purchase
Order or other contract arising from this Request.

2.2.4

RELATIONSHIP OF PARTIES - The contractor or bidder warrants, by submission of an

RI Department ofCorrections
Howard Center
Telephone System RFP
RFPtl17SX

Page 6

offer or acceptance of a purchase order or other contract, that he is not an employee, agent,
or servant of the State, and that he is fully qualified and capable in all material regards to
provide the specified goods and services. Nothing herein shall be construed as creating any
contractual relationship or obligation between the State and any sub-bidder, subcontractor,
supplier, or employee of the contractor or offeror.

2.2.5 COSTS OF PREPARAnON - All costs associated with the preparation, development, or
submission of bids or other offers will be borne by the offeror. The State will not reimburse
any offeror for such costs.
2.2.6 SPECIFIED QUANTITY REQUIREMENT - Except where expressly specified to the
contrary, all solicitations and contracts are predicated on a specified quantity of goods or
services, or for a specified level of funding.
2.2.6.a

The State reserves the right to modify the quantity, scope of service, or funding of
any contract, with no penalty or charge, by written notice to the contractor, except
where alternate terms have been expressly made a part of the contract.

2.2.6.b

The State shall not accept quantities in excess of the specified quantity except where
the item is normally sold by weight (where sold by weight, the State will not accept
quantities greater than ten per cent [10%] of the specified quantity), or where the
Request or Contract provides for awards for other than exact quantities.

2.2.6.c

Purchase Orders or other contracts may be increased in quantity or extended in term
without subsequent solicitation with the mutual consent of the contractor and the
State. where determined by the Purchasing Agent to be in the State's best interest.

2.2.7 TERM AND RENEWAL - Where offers have been requested or contracts awarded for
terms exceeding periods of twelve (12) months, it is mutually understood and agreed that the
State's commitment is limited to a base term not to exceed twelve (12) months, subject to
renewal annually at the State's sole option for successive terms as otherwise described.
except where expressly specified to the contrary. Purchase-orders appearing to commit to
obligations of funding or tenns of performance may be executed for administrative
cor.v(~nience, but are otherwisl: subject to this provision, and in such cases the State's renewal
shall be deemed to be automatic, conditional on the continued availability of appropriated
funds for the purpose, except as written notice of the State's intent not to renew is served.

2.2.8

DELIVERY - Delivery must be made as ordered and in accordance with the proposal. If
delivery qualifications do not appear on the bidder's proposal, it will be interpreted to mean

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPfJ1752J...
Page 7

that goods are in stock and that shipment will be made within seven (7) calendar days. The
decision ofthe Pmchasing Agent, as to reasonable compliance with the delivery tenns, shall
be final. Burden of proof of delay in receipt of order shall rest with the contractor. No
delivery charges shall be added to invoices except when authorized on the Purchase Order.
2.2.9

FOREIGN CORPORATIONS - In accordance with Title 7 Chapter 1.1 of the General
Laws of Rhode Island, no foreign corporation shall have the right to transact business in this
state until it shall have procured a certificate ofauthority so to do from the Secretary of State.

2.2.10 PRICING - All pricing offered or extended to the State is considered to be firm and fixed
unless expressly provided for to the contrary. All prices shall be quoted F.O.B. Destination
with freight costs included in the unit cost to be paid by the State, except, where the Request
or Contract pennits, offers reflecting F.O.B. Shipping Point will be considered, and freight
costs may then be prepaid and added to the invoice.
2.2.11 COLLUSION- Bidder or contractor warrants that he has not, directly or indirectly, entered
into any agreement, participated in any collusion or otherwise taken any action in restraint
of full competitive bidding. In special circumstances, an executed affidavit will be required
as a part of the bid.
2.2.12 PROHIBITION AGAINST CONTINGENT FEES AND GRATUITIES - Bidder or
contractor \varrants that he has not paid, and agrees not to pay, any bonus, commission. fee.
or gratuity to any employee or official of the State for the purpose of obtaining any contract
or award issued by the State. Bidder or contractor funher \varrants that no commission or
other payment has been or will be received from or paid to any third party contingent on the
award of any contract by the State. except as shall have been expressly communicated to the
State Purchasing Agent in writing prior to acceptance of the contract or award in question.
Subsequent discovery by the State of non-compliance with these provisions shall constitute
sufficient cause for immediate termination of all outstanding contracts and suspension or
debarment of the bidder(s) or contractor(s) involved.
2.2.13 AWARDS- Awards will be made with reasonable promptness and by written notice to the
successful bidder (only); bids are considered to be irrevocable for a period of sixty (60) days
following the bid opening unless expressly provided for to the contrary in the Request, and
may not be withdrawn during this pericd without the express permission of the Purchasing
Agent.
2.2.13.8 Awards shall be made to the bidder(s) whose offer(s) constitutes the lowest

responsive price offer (or lowest responsive price offer on an evaluated basis) for the
item(s) in question or for the Request as a whole, at the option of the State. The State
reserves the right to determine those offers which are responsive to the Request, or

RI Department ofCorrections
Howard Center
Telephone System RFP

RFP#17S2\
Page 8

which otherwise serve its best interests.
2.2.13.b

The State reserves the right, before making award, to initiate investigations as to
whether or not the materials, equipment, suppl~es, qualifications or facilities offered
by the bidder meet the requirements set forth in the proposal and specification, and
are ample and sufficient to insure the proper performance ofthe contract in the event
ofaward. If upon such examination it is found that the conditions ofthe proposal are
not complied with or that articles or equipment proposed to be furnished do not meet
the requirements called for, or that the qualifications or facilities are not satisfactory,
the State may reject such a bid. It is distinctly understood, however, that nothing in
the foregoing shall mean or imply that it is obligatory upon the State to make any
examinations before awarding a contract; and it is further understood that if such
examination is made, it in no way relieves the contractor from fulfilling all
requirements and conditions of the contract.

2.2.13.c

Qualified or conditional offers which impose limitations of the bidder's liability or
modify the requirements of the bid, offers for alternate specifications, or which are
made subject to different tenns and conditions than those specified by the State may,
at the option of the State, be 1) rejected as being non-responsive, or 2) set aside in
favor of the State's tenns and conditions (with the consent of the bidder), or 3)
accepted, where the State Purchasing Agent detennines that such acceptance best
serves the interests of the State. Acceptance or rejection ofalternate or counter-offers
by the State shall not constitute a precedent which shall be considered to be binding
on successive solicitations or procurements.

2.2.I3.d

Bids submitted in pencil. or which do not bear an original signature. in ink. by an
owner or authorized agent thereof. will not be accepted,

2.2.IJ.e

Bids must be extended in the unit of measure specitied in the Request. In the e\'ent
of any discrepancy between unit prices and their extensions, the unit price will
govern.

2.2.I3.r

The Purchasing Agent reserves the right to detennine the responsibility of any bidder
for a particular procurement.

2.2.13.g

The Purchasing Agent reserves the right to reject any and all bids:n whole or in part,
to waive technical defects, irregularities, and omissions, and to give consideration to
past perfonnance of the ofTerors where, in his judgment the best interests of the State
will be served by so doing.

2.2.13.b

The Purchasing Agent reserves the right to make awards by items, group of items or

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPN17Sn..
Page 9

on the total low bid for all the items specified as indicated in the detailed
specification, unless the bidder specifically indicates otherwise in his bid.
2.2.13.i

Preference may be given to bids on products raised or manufactured in the State,
other things being equal.

2.2.13.j

The impact of discounted payment terms shall not be considered in evaluating
responses to any Request.

2.2.13.k

The Purchasing Agent reserves the right to act in the State's best interests regarding
awards caused by clerical errors by the Division of Purchases.

2.2.14 SUSPENSION AND DEBARMENT - The Purchasing Agent may suspend or debar any
vendor or potential bidder, for good cause shown:
2.2.14.3

A debarment or suspension against a part of a corporate entity constitutes debannent
or suspension of all of its divisions and all other organizational elements, except
where the action has been specifically limited in scope and application, and may
include all known corporate affiliates of a contractor, when such offense or act
occurred in connection with the affiliate's performance of duties for or on behalf of
the contractor. or with the knowledge, approval, or acquiescence of the contractor or
one or more of its principals or directors (or where the contractor otherwise
panicipated in. knew of. or had reason to know of the acts)

2.2.14.b

The fraudulent. criminal or other serious improper conduct of any omcer. director.
shareholder. panner. employee. or any other individual associated with a contractor
may be imputed to the contractor when the conduct occurred in connection with the
individual's performance of duties for or on behalf of the contractor. or with the
contractor's knowledge. approval or acquiescence. The contractor's acceptance of
benefits derived from the conduct shall be evidence of such knowledge, approval. or
acquiescence.

2.2.14.c

A vendor or contractor who knowingly engages as a subcontractor for a contract
awarded by the State to a vendor or contractor then under a ruling of suspension or
debarment by the State shall be .mbject to disallowance Cof cost, annulment or
termination of award, issuance of a stop work order, or rlebarment or suspension, as
may be judged to be appropriate by the State Purchasing Agent.

2.2.15 PUBLIC RECORDS - Contractors and bidders are advised that all documents,
correspondence, and other submissions to the Division of Purchases may be accessible as

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP# 1752l...
Page 10

public records, pursuant to Title 38, Chapter 2 of the General Laws, absent specific notice
that portions of such submittals may contain confidential or proprietary infonnation, such
that public access to those items should be withheld.
2.2.16 PRODUCT EVALUATION - In all specifications, the words "or equal" are understood
after each article when manufacturer's name or catalog are referenced. Ifbidding on items
other than those specified, the bidder must, in every instance, give the trade designation of
the article, manufacturer's name and detailed specifications of the item the bidder proposes
to furnish; otherwise, the bid will be construed as submitted on the identical commodity
described in the detailed specifications. The Purchasing Agent reserves the right to determine
whether or not the item submitted is the approved equal of the detailed specifications.
2.2.16.3

Any objections to specificatiuns must be filed by a bidder, in writing, with the
Purchasing Agent at least 96 hours before the time of bid opening to enable the
Division of Purchases to properly investigate the objections.

2.2.16.b

All standards are minimum standards except as otherwise provided for in th~ Request
or Contract.

2.2.16.c

Samples must be submitted to the Division ofPurchases in accordance with the terms
of the proposals and detailed specifications. Samples must be furnished free of
charge and must be accompanied by descriptive memorandum invoices indicating
whether or not the bidder desires their return and specifying the address to which
they are to be returned (at th~ bidder's risk and expense). provided they ha\"~ not be~n
used or made useless by tests: and absent such instructions. the samples shall be
considered to be abandoned. Award samples may be held for comparison with
deliveries.

2.2.16.d

All samples submitted are subject to test by any laboratory the State Purchasing
Agent may designate.

2.2.17 PRODUCT ACCEPTANCE - All merchandise offered or otherwise provided shall be new,
of prime manufacture. and of first quality unless otherwise specified by the State. The State
reserves the right to reject all non-conforming goods, and to cause their return for credit or
replacement, at the State's option. Contract deliverables specified for procurement of services
shaii be construed to be work products, and subject to the provisions of this section.
2.2.17.3

Failure by the State to discover latent defect(s) or concealed damage or nonconformance shall not foreclose the State's right to subsequently reject the goods in
question.

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFP#1752\
Page 11
2.2.17.b

Formal or infonnal acceptance by the State of non-conforming goods shall not
constitute a precedent for successive receipts or procurement.

2.2.17.c

Where the contractor fails to promptly cure the defect or replace the goods, the State
reserves the right to cancel the Purchase Order, contract with a different contractor,
and to invoice the original contractor for any differential in price over the original
contract price.

2.2.17.d

When materials, equipment or supplies are rejected, the saine must be removed by
the contractor from the premises of the State Agency within forty-eight (48) hours
of notification. Rejected items left longer than two days will be regarded as
abandoned and the State shall have the right to dispose of them as its own property.

2.2.18 PRODUCT WARRANTIES - All product or service warranties nonnally offered by the
contractor or bidder shall accrue to the State's benefit, in addition to any special requirements
which may be imposed by the State. Every unit delivered must be guaranteed 9gainst faulty
material and workmanship for a period of one year unless otherwise specified, and the State
may, in the event of failure, order its replacement, repair, or return for full credit, at its sole
option.

2.2.19 PAYMENT- Unless otherwise provided for by the Request or Contract, payment shall not
be made until delivery has been made. or services performed, in full, and accepted. Payment
shall not be due prior to thirty (30) working days following the latest of completion.
acceptance. or the rendering of a properly submitted invoice.
2.2.19.a

Payment terms other than the foregoing may be rejected as being non-responsive.

2.2.19.b

No partial shipments \\'ill be accepted. unless provided for by the Request or
Contract.

2.2.19.c

Where a question of quality is involved, payment in whole or part against which to
charge back any adjustment required, shall be withheld at the direction of the
Purchasing Agent. In the event a cash discount is stipulated, the withholding of
payments, as herein described, will not deprive the State from taking such discount.

2.2.19.d

Payments for used portion of inferior delivery wiil be made by
adjusted price basis.

2.2.19.e

Payments on contracts under architectural or engineering supervision must be
accompanied by a Certificate of Payment and Statement of ACCOunt signed by the

~he

State on an

RJ Department ofCo"ections
Howard Center
Telephone System RFP
RFP#1752".
Page 12

architect or engineer and submitted to the Agency involved for approval.
2.2.20 TIDRD PARTY PAYMENTS - The State recognizes no assigned or collateral rights to any
purchase agreement except as may be expressly provided for in the bid or contract
documents, and will not accede to any request for third party or joint payment(s), except as
provided for in specific orders by a court of competent jurisdiction, or by express written
permission ofthe Purchasing Agent. Where an offer is contingent upon such payment(s), the
offeror is obligated to serve affirmative notice in his bid submission.
2.2.21 SET-OFF AGAINST PAYMENTS - Payments due the contractor shall be subject to
reduction by the State Controller equal to the amount of unpaid and delinquent state taxes
(or otherjust debt owed to the State), except where notice ofdelinquency has not been served
or while the matter is pending in hearing or from any appeal therefrom.
2.2.22 CLAIMS - Any claim against a contractor may be deducted by the State from any money
due him in the same or other transactions. If no deduction is made in such fashion, the
contractor shall pay the State the amount of such claim on demand. Submission of a voucher
and payment, thereof, by the State shall not preclude the Purchasing Agent from demanding
a price adjustment in any case when the commodity delivered is later found to deviate from
the specifications and proposal.
2.2.22.a

The Purchasing Agent may assess dollar damages against a vendor or contractor
determined to be non-performing or otherwise in default of their contractual
obligations equal to the cost of remed~' incurred by the State. and make payment of
such damages a condition for consideration for any subsequent award. Failure by th~
\'endor or contractor to pay such damages shall constitute just cause for
disqualification and rejection. suspension. or debarment.

2.2.23 STATE CONTROLLER'S CERTIFICATION OF FUNDING - Certification as to the
availability of funds to support the procurement is for the current fiscal year ending June
30th only. Where delivery or service requirements extend beyond the end of the current fiscal
year, such extensions are subject to both the availability of appropriated funds and a
determination of continued need.
2.2.24 UNUSED BALANCES - Unless otherwise specified, all unused Blanket Orct':' quantities
and/or unexpended funds shall be automatically canceled on the expiration of the specified
term. Similarly, for orders encompassing more than one State fiscal year, unexpended
balances of funding allotted for an individual fiscal year may be liquidated at the close of that
fiscal year, at the State's sole option.

RJ Department ofCorrections

Howard Center
Telephone System RFP
RFP#17521
Page IJ

2.2.25 MINORITY BUSINESS ENTERPRISES - Pursuant to the provisions ofTitle 37 Chapter
14.1 of the General Laws, the State reserves the right to apply additional consideration to
offers, and to direct awards to bidders other than the responsive bid representing the lowest
price where:
2.2.25.a

the offer is fully responsive to the tenns and conditions of the Request, and

2.2.25.b

the price offer is detennined to be within a competitive range (not to exceed 5 %
higher than the lowest responsive price offer) for the product or service, and

2.2.2S.c

the finn making the offer has been certified by the R.I. Department of Economic
Development to be a small business concern meeting the criteria established to be
considered a Minority Business Enterprise.

2.2.25.d

Ten per cent [10%] of the dollar value of the work perfonned against contracts for
construction exceeding $5,000 shall be perfonned by Minority Business Enterprises
where it has been detennined that subcontract opportunities exist, and where certified
Minority Business Enterprises are available. A contractor may count towards its
MBE, DBE, or WBE goals 60% of its expenditures for materials and supplies
required under a contract and obtained from an MBE, DBE, or WBE regular dealer.
and 100% of such expenditures when obtained from an MBE, DBE, or WBE
manufacturer. Awards of this type shall be subject to approval, by the Director of
Administration. of a Subcontracting Plan submitted by the bidder receiving th~
award.

2.2.26 PREVAILING \VAGE REQllIREMENT- In accordance with Title 37 Chapter 13 of the
General Laws of Rhode Island. payment of the general prevailing rate of per diem wages and
the general prevailing rate for regular. ovenime and other working conditions existing in the
locality for each craft. mechanic. teamster. or type of workman needed to execute this work
is a requirement for both contractors and subcontractors for all public works.
2.2.27 EQUAL OPPORTUNITY COMPLIANCE AND AFFIRMATIVE ACTION Contractors of the State are required to demonstrate the same commitment to equal
opportunity as prevails unner federal contracts controlled by Federal Executive Orders
11246,11625. and 11375, Ci!id Title 28 Chapter 5.1 of the Generdl Laws of Rilode Island.
Affirmative action plans shall be submitted by the contractor for review by the State Equal
Opportunity Office. A contractor's failure to abide by the rules, regulations, contract tenns
and compliance reporting provisions as established shall be grounds for forfeiture and
penalties as shall be established, including but not limited to suspension.

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17S11
PageN

2.2.28 DRUG-FREE WORKPLACE REQUIREMENT - In accordance with Executive Order
No. 91-14, Contractors who do business with the State and their employees shall abide by
the State' s drug-free workplace policy and the contractor shall so attest by signing a
certificate of compliance.
2.2.29 GOODS PRODUCED IN THE REPUBLIC OF SOUTH AFRICA - In accordance with
Chapters 35-10-12 and 37-2-57 of the General Laws, goods which are known to be wholly
produced in the Republic of South Afiica may not be accepted for any procurement of the
State of Rhode Island; the offeror attests by his submission of a bid or offer, or acceptance
of a purchase order or other contract, that these prohibitions do not apply to material or
goods which form the basis for his offer or contract.
2.2.30 TAXES - The State of Rhode Island is exempt from payment of excise, transportation and
sales tax imposed by the Federal or State Government. These taxes should not be included
in the proposal price. Exemption Certificates will be furnished upon request.
2.2.31 INSURANCE- All construction contractors, independent tradesmen, or firms providing any
type of maintenance, repair, or other type of service to be performed on state premises,
buildings. or grounds are required to purchase and maintain coverage with a company or
companies licensed to do business in the state as follows:

2.2.3I.a Comprehensive General Liability Insurance 1) Bodily Injury
S1.000.000 each occurrence
S1.000.000 annual aggregate
2) Propeny Damage

5500.000 each occurrence
5500.000 annual aggregate

Independent Contractors
Contractual - inclu!1ing construction hold harmless and other types of contracts or
agreements in effect for insured operations
Completed Operations
Personal Injury (with employee exclusion deleted)
2.2.3t.b Automobile Liability Insurance--Combined Single Limit $1 ,000,000 each occurrence
Bodily Injury
Property Damage, and in addition non-owned and/or hired vehicles and equipment
2.2.3t.c: Workers' Compensation Insurance - Coverage B

$100,000

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 15
2.2.3I.d

The Purchasing Agent reserves the right to consider and accept alternate forms and
plans of insurance or to require additional or more extensive coverage for· any
individual requirement. Successful bidders shall provide certificates of coverage,
reflecting the State of Rhode Island as an additional insured, to the Division of
Purchases, forty-eight (48) hours prior to the commencement ofwork, as a condition
of award. Failure to comply with this provision shall result in rejection of the
offeror's bid.

2.2.32 BID SURETY - When requested, a bidder must furnish a Bid Bond or Certified Check for
5 % of his bid, or for the stated amount shown in the solicitation. Bid Bonds must be
executed by a reliable Surety Company authorized to do business in the State of Rhode
Island. Failure to provide Bid Surety with bid may be cause for rejection of bid. The Bid
Surety of any three bidders in contentior. will be held until an award has been made
according to the specifications of each proposal. All others will be returned by mail within
48 hours following the bid opening. Upon award of a contract, the remaining sureties will
be returned by mail unless instructed to do otherwise.
2.2.33 PERFORMANCE AND LABOR AND PAYMENT BONDS - A performance bond and
labor and payment bond of up to 100% of an award may be required by the Purchasing
Agent. Bonds must meet the following requirements:
2.2.33.a

Corporation: The Bond must be signed by an official of the corporation above his
official title and the corporate seal must be affixed over his signature.

