Skip navigation

SC Contract with GTL 2011-2016 with RFP

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

STATE OF SOUTH CAROLINA
B&CB DSIT
4430 BROAD RIVER ROAD
COLUMBIA SC 29210
Posting Date:May 02, 2011

SAP

SAP

SAP

Solicitation: 5400001449
Description: DOC Inmate Calling System
Agency:
DSIT for: SCDC Dept of Corrections Admin
SAP
SAP
SAP

Contract Number: 4400003670
GLOBAL TEL LINK
Awarded To:
6612 E. 75TH ST.
INDIANAPOLIS IN 46250
$ 0.00
Total Potential Value:
Maximum Contract Period: May 02, 2011 through May 01, 2016
Item
00010

Description
DOC Inmate Calling System

0.00

Inmate calls will be .75 for prepaid/debit and .99 for collect calls.
Inamte one way messaging will be .25 per message
This contract is at no cost to SC Department of Corrections.

Procurement Officer
Andy (Fuller) Bowman, CPPB

Page 1

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

State of South Carolina
RECORD OF NEGOTIATIONS

Solicitation Number 5400001449
Procurement
Andy (Fuller) Bowman, CPPB
Phone 803-896-0315
E-Mail Addressafuller@cio.sc.gov
Address Division of State IT
. 4430 Broad River Road
Columbia, SC 29210

CONTRACT DESCRIPTION: SC Department of Corrections Inmate Calling System
USING GOVERNMENTAL UNIT:

DSIT on behalf of Department of Corrections

OFFEROR'S NAME AND ADDRESS: Global Tel*Link
2609 Cameron Street
~ -E'~~'~~'""---_--,,=~,'",c=--""o.. o-,,~,:." -:-,:,~'"-'"''--'Mobile,AL- 36607 "'" - ..:,:

'~'.:'

i~..

IMPORTANT NOTICE:
Offeror is required to sign this document and return one (1) copy to the procurement officer named above by the following
date:
1..\ \ 'C'::l\~\. \
DESCRIPTION OF NEGOTIATED CHANGES:

(attach additional pages if necessary)

Record of Negotiations:
GTL is happy to answer the State's request for new rates of$.99 for collect calling and $.75 for
debit and prepaid. A very tight business case for us but we expect to be a good partner with
South Carolina for many years to come. Per our previous conversations GTL agrees with the
State on the following:
1. Water resistant instead of water proof Kiosk, GTL will be responsible for replacing any
damaged equipment. GTL request the State's help in preventing inmate abuse of this valuable
technology
2.

Limiting the number of kiosk to 400 (one per housing unit) GTL agrees to install any future
Kiosk the State wishes based on mutual agreement oflocation.

3. The DOC will provide the labor to install any cable/fiber that may be needed for installations of
the Kiosk, GTL will provide materials.
4. The state may, in accordance with state law and regulatory agency approval, elect to require the
contracJorto ~dd a surcharge to each inmate telephone call, and to remitthe surcharge to the -_-::::; state ori;a=monthlybasis.; The decision to implement a surcharge and the amount of any such~-d
surcharge are at the sole discretion of the state. The state may allow the contractor to increase
the charge per call up to 8% ofthe amount ofthe surcharge in order to cover the contractor's
direct costs involved in the collection of the surcharge, but the contractor must provide
evidence of any such costs to the state. The contractor shall assess, collect, and remit the
surcharge at no cost to the' state. The contractor may request that the state consider a rate
adjustment if the call volume decreases by more than 10% in the six months following the
implementation of such a surcharge, but the state has no obligation whatsoever to consider or
accept a rate adjustment and failure to do so is not subject to review.

Exce t as rovided herein, all tenns and conditions of the Offer and the Solicitation remain unchan ed and remain in full force and effect.