2.2.3J.b

Firm or Partnership: The Bond must be signed by all of the partners and must
indicate that they are "Doing Business As (name of firm). "

2.2.JJ.c

Individual: The Bond must be signed by the individual owning the business and
indicate "Owner".

2.2.33.d

The Surety Company executing the Bond must be licensed to do business in the State
of Rhode Island or Bond must be countersigned by a company so licensed.

2.2.33.e

The Bond must be signed by an official of the Surety Company and the corporate
seal must be affix~J over his signature.

2.2.33.r

Signatures of two witnesses for both the principal and the Surety must appear on the
Bond.

2.2.33.g

A Power of Attorney for the official signing of the Bond for the Surety Company

RJ Department ofCOTTections
Howard Center
Telephone System RFP
RFPN17511
Page 16

must be submitted with the Bond.
2.2.34 DEFAULT AND CANCELLATION - A contract may be canceled or annulled at the
contractor's expense upon non-performance ofcontract, or breac~ by the contractor, of any
ofhis obligations. Failure of contractor to cure such non-performance or breach within ten
working days after the receipt of notice, shall be sufficient cause for the cancellation of the
contract in question, the cancellation ofall outstanding contracts or sub-contracts held by the
contractor, and the suspension or debannent of the contractor from future procurement.
2.2.34.3

Failure of a contractor to deliver or perform within the time specified, or within
reasonable time as interpreted by the Purchasing Agent or failure to make
replacement ofrejected articles, when so requested, immediately or as directed by the
Purchasing Agent, will cause the Purchasing Agent to purchase in the open market
to replace those rejected or not delivered. The Purchasing Agent reserves the right
to authorize immediate purchase in the open market against rejections on any
contract when necessary. On all such purchases, the contractor, or his surety, agrees
to promptly reimburse the State for excess costs occasioned by such default. Should
the cost be less, the contractor shall have no claim to the difference.

2.2.34.b

A contractor who fails to commence within the time specified or complete an award
made for repairs. alterations, construction, or any other service will be considered in
default of contract. The Purchasing Agent may contract for completion of the work
with another contractor and seek recourse from the defaulting contractor or his
surr:ty.

2.2.34.c

If contractor consistently fails to deliver quantities or otherwise perform as specified.
the Purchasing Agent reserves the right to cancel the contract and purchase the
balance in the open market at the contractor's expense.

2.2.35 INDEMNITY - The contractor guarantees:
2.2.35.a

To save the State, its agents and employees, harmless from any liability imposed
upon the State arising from the negligence, either active or passive, of the contractor.
as weB as for the use of any copyrighted or uncopyrighted composition, -secret
process, patented or unpatented invention, ar.icle or appli:mce fumis~ed or used in
the performance of the contract of which the contractor is not the patentee, assignee
or licensee.

2.2.35.b

To pay for all permits, licenses and fees and give all notices and comply with aB
laws, ordinances, rules and regulations of the city or town in which the installatio:l

RJ Department ofCo"ect;ons
Howard Center
Telephone System RFP
RFPN17521
Page 17

is to be made and of the State of Rhode Island.
2.2.35.c

That the equipment offered is standard new equipment, latest model of regular stock
product with all parts regularly used with the type ofequipment offered; also, that no
attachment or part has been substituted or applied contrary to manufacturer's
recommendations and standard practice.

2.2.36 CONTRACTOR'S OBLIGATIONS - In addition to the specific requirements of the
contract, construction and building repair contractors bear the following standard
responsibilities:
2.2.36.a

To furnish adequate protection from damage for all work and to repair damages of
any kind, for which he or his workmen are responsible, to the building or equipment,
to his own work, or to the work of other contractors;

2.2.36.b

To clear and remove all debris and rubbish resulting from his work from time to
time, as directed or required, and on completion of the work leave the premises in a
neat unobstructed condition, broom clean, and in satisfactory order and repair;

2.2.36.c:

To store equipment. supplies. and material at the site only upon approval by the
State. and at his own risk:

2.2.36.d

To perform all work so as to cause the least inconvenience to the State. and with
proper consideration for the rights of other contractors and workmen:

2.2.36.e

To acquaint themselves with conditions to be found at the site. and to assume
responsibility for the appropriate dispatching of equipment and supervision of his
employees during the conduct of the work; and

2.2.36.f

To ensure that his employees are instructed with respect to special regulations.
policies. and procedures in effect for any State facility or site, and that they comply
with such rules.

2.2.37 FORCE MAJEURE - All orders shall be filled by the contractor with reaso'l:ible
promptness, but the contractor shall not be held responsible for any losses resulting if the
fulfillment of the tenns of the contract shall be delayed or prevented by wars, acts of public
enemies, strikes, fires, floods, acts of God, or for any other acts nct within the control of the
contractor and which by the exercise of reasonable diligence, the contractor is unable to

RJ Department ofCorrections
Howud Center
Telephone System REP
RFP#17S21
Page 18

prevent.
2.3

Evaluation of the proposals received will be based on weighted factors. The 20 points
allocated for term commitment, for example. would be will be calculated by dividing the
shortest term among the proposals by the term of this proposal times 20 points:
•

Term commitment of contract (20 points).

•

Vendor quality and integrity (30 points).
•
The quality and experience of vendor. including installation and
maintenance personnel, references;
•
The ability of the vendor to provide the appropriate degree of technical
information and the ability to meet the system requirements for the
Department of Corrections.
Technical Features of Proposed System (5Opoints).

•

•

Functional capabilities of the systems;

•

Availability of additional capabilities; and

•

A recognizable commitment by the Vendor to ongoing enhancement of bo~h
feature capability and ongoing maintenance and support services.
.

2.4

Potential oft~rors arc: auviseu IL) re\'iew all sections of this document carefully and £0
follow instructions completely, Failure to make a complete submission as described in this
document (See below) may result in the rejection of the proposal.

2.5

Alternative approaches and/or methodologies to accomplish the desired and intended
results of this procurement are solicited and will be reviewed. However, proposals which
depan from or materially alter the terms, requirements, or scope of work defined in this
document will be rejected as being non-responsive,

2.6

All costs associated with the development or submission of a response to this document,
or the provision of oral or written clarification of its content, is the responsibility of the
offeror The State of Rhode Island and the Department of Corrections assume no
responsibility for these costs.

2.7

Proposal responses are considered to be irrevocable for a period of not less than sixty (60)
days following the opening date, and may nor be withdrawn, except with the express

RJ Depanment ofCorrections

Howard Center
Telephone System RFP
RFPN17521
Page 19

written pennission of the State of Rhode Island Purchasing Agent.
2.8

All pricing submitted will be considered to be fum and fixed unless otherwise indicated
herein.

2.9

Any electrical or cable work which require licensed persons will be accomplished by those
possessing valid professional licenses. Vendors are advised that under a new law which
went into effect January I, 1995, telecommunications personnel require a Rhode Island
state license. For more information, vendors are advised to contact the Rhode Island
department of labor. Note that electricians must also be licensed.

2.10

All employees of the Vendor who will work within correctional facilities and/or who are
responsible for integrity of the system will be subject to a criminal records check and
approval by the Department. Vendor will provide workers with badges identifying their
employees while working on the campus; copies of this information for all employees
associated with the project will be files with the DOC Director of Security. When access
to inmate areas is necessary, special ID badges provided by DOC will be issued.
Correctional officers will accompany installers into areas deemed appropriate. The
Vendor will be provided with other standard security requirements of the Department.

2.11

There will be a mandatory pre-proposal meeting to discuss procedural
project. Vendors will have the opportunity through coordination with RI
of Security to arrange a group site visit where all vendors will have the
participate. Site visits. at the discretion of the Direcwr of Security. will
three day period.

2.12

Responses to this Request for Proposals will be submitted in the following order:

aspects of the
DOC Director
opportunity to
be limited to a

Section 1 - Cover Sheet
Include Vendor's address, telephone number, fax number, E-mail address (if
available) and representative contact.
Section 2 - Table of Contents
All pages must be numbered.
Section 3 - Executive Summary
Brief summary of the type of system offered.
Section 4 - Configuration Information

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFPflJ7521
Page 20

Vendors will supply all materials and component configuration lists as requested
by the appropriate sections in this document.

Section 5 • Vendor Qualifications
Refer to Chapter ill for specific requirements.
Section 6 - Technical
Completed answers to all questions posed in Chapters IV through vn in chapter
order using identifying question number. The Vendor will type out the question
number and follow it with an answer. The return of a response package with the
answers written in is not acceptable. Vendor should also include any exceptions
to Chapter II in this section.
Section 7 - Appendices
A:
B:
C:
D:
E:
F:

Annual Report
Feature Lists
Sample Traffic Reports
Installation Fact Sheets
Standard Warranty
Standard Maintenance Contract

Section 8 - Contract and Financial (Under separate cover)
All affidavits and other forms that the vendor may be required to sign shoukl b~
included in this section, Any and all sales pricing information. requirements and
limitations should be included here.
2.13 SUBMITTAL DATE: Proposals must be recei\'ed in the Division of Purchases. at the
address listed below. no later than February 27.1997 at 2:20 p.m. Proposals misdirected. or not
received by the date and time specitied will, not be considered.
:-

..

~

-..

..:.~';"'­
/'

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFPN17521
Page 21

2.14 SUBMITTAL ADDRESS: Proposals should be mailed or hand-delivered in sealed
envelopes marked:

"RFP #1752: Telephone System - Department of Corrections"
"COST PROPOSAL/Contract Term"
OR

"RFP #1752 Telephone System - Department of Corrections"
"TECHNICAL PROPOSAL"
TO:
DEPARTMENT OF ADMINISTRATION
DIVISION OF PURCHASES
ONE CAPITOL HILL
PROVIDENCE, RI 02908
ATTENTION: MR. JEROME MOYNIHAN
ADMINISTRATOR, PURCHASING SYSTEMS
Bidders will provide an original plus six (6) COPIES of the Cost ProposaVContract
Tenn, as referenced in Section 8. Page 19. Respondents are reminded that this
component is submitted in a sealed envelope. marked "Cost/Contract Tenn" and is not
~\'aluated until the technical compunem has been scored.

2.15

2.16

Bidders will provide an original plus six (6) paper copies of the Technical Proposal
Section. as referenced in Sections I - 7. Page 18.

Rl Depanment ofCorrections
Howard Center
Telephone System RFP
RFP#17SlJ
Pagel2

HI. VENDOR INFORMATIQN .

NOTE: This section must also be answered IN ITS ENTIRETY for Contractors jJJJ!. for proposed
Subcontractors.

3.1

List Vendor executive officers, their business addresses and telephone numbers.

3.2

Submit, as an appendix, the Vendor's latest audited annual report. In the event the
Vendor is a subsidiary of a larger concern, please submit the subsidiary's annual report
(if available).

3.3

Submit a list of customer references, preferably in local and county governments (with
names and telephone numbers) having service with the same system of the same
approximate line size.

3.4

Please give the address and list the functions served from this office (e.g. sales,
customer support, etc.) From which this system will be offered.

3.5

If installation and/or maintenance functions are not found in the office listed in 3.4
above. please give the address of the facility where the system under quotation will be
supported. How many technicians. trained in the installation and maintenance of the
system under quotation. are employed at this address?

3.6

Who, in the offices listed above. will be responsible for the installation/engineering of
the system under quotation"? Describe his/her background and technical experience
with reference to the system under quotation.

3.7

Who, in the offices listed above, will be responsible for the continued maintenance of
the system under quotation? Describe his/her background and technical experience
with reference to telecommunications system maintenance with particular attention
given to the system under quotation.

3.8

Submit an nrganizational chart showing all account team members (name, position,
address, and telephone number) who will be responsible for the system under
quotation. Include all persons responsible for sales, order-processing, service, and onsite and remote maintenance.

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPN17S21
Page 23

3.9

What steps has the Vendor taken, or will guarantee to take, to ensure continued
service, revision of technical documents, receipt of software patches. and/or
hard/software upgrades in the event of Vendor bankruptcy. closure of the local office
and/or discontinuation of this particular line of equipment.

Rl Department o/Co"ect;ons
Howard Center
Telephone System RFP
RFP#17521
Page 24

IV. OUTSIDE PLANT SPECIFICATIQN

NOTE: All items in this section must be acknowledged with all exceptions noted.

4.1 GENERAL SCOPE OF WORK
4.1.1

The following items will be supplied by the successful bidder:

a.
b.
c.
d.
e.
f.
g.

h.
I.
J.

All cross connect rings or spools.
All connecting blocks.
All mounting brackets.
All conduit, manholes, pullboxes, penetrations and seals.
All pennits and drawings required by the State of Rhode Island.
All MDF tenninating gear (as required).
0"
All hangers and mounting hardware.
All tie wraps, bushings and miscellaneous parts.
All installation tools and equipment necessary to complete project.
Special equipment racks, cables, and other equipment as cited.
4.2 Conduit System

~.2.1

Contractors \\-°ill conduct a detaikd survey of the route in question paying special
anention to the utility lines in and around the street.

4.2.2

Contractors will provide detailed drawings showing the conduit route in conjunction
with other in-the-street conditions.

4.2.3

Contractors are responsible for the trenching and installation of conduit, manholes.
and pullboxes as specified below.

4.2.4

Contractors are responsible for the encasement of said conduit in cement and the
repair of the street, Jawn and sidewalks to their original condition.

4.2.4

Contractors are responsible for the penetration of the foundation of buildings where
specified; waterproofing, sealing and capping the penetration.

RJ Depanmenl ofCorreclions
Howard Cenler
Telephone Syslem RFP
RFPfl17S21
Page2S

4.3 Conduit
4.3.1

All conduit will be standard Type B (Lucent Technologies nomenclature). single
bore plastic conduit.

4.3.2

All conduit will be capped.

4.3.3

All conduit will be encased in concrete to a level 3" above top bank of conduit.

4.3.4

All conduit will sit on a concrete bed of at least 3" thickness.

4.3.5

The concrete encasement will be filled on either side of the conduit in a thickness of
not less than 1.0" .

4.3.6

Average trench depth is three (3) feet unless specified otherwise or caused by other
conduit systems in and around the streets.

4.3.7

The four (4) 4" conduits. referred to as "four-bay" conduit will be installed in two
banks of two pipes each. "Two-bay" conduit will be installed in two pipes. one
atop the other. Space between pipes will not be less than 1.0".

4.3.8

All conduit will he equipped with pullwire.

4.3.9

Fill material will consist of compacted sand and/or granular backfill to the
appropriate grade level as specified by the State of Rhode Island Howard Center
facility agency.

4.3.10

Six-hole fiber-optic duct insertion (also referred to as FODuct) will be installed in
the top two of the four-bay conduit and in the top pipe of the two-bay conduit to
supply multiple pathways for current and future fiber optics cable installations.
4.4 Foundation Penetration and Seal

4.4.1

The vendor will be responsible f\)r penetrating the foundations of all buildings.

4.4.2

Penetrations which are below grade will be made water tight with caulking
compound and pipe sleeves with wall collars located at the center of the wall and
extending 8" all around each conduit.

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPfl17521
Page 26

4.4.3

Pipe sleeve wall collars will be 1/8" thick steel welded to the sleeve.

4.5 Copper Cable
4.5.1

All voice grade wire and cable placed in the outside environment shall be solid,
twisted pair, and multi-conductor. The copper twisted pairs shall have a mutual
capacitance at 1 kHz of 15.7 nF/l,OOO feet. The cable shall be resistant to mechanical
damage, lightning or damage from wildlife.

4.5.2

The underground cable shall have an aluminum steel polyethylene (ASP) sheath and a
core of solid copper conductors, dual insulated with foam skin and plastic, surrounded
by Flexgel III filling compound. (Lucent Technologies ANMW cable or approved
equivalent.).

4.5.3

The multi-pair copper cables shall be 24 AWG with pair sizes from 25 to 100 pair as
specified.

4.5.4

The vendor will measure and confirm the correct length prior to contract award.

4.5.5

The outside plant. jelly-filled cable will be transitioned to appropriate inside plant ::
conditions within 18" of foundation penetration on both sides of the route.

".5.6

:\11 pairs \\ ill b~ tt.'rmillat~d in appru\ t:d lightning prote~tion in both sides of the

route.

".5.7

The vendor will be responsible for extending the connection of the cable from the
lightning protection to the building main distribution frame on both sides of the route.

4.5.8

The contractor will be responsible for terminating all cable pairs into wall mounted
AT&T type 11 OAW2-nnn blocks.

4.5.9

Cables will be terminated and numbered per industry standards.

4.5.10

Cables will be labeled on thr. cable jackets at both ends of the cable ru!!S indicating
near and far end termination points, pair count, and length.

4.5.11

Cables will be labeled at all man-holes and pull-boxes showing near and far end
termination points and pair counts.

RJ Department ofCo"ect;ons
Howard Center
Telephone System RFP
RFP#17521
Page 27

4.5.12

All cabling shall be neatly installed without using any other electrical conduits,
plumbing, heating or air conditioning structures for support. Cabling shall be routed
so that it does not interfere with access to panels, switches. valves or other
maintenance systems.

4.5.13

Plant cable running within the building structure will be installed off ceiling grids,
supported by cable tray, unistrut or pull rings.

4.5.14

Already installed cable trays and pull rings may be used where available. Vendor will
be responsible for supplying and constructing infrastructure to support cable runs
above ceiling levels. Cable tray or Unistrut is required to support all horizontal
sections.

4.5.15

Vendor will test all wire cabling to 100% accuracy level or replace the wire.

4.5.16

Vendor shall follow all Federal, State, and Local Fire and Electrical Code~ and OSHA
guidelines and perform all work exhibiting a good quality craftsmanship.

4.5.17

To the extent possible (given existing building structures and closets) Vendor shall
adhere to all industry standards for installation as defined in EIA\TIA 568. 569, 606.
and 607.

·lo5.18

All penetrations within the huildings will be sealed \vith a smoke and flame stop with
a two (~) hour rating (col1l:rete utid ·or paper are not acceptable) at the end of each
week.

".6 Fiber Optic Cable
".6.1

Multi-mode fiber optic cable (62.5/125 J.1) will be run between the buildings as
specified below.

4.6.2

The vendor will measure and confirm the correct length prior II) contract award.

4.6.3

Each designated fiber cable run will occupy one of the positions within the designated
fiber optics duct installed. (Note, it is preferred that simultaneous cable pulls be
routed through a single channel in the FODuct wherever possible.).

4.6.4

Fiber cable will be transitioned within 18" of foundation penetration on both sides

Rl Department of COTTections
Howard Center
Telephone System RFP
RFPN17S21
Page 28

from outside plant to inside plant and run within the facilities in orange-colored
innerduct.
4.6.5

All horizontal running conditions indicated in 4.5 above will be maintained for fiber
cable.

4.6.6

All fiber strands will be terminated in ceramic ST type connectors.

4.6.7

Functional specification of fiber (on the reel) to be as follows:
Maximum attenuation:

@ 850 run: 3.4 d1B/km
@ 1300 run: 1.0 d1B/km

Minimum bandwidth:

@ 850 run: 200 MHZIkm
@ 1300 run: 500 MHZIkm

4.6.8

Lucent Technologies' 3DNX-nnn-HXM, or approved equivalent cable shall be used
for outside cable runs.

4.6.9

All fiber optic cable shall be installed as per manufacturer recommended installation
practices.

4.6.10

All fiber optic cable shall he
units as follows:

t~rminated

on both ends into fiber optic

interconn~clion

a.

Twelve (12) or f~wer strands in a location shall be terminated into wall
mounted Lucent T ~chnologies' 100A3 LIU. or approved equivalent. using
appropriate conn~ClOr panels. couplings and adapters as required.

b.

Twenty-four (24) or fewer strands in a location shall be terminated into wall
mounted Lucent Technologies' 200A LIU, or approved equivalent, using
appropriate connector panels. couplings and adapters as required.

c.

Forty-eight (48) or fewer strands in a location shall be terminated into w~1l
mounted Lucent Technologies' 400A2 LID, or approved equivalent. US:llg
appropriate connector panels, couplings and adapters as required.

d.

Forty-nine (49) or more strands in a location shall be temlinated into rack or
frame mounted Lucent Technologies' LSTI U-nnn, or approved equivalent.
using appropriate connector panels, couplings, adapters, sheh'es, and cable

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFPN17521
Page 29

management as required.
e.

Vendor shall provide hinged wall mounted racks or free-standing racks as
appropriate to the application and space constraints in the area.

4.6.11

Cables will be terminated and numbered per industry standards.

4.6.12

Cables will be labeled on the cable jackets at both ends of the cable runs indicating
near and far end termination points, pair count, and length.

4.6.13

Cables will be labeled at all man-holes and pull-boxes showing near and far end
termination points and pair counts.

4.6.14

The vendor will be responsible for extending the connection of the cable from the
point of entry to the building main distribution frames on both sides of the route.
4.7 Manholes and Pullboxes.

4.7.1

The J-4 manhole's outer surface of the floor slab will not be located more than 15'
below final surface grade.

4.7.2

For manhole and 4X4 pullbox. the outer surface of the roof must have at least 2'
of cover.

4.7.3

Relative to the distance relationship between the manhole and pullbox and foreign
structures:
a. relative to power conduit. there must be at least 3" of clearance from the outside
surfaces of walls. tloor or roof.
b. relative to gas, water and oil structures. there must be 12" of clearance.

4.7.4

All J-4 manholes and pullboxes will be provided with frame and a cover reading
SYSTEM 2 TELEPHONE.

4.8 Cable Testing
4.8.1

All testing specified herein is to be documented. Date, time, technician, test set
identifier are to be logged. The test log file is one of the deliverables required for
acceptance andjob completion certification.

RJ Department ofCo"ections
Howard Center
Telephone System RFP
RFPN17S21
PageJO

4.8.2

Twisted pair cables should be tested for opens, shorts, crossed pairs, properly
terminated connections, impedance, near & far end cross-talk, and cable lengths.

4.8.3

Each strand in fiber optic cables shall be tested for correctness of termination and
overall transmission loss using an approved fiber optic transmission loss test
instrument (OTDR) or Optical Loss Test Set (OLTS). The system loss measurements
shall be provided at 850 and 1310 nanometers for multimode fibers and 1310 and
1550 for single mode fibers, of the completed installation.

4.8.4

A certification report shall be provided listing the test results and both the calculated
and measured loss for each fiber. The report shall be submitted with the test results
called for above.

4.8 Cable Documentation
4.8.1

The successful bidder must establish cable records during the installation. These'
records will, at a minimum, correlate cable number, route number, building name and
number, and cross-wire pairs. A clean, legible copy of these records must be
submitted upon project completions. A diskette record using an Excel® or mutually
agreed upon format will also be submitted upon project completion.

".8.2

The successful bidder must present three (3) complete sets of as-built drawings
following project completion.

".8.3

As-built plans of all dra\\'ings ar~ to be pro\'id~d in both hard and soft copy format.
Format to be mutually agr~~d upon by Vendor and Customer.

".8A

Testing docum~ntation should
future date.

includ~

all information necessary to replicate tests at a

".9 Guarantee
".9.1

At the completion of all work. the Contractor shall deliver a Leller ofGuarantee to
the customer. This guarantee certifies that the Contractor shall promptly replace or
repair any equipment or materials found to be ilamaged by workmanship or failure
due to workmanship that becomes apparent within five (5) years from the date ofjob
completion. This letter shall be included in the documentation.

4.9.2

All manufacturer warranties will be documented and provided to customer at
completion of the installation.

Rl Department ofCo"ections
Howard Center
Telephone System RFP
RFP#17521
PageJI

4.10 Conduit System
DISTANCE
(Fl')

ITEM

DESCRIPTION

ADDmoNAL
COMMENTS

I

From west edge of Building A, Administration proceed west
northwest to pullbox III.

10'

Main exit from central
switching hub.
Four-bay
conduit.

2

From pullbox III proceed at 900 angle north northeast to manhole
j4-1 which sits on or near Howard Avenue.

ISO'

j4-1 is oriented with main axis
parallel to Howard Avenue and
three-hole end facing south
southeast. Route will cross
building driveway. Four-bay
conduit.
,I

I

i
i

,
Route will parallel driveway
entrance into Staff Building.
Two-bay conduit.
I

3

From manhole j4-1 proceed east northeast to pullbox ::2.

ISO'

4

From pullbox 112 proceed at 900 angle south southeast to skin of
Staff Building.

10'

5

From manhole j4-1 proceed west nonhwestto pullbox 113.

450'

6

From pullbox 113 proceed at 900 angle east northeast to pullbox 114.

100'

7

From pullbox 114 proceed at 900 angle soulh soulheastto skin of
Marshall's Building.

10'

Entrance into Marshall's
Building. Two-bay conduit.

R

From pullb.,\ "3 proceed 3t900 angh: \\.:,1 ",ullmestlo pullb'l\

I ~O'

Two-bay conduit.

al '1"0 \\e,1 n"rlll"e" I.' ,lin "f Building

10'

A.:cess I,' steam IUnnd III (jirl',
School (Building 40) T\\o)-ba\
conduit.

III

from pullb.l'\ =3 pr,l.:ccJ \\e,t n,'rllI\\c,1 I" manlwk 14-~ \\hldl ,il;;
in ....r nearthe inlcrse",i,'n ,., H')\\JrJ .\'cnuc .lnJ Siale Ilill R"aJ

31 ~.

j4-2 is orientcd \\ ilh mam a'ls
parallel 10) Howard A\cnuc
with three-hole end facing \\c>l
nonhwest. Roule \\ ill paralld
Howard Avenue. Four-ba~
conduit.

II

From manhole j4-2 proceed easl northeast proceed 10 manhole j4-3
along Siale Hill Road.

4~0'

j4-3 is oriented with main axis
astride the jog in the rode with
three-hole end facing easl
northeast. Four-bay conduit.

I

Entrance into Staff Building.
Two-bay conduit.

I
I

Route will parallel Howard I
!
Avenue. Four-bay conduit.
,,
Two-bay conduit.

=:l)

from pullbQ\ =~

pr.'~ecd

~O

12

From manhole j4-3 proceed east along Slale Hill

Ro~~

to pullbox

350'

116 near ISC driveway enlrance.

13

From pullbox #6 proc;ecd nonh 10 pul!box 117.

Four-bay conduit.

,
300'

Route will paralIcI driveway to i
main entrance of ISC. Pullbox i
#7 is situated near the main !
entrance. Main enlry inlo ISC
cluster. Four-bay conduit.

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
PageJ2

ITEM

DESCRIPTION

DISTANCE
(Fl')

14

From pullbox 117 proceed at 900 angle ellSt to skin of ISC building.

75'

Route will probably pcnelnltc
circumfcn:ntial fence area.
Four-bay conduit

15

From pullbox 116 proceed proceed ellSt along Slate Hill Road to
manholcj4-4.

280'

j4-4 is oriented with main
access parallel to Slate Hill
Road with threc:-bole end on
Note that this
ellSt end.
manhole will probably feed
proposed new prison when
built Four-bay conduit.

16

From manhole j4-4 proceed north northellSt to pullbox #8 which
sits on the far side of the air conditioning units.

350'

ADDmONAL
COMMENTS

I

i

I

Route will parallellSC building
through
cordoned
area. l
Provides back door route into I
BDF for those cable routes that
cannot be reached andlor II
attached to from the Admin I
area on the other side of the I
building. Two-bay conduit.

i

I

!

I

i
I
I

17

From pullbox #8 proceed at 900 angle weSt into s\(in of ISC
building.

75'

18

From manhole j4-4 proceed east northeast to manhole j4-5 situated
in or near interscction of Slate Hill Road and Ihe HSC Peripheral
Road along Slate Hill Road.

285'

lQ

From manhole j~-5 proc.:ed cast al'lOl:!
pullh,'\ "ll

lise

Peripheral R,'ad to

~50'

Road is curved. Prefer conduit
par:l1lel road all'ng outer edge
S"te thai waler lallle IS high
Four-ba~' conduit.

~u

From pullbo\
pullb,',," 10

lise

I'.:ripheral R,'ad ...

~90'

Road is curvcd. Prefer c,'nduil
parallel road along outer edge
:-;ote that "aler table is high
Four-bay conduil.

~I

From pullb\lx :: I0 conllnue n,mh al,'ng
pullbox Ii II.

lise Peripheral R,'ad ..,

~OO'

Pullbox :/11 is situated at tho:
entrance of the High Securit~
Prison driveway. Note thai
water table is high. Four-bay
conduit

2~

From pullbox 1111 proceed 900 west up liSe driveway through
sally port to skin "fUSC Building near m3intenance BDf.

·US'

Route should angle slightly to
the right (easl) of the drivcway
and pllfallel to the right of thc
retaining wall nett the building
entrance. Two-bay conduit.

23

From pullbox #II proceed 900 cast down the HSe driveway to
manhole j4-6 situated on or about Power Road.

136'

j4-5 is oriented with main
access parallel to Power Road
with three-hole end facing
nonh. Four-bay conduit.

IlQ

proceed n,mh al.'ng

I

,

:

I
!

Route proceeds up Zone 3 sally
port area. Two-bay conduit

I

j4-S is oriented parallel to Slate !I
Hill Road with three-hole end
;
facing cast northeast Four-bay
conduit.

....

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPfl17521
Page))
DISTANCE
DESCRIPTION

(Fl')

From manhole j4-6 proceed north along Power Road 10 pullbox

160'

Four-bay conduit

ITEM

24

ADDmONAL

coMMENTs

1112.
2S

From pullbox 1112 proceed at 4So 10 skin of Building 23. the
Sundlun Building.

120'

High water table.
conduit

26

From manhole j4-1 proceed east southeast down Howard Avenue
10 pullbox #13.

300'

Pullbox 1113 sits at the enuance
of the driveway/road access to
Building 54. Eventual access
for hospital area. Four-bay I
!
conduit.

27

From pullbox 1113 proceed east southeast down Howard Avenue to
manhole j4-7 in or around the intersection of Howard Avenue and
West Road.

73S'

j4-6 is oriented with the main I
access parallel to Howard
Avenue with the three-hole end I
facing cast southeast situated to i
permit easy access up and down
West Road. Four-bay conduit

I
I

I

I
i

I,,
I
I

Two-bay

2S

I

From manholej4-7 proceed east southeast down Howard Avenue
to pullbox 1114.

28S'

Pullbox 1# 14 is adjacent to or in I
front of Minimum Security I
Prison entrance. Route should I
be within 10' of road surface.
Four-bay conduit.

i

:

I
I

I
I

29

From pullbox /i 14 proceed 900 wesl soulhwest and penetrate skin
of Minimum Security Prison

SO'

Two-bay conduit.

30

From pullbo\ ~ 14 pnlcccd casl s,'ulhc:bt d,'\\n lIo\\ard A\cnue 10
pullb,.\ : I:'

240'

Pull box I: 15 is situated at Ihe
entrance of the dri\c\\a~
leading toJ BuilJillt! 7'1 I','UIbay conduit.

31

from pulltxl\ =I:' prlXecd \\cst ),'utll\\':'1 and penctralc the skin
Building. 7<)

175'

T\\o·bay conduit.

3~

h,'1n manhole j4- 7 pr"cced "e-t S"lllh"c,t

"II West R,'al! t"
pullo.,\ : 16 at the juncti,'n " ....arringl''" R"ad and WCSI Roal!.

:'80'

Four-bay conLluil

33

Fmm pulloo\ "I b proceed ,\cst s"ullm,:sl "n West Roal! 1,1 pullbo\
#17 al thcjuncti"n of Foster Road and West Road.

200'

Four·bay conduit.

H

From pullbox "17 procecd \,cst southwest on Wcst Road to
manhole j4·8 at thc junction of Wilma Schesler lane and West
Road.

515'

j4·7 main a.xis is orienled
panlllel to West Road with
three·hole end facing west
southwest providing access 10
both Medium Security' and
Schesler Lane.
Four·bay
conduit.

0"

35

From manhole j4-tt proceed 900 west northwest to pullbox /itS
which is situated bet"'een the two high security fenc.:s.

350'

36

From pullbox ~ 18 proceed west north\\eSl parallel to entrance sally
pon and penetrate skin of building.

60'

:

!

Route will proceed to the cast :
northeast side of the entrance I
guard house. Four-bay conduit. I
Four·bay ccnduil.

;

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPN17S21

Page)4
DISfANCE
ITEM

DESCIUPTION

(Fl')

ADDmONAL

CCDDIENTS

I

37

From pullbox II 18 proceed east northeast between the two fences to
pullbox #19.

400'

Pullbox #19 is situated between
cellblock A and the Accounting
Building.

38

From pullbox 1119 proceed 900 west northwest and pcnelratC skin
ofCcllblock A.

60'

Two-bay alnduit.

39

From pullbox II 19 proeccd 900 east southeast and peneuate skin of
Accounting Building.

100'

Two-bay conduit.

From pullbox 1119 proceed cast northeast between the two fences to
pullbox /120.

225'

41

From pullbox /120 proceed 900 west northwest between the two
fences to pullbox tl21.

12S'

Two-bayalnduit.

42

From pullbox 1/21 proceed 900 west southwest and pcneuate skin
ofCellblock B.

SS'

Two-bay conduit.

43

From pullbox /121 proceed west northwest between the two fences
to pullbox tl22.

175'

Two-bay alnduil.

44

From pullbox 1122 proceed 900 west southwest and penetrale skin
of Cellblock C.

S5'

Two-bay conduit.

~5

From pullbo'( #:!:! proceel! llest Ol'nhl\cst bemeen the two fenccs
to pullbo'( "23.

175'

Two-ba)" conduit.

.til

h,'m pulll>c'\ =~;
.,rC.:llol,'.:1.. I>

,,'

T\\o-ba~

.t~

From pullbo\ =23 pr,'.:.:.:d \\6111<.rtl1\\<:,1 o.:I\\.:.:n lh' 1\\<' f,n.:.:.
10 pulloo\ =2~

175'

T\\o·bay conduit.

.ts

From pullb,'\ =~4 pn1.:.:cdlJoo \\<:,1 ,,'ulh\\':,1 Jml p.:n.:tral.: skin
or'Cellb!.lck E

55'

T\\o·bll~

411

from pullb..l\ ,,~~ pw.:.:.:l! \\e.t 11,'rth\\':;1 bel\\.:.:n Ih.: 1\\1\ Ii:nces
to pullbo\ 1125.

175'

T\\o·bay conduil

50

From pullbo'( 1125 proc.:cd 900 \\cst soulh\\eSl and penctrate skin
of Cellblock F.

55'

Two-bay conduit.

51

From manhole j~·8 proceed south Slluthcasl dOll n Wilma Schesler
Lane to pullbox #26 al the junclion of Gar\c~ Road and Wilma
Schesler Lane.

550'

Four-bay condui\.

52

From pullbox #26 proceed sou!h southcdSl 0,1\\'11 Wilma Scheslcr
lane to pullbox #27 by entrance 10 Dix Hall.

150'

Four·l:la)' conduil.

53

From pullbox #27 proceed 900 south southwcst and penetrate skin
ofOix Hall.

lOS'

Must cross small stream thai
parallel! road bed. Two-bay
conduit.

40

I

I

i
!
I

,i
Pullbox tl20 is situated at the
northeast comer of the of the
prison peripheral fenee Twobay conduit.

!

I
;

i

I

_.
,

ph'':':':'" ~"IO

\\.:,t ",lIth".:,t Jnd I',n.:lral.: ,!.in

conduit.

con<lui\.

,

I

RJ Department ofCorrections
Howard Center
Telephone System RFP

RFP#17S21
PagelS
DISTANCE
(IT)

ITEM

DESCRIPTION

54

From pullbox #27 proceed south southeast down Wilma Schesler
Lane to pullbox #28 at Pinel Building driveway entrance.

250'

Four-bay conduit

5S

From pullbox #28 proceed 900 south southwest to pullbox 1129.

130'

Route parallels parking lot.
MII5t cross small stream. Fourbay conduit

56

From pullbox 1129 proceed 900 south southeast and penetrate skin
of Pinel Building.

20'

Four-bay conduit

57

From pullbox 1129 proceed 900 east northeast and penetrate skin of
Women's Prison.

100'

Route runs parallel to walkway.
Two-bay conduit

58

From manhole j4.7 proceed east northeast along West Road to
pullbox 1130 at the entrance of the Varley driveway.

62S'

Four-bay conduit.

ADDITIONAL
COMMENTS

I

I

I
I
,I
I

I

S9
60

1

!

:
I

From pullbox #30 proceed east northeast along West Road to
pullbox #31 at the intersection of West Road and Aeming Road.

330'

From pullbox 1131 proceed east nonheast along West Road to
manhole j4-9 at the: intersection of West Road and Park Hill Road.

ISO'

I

Four-bay conduit.

I
I

I

j4-8 is situated in or near the I
intersection with main axis
parallel to West Road and I
three-hole end facing south
southwest.
i,
Two-bay conduit.

I

i

61

From manhole j4-9 proceed 900 north northwest and penetrate skin
ofBemadene Building.

lOS'

t.2

From manhole j4·Q prl'ceed nl'nh nonheast along Wesl Road to
pullbox 032 atjun'tion ofWesl R.,ad and Po\\.:r Road.

525'

Road curves 10 Ihe lell and
declines sharply. F.'ur·ba~
conduit.

1,3

Fr.1Il1 pullb.,\ ::3~ pr,',(.:d s,'uth .II"Il;.! I',,\'.:r R.'ad
at .:nlran,e of Building III

pullb,'\ =33

735·

Two-bay conduit

M

~rom

pullbo\ "33 phh:eed 900 C;\51 anJ penett;llc skin "f UuilJing

40'

Two·bay conduit.

1,1

111
1\5

from pullbll\ =33 pw.:c.:d sl,uth al'lOg P,'''er R..'ad to pullbl'\ =34
at end of Building 6.3

160'

T\\o·ba~

66

From pullbox #34 proceed 900 \\est and penetrale skin of Building
78. the garage.

200'

Two-bay conduit.

67

From pullbox #32 proceed 900 easl and penetrate skin of Building
144. Central Supply.

125'

Steep
decline
embankment.
conduit.

68

f~m

pulllv.lr 1132 proceed north along Power Road 10 manhole j410 at in:cr..t.;tion of Power Road and road leading to back fence of
Maximum Security.

200'

j4.9 is oriented with nlain axis i
I
parallel to P"wer Road and
three-hole end facing nonh.
iI
Four·bay conduit.

69

From manhole j4·1 0 proceed ncnh alol!g Power Road lu pullbox
#35.

21S'

Four-bay conduit.

,

,,

conduit

down
T\\o-bay

:

RJ Department ofCorrections
Howard Center
Telephone System REP
RFP#17521
PageJ6
DIS'I'ANCE

I

ITEM

DESCRIPTION

(IT)

.mDmONAL

70

From pullbox #35 proceed north along Power Road to manhole j4·
S.

97S'

Power Road is bordered by a
SlOne wall on the west side and
above ground steam pipes on
the east side. Very high water
cable. Four-bay conduit.

71

From pullbox 1#35 proceed 900 cast and penetrate skin of Building
36.

50'

Two-bay conduit.

72

From manhole j4-10 proceed north northeast along din road.
through fence to pullbox 1#36 at the intersection of din road and
Maximum Security circumference road.

550'

Four-bay conduit.

73

From pullbox 1#36 proceed north northeast to pullbox 1#37 situated
ncar the northwest wall comer.

200'

Four·bay conduit.

,i
,

74

From pullbox #37 proceed cast, parallel to the wall to pullbox /138
situated just beyond the northeast wall comer.

425'

Four-bay conduit.

,

75

From pullbox #38 proceed south southeast paralleling
circumference road and penetrate skin of admin section of
Maximum Security.

400'

Four-bay conduit.

76

From pullbox 1#38 proceed 450 nonh nonheasl and penetrale skin
of Building 29.

ISO'

Two-bay conduit.

77

From pullbox 1113 proceed 900 south southwesl down driveway 10
pullbox 1/39 which sits al or around the interSeClion orthe drivc\\ay
and Harrington Road

330'

Four·bay conduit.

':1(

FHlnl I"ullll,,, =N
IhulJin;; I!~-I

j
I,
I

.

:

I

:

:
I

.:onJllit.

,"'ulheasl :lIvng lI:uringlol n !{IlaJ

luO'

"'our-ba~

conduil

llll

"'W01 I"ullbll\ =-111 pr,'ceed due ,,'lIIh ,;r,ls';II,!.! rerim~ter Il:n.:e,; ,,1'
\kdium Se.:urily '" Jlullbll\ a:!O

-Illrr

Fl'lIr·ba~

conduil

!II

I'rl101 pullllox =, at Ihe entran.:c III' the Intal-e Sef\ I.:e Center
proceed
in a northerly direction 10 pullbox 1I-l1 which sils astride Ihe turn in
Ihe ISC perimeler road.

335"

Two-ba~

conduil.

82

From pullbox UI proceed cast down the ISC perimeler road to
manhole j-l-II \\hieh sits al the inlerseclion of the ISC and High
Security perimeter roads.

350'

T.....o·bay conduit.

83

From manholej-l-II proceed nonh nonh-:ast along perimeter road
to pullbox 1142 which is located on next to the lighl pole on the
north perimeter of High Securily.

-l00'

1 ..,'c-!l3Y condl'h.

84

From pullbox 1142 proceed e3St paralleling the HSC perimeler fence
to pullbox 1113 which is located ncar L~e Iillht pole on Ihe cast
perimeter of High Security. NOle that the water table is very hillh.

500'

T.....o·bay conduit.

Frtlnl pulllll.l' ,,~Q
pullbox =-ll}

rhl.:~ed S,'Ulh

,,
,
i

l\\o·ba~

anJ renetrate ,I-in Ill'

I,
I

-I~'

';4

I"rll,;~~d "'llih ,,'uth\\~,t

cOMMENTs

I

10

:
i

.