SIGNATURE OF PERSON AUTHORlZED TO SUBMIT
BINDING OFFER TO ENTER A CONTRACT ON BEHALF OF
... '"
OFFEROR:

l. /

B'

SIGNATURE OF PERSON AUTHORlZED TO APPROVE
NEGOTIATED MODIFICATIONS ON BEHALF OF USING
GOVERNMENTAL ENTITY:

BY:-+-ld1--A"'f'~~~L~--:-:-,,~=,,=-!
- ~~-

..t

(authorized signature)

I

(authorized signature)

Andrea E. (Fuller) Bowman, CPPB
_ _ _ _Thomas W. Sweeney_,--,_ _ _ _ _ __

(printed name of person signing above)

(printed name of person signing above)

Its: Division 0 f State IT Procurement Manager
Its:

(title of person signing above)

Executive Vice President Sales- - - - (title of person signing above)

Date:
Date:

4/1512011

L{ 'da ( ;;}-O I

I

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

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

RECORD OFNEGOTlATIONS (AUG 2004)

I
,
I

.·d····.··

SAP

Solicitation Number:
Date Issued:
Procurement Officer:
Phone:
E-Mail Address:

State of South Carolina
Request for Proposal

5400001449
01/21/2010
Andy Fuller, CPPB
803-896-0315
Andy.Fuller@cio.sc.gov

DESCRIPTION: SC Department of Corrections Inmate Calling System
USING GOVERNMENTAL UNIT: DSIT
The Term "Offer" Means Your "Bid" or "Proposal". Unless submitted on-line, your offer must be submitted in a sealed
package. Solicitation Number & Opening Date must appear on package exterior. See "Submitting Your Offer" provision.
SUBMIT YOUR OFFER ON-LINE AT THE FOLLOWING URL: http://www.procurement.sc.gov
SUBMIT OFFER BY (Opening Date/Time): 03/15/2010 14:30:00
QUESTIONS MUST BE RECEIVED BY: 02/22/2010 16:00:00

(See "Deadline For Submission Of Offer" provision)
(See "Questions From Offerors" provision)

NUMBER OF COPIES TO BE SUBMITTED: The original solicitation response MUST be submitted on-line, as
well as, send 1 CD with the technical and business proposal and 14 hard copies of both the technical and the
business proposal.
CONFERENCE TYPE: Not Applicable
DATE & TIME:

LOCATION: Not Applicable

(As appropriate, see "Conferences - Pre-Bid/Proposal" & "Site Visit" provisions)

AWARD &
Award will be posted on 04/26/2010 . The award, this solicitation, any amendments, and any related
AMENDMENTS notices will be posted at the following web address: http://www.procurement.sc.gov
Unless submitted on-line, you must submit a signed copy of this form with Your Offer. By submitting a bid or proposal,
You agree to be bound by the terms of the Solicitation. You agree to hold Your Offer open for a minimum of thirty (30)
calendar days after the Opening Date.
(See "Signing Your Offer" and "Electronic Signature" provisions.)

(full legal name of business submitting the offer)

Any award issued will be issued to, and the contract will be formed with,
the entity identified as the Offeror. The entity named as the offeror must be
a single and distinct legal entity. Do not use the name of a branch office or
a division of a larger entity if the branch or division is not a separate legal
entity, i.e., a separate corporation, partnership, sole proprietorship, etc.

AUTHORIZED SIGNATURE

TAXPAYER IDENTIFICATION NO.

(Person must be authorized to submit binding offer to contract on behalf of Offeror.)

(See "Taxpayer Identification Number" provision)

TITLE

STATE VENDOR NO.

(business title of person signing above)

(Register to Obtain S.C. Vendor No. at www.procurement.sc.gov)

NAME OF OFFEROR

PRINTED NAME

DATE SIGNED

(printed name of person signing above)

STATE OF INCORPORATION
(If you are a corporation, identify the state of incorporation.)

OFFEROR'S TYPE OF ENTITY: (Check one)

(See "Signing Your Offer" provision.)