Rl Department 01Corrections
Howard Center
Telephone System RFP
RFP#17S21

PageJ7

ITEM

DISTANCE
(F1')

DESCRIPTION

ADDmONAL
.'" COMMENTS

8S

From pullbox #/43 proc:eed at an approximate 4So angle south
southwest up the driveway pauing up the east en1J'allcc ofthe sally
port and pcnelrating the HSC building ncar the mechanical room,

300'

Two-bay conduit

86

From pullbox #/12 on Power Road at the Sundlun Building proceed
north to pullbox i#44 on lhc south side oflhc interscttion ofPower
Road and Route 37.

72S'

Two-bay conduit

87

From pullbox #144 cross Route 37 to pullbox #/4S on the north side
of the intersection of Power Road and Route 37.

65'

Two-bay conduit.

88

From pullbox t#4S proceed north on Power Road to pullbox #46 at
parlcing lot ncar Building 17.

800'

Two-bay conduit.

89

From pullbox #46 proceed east and penetrate Building 17..

125'

Two-bay conduit.

90

From the south side of the Administration Building at the
Maximum Security facility proceed south to manholej4-12 at the
intersection of the Max perimeter road and Pontiac Avenue.

550'

Two-bay conduit.

!
,,I

91

From manhole j4-12 proceed south southeast across Pontiac
Avenue to pullbox #47 on the southeast side of Pontiac Avenue.

65'

Two-bay conduit.

I

92

From pullbox 1147 proceed east southeast parallel to the steam
tunnel on the State's right of way to pull box #48 adjacent to the
electric manhole,

185'

93

From pulloox #~8 prllceed east sllutheasl parallel
tunnel on the State' s righll'f way 1(\ pullbos 1149.

the steam

685'

TWO-bay conduit.

llJ

Fr"n1 rulll','\ =~Q rro'.:.:.:.l '::1..,1 "'uth~:1'1 paralkl II' the ,te:lm
lunnc:ll\llthe Slale's righl \'I\\a~ III pullt'l.,\ =50 near Ihe southllest
"lfm:r l,f :\kJiunl Security :\nne\ parking ,trea,

f,-O'

T\\''-bay,.'n.luit

Q5

Frllm pullbo\ =50 pr(\ceed al a J50 ca.t nonhcast and penetrate
Medium Security Anne\ near Ihe entrance of the >Ieam lunnel
penetration,

::!50'

T\\o-bay conduil

1/6

rwmmanholej4-I::! proceed \\e,1 ,outh\\CSlt\, pulllll\\ =51Il\ Ihe
nonh side of Ihe entrance 10 the >team tunnd,

415'

T\\o-bay conduit

97

From pullbox 1151 proceed south southwest to pullbox 1152 adjacent
to steam manhole on the east side of the abandoned railroad tracks,

450'

Two-bay conduit,

98

From pullbox 1152 proceed south paralleling the abandoned railroad
tracks to pullbox 1153 opposite the southern end of Building 63,

300'

Two-Bay conduit.

99

From pullbox liS) proceed 900 west southwest. paralleling Pontiac
A~enue across the rise to pullbox "54 u', "h, bottom of rower Koad
opposite the southern end of Ruilding 6J,

400'

Tow-bay conduit.

From puilbox 1154 prllceed north
pullbox #34,

150'

,

:

:
I

,

100

nClnh~est

10

up Powcr RCl3d to

I
I

i
Two-bay conduit.

I

I

I

,
I

Two-bay conduit.

1

!
I

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFPN17521
Page 38

4.11 Fiber Optics Cable Running List
"

CABLE
NUMBJ:

DESCRIPTION/COMMENTS

R

,

NIJMBEIlOF
"nBJ:R

S'riIANDs

LENGTH
(Jl'I)

I

Connects Admin A 10 ISC via Howard Avenue and Slate Hill
Road.

192

2,300'

2

Connects Admin A to Minimum Security via Howard Avenue.

48

1.650'

3

Connects Admin A 10 Medium Security via Howard Avenue and
Wesl Road.

192

3,200'

4

Connects Admin A 10 Maximum Security via Howard Avenue and
West Road.

192

4.800'

5

Connects Admin A 10 Slaff Building.

24

360'

6

Connects Admin A 10 Marshall's Building via Howard Avenue.

12

800'

7

Connects Admin A 10 Girl's School.

12

')')')

8

Connects ISC 10 Maximum Securil)' via Siale Hill and Power
Roads.

192

5,500'

9

Connects ISC 10 High Security via Slate Hill Road.

24

2,750'

10

Connecls ISC to Sundlun Building "ia Siale Hill and Power
Roads.

24

2.750'

II

Connects \ledium

24

625'

I!

("'nneets \h:dium 'c.:urn~

It. Cdlllll'~1. "'

12

:':'5'

I.:

t"lOne.:ts \kdlllm ......... Urlt'

Il'

Co:Il 111.,...1. B

12

<)50'

I~

CllnncclS \lediulll

tl' Cdl BI,•.:!.. C

12

1.150'

15

C,lnn.:els \kdiullI ...... .:uril~

h'

C...l1 Bk•.:1. n

11

1.350'

It.

(llnll.:els \lcoJiulll

S.:.:uril~ It.

Cdl BI,•.:!, F

11

1550'

17

Conm:.:ls \ledium

Seeurit~ III

Cdl Blod.

r

12

1.150'

18

Connects Medium Securil~ to Pinel Building via Schesl'er Lane.

48

1.675'

19

Connecls Pinel Building 10 Dix Building.

12

450'

20

Connects Pinel Building 10 Women's Jail..

12

300'

21

''-onnecis Ma.ximum Securily 10 Building 36.

12

2,050'

!

22

Connects Maximum Security to Cenlral Warehouse.

24

2.100'

i

23

Connects Maximum Securil)' 10 Building III.

12

2.800'

I
!

24

Connects Maximum Security 10 the Medium Securil)' Annex

24

2.625'

i

Sccuril~ h'

S.:.:uril~

A.:.:.)unllng Building.

-

I

I
,i

I

I
I

I
I

I

I

II
I

I
I

RJ Department ofCo"ections
Howard Center
Telephone System RFP
RFPN17521
Page 39

4.12 Copper Cable Running List
DESCRJPTION/COMMENTS

CABLI:
NUMBE

It

NUMBER OF

LENGT

COPPER

-R

PAIRS

(F'I')

I

Connects Admin A to Staff Building.

100 pr

360'

2

COMects Admin A to Marshall's Building.

SO pr

800'

3

Connects ISC Admin Area to rear of facility.

100pr

1,200'

4

Connects High Security to Sundlun Building.

100pr

92S'

S

Connects Medium Security to Accounting
Building.

100pr

62S'

6

Connects Medium Security to Cell Block A.

SO pr

S7S'

7

Connects Medium Security to Cell Block B.

SO pr

9S0'

i

8

Connects Medium Security to Cell Block C.

SO pr

I.ISO·

,

9

Connects Medium Security 10 Cell Block D.

SO pr

I.3S0·

!

10

Connects Medium Security 10 Cell Block E.

SO pr

I,SSO'

i

11

Connects Medium Security 10 Cell Block F.

SO pr

1,7S0'

12

Connects Pinel Building to the Db: Building.

100 pr

450'

13

Connecls Pint:! Building Il' the \\'omen's Jail.

100 pr

300'

lot

("lnnc.:b ("cntral Wardlllu"ic h\ Building 36

50 pr

650'

I~

C.,nn..:.:ts Ccntr;11 \\ ;lro.:h,.u,c h' HuilJing III

511 pr

1.000'

50 pr

1.300'

I

:

1

.I". ...

....

C'lRnc.:lS ("cntral W;uch,.usc

. ....

..

h'

(j;uagc.

..

_

.

---- ...------- 1...-_............._

I
I
!
I

..

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521

Page 40

v.

INSIDE CABLE SPECIFICATION

NOTE: All items in this section must he acknowledged with all exceptions noted.
5.1 GENERAL SCOPE OF WORK
5.1.1

The following items will be supplied by the successful bidder:

a
b.
c.
d.
e.
f.
g.
h.
1.

J.
k.

l.

All cross connect rings or spools.
All connecting blocks.
All mounting brackets.
All station cable (Voice and Data as required).
All communication outlets and terminating modular jack hardware as
required.
All station blocks (as required).
All hangers and mounting hardware.
All tie wraps, bushings and miscellaneous parts.
All installation tools and equipment necessary to complete project.
All modular jack hardware as required.
All 19" patch panels. mounting brackets, cable supports. as cited.
All wireways. raceways. and conduit as required.

5.1.2

Vendor will be responsible for assembly of all components including but not limited
to: Cable. Face plates. Connectors. 110 blocks. Patch Panels. and Equipment racks.

5.1.3

All wiring shall be neatly installed without lIsing any other electrical conduits.
plumbing. heating or air conditioning structures for support. Wiring shall be rouled
so that it does not interfere with access to panels. switches, valves or other
maintenance systems.

5.1.4

All sleeves and conduits will be constructed so that, after installation of new plant the
sleeves, riser conduits, et cetera will have 60% spare capacity.

5.1.5

All station cable will be installed off ceiling grids, supported by cable tray, unistrut or
pull rings.

5.1.6

Already installed cable trays and pull rings may be used where available.

RJ Department 0/ Corrections

Howard Center
Telephone System RFP
RFP#17521
Page 41

5.1.7

Vendor will test all twisted wire cabling to 100% accuracy level or replace the wire.

5.1.8

Wiring shall be routed to avoid all fluorescent and/or neon light fixtures.

5.1.9

Exposed wiring is not acceptable in any space without prior written consent of
customer.

5.1.10

Vendor shall follow all Federal, State, and Local Fire and Electrical Codes and OSHA
guidelines and perform all work exhibiting a good quality craftsmanship.

5.1.11

To the extent possible (given existing building structures and closets) Vendor shall
adhere to all industry standards for installation as defined in EIA\TIA 568, 569, 606.
and 607.

5.1.12

All penetrations will be sealed with a smoke and flame stop with a two (2) hour rating
(concrete and/or paper are not acceptable) at the end of each week.

5.2 COMMUNICATIONS OUTLET SPECIFICATIONS

5.2.1

At the station and/or communications outlet end, cables will be connected to Lucent
Technologies M I modular information outlets, or
approved equivalent. as detailed below.

5.2.2

At the station and/or communications outlet end.
white le\'el 3 voice cable will be located in top
position,

ICA, 3 T5685
i

I

I

I CAT S

5.2.3

5.2.4

5.2.5

At the station and/or communications outlet end. grey
level 5 data cable will be located in the middle
position.
At the station and/or communications outlet end, blue
level 5 data cable will be located in the bottom
position.
At the station and/or communications outlet end all
jacks will be installed into white single gang
faceplate, Lucent Technologies part number M13A-262,

T556':'

CAT S. T5683

Lucent Technologies
MBA Face Plate

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17S21
Page 42

5.2.5

All outlets will be installed into vendor supplied work boxes and positioned to
conceal all cable exit holes.

5.2.6

All outlets will be clearly marked with labels provided by Vendor as to station and
cable nwnber in accordance with customer labeling scheme. All outlets will be
marked on the work box using indelible marker as well as on the faceplate. Labeling
on the faceplate will be typed.

5.2.7

All outlets will contain one (1) voice 4-pair category 3 cable and two (2) data 4-pair
category 5 cables unless otherwise specified.

5.2.8

Outlets marked as "Wall" or "Inmate" will contain one (1) voice 4-pair category 3
cable terminating into flush wall mount RJII jack.

5.3 VOICE TWISTED PAIR STATION CABLE
5.3.1

Voice station cable will consist of one (I) unshielded, 4-pair, 24 gauge copper, solid
conductor level 3, twisted cable with overall while PVC or Plenwn-rated jacket as
required by local building codes (Lucent Technologies part nwnber 10 I 0/2010 or
approved equivalent).

5.3.2

At the station and/or communications outlet end. cable will be connected to "hi/e!.
Category 3. T5688 Lucc:nt l"c:dl11ologies jack. pan number MIBH-H-262 (or
approved equi\"alem 1 which \\ill be placed in the top jack position.

5.3.3

Cables will include six (61 ti::c:t of additional length. looped and secured above the
ceiling at the station outlet end to allow for future room rearrangements.

5.3.4

All cable will be labeled with identifying jack number for ease of identification.

5.3.5

All cables will be marked clearly and legibly at both ends within 9" of cable
termination with indelible marker or other approved method (Le. P-touch labels).

5.3.6

Station locations will be maf~ed on connection block:. at IDFIMDF showing the
appropriate tirst pin for each station cable. All label strips will be typed.

5.3.7

A: the Voice IDF end:
a. Cables will be terminated onto wall mounted category 3 rated 110 blocks (AT&T

RI Department ofCo"ections
Howard Center
Telephone System RFP
RFPfl17S21

Page 4)

part number 110 AWI-300 or approved equivalent).
b. Cables must be cut down in numerical order.
c. One (I) spare 300 pair cross connect wiring block will be supplied for future
growth. Please see section 5.11 for cable running lists.

5.4 DATA TWISTED PAIR STATION CABLE

5.4.1

Data station cabling will consist of one (I) grey and one (I) blue unshielded, 4-pair, 24
gauge copper, solid conductor level 5 twisted cable with overall PVC or Plenum rated
jackets as required by local building cocies (Lucent Technologies part number 1061/2061
or approved equivalent).

5.4.2

At the station and/or communications outlet end, the grey cable will be connected to grey
Category 5, T568A Lucent Technologies modular jack, part number MPSIOOBHI-270
(or approved equivalent) and placed in the middle position.

5.4.3

At the station and/or communications outlet end. the blue cable will be connected to the
blue Category 5. T568B Lucent Technologies modular jack part number MPSI00BHBIK-318 (or approved equivalent) and placed in the bonom position.

5......

Cables will include six (6) f~t:t otadditional length. looped and secured abo\"e the ceiling
at the station outlet end to allo\\ for future room rearrangements.

5....5

All cable will be labeled \\"jth idl:ntifying jack number for ease of identification:

5....6

All cables will be marked clearly and legibly at both ends within 9" of cable termination
with indelible marker or other approved method (Le. P-touch labels).

5.4.7

Station locations will be marked on patch panels at Data IDF showing the appropriate
jack number.

5.4.7

At the Data IDF end:
a. Cables will be terminated into separate patch panels. Grey cables with T568A
wiring configuration will be terminated into category 5 rated 110 patch panels,
Lucent Technologies part number II OOCAT5-nnA or approved equivalent. Blue
cables with T568B wiring configuration will be tenninated into category 5 rated

Rl Department ofCo"ections
Howard Center
Telephone System RFP
RFP#17S21
Page 44

110 patch panes, Lucent Technologies part nwnber II OOCAT5-nn or approved
equivalent.
b. Patch panels will be wall mounted using Vendor supplied hinged brackets.
c. Cable support bars and management panels will be used as required to ensure
quality installation.
d. Cables must be cut down in numerical order.
5.4.8

Cables will be terminated as per manufacturer specified color code.

5.5 VOICE RISER AND DISTRIBUTION SYSTEM
5.5.1

Voice riser and/or distribution cables will be no smaller than lOO-pair (unle';s
specifically excepted), 24 gauge with overall CMR or CMP jackets as required by local
building codes. All riser cable will be riser rated.

5.5.2

All IOO-pair cable will contain four (4) 25-pair binders.

5.5.3

All 25-pair cables will be cut down in order of binder color as follows: Blue> Orange>
Green> Brown> Slate.

5.504

Distribution cables will he cut down per industry standard.

5.5.5

Color code of each 25-pair binder will be per industry standard.

5.5.6

All wiring shall be neatly installed without using any other electrical conduits.
plumbing, heating or air conditioning structures for support. Wiring shall be routed so
that it does not interfere with access to panels. switches. valves or other maintenance
systems.

5.5.7

All sleeves and conduits will be constructed so that, after installation of new plant the
sleeves. riser conduits, et cetera will have 60% spare capacity.

5.6 VOICE RISER AND DISTRIBUTION CABLE TERMINATIONS
5.6.1

All distribution and/or riser cable will be terminated in AT&T 110 AWI-300 type

Rl Department ofCo"ections
Howard Center
Telephone System RFP
RFP#17521
Page 45

blocks.
5.6.2

All termination blocks at the IDF's will be mounted on customer supplied plywood
backboards.

5.6.3

All termination blocks will be mounted below station distribution cable terminations.
Bottom block will be at least 24" above the finished floor.

5.6.4

The first block will be a minimum of 6" from the end of the backboard. Adjacent rows
will be 2" apart. Minor adjustments in row spacing will be allowed to provide clearance
of the mounting studs behind the backboards.

5.6.5

Riser distribution cable will include four (4) pair per voice station with a minimum of
30% growth per IDF in multiples of 100 pair cables.

5.6.6

At IOF end, Vendor will cross-wire each station pair to each voice riser cable to extend
back to BDF or MDF as appropriate. Stations will be cross-wired to riser in selluential
order.

5.6.7

Vendor will be responsible for supplying and constructing infrastructure to support
cable runs above ceiling levels. Cable tray or Unistrut is required to support all
horizontal sections for riser cable.

5.7 :\IET:\L RACE\VAYS OR CONDUIT
5.7.1

All exposed cabling will be concealed in metal raceway or conduit. All transitions
(bends. tees. el cetera) will be done with faclory made littings.

5.7.2

Raceway will be of sufficient size to accommodate all wiring. Fill density not to
exceed 40%. It is the responsibility of the bidder to determine the sizes needed.

5.7.3

All raceway will be attached to the building structure using screws and anchors. At a
minimum, attachment will be every four feet.

5.7.4

All raceways and wireways shall incorporate the following:
a.

Snap fit cover design with cover removal groove accessible from either top or
side of raceway/wireway.

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 46

b.

A minimum of2 inch radius control at all bend points (elbows & similar fittings).

c.

External means of coupling sections and fittings of raceway/wireway together so
that no sharp edges or threaded ends of fasteners shall protrude into the
raceway/wireway. Interior cross sectional area of the raceway/wireway will not
be reduced by couplers.

d.

Couplers designed to provide "splice appearance cover" to assure complete
raceway/wireway closure at joints.

e.

Bolt through coupler design for maximum strength and assurance against
separation at joints and/or fittin~s.

f.

Mounting means designed so that attachment of raceway/wireway to the
mounting device will not distort the raceway/wireway in a way that will make
cover removal difficult.

g.

Modular termination boxes which mount on raceway and/or cable tray to
facilitate termination of all low and high voltage services.

5.7.5

Surface metal raceways shall be constructed and installed per Article 352 of the NEe
and be listed by lIL under section 5.

5.7.6

\\"ir~\\JYs

shall b~ I.:l)nSirlll':l~d <lnJ instalkd
L"L under section 870.

5.7.7

.-\11 surface metal raceways and wireways shall be compliant with guidelines publish~d
in EI:\iTIA 568 and 569.

p~r .-\nid~

362 of the ~EC and

b~

list..:J by

5.8 CABLE TESTING
5.8.1

Twisted pair cables should be tested for opens, shorts. crossed pairs, properly
terminated connections, impedance. near & far end cross-talk. and cable lengths.

5.8.2

Category 5 testing: Each jack in each outlet shall be tested for Category 5, TSB 67
compliauce, using an appropriate Level 2 testing instrument, to verify both the integrity
of all conductors and correctness of the tennination sequence. Testing shall be
performed between modular jacks at the outlets and the modular jacks at the termination
field(s).

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 47

5.8.3

All testing specified herein is to be documented. Date, time, technician, test set
identifier and for Category 5 level 2 tests, the technician and the witness are to be
logged. The test log file is one of the deliverables required for acceptance and job
completion certification. The log file will be presented in a 3-ring binder submitted
with the as-built drawings. (See below.).
a.

Tests will include 100 MHZ sweep tests, continuity, polarity checks, Near End
Cross Talk, and attenuation.

b.

Installed length for all cables will be noted.

c.

The table shall indicate all defective pairs and test results of all pairs listed above.
Cables not complying with the EIAffIA 568A Category tests for 100 mbps rating
or passing TSB 67 test guidelines, shall be identified to the Project Manager for
corrective action which may include replacement at no additional exrense to the
:'
customer.
5.9 CABLE DOCUMENTATION

5.9.1

The successful bidder must establish cable records during the installation. These
records will. at a minimum. correlate station location number. IDF, horizontal and/or
riser distribution cable number. and cross-wire pairs, A clean, legible copy of these
records must be submitted upon project completions. A diskette record using an
Excel g or mutually agreed upon format \\"ill also be submitted upon project completioll.

5.9.2

The successful bidder must present three (3) complete sets of as-built drawings
following project completion. These dra\\'ings will. at a minimum. show the location
and type of all closets. distributing cable runs. and outlets.

5.9.3

As-built plans of all drawings are to be provided in both hard and soft copy format.
Format to be mutually agreed upon by Vendor and Customer.

5.9.4

Testing documentation should include all information necessary to replicate tests at a
future date.
5.10 GUARANTEE

5.10.1

At the completion of all work, the Contractor shall deliver a Le/ter a/Guarantee to the
customer. This guarantee certifies that the Contractor shall promptly replace or repair
any equipment or materials found to be damaged by workmanship or failure due to

RJ Department ofCorrections

Howard Center
Telephone System RFP
RFP#17S2J
Page 48

workmanship that becomes apparent within five (5) years from the date ofjob
completion. This letter shall be included in the documentation.
5.10.2

All manufactW'er warranties will be documented and provided to customer at
completion of the installation.

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 49

5.11 CABLE RUNNING LISTS BY BUILDING
Administration "A" Building

Qly
Phones

Station Cabling

Floor

Description

Ad
m

In
m

Voice
Drops

Data
Drops

Avg
Cable
length

Stations

BDF

Basement

12

0

12

24

100 ft

Station cable
run in metal
raceway.

Build new
Basement BDF

1st

13

0

13

26

125 ft

Station cable
run in metal
raceway.

Basement BDF

2nd

15

0

15

30

150 ft

Station cable
run in metal
raceway.

Basement BDF

Totals:

40

0

40

80

Administration uB" Building
Qty
Phones

Station Cabling

Floor

Description

Adm

Inm

Voice
Drops

Data
Drops

Avg
Cable
Length

Stations

BDF

Basement

8

0

8

16

100 ft

Station cable
run in metal
raceway.

Re-use
Basement
BDF

1st

20

0

20

40

125 ft

Station cable
run in metal
raceway.

Basement
BDF

150 ft

Station cable
run in metal
raceway.

Basement
BDF

2ncl

21

0

21

42

Totals:

49

0

49

98

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPII17S21

Page SO
Intake Service Center
Qty
Phones

Station Cabling

Floor

Description

Adm

Inm

Voice
Drops

Data
Drops

Avg
Cable
Length

Stations

BDF

Ground - North

71

4

0

0

Oft

nJa

n/a

1al -North

7

16

0

0

Oft

n/a

n/a

2nd -North

9

16

0

0

Oft

n/a

n/a

3rd -North

0

0

0

0

Oft

n/a

n/a

4ltl -North

3

0

0

0

Oft

n/a

n/a

Ground Level· South
Bldg

0

0

0

0

Oft

n/a

n/a

ill - South Bldg

28

9

0

0

Oft

n/a

n/a

2nd· South Bldg

18

18

0

0

Oft

n/a

n/a

Totals:

87

36

0

0

Note: No inside station cabling required. Need to reconnect to existing cabling; may require running
additional copper riser from BDF to IDFs

R1 Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 51
Pinel Building

Qty
Phones

Station Cabling

Floor
Adm

Ground

1st

7

30

Inm

0

0

Voice
Drop
s

7

30

Data
Drop
s

14

60

2nd

24

0

24

48

Totals:

61

0

61

122

Description

Avg
Cable
Length

Stations

BDF

225 ft

Run cables in drop
ceiling in corridors
to metal
racewaysJwireways

BDF-1st Fir

200 ft

Run cables in drop
ceiling in corridors
to metal
raceways/wireways

Relocate BDF
to 1st Floor
Utility Closet

225 ft

Run cables in drop
ceiling in corridors
to metal
raceways/wireways

BDF-1st Fir

RI Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521

Page 52

Minimum Security Building
Qty
Phones
Floor
Adm

Bldg A
Basement

0

Description

Station Cabling

m

Voice

Data

Avg
Cable
Length

Stations

BDF

0

0

0

-

-

-Electrical
Room
behind
Kitchen
area.

In

Bldg A-1st

10

0

0

10

200 ft

Pull 2nd Data
cable through
existing conduits.
Re-terminate all
cables into single
faceplate.

Bldg BBasement

4

0

4

8

290 ft

Station cable to
be run through
metal raceway

Bldg A BDF

Bldg B - 1st

20

20

40

40

310 ft

Station cable to
be run through
metal raceway

Bldg A BDF

Bldg B - 2nd

2

8

iO

4

330 ft

Station cable to
be run through
metal raceway

Bldg A BDF

Bldg B - 3rd

17

8

25

34

350 ft

Station cable to
be run through
metal raceway

Bldg A BDF

Bldg CBasement

0

0

0

0

---

Station cable to
be run through
metal raceway

Bldg A BDF

Bldg C -1st

20

20

40

40

310 ft

Station cable to
be run through
metal raceway

Bldg A BDF

330 ft

Station cable to
be run through
metal raceway

-"

Bldg C - 2nd

5

6

11

12

Totals:

78

62

130

148

Bldg A BDF

RJ Department of Corrections
Howard Center
Telephone System RFP
RFP#17521
Page 53
Medium Security BUilding

Qty Phones

Station Cabling

Floor
Adm

Inm

Voice

Data

Description

Avg
Cable
Length

Stations

BDF

Existing.

Segregation

2

0

0

2

390 ft

Pull additional data
cable to each outlet
& re-terminate face
plate

Medical

4

0

0

4

320 ft

See above.

Existing.

Administratio
n

62

0

0

62

150 ft

See above.

Existing.

Warehouse
IMaintenance

3

0

0

3

230 ft

See above.

Existing.

KitchenlOinin
9

1

0

0

1

280 ft

See above.

Existing.

Education

4

0

0

4

550 ft

See above.

Existing.

Support

4

0

0

4

230 ft

See above.

Existing.

Mechanical

3

0

0

3

230 ft

See above.

Existing.

Gate House

3

0

0

3

250 ft

See above.

Existing.

Mod "A"

5

6

0

5

75 ft'

See above.

Existing.

Mod "B"

5

6

0

5

75 ft=

See above.

Existing

"e"

5

6

0

5

75 ft3

See above.

Existing.

Mod "0"

5

6

0

5

75 tr

See above.

Existing.

Mod "E"

5

6

0

5

75 fts

See above.

Existing.

Mod

I

,

Inside cable: Ie:ngths only.

-

In:;id\~ cabl~

I::ngths only.

j

Inside: cable: len~ths only.

4

inside: cable h:nglhs only.

S

Inside cable lengths only.

RJ Department ofCorrections

Howard Center
Telephone System RFP
RFP#17S21

Page 54
Mod !IF"

5

6

0

5

Totals:

111

36

0

111

6

Inside cable: lengths only.

75 ftS

See above.

Existing.

RJ Department ojCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 55
Maximum Security Building
Qty
Phones

Station Cabling

Description

Floor
Adm

Inm

Voice

Data

Avg Cable
Length

Stations

BDF
BDF to be
located in
basement of
building

Admin 1

1

0

1

2

75 ft

Stations to
be run using
metal
raceway.

Admin 2nd

15

0

15

30

150 ft

see above

Basement
BDF

Admin 3rd

15

0

15

30

170 ft

see above

Basement
BDF

200 ft

Cables run
up from
basement
level.

BDF

s1

Rotunda 1s1

13

0

13

26

Rotunda 2nd

2

0

2

4

Rotunda 3,d

1

0

1

2

Prudence 1
[A,B,C]

Prudence 2
[D,E,F]

Aquidneck 2
[G,H,I]

Aq..,idneck1
[J,K,L]

2

2

2

2

3

3

3

2

5

5

5

4

4

4

4

4

-

220 ft

BDF

240 ft

BOF

430 ft

Cables run
up from
basement
level.

BOF

430 ft

Cables run
up from
basement
level.

BOF

330 ft

Cables run
up from
basement
level.

BOF

280 ft

Cables run
up from
basement
level.

BOF

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 56
Maximum Security Building
Qty
Phones

Description

Station Cabling

Floor
Adm

Hope 1

[M,N,O]

Hope 2
[P,Q,R]

IntinnaIY

Diningl
Kitchen

2

2

13

3

Inm

3

3

a

0

Voice

5

5

13

3

Data

4

4

26

S

Avg Cable
Length

Stations

BDF

280 ft

Cables run
up from
basement
level.

BDF

330 ft

Cables run
up from
basement
level.

BDF

330 ft

Cables run
in conduit
from
basement of
Aquidneck
1. Conduit to
be installed.

BDF

350 ft

Cables run
in conduit
from
basement of
Aquidneck

BDF

2.

wer#1

Tower#2

1

1

a

0

1

1

2

2

500 ft

Cables run
up from
BDF on
outside of
building up
wall to
Tower# 1.

BDF

900 ft

Cables run
along pip~
on wall
walkway
from
Tower#1.

BDF

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 57
Maximum Security Building

Qty

Station Cabling

Phones

Description

Floor
Adm

Tower#3

Tower#4

Tower#5

Ed/Rec Bldg

Industry#1

1

2

1

4

4

Inm

Voice

0

1

2

0

0

1

4

0

0

4

I

Data

2

4

2

8

8

Avg Cable
Length

Stations

BDF

950 ft

Cables run
up through
Prudence to
top of wall
through pipe
to corner.

BDF

1225 ft

Cables run
up through
pipe via
Tower#3
and
Industries 2
building.

BDF

550 ft

Cables run
up through
Prudence to
top of wall
through pipe
to corner.

BDF

950 ft

Cables run
up through
Prudence to
top of wall
drop down
wall into
Ed/Rec
building.

BDF

1250 ft

Cables run
outside of
building via
Towers
#1&2 on top
of wall back
down to
Industry#1

BDF

RJ Department ofCorrections

Howard Center
Telephone System RFP
RFP#17521
Page 58
Maximum Security Building
Qty
Phones

Description

Station Cabling

Floor
Adm

5

Industry#2

Voice

Inm

5

0

Avg Cable
Length

Data

1350 ft

10

BDF

Stations
Cables run
up through
Prudence
along top of
wall via
Tower#3
back down
to Industry

BDF

#2
1

0

1

2

600 ft

Through
outside
conduit.

BDF

Canine
Control

2

a

2

4

600 ft

Through
outside
conduit.

BDF

Totals:

97

17

114

194

Parking Lot

High Security Building
Station Cabling

Qty Phones
Floor
Inm

Adm

Ground

a

2

r

I

Voice

a

Data

2

Description

Avg
Cable
Length

Stations

125 ft

Add one (1)
data cable to
existing outlets
& re-terminate
all cables to
single faceplate.
All stations are
fed via conduit.

BDF

Relocate BDF
to
Maintenan~e

Shop; Ground
Levei

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17S21
Page S9

1st

59

8

67

59

Totals:

61

8

67

61

275 ft

Add one (1)
data cable to
existing outlets
& re-terminate
all cables to
single faceplate.
All stations are
fed via conduit.

Ground level
Maintenance
Shop

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFPN17S21
Page 60
Women's GM Building

Qly Phones

Station Cabling

Description

Adm

Inm

Voice

Data

Avg
Cable
Length

Stations

BDF

Basement

12

0

12

24

200 ft

Run station
cables in metal
raceway.

Reuse BDF
basement level

1st

17

4

21

34

220 ft

Run station
cables in metal
raceway.

Basement BDF

2nd

13

6

19

26

240 ft

Run station
cables in metal
raceway.

Basement BDF

Totals:

42

10

52

84

Floor

.

Women's Dix Building
Qty Phones

Station Cabling

Description

Adm

Inm

Voice

Data

Avg
Cable
Length

Stations

BDF

Basement

6

0

5

12

175ft

Run statior'J
cables in melal
raceway.

1" floor BDF

1st

12

6

18

20

150 ft

Run station
cables in metal
raceway.

Relocate BDF
to 1st floor
center section

2nd

78

5

83

162

175 ft

Run station
cables in metal
raceway.

1'1 floor BDF

Totals:

96

11

107

194

Floor

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 6/
Marshall's Building

Qty
Phones

Station Cabling

Description

Floor
Adm

Basement

1st

0

3

Inm

0

0

Voice

0

Data

Stations

BDF

nfa

Station
cable run in
metal
raceway.

Re-use
Basement
BDF

50 ft

Station
cable run in
metal
raceway.

Basement
BDF

65 ft

Station
cable run in
metal
raceway.

Basement
BDF

0

3

6

nd

4

0

4

8

Totals:

7

0

7

14

2

Avg Cable
Length

Central Warehouse
Qty
Phones

Station Cabling

Description

Floor

Adm

Inm

Voice

Data

1st

20

0

20

40

Totals:

20

0

20

40

Avg Cable
Length

Stations

BDF

150 ft

Station
cable run in
metal
raceway.

Existing BOF.

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFPfl17S21
Page 62

Cold Storehouse

Qty
Phones

Description

Station Cabling

Floor
Adm

Inm

Voice

Data

1

10

a

10

20

Totals:

10

a

10

20

st

Avg Cable
Length

Stations

BDF

200 ft

Station
cable run in
metal
raceway.

Basement
BDF

Central Power

Qty
Phones

Description

Station Cabling

Floor
Adm

st

Inm

Voice

Data

1

5

0

5

10

Totals:

5

0

5

10

Avg Cable
Length

Stations

BDF

250 ft

Station
cable run in
metal
raceway

Re use
existing
BDF

Garage

Qty
Phones

Station Cabling

Description

Floor
Adm

Inm

Voice

Data

1st

2

0

2

4

Totals:

2

0

:2

4

Avg Cable
Length

Stations

BDF

50 ft

Station
cable run in
meta:
raceway.

Reuse
existing BOF

-

RJ Depanment of Corrections
Howard Center
Telephone System RFP
RFP#17521
Page 63

Medium Security Annex
Station Cabling

Qty Phones

Avg
Cable
Length

Stations

BDF

20

225 ft

Run station
cables in metal
raceway..

1SI floor BDF

Floor
Adm

Description

Inm

Voice

Data

Basement

10

6

16

1st

31

0

31

62

200 ft

Run station
cables in metal
raceway.

Relocate BDF
to 1sifloor
center section

2nd

10

6

16

20

225 ft

Run station
cables in metal
raceway.

1" f1'Jor BDF

3td

10

6

16

20

250 ft

Run station
cables in metal
raceway.

1" floor BDF

Totals:

61

18

79

122

.

Rl Department ofCorrections
Howard Center
Telephone System RFP
RFPfl.17521
Page 64

VI. SPECIFIC SYSTEM SPECIFICATION

6.1 SYSTEM CONFIGURATION SCHEMATIC
6.1.1

The following

abbrevi~tions haveb~en

used to signify specific configurations:

a. AAC - At Actual Cut over
The -system will have this configuration at cut over. Note, the vendor, at his/her
discretion, and with permission of RI DOC, may increase the number of prisoner
telephones, with concomitant increases in infrastructure (inside plant and analog system
pons) as required.
b. EQPT - Equipped
The system should come equipped with sufficient line cards, trunk cards, shelves, etc. .
to anow the switch to expand to this capacity on short notice. System software should ..
be programmed for this capacity at the time of installation. The bid should not include
instruments in addition to what is required at actual cut over.

c. \IAX - ylaximum
Th~

CUSlOmer is assuming a ten year life span for [his system. Thus whil~ [h~ quoted
system price should not include [he component parts to support the system at the
maximum size indicated. [he switch must- be able to grow to [his size. Note. overall
system size to suppOrt all Howard Center agencies is in the vicinity of 10.000+ stations.
Vendors are urged to plan overall system capacity accordingly.
6.2

6.2.1

CO~IPO~El\T

LISTS

The Vendor will supply a list of components with quantities and part numbers that
comprise the quoted systems by system and/or remote module, if applicable. This will
be inserted in Secdon 4.

RJ Department of Corrections
Howard Center
Telephone System RFP
RFP#17521
Page 65

6.3 SYSTEM CONFIGURATION
6.3.1

Station and trunk specification:
ADMINISTRATION A • MAIN HUB
·if9!+AilJ;Dt~?r%@ftft::Uel:¥:
Analog Ports
Analog Featurephone
0
0
Analog 2500 Desk Set
6
Analog 2500 Wall Sct
Prisoner Telephoncs
0
25
Power Failure Transfer Stations
ModemsIFax Pons
32
Voice Mail Pons
46
Off·premise Extcnsions
100

Digital Pons
10·BTN Display SCi
20·BTN Display Sel
20·BTN Display w/SPKERPHN

tWEQi..t~if
418·

t:::):.MAXh:
500

240
, 80
20
20

ATTENDANT
Console wfHcadscl
SETWURK
~

ISDS PRI

,~

,,

-~

:-'lISCELL\SI;OL'S
C'USl\lm.:r Admin T.:rminal
Prinl.:r
S:-'\I)R I'on
S~ Sl.:m R.:dundal":~

Syslem UPS

-l

hrs

4
.~~
~-l

10

RJ Depanment ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 66
INTAKE SERVICE CENTER REMOTE MODULE
Analog Pons
Analog Feanm:phone
Analog 2S00 Desk Set
Analog 2S00 Wall Set
Prisoner Telephones
ModcmslFax Pons
Voice Mail Pons
Off· premise Extensions
Digila1 Ports
10-BTN Display Set
20-BTN Display Set
20-BTN Display w/SPKERPHN
NETWORK
Analog
MISCELLANEOUS
System UPS

200

SOO

20
6
6

so
32

o
o
320

120
20
20
2S

2S

so

O.S hrs

HIGH SECl:RITY REMOTE MODULE
Analog Ports
Analog Fe31urephonc
Analog 2500 Desk SCi
Analog 2500 W311 Sel

192

o
6
16
16

II>
Itl
II

II)·an;

Di:ipIJ~ ~':I

~"·Bn; DI:ipIJ~

S.:I

III

~rl·BTS Di:ipIJ~

\\ SPKrRI'II\.

I~

\.ITWORK

Analog
MISCELLA:--EOlS
S~slcm UPS

10

05 hrs

If)

SOD

RJ Departmen/ ofCorree/ions
Howard Cen/er
Telephone Sys/em RFP
RFP#17521
Page 67
MEDIUM SECURITY REMOTE MODULE

Analog Ports .
Analog Feanuephone
Analog 2500 Desk Set
Analog 2500 Wall Set
Prisoner Telephones
ModemsIFax Ports
Power Failure Transfer Ports
Off-premise Extensions
Digital Ports
10-BTN Display Set
20-BTN Display Set
20·BTN Display w/sPKERPHN
NETWORK
Analog
MISCELLANEOUS
System UPS

168

500

o
6

16
36

16
10

o
248
72
36

16
10

10

0.5 hrs

MINIMt!~1 SECrRITY RntOTE ~tODlJLE
···'-,:lTEM.DESCRJPnON'·.· .. :::::··rAAC::?~EQn:.::::X.:.MAX:
Analog Ports
192
SOO
Analog Fealurephonc
0
Analog 2500 [)(sk Sct
6

Digilal PortS
IO·BT:-: Dbpla~ Set
::!\l·I3T\;

Displa~ SCi

::!O·BT\

Di:ipla~

\\

SP~ERI'II'

If>

'r:TWOR~

Analog

10

~IISCEI.I.A:-;EOUS

Systl:m L'PS

05 hrs

10

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFPfl.17S2/
Page 68
PINEL BUILDING REMOTE MODULE
Analog Ports
Analog Feanuephone
Analog 2S00 Desk Set
Analog 2SOO Wall Set
Prisoner Telephones
ModemsIFax Ports
Power Failwe Transfer Ports
Off·premise Extensions
Digital Ports
Io-OTN Display Set
20·BTN Display Set
20-BTN Display w/SPKERPHN
NETWORK
Analog
MISCELLANEOUS
System UPS

~L\.XIMUM

192

SOO

o
6
16

48
16
10

o
248
72

36
16
10

10

4.0 hrs

SECURITY RE~IOTE MODULE

.: :.::;".:::;;ITEM.DESCJUJmON:::ri;::i(?::=tM''AActr:::::::{::IQPT.:'?> :::{.:)MAX'··
Analog Pons
Analog Featurephone
Analog 2500 Desk Set
Analog 2500 Wall Set

0
6
16

Prisoner Tdephon~s

36

168

~16

lo-an;

Djspla~ S~t

~O-RT:" Di.pl.1~ S~t
~O-Bn;

Displ.1\ \\ ,>PKERI'II'

I~

SETWORK

:\nalol1

MISCELlANEOVS
System CPS

10

0.5 hr.

10

SOO

Telephone System RFP
RFP#17521
Page 69
CENTRAL WAREHOUSE REMOTE MODULE
Analog Pons
Analog Featurephone
Analog 2500 Desk Set
Analog 2500 Wall Set
Prisoner Telephones
Modems/Fax Pons
Power Failwe Transfer Pons
Off·premise Extensions

96

500

o
6
16

o
16
10

o

Digital Pons
10·BThl Display Set
20·BThl Display Set
20·BThl Display w/SPKERPHN

24
12
6

NETWORK
Analog

10

84

10

MISCELLANEOUS

System UPS

0.5 hrs

~IEDlnt SECl'RITY .-\S:'\EX RE~IOTE ~IODl'LE
AAC
ITEM DESCBJPll0N
EQPT
...
Anahll! P,ln)
112
\1\;lh'~ r~;llur~:,h"llc

\n.dl'~ ~~t.lP I>~ .. J.. "'I::

~OO

(,

...