___ Sole Proprietorship

___ Partnership

___ Other_____________________________

___ Corporate entity (not tax-exempt)

___ Corporation (tax-exempt)

___ Government entity (federal, state, or local)

COVER PAGE (NOV. 2007)

SAP
SAP

PAGE TWO
(Return Page Two with Your Offer)

HOME OFFICE ADDRESS

(Address for offeror's home office /

principal place of business)

NOTICE ADDRESS (Address to which all procurement and contract
related notices should be sent.) (See "Notice" clause)

_________________________________________________ Area Code Number - Extension
Facsimile
_________________________________________________ Email Address

PAYMENT ADDRESS

(Address to which payments will be sent.)

ORDER ADDRESS

(See "Payment" clause)

(Address to which purchase orders will be sent)
(See "Purchase Orders and "Contract Documents" clauses)

____Payment Address same as Home Office Address
____Payment Address same as Notice Address (check only one)

____Order Address same as Home Office Address
____Order Address same as Notice Address (check only one)

ACKNOWLEDGMENT OF AMENDMENTS
Offerors acknowledges receipt of amendments by indicating amendment number and its date of issue. (See "Amendments to Solicitation" Provision)
Amendment No.

Amendment Issue
Date

DISCOUNT FOR
PROMPT PAYMENT

Amendment No.

10 Calendar Days (%)

Amendment Issue
Date

Amendment No.

20 Calendar Days (%)

Amendment Issue
Date

Amendment No.

30 Calendar Days (%)

Amendment Issue
Date

_____Calendar Days (%)

(See "Discount for Prompt
Payment" clause)

PREFERENCES - A NOTICE TO VENDORS (SEP. 2009): On June 16, 2009, the South Carolina General Assembly
rewrote the law governing preferences available to in-state vendors, vendors using in-state subcontractors, and vendors
selling in-state or US end products. This law appears in Section 11-35-1524 of the South Carolina Code of Laws. A
summary of the new preferences is available at www.procurement.sc.gov/preferences . ALL THE PREFERENCES
MUST BE CLAIMED AND ARE APPLIED BY LINE ITEM, REGARDLESS OF WHETHER AWARD IS MADE BY
ITEM OR LOT. VENDORS ARE CAUTIONED TO CAREFULLY REVIEW THE STATUTE BEFORE
CLAIMING ANY PREFERENCES. THE REQUIREMENTS TO QUALIFY HAVE CHANGED. IF YOU
REQUEST A PREFERENCE, YOU ARE CERTIFYING THAT YOUR OFFER QUALIFIES FOR THE
PREFERENCE YOU'VE CLAIMED. IMPROPERLY REQUESTING A PREFERENCE CAN HAVE SERIOUS
CONSEQUENCES. [11-35-1524(E)(4)&(6)]
PREFERENCES - ADDRESS AND PHONE OF IN-STATE OFFICE: Please provide the address and phone number for
your in-state office in the space provided below. An in-state office is necessary to claim either the Resident Vendor
Preference (11-35-1524(C)(1)(i)&(ii)) or the Resident Contractor Preference (11-35-1524(C)(1)(iii)). Accordingly, you
must provide this information to qualify for the preference. An in-state office is not required, but can be beneficial, if you
are claiming the Resident Subcontractor Preference (11-35-1524(D)).

____In-State Office Address same as Home Office Address
____In-State Office Address same as Notice Address (check only one)
PAGE TWO (SEP 2009)

End of PAGE TWO

IMPORTANT INFORMATION FOR ALL OFFERORS 
All  Offerors  desiring  to  respond  to  this  solicitation  should  register  and  submit  your  response  online.    To 
respond  online,  you  must  follow  the  new  South  Carolina  Enterprise  Information  System  (SCEIS)  vendor 
registration  instructions  found  at  the  South  Carolina  Procurement  Information  Center  website  address  of:  
http://www.procurement.sc.gov/.  Even  if  you  are  registered  in  the  old  procurement  system,  you  must  still 
register or update your information in the new SCEIS system.  Once the registration process is complete, the 
system will generate a new SCEIS vendor userid and password.  The Offeror must keep this information current 
or you will not be able to submit future bids. 
OFFERORS ENCOUNTERING REGISTRATION PROBLEMS SHOULD CONTACT: 
 