.. ,

"

...
...

..

.-\I\JI.'l:! ~~(j1J \\ all 'c(

III

I'rls,'n~r rd~phlln.>

:~

\ 1"J~ms!I-'J\ p,,",
I',\\\er Failur. Tr:tn,kr 1'.'"Ulf·prcl1Ii,c E\lcn,I,\lb

In

Digital PMS

1tIA.X

Itl

...
...
...

,

.. ,
.. ,
.. ,

..,

IJ

...

..

...

112

.,

...

,

.

...

IO·BTN Displa~ Sel

.\0

20·BTN Displa~ SCi

12

'"

20·BTN Display w/SPKERPHN

6

...

.,.

.0

Ie

.'.

SETWORK
Ana!og
MISCELI.ANEOV5
Syslern UPS

0.:\ !Irs

.,.

RFP#17521
Page 72

6.3.4 Station features
6.3.4.1

The following are required station features:
REQUIRED STATION FEATURES
Automatic call-back calling (on-hook)
Call conference
Call forward (busy. variable. no answer)
Call hold
Call park
Call pick-up
Call1ransfer
Call wailing
Consultation hold
Custom inlercom (multi·line sets)
Do nOI dislurb
E,c:culi\e bargl:.in
I.JSI l1umhe.:r dlah:d
i\:r-"II.li l' lJ

hne.: I nlulll·!Ine.: -o:b I

Pn\ .I':~ lnlulu-llllc.: ,.:ts I
Rill;,! Jlllc.:r.:nUJIIlIO lim.:mal. e.:\t<:mal. <:\<:':1
Sp.:.:J call
TI.lu.:h

~Jialing

Trunk \ eri lication

RJ Departmen/ of Corree/ions
Howard Cenler
Telephone Sys/em RFP
RFP#1752J
Page 73

6.4 Call Accounting Requirement
6.4.1 The vendor may assume a call record quantity of 250,000 calls per month.
6.4.2 The Remote Storage Unit (if applicable), should be configured to hold the maximum
amount of call records.'

6.4.3 Reponing capabilities must include the following:
a.
b.
c.

d.
e.
f.
g.
h.

6.4.4

Th~

Station Detail & Summary.
Multi-Level Summaries.
(How many levels?)
Exception Repons.
- Call Cost
- Call Length
- Time of Day
- Frequently Dialed Number
- Specified Number
Trunk & Trunk Group Utilization.
Area Code & Exchange Summaries by Network Facility.
Print Directory.
Credit & 3rd Pany Information Integration & Billing.
G~n~ral ledger OlllPUI f 2 fnrmats).
vendor will list the ,nll1punems. their quamities and distribution on a per site basis.

6.4.5 The vendor is expected tl) train

(WI) (2)

system administrators on the use of this system.

6.4.6 The vendor will include Cable Management, Inventory Management. Work Order
Management and Trouble Log software as pan of (he system.

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#17521
Page 74

6.5. VOICE MAIL CONFIGURATION
6.5.1 Listed below are the parameters to be used in configuring the voice mail system. System
will be fully integrated with the PBX.
ITEM

AAC

Minimum Ports (voice mail)

48

Minimum Hours of Storage

100

Customer Administration Terminal

1

Printer pon (serial)

1

6.5.2 System Features
The following features will be included in the system pricing:
Message Waiting NO£ification
Lamp for extension users
Stuner Dial Tone for Off-Premise Stations
OutCall to pager/external number
:\olifi<.:ation \'ari~d b: time lit' da:
St3ruS of Called parry (!:lusy'no answer)
Co\'~rag~

based on the type of call:
Imernal vs. External
Trunk Group
Time of Day/Day of Week/Holiday

Queuing - hold calls in queue while extension is in use from Auto Attendant
Call Blocking by Trunk Group - restrict access from specific trunk groups
Dial by Name
Question and Answer Mailbox (promptc:l..
Nested Menus with single digit entries
Mailbox Idemification by Name
Personal Greeting
Return to Operator

RI Department ofCo;rections
Howard Center
Telephone System RFP
RFPN17521
Page 75

Name and Extension Header for Internal Messages
Transfer to Designated Extension for Coverage
DTMF Integration
Messaging:
Group Addressing
Distribution Lists - personal
Distribution Lists - group
Distribution Lists - system
Message Reply
Message Forwarding
Variable Length of Messages by Class of Service
Private Message
Future Delivery
lnunediate Call Back from Voice Mail
Receipt Verification
Override of Prompts
MIS Reporting:
System Performance
Network Traffic Report
User Message Statistics
U5er Calling Stati~tics
Disk Lisag~ Repnn
Port Statistics
Mailbox Usage Summary
User Status Detail
Redundancy
System Operating Software
Names & Greetings
Custom Reponing
Print Directory
Print Distribution Lists
Bill back by Mailbox/Department
Historical Statistics (Day/WeeklMonthfYear)

1
1
1
RJ Department ofCorrections

Howard Center
Telephone System RFP
RFP#17S21

Page 76

6.6 Inmate Coinless Pay Phone System
6.6.1

Vendor will provide inmate coinless pay phone capability that fully integrates with the
prospective telephone system installation..

6.6.2 This capability will pennit the inmate to call only those telephone numbers that were
registered by the inmate at the time ofintake. These lists of nwnbers will be easy to update
by the designated DOC personnel.
6.6.3 The capability will allow for each prisoner to be assigned a personnel identification number
(PIN) of up to twelve (12) digits.

1
1
1
1
1
1
1
1
1

6.6.4 DOC personnel will have the ability by PIN number to restrict and alter the following
prisoner call variables:
~
~

Length of calls placed by time of day and destination.
Number of calls placed by inmate per day and/or hour.

Any call duration limit imposed v.."ill be announced to the user when time is about to expire.

6.6.5

Insertion of an automatic announcement on each prisoner call identifying the call as
originating from "the Slate of Rhode Island Adult Correctional Institution. Cranston. Rhode.
Island:'

6.6.6 The capability should b~ abl~ ~ith~r through its o\\n resources or in conjunction wilh th~
administrative telephone system be able to restrict access to "411". "911". "900" and other
g~neral access numbers.

1
1
1
1
1
1
1
1

6.6.7 On-line help in multiple languages will be available to the calling prisoner.

1

6.6.8 Call detail information. by PI~. should be output through the standard SMDR-call
accounting system that will be installed with the complex telephone system.

1
1

6.6.9 System will prevent prisoner three-way conference calling.
1
1
1

1

1

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#J7521
Page 77

6.7 Call LoggingIMonitoring System
6.7.1

A call logging/monitoring system wil~ be installed that will allow the recording of calls
"flagged" by the prisoner security system. Note that the recording of such telephone calls
shall not violate constitutional rights and will only occur when breaches of established
security occur.

6.7.2

FCC authorized tone bursts will alert the caller that the taping processes has begun.

6.7.3

The call logging/monitoring system will record any other features provided within the inmate
security system such as off hook alarms which will be dated and time stamped, security
locks, fire, water, heat and smoke detection, which will appear on DOC Control centers.

6.7.4

Voice pages, within security sections, may also be taped on this multi-channel system.

6.7.5

The vendor will supply the complete system, covering all control centers, wired and tested
''''ith one month of storage media which can be erased and re-used.

6.7.6

The system shall contain a dubbing (duplication) machine so that copies of tapes can be
made if needed.

6.7.7

The

6. i.S

l'ht: syst(,111 \\ ill support a minimum

~quipment

will be pro\"ideJ wi th its own 6.0 hour L=PS capability.

6.8
6.8.1

~1I' I~Hlr

pl)siliun

n~jl-til1le"

munitoring and infrastrUl:lUl\:.

~"lintenance

Th(' \ (,l1dllf \\ill b(' re5p\,)J1sible It)l" maimaining all systems for the life ofth(' contract.

6.8.2 All maintenance warranties and/or contracts must include a 24-hour immediate response
to emergency calls.
6.8.3 The customer defines acceptable "immediate response" as a maximum of 2 hours after the
call is made and logged in.
6.8.4 The

v~ndur

will be penalized for tardiness in delivery of emergency maintenance.

6.8.5 The definition of situations that fall under "emeigency" will be subject

lO

negotiation.

6.8.6 All other ~aintenance calls will b~ expected to be' cleared in twenty-four hours or less.

RJ Department oj Corrections
Howard Center
Telephone System RFP
RFP fI/7S]!
Page 78

6.8.7 All maintenance warranties/contracts will include regularly scheduled monthly back-ups.
Copies of back-up tapes to be maintained on-site and off-site at Vendor offices.
6.8.8 The vendor will supply an on-site crash kit at the vendor's expense. Please detail the
equipment that comprises the crash kit.
6.8.9 All systems software will always be kept within one revision of the latest release.

6.9 Training

6.9.1 Training of users, operator, in-house technicians and management will be the
responsibility of the Vendor. Training will be done on five levels, including:
a.

Station User Training providing training on the use of the telephones and fearures
at the user level, including user training manuals. Training will be live, will
consist of classes of no more than fifteen (15) people in size. Assumt.: training
periods will cover all three shifts.

b.

Administration Training providing trammg in the use of the customer
administration performing software MAC's. information retrieval, report
generation. etc.

c.

T~~hnician lraining prl,\iJing inslruclion 10 allow RI DOC technicians
adJ/delete circuit cards. shelves et cetera [Q the system.

d.

End user refresher training after cut over for RJ DOC personnel. A minimum of
twemy 120> classes comaining fifteen (15) peopk per class six momhs after [he
final installation.

e.

Disaster recovery/assessment training and review for client staff.

f.

Vendor will supply appropriate video tape and other training materials.

III

RJ Department o/Corrections
Howard Ceflfl!l
Telephone System RFP
RFP#J751J

Page 79

VII. PRICING ISSUES

7.1

The vendor will cover ~I monthly expenses for network dial-tone and maintenance services
for the length of the contract.

7.1

The contract length will not exceed seven (7) years, ho\vevcr, the vendor has the opportunity
to offer a contract of fewer years if he/she so desires.

7.3

Upon the expiration of the contraCl, all ownerships rights to the equipment and infrastrucrure
installed under this contract will be purchased by the Rhode Island Depanment of
Corrections for the sum of S 1.

i..t

All prisoner calling arrangements for the length of the contract will be manager. and charged
by the vendor and/or vendor selected carrier.' The Rhode Island Department of Corrections
reserves the right to seek alternative long Clistance carrier arrangements for its own calling.

7.5

The vendor will pay the sum of S117.500 per quaner to the statc of Rhode Island. Payment
\\ ill be in the form of a cenilied check. payable to the Rhode Island Deparrmenl of
Correcliulls and sent to:
Rh\xk l~l<lnJ ])l,:ranllll'ni \1!C,1rrl'l:ti\)ns
C':l1tral Rll:.Illt.':':-' orr,l:.. .
::.9 f h.l\\ <!rd :\\ . . llll;,;
Cr:lOstOn. Rl 02Q20
:\ll~

Jd..l~

in

p.l~l11l..'nt IX~llllJ

li)[!~.li\\.. Ja~~

\\ill bt: .... :.IllSl' for imm.:di:uc . . untra.. . 1

tl..'rminJtiol1.
i.6

The \'cndor will allow the attachment of other state agencics residing in Ihe Howard Cenh.'r
to the existing telephone and conduit systems at the agencies' expense.

i.i

Vendors will be responsible for their 0\\11 equipmeni. until such time as acce!Jled by the State
';fRhodc Island. As such, a \'cnder may request pennissic'I to store its 0\\11 marerials supply
frailer at a place 1O be agreed upon between the State and the winning vendor. Electricity
.:md space for Ih~ trailer and a small space for the project manager will be provided during
the project for this activi:y at no cost to the vendor.

Rl Department o/Corrections
Howard Center
Telephone System RFP
RFP#17S2
Page A -I

APPENDIX A
DEFINITION AND SPECIFICATION OF SYSTEM FEATURES
:."...

......

.'.:

.

AUTOMATIC ROUfE SELECTION provides for the automatic routing of outgoing calls over alternate
facilities to achieve more efficient use of telecommunications facilities and to minimize long distance costs.

ARS for this system must have the following features:
a. Ten digit screening
b. Intemal-only restriction
c. Restriction from outside operator
d. Allow 0+ calling but restrict from 011
e. Restriction from local and/or long distance Directory Assistance
f. Automatic access to other Common Carriers using the lOXXX equal access scheme
g. Automatic Alternate Routing
h. Time-of-Day routing
i. Partitioning of access to local calling facilities for Shared Tenant Services.
j. 50 + call routirig patterns
CALL INTERCEPT TO ATTENDANT provides attendant assistance when a call cannot complete or when
use of a feature is denied. When an intercepted call is routed to lhe attendant the display should provide this
information to the console.
Cl.:STOMER AD~n:"ISTRATIO~ EQUP~IE:'IiT provides access to the PBX allowing the customer 10
administer their own software changes to the telephone system, Remote' access 'and printing for regular arid on·
demand reports via customer provided terminal:'printer must be available.
Customer should. at a minimum. be able to access and change the following:
a. Station Information including:
- Class of service/Class of restriction
• All Feature Assignments
• Equipment locations
• Directory Number
· Rearrangements
b. Automatic Route Selection Parameters including:
- Routing patterns
• Trunk group assignments
c. Trunk Information including:
- Restriction Groups
• Group Assignments

RJ Department ofCorrections

Howard Center
Telephone System RFP
RFP#17S2
Page A -2

APPENDIX A

".

DEFlNmON AND SPECIFICATION OF SYSTErtfFEATURES

d. UCD/DDC parameters including:
- Class of Service/Class of Restriction
- Announcement recording parameters
- Trunk Assignments
- Hunting Patterns
- Member Extensions
e. DataBase Updates. Searches, and Infonnation Retrieval
- Extension software parameters
- Station equipment information
- Common equipment location/assignments
- Selective Search/Retrieval of infonnation by variable field
f. Station Message Detail Recording
- Trunk & Trunk Group Assignment
g. Repon Generation - Timing Parameters

DIRECT DEPARTMENT CALLING allows an incoming call from the exchange network to reach as
specific station line or group of lines without attendant assistance.
DIRECT INWARD DIALING allows an incoming call from the exchange network to reach a specific station
line without attendant assistance.
DIRECT OVTWARD DlALI:"G allows station users to access the public network without attendant
assistance.
HOT LINE provides the capability of programming stations to automatically dial pre-assigned numbers
(extensions or external numbers) when off hook.
LINE LOCKOUT removes from service extensions that have gone off hook but have not dialed or completed
dialing within a pre- determined time frame thereby freeing switching facilities for other calls. Replacing the
handset automatically restores service.
MULTIPLE CLASS OF SERVICE designates the type of calls or features that a line or trunk group is
permitted. PBX under quotation must be able to accommodate, at a minimum, 32 different classes of service.
OFF PREMISES STAnON allows an exten.c:ion 'itation to be located away from

th·~

main PBX location.

OVERHEAD PAGE ACCESS allows the attendant direct access and station users dial access to paging
equipment for the purpose of voice paging. System should be capable of providing zoned paging. Access to
paging must be Class of Service restricted.
REMOTE ACCESS a!lows an outside caller to access the system network via a central office trunk. Access

RJ Department of Corrections
Howard Center
Telephone System RFP
RFP#/752
Page A -3

APPENDIX A
DEFINITION AND SPECIFICATION OF SYSTEM FEATURES

must be password code protected.
SPEED CALL provides users with the capability of dialing a 2 -or 3-digit code to reach frequently called
PBX stations or outside telephone numbers including international direct distance (IDDD). System must be
capable of storing 200 16-digit numbers. Individual lists can be changed by the station line to which that list is
assigned. Group lists are changeable via a designated station line within each group. Individual or group lists can
also be change by the Customer Administration Equipment.
STATION MESSAGE DETAIL RECORDING provides a record of the PBX station (or attendant) identity
for outgoing and incoming call records. The system should be able to provide the following information at a
minimum:
a. Start time
b. Duration in minutes and seconds
c. Originating extension
d. Called number .
e. Trunk group routed to
f. Trunk number used
g. Day of year
h. Optional account code
i. Originating trunk group. if remote
j. Radio Page number dialed
TA:"iDEM SWITCHING allows calls made \·ia lie line cOrUlections to access PBX network trunk and
extensions.
THROUGH DIALING allows an attendant to extend an outgoing trunk to an extension for access to the
public network.

Rl Department o/Corrections
Howard Center
Telephone System RFP
RFP#I7S2
Page A -4

APPENDIX A
DEFINITION OF REQUIRED CONSOLE FEATURES

Aura-MANUAL SPLITI1NG allows an attendant to privately identify the calling party to the called station

user.
BUSY VERIFICAnON allows the attendant to confum that a line or trunk is actually in use by establishing
a "talking" connection to an apparently busy line.
CALL IDENTIFlCAnON (DISPLAY) provides the attendant with a visual indication of the calling trunk or

station.
CONFERENCE (6 PARTY) allows an attendant to set up a conference for up to six conferees from inside

and outside the system.
CONSOLE BARGE·IN allows the auendant the ability to override existing telephone conversaCnns in cases

of emergency.
CONSOLE MEET-ME (CALL PARK) allows the paged pany to be connected to the paging pany by
dialing an answering code from any station within the PBX.

10

CONSOLE TO STATION CAL\1P-ON allows the anendantlo transfer to a busy extension by 'camping-on"
that line. The call is connected when Ihe extension becomes free.

DIRECT TRliNK GROUP SELECTIO~ allows the anendant to directly access an idle lrunk in a given
lrunk group by depressing the key associaled wilh lite desired trunk group.
HEADSET/HA!'lDSET OPERATION allows the console to be equipped wilh either a handset or a headsel al

the allendant's discrelion.
INTERPOSITIONAL CALLD;G & TRANSFER allows console anendants

other and

10

10

transfer calls between each

consult wilh one another by using allendanl directory numbers.

NIGHT ANSWER (FLEXIBLE) provides arrangement to rOUle calls normally directed 10 the anendant to
preselected stalion lines wilhin the PBX syslem when the regular anendanl positions are sel to night services. In
addition. calls to specific exchange trunks can be arranged to route to specific stalion lines. The routings can be
assigned on a flexible basis by the allendant and
remain in effect until changed. Trunk Answer from Any
Station capability is provided for calls which are nOI handled by assigned night stalions,

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#1752
PageA - 5

APPENDIX A
DEFINITION OF REQUIRED CONSOLE FEATURES

RECALL provides slalion users me abilily

10

recallmeanendam for assislance wim a call.

RELEASE LOOP CAPABILITY automalically releases calls from me auendanl posilion as soon as it is
answered by me called slalion.
UNATTENDED CONSOLE OPERAnON redirects calls for me anendanl to designated extension numbers
whenever me console is unauended.

RJ Deparmrent ofCorrections
Howard Center
Telephone System RFP
RFP#1752
PageA -6

APPENDIX A

STATiONFEA.TURES·
.
:.
'."

.~:

.'"

.:.~'. . ;
,"

AUTOMATIC CALL BACK (ON-HOOK) allows the user when anempting to reach an internal extension
that is busy to be called back as soon as the called party ends the current call.
CALL CONFERENCE (3-PARTY) provides users with the ability to establish calls between themselves and
two other parties, either inside or out of the PBX without anendant assistance.
CALL FORWARD (BUSY) provides station users with the capability of forwarding their calls to a secondary
answering position should they be involved in an existing conversation.
CALL FORWARD (NO ANSWER) provides station users with the capability of forwarding their calls to a
secondary answering position if call directed to their extensions are not answered within a predetermined number
of rings.
CALL FORWARD (VARIABLE) provides station users with the capability of forwarding all calls to a
different extension within the telephone system for call coverage.
CALL HOLD provides single line station users with the ability to place a call on hold via dial access code
thus freeing the same line to originate another call or activate a feature.
CALL Hl..:~T allows calls to route: to anotht:r st:llion in a sl:ljuentially ordered group when the station JiakJ is
busy. The search for an idle extension can be circular or linear.
CALL PARK allows users 10 place calls on hold in the telephone system and to retrieve that call from any
stalion by dialing an access code.
CALL PICK-UP gives users a means of call coverage by accessing calls directed to other extensions either
within a predetermined call pick-up group or directed 10 the specific extension number that is ringing.
CALL TRANSFER allows users to Iransfer within a PBX (and potentially between PBX's) to other
extensions without attendant involvement.
CALL WAITING allows a call to a busy station line to be held waiting while a tone is directed to the busy
station user.
CUSTOM INTERCOM allows use oi a secondary ealling path between two stations (Le. boss-secretary) for
more direct access between these users.
EXECUIlVE BARGE IN allows a user with a :;pecific class of service to override a call on another
extension and break into the conversation.