 

 

SCEIS Help Desk (803) 896‐0001  
Monday – Friday 8:00 AM – 4:30 PM 

Other vendor instructions found at http://cio.state.sc.us/itmo/agency.htm include: 
∙         Vendor Registration Guide 
∙         Help Desk Information 
∙         Vendor Response to Bid Short Version Guide 
∙         Vendor Change to Bid Response Short Version Guide 
∙         Deleting Response to Solicitation Short Version 

 
NUMBER OF COPIES 
The original solicitation response MUST be submitted on‐line. 
In addition to the offer you submit on‐line, please submit the following: 
 The original solicitation response MUST be submitted on‐line. 
 One (1) redacted copy of both technical and business proposal submitted online  
 One (1) redacted copy of both technical and business proposal on CD 
 Fourteen (14) copes of both technical and business proposal in hard copy 
All copies requested must be delivered no later than the date and time specified on the cover page of the 
solicitation to the following address:  
 
SC Budget & Control Board – Division of State Information Technology   
 
 
     
Attention:  Andy Fuller, Solicitation Number 5400001449 
 4430 Broad River Road 
Columbia, SC  29210 

Page 1

Table of Contents
SAP
SECTION_I ............................................................................. 5
ACQUIRE SERVICES and SUPPLIES / EQUIPMENT (JAN 2006)
5
MAXIMUM CONTRACT PERIOD - ESTIMATED (Jan 2006)
5
SECTION_IIA ........................................................................ 7
DEFINITIONS (JAN 2006) .................................................... 7
AMENDMENTS TO SOLICITATION (JAN 2004) .............. 7
AWARD NOTIFICATION (NOV 2007) ................................ 7
BID/PROPOSAL AS OFFER TO CONTRACT (JAN 2004) . 88
BID ACCEPTANCE PERIOD (JAN 2004) ............................ 88
BID IN ENGLISH and DOLLARS (JAN 2004) ..................... 88
BOARD AS PROCUREMENT AGENT (JAN 2004) ............ 88
CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (MAY 2008)
88
CERTIFICATION REGARDING DEBARMENT AND OTHER RESPONSIBILITY MATTERS (JAN 2004)
CODE OF LAWS AVAILABLE (JAN 2006) ........................ 1010
COMPLETION OF FORMS/CORRECTION OF ERRORS (JAN 2006)
1010
DEADLINE FOR SUBMISSION OF OFFER (JAN 2004) .... 1010
DRUG FREE WORK PLACE CERTIFICATION (JAN 2004)
1010
DUTY TO INQUIRE (JAN 2006) .......................................... 1010
ETHICS CERTIFICATE (MAY 2008) ................................... 1010
OMIT TAXES FROM PRICE (JAN 2004) ............................ 1010
PROTESTS (JUNE 2006) ....................................................... 1010
PUBLIC OPENING (JAN 2004) ............................................ 1111
QUESTIONS FROM OFFERORS (JAN 2004) ..................... 1111
REJECTION/CANCELLATION (JAN 2004) ........................ 1111
RESPONSIVENESS/IMPROPER OFFERS (JAN 2004) ....... 1111
RESTRICTIONS APPLICABLE TO OFFERORS (JAN 2004)
1212
SIGNING YOUR OFFER (JAN 2004) ................................... 1212
STATE OFFICE CLOSINGS (JAN 2004) ............................. 1212
SUBMITTING CONFIDENTIAL INFORMATION (AUG 2002)
1212
SUBMITTING YOUR OFFER OR MODIFICATION (JAN 2004)
1313
TAX CREDIT FOR SUBCONTRACTING WITH DISADVANTAGED SMALL BUSINESSES (JAN 2008)
TAXPAYER IDENTIFICATION NUMBER (JAN 2004) ..... 1313
VENDOR REGISTRATION MANDATORY (JAN 2006) .... 1313
WITHDRAWAL OR CORRECTION OF OFFER (JAN 2004)
1414
SECTION_IIB ......................................................................... 2121
CLARIFICATION (NOV 2007) ............................................. 5454
DISCUSSIONS and NEGOTIATIONS (NOV 2007) ............. 5454
ON-LINE BIDDING INSTRUCTIONS (NOV 2007) ............ 5454
OPENING PROPOSALS -- PRICES NOT DIVULGED (JAN 2006) 5454
PROTEST - CPO - ITMO ADDRESS (JUNE 2006) .............. 5454
SITE VISIT -- BY APPOINTMENT (JAN 2006) …………….55
SITE VISIT (JAN 2006) ......................................................... 5454
SECTION_III .......................................................................... 2424
DELIVERY DATE -- 30 DAYS ARO (JAN 2006) ................ 5555
DELIVERY/PERFORMANCE LOCATION -- SPECIFIED (JAN 2006)
5555
INSTALLATION (JAN 2006) ................................................ 5555
OPERATIONAL MANUALS (JAN 2006) ............................ 5555
QUALITY -- NEW (JAN 2006) .............................................. 5555
TECHNICAL SUPPORT -- INCLUDED (JAN 2006) ........... 5555
TRAINING (JAN 2006) .......................................................... 5555
SECTION_IV .......................................................................... 5555
INFORMATION FOR OFFERORS TO SUBMIT -- GENERAL (JAN 2006)
5555
MINORITY PARTICIPATION (JAN 2006) .......................... 5656
SUBMITTING REDACTED OFFERS (FEB 2007) ............... 5656
SECTION_V ........................................................................... 5656
QUALIFICATION OF OFFEROR (JAN 2006) ..................... 5757
QUALIFICATIONS -- MANDATORY MINIMUM (JAN 2006)
5757
SUBCONTRACTOR -- IDENTIFICATION (JAN 2006) ...... 5757
Page 2