R1 Department ofCorrections
Howard Center
Telephone System RFP
RFP#1752

Page A ·7

APPENDlXA
STATION FEATURES

LAST NUMBER DIALED automatically redials the last number dialed whenever the feature is activated.
ON-HOOK QUEUING provides a means for stations to dial a busy outgoing trunk group. be automatically
placed in a queue and then signaled when a trunk in the group is available.
PERSONAL C.O. LINE provides direct access to dedicated CO trunks by establishing a direct connection to

~~~~.

' .

PRIVACY prevents olher station users wilh lhe saine extension number from bridging onto a line in use
unless lhe privacy release feature is activated.
RING DIFFERENTIATION (lNTERNAL,
to ring differently depending upon where the call

EXTE~AL, EXECUTIVE)

provides for the user's telephone

origin~ted.

SPEED CALL provides station users with abbreviated dialing of frequently dialed numbers to expedite call
processing. Individual lists are changeable via the station line to which the list is assigned.

TOUCH DIALING allows dialing via depressing bunons on a dial pad as opposed to rotary dialing.
TRl;.iK VERIFICATIO:"
JdcCli \ e lrunks from sen II:C .

al1ow~

designated slalions

(0

test the operation of individual trunks and

10 r~m()\~

"',.'" .. :.'·;:APPENDIXB····

RJ Department ofCorrections
Howard Center
Telephone System RFP
F96120S/
Page B·/

OUTSIDE PLANT SCHEMATICS

TABLES OF CONTENT

..
PAGE

B.I

Howard Complex

2

B.2

Howard Avenue

3

B.3

Maximum Security

4

B.4

Upper Slate Road

5

B.5

'Vomen's Prison

6

Rl Department o/Corrections
Howard Center
Telephone System RFP
F9612051
PageB -1

APPENDIXB
OUTSIDE PLANT SCHEMATICS

B.1 HOWARD COMPLEX

STATE OF RHODE ISLAND
HOWARD CENTER

Se.'. hJUI

/

--

o
-

__

lEGEND
... -

.

Stwl BuiIdin&J

~ PutiDa Lea .
'- \

. f

RJ Department ofCorrections

Howard Center
Telephone System RFP
F96J20SJ

APPENDIXB
OUTSIDE PLANT SCHEMATICS

B.2 HOWARD ROAD

Page B·J

APPENDIXB
OUTSIDE PLANT SCHEMATICS

B-3 MAXIMUM SECURITY

RJ Depanment ofCorrections
Howard Center
Telephone System RFP
F96120S1
Page B·4

APPENDIXB
OUTSIDE PLANT SCHEMATICS

RJ Department ofCorrections
Howard Center
Telephone System RFP
F9612051
PageB-5

B.4 UPPER SLATE ROAD

..

APPENDIXB
OUTSIDE PLANT SCHEMATICS

RJ Department o/Corrections
Howard Center
Telephone System RFP
F96120S1
Page B - 6

B.5 WOMEN'S PRISON

.~

APPENDIXC
INSIDE PLANT SCHEMATICS

Rl Depanment ofCorrections
Howard Center
Telephone System RFP
RFP#1752
Page C-I

TABLES OF CONTENT

PAGE

C.I

Administration A

2

C.2

Administration B

2

C.3

Dix (New BDF Location)

3

C.4

Pinel (New BDF Location)

3

C.S

Minimum Security Building B

4

C.6

Minimum Security Building C

4

C. 7

High

CS

\\'om~n's

C9

~1aximum Security

CiO

Medium Security (BDF)

7

CII

Intake Service Center (BDF)

7

S~curity

5

Prison

:\
(BDF)

6

APPENDIXC
INSIDE PLANT SCHEMATICS

C.3 DIX (New BDF Location)

_ _ _ ea a&lU:-O

'.I.lQIDI·....__

c....

PJ:'lEL (:'lew BDF Location)

'.'.

-.,

RJ Department ofCorrections
Howard Center
Telephone System RFP
RFP#1752
Page C-J

APPENDIXC
INSIDE PLANT SCHEMATICS

RI Depanment of Corrections
Howard Center
Telephone System RFP
RFP#1752
Page C-5

C.7 HIGH SECURITY

CS WO:\'IEN'S PRISON

"o.Miar• • • ~

APPENDIXC
INSIDE PLANT SCHEMATICS

C.IO MEDIUM SECURITY (BDF)

CII

I~TAI\:E SERVICE CE~TER (BDF)

RI Department ofCorrections
Howard Center
Telephone System RFP
RFP#1752
PageC- 7

General Decision Number RI960003
Superseded General Decision No. RI950003
State: Rhode Island
Construction Type:
RESIDENTIAL
county (ies) :
NEWPORT

RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family
homes and apartments up to and including 4 stories)

Modification Number
o
1
2

Publication Date
03/15/1996
07/05/1996
09/13/1996

RI960003 - 1

09/13/1996

COUNTY (ies) :
NEWPORT

*

PAIN0195D

06/03/1996

Rates

Fringes

20.55

8.50

Rates
22.62

Fringes
10.36

CARPENTERS

Rates
12.95

Fringes
5.51

LABORERS

13.23

3.80

PAINTERS
steel

16.55

2.65

TRUCK DRIVERS:
2-axle
3-axle

11. 56
11. 71

2.89
2.33

POWER EQUIPMENT OPERATORS:
Backhoes

11. 71

2 . 33

PAINTERS:
Brush

---------------------------------------------------------------PLUM0028C

06/01/1996

PLUMBERS

---------------------------------------------------------------SURI4003A

04/01/1988

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

WELDERS: receive rate prescribed for craft performing operation
to NhlCh ~elding :s inc~dental.

enlisted classifications needed for ~ork not included ~ithin
the scope of the classifications iisted may be added after
award only as provided in the labor standards contract clauses
( 29 C FR 5. 5 ( a) (1) (v) ) •
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
p::ev~ 11 ing.
If/AGE

DETERMINATION APPEALS PROCESS

RI960003 - 2

09/13/1996

1.} Has there been an initial decision in the matter?
be:

This can

* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a
position on a wage determination matter

* a conformance (additional classification and rate)
rUling

On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.}
and J.) should be followed.
with regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
u. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
2.} If the answer to the question in 1.} is yes, then an
interested party (those affected by the action) can request
cevieN and reconsideration from the Wage and Hour Administrator
(See 29 eFR ?art 1.8 and 29 eFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. c. 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constituti~n Avenue, N. W.
WaShington, D. C. 20210

RI96000l - )
..i.t::::::m::W'"!

09/1)/1996

4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION

RI96000J - 4

09/13/1996

S~pe=seded Ge~e=al

Decisicn

~o.

a:950C04

5~a~=: ~ode :s~and
Cons~~c~~cn

71pe:

:u:S! DE~T :.;:,

County ( ias) :
3RISTOL

WASnI~G1'CN

"

RES:DENT!AL CONSTRUCTION PROJECTS (consis~:~g 0 si~g:e
homes and apart~ents up to ar.d including ~ s~o= as)

~odi:ica~ion ~umber

o
1

?ubli~ation

:a~~::'

ua~e

03/15/1996
07/05/1996

RI960004 - 1

07/05/1996

C::.:::::'{ , :'-25 j

:

::--:-,...
-~--

. ..,?.. a~:s
22.S2

-::-=.::qes
.
10.35

---------------------------------------------------------------S~R:~C01A

J~:Ol/1388
~ates

CA~?::~!::RS
(::xCt~Cr~lG

:R'DiALL

HANGERS)

10.41

12.50

1. as

12.27

3.22

-_

~

3.30

a.oo

1. 00

15.34

2.13

11~

_4:. •

?AINTERS

CR¥WALL

(::xctUDI~G

Fri!'lges

FI~ISHERS)

POWER EQUIPMENT OPERATORS:
Backhoes

i

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

WELDERS: receive rate prescribed for craft performing operation
~o Nhich Heldi~g is incidental.

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

~n:lsted =:~ss:::cat:ons ~e~ded for Hork not included withi::
~~e sc~;e of ~~e class:f:~~~:c::s lis~ed ~ay'=e added after
~~a~= :~::

(29

as

~~~'/:=ed

::? 5.5(a;.:)(v)).

l::

~~e

:abor sta::car1s

c=nt~ac~ cla~ses

:.i

~~e ::St::-.g a:ove, the "S~" designation means t.~a~ ra-ces
l:sted u::der ~hat identifier do not :-ef:ec~ collec~:~ely
bargai::ed Haqe and ::-inge cenefit ra~es. Ot~er des:g::atio~s
:::dica-ce unions ''''hose rates :Ia'le been det.er":lli::ed to ce

~:-evailing.

END OF GENERAL DEC!SION

RI960004 - 2

07/05/1996

::;~n::t'

leS) :
WASHING:'O ~;

=~!STCL

~EWPORT

"-v1'
:'I.=..~ •

PROV!i)ENCE

~C??~R

CR~DGE

o

C:~STRGCT!ON

PROJECTS

?~blication

Date

03/15/1996

RrS60005 - 1

03/15/1596

3R:S:-::'

?a~=s

5E~F-?~CP~:'LE~ ~OPPER

-

.

::::~ges

DRE:GES:

:r3C] :'encers

---------------------------------------------------------------needed :or ~ork not included ~it~in
~~e sc~pe of t~e classi:i=ations listed ~ay be added after
!~a=~ =n:y as pr=vi~ed :~ =~e labor s~a~dards contrac~ clauses

~nlis~=d c~assifica~:~ns

.: 9

C:~

:5.:5 { a)

( :') : '/ i

),

---------------------------------------------------------------::1

~~e

lis~i:lg

al:::ove.

~~e

"SU" designation ::lEanS that rates

::s~ed uncer ~~at i~entifier do not reflec~ collectively
:ar;ai~ed Nage and fri:lge :enefit rates.
Other designati=r.s
:ndica~e unions Nhcse rates have been deter~ined to be

? :-e'Ja II :ng.

iU~60005

- 2

03/15/1996

~~~e~al

. d

3~~e~Sece

5~~~=:

:ec:s:=n
'

~a~era_

..
:ec:s:cn

~u~e~
~ro.

R!960006

R!950006

Rtcce :s:and

County ( ies) :
STATEWIiJE

Rhccie :slar.d
Al~ :recgi~g, exce;c sel:-;~~~elled hop;e~
A~:antic C=as~ S ~=ibu~ary Nate~s e~pty~ng

Ocean.

~cdif~=aticr. ~u~ber

J

PUblication Date
03/15/1996

?:i:~60006

-

1

credges, cn
into ~~e

~~e

,-,~",,~,-

~

I.t..._'-

::::~r::'f

{ :es} :

S:-.;:~·";::E

R.at:as

?::-:':1ges

:;e=~~=r

23.00

4.S1+a+b·c

:~eer

21..37
20.94
20.62
19.55
20.62
19.70
16.67
16.26
16.05

::??~~

:':--.C;

i

:~~SH~:L

:R!CGE:

.

~al~~enance

Engineer

~';e l:ie::-!a~e

Scat. :-!ast.er
!:cat Captai~
:-i=e:nan: Oiler
Sec~,and: Tug Deckhand
Sc:)·.rman

~.Sl+a~b-c
4.51+a~b~c

~.51+a-b+c
4.51+a+b~c

,.4.S1-a+b-c
~.51+a.b",c
4.20+a-b~c

4.20+a+b+c
4.20+a+b+c

:RAG BUCKET DREDGE:
:pera~:)r

::ng:neer
:-!aintenance Engineer
:1a te
Deckhand
HYD~~~LIC CREDGES:
Lever::tan
Eng:neer: Derrick Cpe:-at:)r
Ch':'er Mate
~hi.ef Welder
~ai.ntenance Engineer
E:,=c~rician

:'ie:::er 8::-adge
5~~=e::- =a=;e C~erato:"
:·!a :a

25.09
21. 41
21. 21
19.a2
:'6.17

::ec:~~ar:d

:'Jg ~eckhand
3:-.-: ==~an
.~..s.s :..s~ant Cook

4.S1+a-b+c
4.20+a+b~c

4.81+a..-b"'c
4.51+a+b+c
4.S1+a-b·c
4.51-ra-b-c
4.51-a-b-c

:'9.55

4.51+a-b~c

;:0.61

:.;. -...
- . : .:.
....

:'.51-a-b-c

-j.-:'

.;.

:. 5 . OJ 5
:5.25

~.2.0-a-b-~

".-

::.:'e:-

~.al+a+b+c
4.51+a.,.b~c

23.15
21. 31
21. 00
21. 66
20.94
20.77
20.51
20.43

~

::.:::~a:1:

~.Sl+a+b~c

: 5.
.....

'~5

.-

- .. ~

~

:'5. : 5

4.S1+a-b+c
4.S1+a-b~c
4.S1+a~b-c

. =.. -.:a _0__ .-

"'t •

. , ...

___

. 5 1- a -: _.:

~

2~-a-':::-~

~.20-a-::-~
.;

2'')-a-::--:

I

';.20-:-b--:;
~

.

~C-a-b-'=

:-~es5:nan

:'5.

':a~.:.~or/Porter

:5.7~

';.!.O-a-b-c
';.:'O-a-b-c

23.35

';.il-a-o-c

21. 62

~.71+9-b-c

20."79
20.19
!.9.30

.~

LEAD DREDGEMAN:
:'ead Dredge!llan
7~G SOATS over 1,000 H.P.
(Nit.h
~as~er :)r ca9~ain having license
endo:"sed for 200 miles off shore) :
Tug Master
Tl~g Captain
T~g Chief Engineer
7'..:g ::r.g ::leer
:~M?ANY

RI960006 - 2

':'~

.71+a-b-c

~.41+a-b-c

~.41-a-b-~

03/15/1996

:u.g

Ceck.~ar.d

:05.36

4.10-a-b-c

:-'.lg ::::g ~~ee::'"

20.71
:9.80
:'9.80

:~g

:6.36

4.41-a+b+c
4. 41-a"'b-c

~G =O~TS ~ve~ :,000 H.?
(~~~~out
~as~e~ =r captain having :i=e~se
:~ccrsed ==r 200 illiles off sncre):

:'..:g

~as~=~

:'~g

:a::;:a in
:eck~a~d

:R:!.L 3CATS:

:::igineer

22."15

91ast.e~

22.59

~ril:er

4.71"'a~b~c

22.36

',.je lde r
:1achinist

4.il"'a"'b~c

22.18

4.41-a-b-c
4.41-a-b-c

22.18
:'9.56

~ug :-!as~e~

':'ug Captai:l
Oiler
~ug

4.10-a~b~c

la.70
19.66

~eck~and

~.l.O·a~b-c

: 5. 43

Dri.l.:'e~

~.:(j~a+b-c

:i.3i

.; . :. ':-a-::-c

J 5. 22
24.51
27.09
20.66

..'

C.:lre

Standby Ji.ver
~ender

S:andl:y :ender

?: ?::~I~lE

::RECGr~G

4.41-a~b-c

4.ij,,-a"'b-c
4.71.-a-b-c

';.41-a-b-c

CA8LE-L\,{I~G:

!.eve:-::\an

..-.,-_:&_i-o-_,-.
- --

24.30
22.44

~.7:'-a-=-~

4.j"C-a-::-c

J!.·/e~

17 . 1a
:'6.62
35.99

::-/e-:: :er:der

22. J J

":.7:-:-=-=

Cont~~l :~~e~

Ope=at=r

Ri.gger
!.:~e ~p

:pe~a~or,

~:id

?~ep.

:::lG :~:::::?:

4.7:-a-i:-c
';.:C-a-=-~
~.7:-a-t:-,=

22 .......

.; ..

- : - - ': - ':
~

..;.-:-:-=-=
~.-:-~-=-:

,.""'t
...

:'5.~:
-, .. "..
.-~

.. "'l
'" _

..... :. . ..--:---_

,..

-:.--"..-_

~.:-:-~-::-:

-I

":1

. ....."-

:-].57

~

, _~
••
....
~.

•

~

--

-~_

..... _,.-.

-

'-C"....
0
-:.

~e~ ~ea~'s :ay, ~ashi~g~~~'s 3~~~:i~ay.
Day, :ndepende:ice Jay, :abor :ay, ~e~er!~s' :ay.
:~anksgiv~~g Cay, C~r~s:~as Day a~d Geod :~~day.

?AID

HOLID~YS:

~emcrlal

~ACAT:ON:

Elght. precent (8%) of t~e sc~alght
by ~he total hours ~orked

~~~e

~a~e

~u~~:?lied

~ddl:~onal

~ELDERS

20% for Hazardous

- Receiva
~c

~ate

~aterial ~ork

prescribed for

~hl=h ~elding

Ls

c~aft

per~or~inq o;e~a~~=~

i~cidental.

iU9G0006 - :}

CJ/:5/:;;';

================================================================
~~~:s~:d ~lass:::=a::~r.s r.ee~ed :or ~ork not included within
:~e sc=~e of :~e c~assi:ica~iens listed ~ay be added after
~~a== :r.:y as ~=ov:~ed in :~e tabo~ s~andards contract clauses
: 2 9 C::\ :. 5 ( a) (:) (v) ) •

---------------------------------------------------------------::1 :::'e

:.:.s~::::;

:bo'J'e, the "S~1l jesignation :ne!ns t~at rates
iden:ifier de not reflect collec:ively
cargained ~age ~nd fringe cenef:~ rates. Other designations
i~dicate ~nicns ~hose rates ~ave been dete~ined to be
::5~ed ~~~e= ~~a~

prevaili.~g.

END OF GENERAL DECISION

Rr~5Ga06

- 4

OJ/15/1996

General Decision Number RI960001
Superseded General Decision No.

RI~50001

State: Rhode Island
construction Type:
BUILDING
HEAVY
HIGHWAY
county (ies) :
STATEWIDE

BUILDING CONSTRUCTION PROJECTS (does not include residential
construction consisting of single family homes and apartments up
to and including 4 stories)
HEAVY , HIGHWAY AND MARINE CONSTRUCTION PROJECTS

Modification Number

o
1
2
J

5

Publication Date
03/15/1996
03/29/1996
04/12/1996
05/)1/1996
07/05/1996
09/13/1996

RI960001 - 1

09/13/1996

COUNTY(ies}:
STATEWIDE
ASBE0031C

09/01/1995

INSULATORS/AS8ESTOS WORKERS
(Includes application of all
insulating materials, protective coverings, coatings, and
finishings to all types of
mechanical systems
ASBE0201E

21. 90

7.31

Rates

Fringes

17.45

4.70

10/01/1995

80 I LERMAKERS

* BRRI0001A

Fringes

10/01/1993

HAZARDOUS MATERIAL HANDLER:
(Includes preparation, wetting,
stripping, removal scrapping,
vacuuming, bagging and disposing
of all insulation materials,
whether they contain asbestos
or not, from mechanical systems)
80IL0029A

Rates

Rates

Fringes

23.17

11.5%+8.42

Rates

Fringes

20.45

11.40

~ates

Fringes

06/01/1996

BUILDING CONSTRUCTION:
3R:CKLA'/ERS, STONEMASmIS.
?OINTERS, CAULKERS &
CLEANERS

---------------------------------------------------------------BRRI0001B

11/01/1995

HEAVY AND HIGHWAY CONSTRUCTION:
BRICKLAYERS, STONEMASONS,
POINTERS, CAULKERS and
CLEANERS

18. J 5

10.65

---------------------------------------------------------------CARP04J6A

06/03/1996

Rates

Fringes

HEAVY AND HIGHWAY CONSTRUCTION:
CARPENTERS, SOfT fLOOR LAYERS
RI960001 - 2

09/13/1996

& PILEDRIVERMEN:
MARINE DIVERS

19.40

9.65

31. 00

9.65

---------------------------------------------------------------CARP0475A

01/01/1996
Rates

Fringes

19.15

9.65

19.40

9.65

Rates
23.05
16.50'

Fringes
40%
4.09+6%

Rates

Fringes

24.70

7.70+4%+A

CARPENTERS, SOFT FLOOR LAYERS
& PILEDRIVERMEN:
BUILDING CONSTRUCTION
MILLWRIGHTS BUILDING CONSTR.

---------------------------------------------------------------*

ELEC0099C

06/01/1996

ELECTRICIANS
TELEDATA SYSTEM INSTALLER

---------------------------------------------------------------*

ELEC0104A

09/01/1996

LINE CONSTRUCTION:
Lineman
FOOTNOTES:
A.

PAID HOLIDAYS: New Year's Day: Memorial Day: Inqependence
Day: Labor Day: Thanksgiving Day: Christmas Day and
Columbus Day, provided the employee has been employed 5
~orking days prior to anyone of the listed holidays.

* ELEV0039A

09/15/1995
Rates
25.50

ELEVATOR MECHANICS

Fringes
6.12+a+b

FOOTNOTES:
A. PAID HOLIDAYS: Memorial Day: Independence Day: Labor Day:
Thanksgiving Day: Christmas Day: Plus the Friday after
Thanksgiving Day.
B. Employer contributes 8% basic hourly rate for 5 years or more
of service of 6 % basic hourly rate for 6 months to 5 years
of service as vacation pay credit.
----------------------------------------------~._---------------

* ENGI0057A

06/01/1996

Rates
Fringes
POHER EQUIPMENT OPERATORS (BRIDGES, CAISSONS, DOCKS,
MARINE PIERS, TUNNELS, SUB-BASEMENTS, SUBTERRANEAN & HEAVY
RI960001 -

J

09/1J/1996

CONSTRUCTION)
POWER EQUIPMENT OPERATORS:
GROUP 1
BOOM LENGTHS, INCLUDING JIBS:
150 FT. AND OVER: +$0.75
180 FT. AND OVER: +$1. 50
210 FT. AND OVER: +$2.00
240 FT. AND OVER: +$2.50
270 ft. AND OVER: +$J.OO

21. 72

8.18+C

GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP

17.34
14.49
20.77
20.44
17.42
16.72
21. 34
20.27

8.18+C
8.18+C
8.18+C
8.18+C
8.18+C
8.18+C
8.18+C
8.18+C

2
3
4
5

6

7
8
9

PAID HOLIDAYS: New Year's Day, President day, Memorial Day, July
Fourth, Victory Day, Labor day, Columbus Day, Veterans Day,
Thanksgiving Day, Christmas Day.
FOOTNOTE:
C. All employee who works straight time shall be paid for all
holidays. Any employee that work three (J) day in the week in
which a holiday fall shall be paid for the holiday.
POWER

EQUIP~ENT

OPERATORS CLASSIFICATIONS

GROUP 1: Digging Machine: Cranes: ?lledrivers: Lighters;
Locomotives; Derricks: Hoists: Pavers; Front End Loaders 3 yds.
and over; Vibratory Hammers: Fork Lifts; Concrete Pumps
Operators.
GROUP 2:

Firemen and Oilers.

GROUP]:

Oiler-Crawler Backhoes.

GROUP 4:
Backhoes;
Capacity,
Front End

Bulldozers: Graders: Spreaders: Scrapers: Pippin type
Street Sweepers (Mobile Powered Sweeper J- yd.
8 ft. Sweeper, Minimum 65 HP).
Loaders less than 3 yards.

GROUP 5:

Well-Point Installation Crew.

GROUP 6: Heaters: Concrete Mixers: Stone Crushers: Welding
Machines: Generators for light Plants and Electric Pumps.

RI960001 - 4

09/13/1996

GROUP 7:

Gas or Electric Driven Pumps & Air Compressors.

GROUP 8:
GROUP 9:

Boat and Tug Operators.
Rollers

---------------------------------------------------------------*

ENGI0057B

05/01/1996

Rates
Fringes
POWER EQUIPMENT OPERATORS (WATER AND SEWERLINE PROJECTS
HIGHWAY AND BRIDGE INCIDENTAL TO HIGHWAY CONSTRUCTION
PROJECTS) :
POWER EQUIPMENT OPERATORS
GROUP 1:

20.37
BOOM LENGTHS,
130 FT. AND
150 FT. AND
180 FT. AND
210 FT. AND
240 FT. AND
270 FT. AND

GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP
GROUP

8.18+C

INCLUDING JIBS:
OVER: +$0.50
OVER: +$0.75
OVER: +$1.25
OVER: +$1.75
OVER: +$2.25
OVER: +$2.75

2:

18.90
12.95
19.35
18.97
14.62
15.65
18.35
18.80
17.95
18.42

3:
4:

5:
6:

7:
8:
9:
10:
11:

8.18+C
8.18+C
8.18··C
8.18+C
8.18+C
8.18+C
8.18+C

8.18+C
8.18+C
8.18+C

PAID HOLIDAYS:
New Year's Day, President Day, Memorial Day, July Fourth,
Victory Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving
Day, Christmas Day.
fOOTNOTE:
C. All employee who works straight time shall be paid for all
holidays. Any employee that work three (3) day in the week in
which a holiday fall shall be paid for the holiday.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1:
Digging machines; Cranes; Pile Drivers: Lighter:
Locomotives: Derricks: Hoists: Pavers: Front End Loaders 3 yards
and over: Fork Lifts: Economobiles: Ross Ca~riers: Concrete Pump
Operators
GROUP 2:

Firemen.
RI960001 -

5

09/13/1996

GROUP J:

oilers.

GROUP 4: Front End Loaders less than 3 yards; Graders, Bulldozer
and Scrapers
GROUP 5: Spreaders; Rollers; Tractors; Pippin Type Backhoes;
street Sweeper operators
GROUP 6: Gas and Electric driven Heaters: Concretet Mixers;
Stone Crushers: Light Plants; Welding Machines; Pumps;
Compressors
GROUP 7:

Oilers; On Truck Cranes Gradalls and Crawler Cranes

GROUP 8:

Test Boring Machine Operators

GROUP 9:

Well Point Installation Crew

GROUP 10: Mechanics, Welders and Bulldozer men in material
yards, Shops and Garage
GROUP 11: Shovel Operators, Front-end Loaders Draglines and
Crane Operators in Material Yards, Shop and Garages

---------------------------------------------------------------*

ENGI0057C

06/01/1996

Rates
POWER EQUIPMENT OPERATORS (BUILDING CONSTRUCTION)
GROUP 1:
BOOM LENGTHS,
150 FT. AND
laO FT. AND
210 FT. AND
240 FT. AND
270 FT. AND

20.99
INCLUDING JIBS:
OVER: ~SO.75
OVER: -51.50
OVER:
-52.00
OVER:
-52.50
OVER:
-53.00
20.77
20.57
16.77
13.92

GROUP 2:
GROUP 3:
GROUP 4:
GROUP 5:
GROUP 6:
GROUP 7:
GROUP a:
GROUP 9:
GROUP 10:

20.07
19.57
19.64

16.97
16.27

Fringes
8.18+C

8.18+C
8.18+C
8.18+C
8.18+C
8.18+C
8.18+C
8.18+C
8.18+C
8.18+C

PAID HOLIDAYS:
New Year's Day, President day, Memorial Day, July Fourth,
Victory Day, Labor Day, Labor Day, Columbus Day, Veterans Day,
Thanksgiving Day, Christmas Day.
FOOTNOTE:
RI960001 - 6

09/13/1996

c. All employee who works straight time shall be paid for all
holidays. Any employee that work three (J) days in the week in
which a holiday fall shall be paid for the holiday.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Digging machine: Ross carriers: Cranes: Piledrivers:
lighters: Locomotives: Derricks: Hoists: Pavers: Front end
loaders J yds. and over: Vibratory hammers.
GROUP

2:

Economobile type equipment: Concrete pumps.

GROUP

J:

Forklifts.

GROUP

4:

Firemen and oilers.

GROUP

5:

Oilers on crawler backhoes.

GROUP 6:
Bulldozer, Tractors, Graders, Spreaders, Scrapers,
pippin type backhoes, Front-end loaders (less than J yds.),
street sweepers, (mobile powered sweepers 3 yard capacity, 8 foot
sweeper, minimum 65 hp)
GROUP

7:

Rollers.

GROUP

8:

Well-point installation crew.

GROUP 9: Heaters: Concrete mixers: Stone crusher:
Welding machines & generators for light plants and electric pump.
GROUP 10:

Gas or electric driven pumps & air compressors:

---------------------------------------------------------------05/02/1996

~?ON0037A

IRONWORKERS

Rates
21.58

Fringes
10.80

Rates

Fringes

17.80
18.05
18.10
18.45

8.JO
8.JO
8.30
8.JO
8.JO
8.JO
8.JO

---------------------------------------------------------------* LAB00271A
~BORERS

GROUP
GROUP
GROUP
GROUP
GROUP

06/01/1996

(BUILDING CONSTRUCTION):

1
2
J

4
5
GROU~ 6
GROUP 7

18.55
18.80

19.80

LABORERS CLASSIFICATIONS
GROUP 1:

Laborers: Carpenters tenders, Mason tenders, Cement
RI960001 -

7

09/1)/1996

finisher tenders: Scaffold erectors; Wrecking laborers.
GROUP 2: Asphalt rakers: Adzeman: Pipe trench bracers;
demolition burners: Chain saw operators: Fence & guard rail
erectors: Setters of metal forms for roadways: Mortar mixers:
pipelayers: riprap & dry stonewall builders: Highway stone
spreaders: Pnuematic tool operators: Wagon drill operators: Tree
trimmers: Barco-type jumping tampers, Mechanical Grinder Operator
GROUP J: Plasterers' tenders, Scaffold builders (plasterers'),
Mortar Mixers (plasterers').
GROUP 4:

Pumping machine operators - Plasterers' tenders.

GROUP 5:

Pre-cast floor & roof plank erectors.

GROUP 6: Air track operators: HydraUlic and similar self-powered
drills: Block pavers: Rammers & curb setters, Powderman and
Blasters.
,

-

GROUP 7: Asbestos removal and toxic waste removers.

---------------------------------------------------------------LAB0067JA

06/01/1996

Rates
LABORERS (HEAVY AND HIGHWAY CONSTRUCTION):
GROUP
GROUP
GROUP
GROUP
GROUP

Fringes

1

17.80

2

18.05

J

18.30
11.30

~.25

19.80

8.25

4
5

8.25
8.25
8.25

LABORERS CLASSIFICATIONS
GROUP 1:
Tenders;

Laborers: Carpenters Tenders; Cement Finishers
Laborers; Plant Laborers; Drillers in quarriers

Wrecki~g

GROUP 2: Adzemen: Asphalt Rakers; Barcotype Jumping Tampers;
Chain Saw Operators: Concrete and Power Buggy Operators; concrete
Saw Operators; Demolition Burners; Fence and Guard rail Erectors;
Highway Stone Spreaders; Laser Beam Operators Mechanical Grinder
Operators: Mason Tenders: Mortar Mixers: Pneumatic Tool
Operators: Riprap and Dry Stone Wall Builders: Scaffold Erectors;
Setters of Metal Forms for Roadways; Wagon Drill Operators: Wood
Chipper Operators; Pipelayers: Pipetrench Bracers
GROUP 3: Air Track Drill Operators; HydraUlic and simi.:ar
Powered Drills; Brick Pavers: Block Pavers; Rammers and Curb
Setters: Powermen and Blasters
GROUP 4:

Flagers and Signalers

RI960001 - 8

09/13/1996

GROUP 5:

Asbestos Removal and Toxic Waste Remover

---------------------------------------------------------------* MARB0001G

07/01/1996

MARBLE SETTERS, TERRAZZO WORKERS
& TILE SETTERS

Rates

Fringes

21. 25

11.85

Rates
19.80

Fringes
9.40

Rates

Fringes

---------------------------------------------------------------* MARB0036A 07/01/1996

MARBLE, TILE & TERRAZZO FINISHERS

---------------------------------------------------------------* PAIN0195A

06/03/1996

PAINTERS:
BRUSH: ROLLER; TAPER
STRUCTURAL STEEL; STEAM CLEANING
SPRAY, SAND OR WATER BLASTING

20.55
20.80
21. 55

8.50
8.50
8.50

---------------------------------------------------------------PAINOJ91B

06/01/1993

Rates
BRISTOL, KENT AND PROVIDENCE COUNTIES ONLY:
12.48

PAINTERS, SIGN

Fringes
4.02+c+d

FOOTNOTES:
c. PAID HOLIDAYS: New Year/s Day: Memorial Day: Independence
Day: Labor Day: Thanksgiving Day: Christ~as
Day plus ~.J. Day. Columbus Day-& Veterans Day.
d. One year's seniority - one

~eeks paid vacation; 2 years'
seniority - 2 weeks' paid vacation.

---------------------------------------------------------------PAI~lJJJC

09/24/1995

Rates
21. 06

GLAZIER

Fringes
7.30 + H

FOOTNOTE:
H. PAID ~OLIDAY:
LABOR DAY, PROVIDED THE EMPLOYEE HAS WORKED
ANY PART OF THE WEEK PRIOR TO LABOR DAY AND ANY PART OF THE
WEEK AFTER LABOR DAY.

---------------------------------------------------------------* PLAS0001L

06/01/1996

Rates
RI96000l - 9

Fringes
09/13/1996

CEMENT MASONS & PLASTERERS BUILDING CONSTRUCTION:.
20.45

REMAINDER OF STATE

11. 40

---------------------------------------------------------------PLAS0040A

06/03/1996

Rates
Fringes
CEMENT MASONS AND PLASTERERS BUILDING CONSTRUCTION
COUNTY OF NEWPORT (With regard to Cement Hason. on Building
Construction, only GOAT, GOULD, DUTCH, ROSE, PRUDENCE AND
COASTERS HARBOR ISLAND, TIVERTON, PORTSMOUTH AND SAKONNET) ,
AND THE TOWNS AND CITIES OF BARRINGTON, BRISTOL, WARREN,
COVENTRY, EAST GREENWICH, WARWICK, WEST WARWICK, CENTRAL
FALLS, CRANSTON, CUMBERLAND (with regard to PLASTERERS, ONLY
THE SOUTHERN ONE THIRD OF CUMBERLAND), EAST PROVIDENCE
FOSTER, CLOCESTER (EXCEPT FOR CEMENT MASONS ON HEAVY AND
HIGHWAY CONSTRUCTION), JOHNSTON, LINCOLN, NORTH PROVIDENCE,
PAWTUCKET, PROVIDENCE, SCITUATE, SMITHFIELD, EXETER, NORTH
KINGSTOWN, NARRAGANSETT
CEMENT MASONS
PIASTERERS
PLAS0040B

21.45
21. 45

8.. 45
8.45

07/01/1996

Rates
CEMENT MASONS HEAVY AND HIGHWAY CONSTRUCTION:

Fringes

CEMENT MASON

20.20

5.35

Rates
22.62

Fringes
10.36

Rates
24.40

Fringes
10.70

PLUM0028A

06/01/1996

PLUMBERS

* PLUM0676E

08/01/1996

SPRINKLER FITTERS

---------------------------------------------------------------* ROOF0169A

08/01/1996

Rates

ROOFERS:
Composition: Waterproofers
Slate, Tile & Precast concrete

Fringes

18.50

10.00

18.70

10.00

---------------------------------------------------------------SFRI0476A
STEAMFITTERS

06/01/1996

Rates
22.73

.

Fringes
10.25 .

---------------------------------------------------------------RI960001 - 10-

09/13/1996

SHEE0017B

01/01/1996

SHEET METAL WORKER

Rates
22.48

Fringes
12.23

Rates

Fringes

17.79
17.87
18.12
18.37

5.3225
5.3225
5.3225
5.3225

---------------------------------------------------------------TEAM0251A

06/01/1993

TRUCK DRIVER BUILDING CONSTRUCTION;
GROUP
GROUP
GROUP
GROUP

1
2
3
4

TRUCK DRIVERS CLASSIFICATIONS
GROUP 1

Dump and Two Axle Equipment Drivers

GROUP 2

Trailers and Three Axle Equipment Drivers

GROUP 3

Low Bed Trailers (24 ton rated capacity and over);
I-Beam Trailers: Specialized Earth Moving Equipment
(euclid-type)
GROUP 4 Euclid-Type Equipment over 35 tons capacity

---------------------------------------------------------------TEAM0251B

05/01/1996

Rates
TRUCK DRIVERS HEAVY AND HIGHWAY CONSTRUCTION:
17.36
GROUP 1
17.50
GROUP 2
17.61
GROUP J
17.71
GROUP 4
17.81
GROUP 5
18.81
GROUP 6
18.00
GROUP 7
18.31
GROUP 8
17.86
GROUP 9

Fringes
6.6725+A+B
6.6725+A+B
6.6725+A+B
6.6725+A+B
6.6725"'A+3
6.6725+A+B
6.6725+A+B
6.6725+A+B
6.6725+A+B

FOOTNOTES:
A. Paid Holidays: New Year's Day, Memorial Day, Independence Day,
Labor day, Thanksgiving Day and Christmas Day, plus
washington's Birthday, Columbus Day. Veteran's Day and V-J
Day, providing Employee has worked at l@ast one day in the
calendar week in which the holiday falls.
B. Employee who has been en the Payroll for 1 year or more but
less than 5 years and has worked 150 Days during the last year
of employment shall receive 1 week's paid vacation~ 5 to 10
years - 2 weeks' paid vacation: 10 or more years - J week's
paid vacation.

RI960001 - 11

09/13/1996

Tunnel rate for trucKS actually going underground
add .40 .
.
. '- .
per hour to rate according to equipment. On equipment used to
haul power add .25 per hour above rate according to axle., All
drivers working on or haUling to from a defined hazard
material job site (any site defined as a superfund site or
where drivers must wear protective equipment P.P.E.) ~hall be
paid a premium of $1.00 per hour over applicable rate.
TRUCK DRIVER CLASSIFICATIONS
GROUP
GROUP
GROUP
GROUP
GROUP
.GROUP

1
2
3

4
5
6

GROUP 7
GROUP 8
GROUP 9

Pick-up trucks, station wagons and panel trucks
Two-axle (except dump trucks), tenders on low beds
Two axle dump·truck
Three-axle equipment
Four and Five ~xle equipment
Low bed trailers, special earth moving equipment
under 35 tons, mechanics, paving restoration
vehicle and vac haul
Special_earth moving equipment 35 tons
Trailers (When used on a double hook-Up pUlling
2 trailers)
Tractor 'trailers

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

WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.

Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29 CFR 5.5(a) (l)(v»).
In the listing above, the "SU" designation means that rates
listed under that identifier do noc reflect collectively
bargained wage and fringe benefit ~ates. Ocher designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS

1.} Has there been an initial decision in the matter?

This can

be:

* an existing pUblished wage determination
* a survey underlying a wage determination
•

Wage and Hour Division letter setting forth a
position on a wage determination matter

~

RI960001

1,2

09/13/1996

*

a conformance (additional classification and rate)
ruling

On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program.
If the response from this initial
contact is not satisfactory, then the process described in 2.)
and ).) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C.
20210

2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
u.s. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C.
20210
The request should be accompanied by a full statement of the
:n~erested party's position and by any information (~age payment
data, project description, area ~rac~ice material, etc.) that the
requestor considers relevant to the issue.
J.) If the decision of the Administ~ator is not favorable, an
interested party may appeal directly to the Administrative Revie~
Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board
u. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C.
20210
4.) All decisions by the Administrativ~ Review Board are final.
~NO OF GENERAL DECISION

RI960001 - 13

09/1)/1996

General Decision Number RI960002
Superseded General Decision No. RI950002
State: Rhode Island
construction Type:
RESIDENTIAL
county{ies) :
PROVIDENCE

RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family
homes and apartments up to' and including 4 stories)
.

Modification Number

o

1
2
3

Publication Date
03/15/1996
03/29/1996
07/05/1996
09/13/1996

RI960002 - 1

09/13/1996

COUNTY (ies) :
PROVIDENCE

*

BRRI0001C

06/01/1996

BRICKLAYERS

Rates
20.45

Fringes
11. 40

Rates
15.32

Fringes
9.65

Rates
16.30

Fringes
4.96+3%

Rates
17.80

Fringes
B.10

Rates

Fringes

20.55

B.50

Rates
22.62

Fringes

---------------------------------------------------------------CARP0475B

01/01/1996

CARPENTERS

---------------------------------------------------------------*

ELEC0099E

06/01/1996

ELECTRICIANS

---------------------------------------------------------------LAB00271B

06/01/1995

UNSKILLED

---------------------------------------------------------------*

PAIN0195C

06/03/1996

PAINTERS
Brush

---------------------------------------------------------------PLCM00288

06/01/1996

PLCMBERS

J..0.36

WELDERS: receive rate prescribed for craft performing operation
to ~hich welding is incidental.
SURI4002A

04/01/1988
13.80

Fringes
2.45

10.00

1. 80

Rates
PLASTERERS
Tenders

---------------------------------------------------------------Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
( 29 CFR 5.5 ( a) (1) (v) ) .

---------------------------------------------------------------In the listing above, the .. sun designation means that ["ates
RI960002 - 2

09/13/1996

listed under that identifier do not r~flect collecitivei~'
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter?
be:

*
*
*
*

This can

an existing pUblished wage determination
a survey underlying a wage determination
a Wage and Hour Division letter setting forth "a
position on a wage determination matter
a conformance (additional classification and rate)
ruling

On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Deter~inations
and Hour Di~is~=~
~. S. Depa~trnent Qf La~cr
200 constitution Avenue, N. W:
washington, D. C. 20210

~age

2.) if the

to the question in 1.) is yes, then an
party (those affected by the action) can ~equest
reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
ans~er

~nterested
~eview and

Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. w.
~ashington,
D. C. 20210
The reques~ should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project Qescription, area practice material, etc.) that the
~equestor considers relevant to the issue.
.

RI960002- 3

09/13/1996

J.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
S. Department of Labor
200 constitution Avenue, N. W.
Washington, D. C. 20210

u.

4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION

R!960002 - 4

09/13/1996

J.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
S. Department of Labor
200 constitution Avenue, N. W.
Washington, D. C. 20210

u.

4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION

RI960002 - 4

09/1)/1996