99

1313

SECTION_VI .......................................................................... 5757
AWARD CRITERIA -- PROPOSALS (JAN 2006) ............... 5959
AWARD TO ONE OFFEROR (JAN 2006) ............................ 5959
COMPETITION FROM PUBLIC ENTITIES (JAN 2006) .... 5959
EVALUATION FACTORS -- PROPOSALS (JAN 2006) ..... 5959
UNIT PRICE GOVERNS (JAN 2006) ................................... 6060
SECTION_VIIA ...................................................................... 6060
ASSIGNMENT (JAN 2006) ................................................... 6060
BANKRUPTCY (JAN 2006) .................................................. 6060
CHOICE-OF-LAW (JAN 2006) ............................................. 6060
CONTRACT DOCUMENTS and ORDER OF PRECEDENCE (JAN 2006)
6161
DISCOUNT FOR PROMPT PAYMENT (JAN 2006) ........... 6161
DISPUTES (JAN 2006) .......................................................... 6161
EQUAL OPPORTUNITY (JAN 2006) ................................... 6161
FALSE CLAIMS (JAN 2006) ................................................. 6161
FIXED PRICING REQUIRED (JAN 2006) ........................... 6262
NON-INDEMNIFICATION (JAN 2006) ............................... 6262
NOTICE (JAN 2006) .............................................................. 6262
PAYMENT (JAN 2006) .......................................................... 6262
PUBLICITY (JAN 2006) ........................................................ 6262
PURCHASE ORDERS (JAN 2006) ....................................... 6262
SETOFF (JAN 2006) .............................................................. 6262
SURVIVAL OF OBLIGATIONS (JAN 2006) ....................... 6363
TAXES (JAN 2006) ................................................................ 6363
TERMINATION DUE TO UNAVAILABILITY OF FUNDS (JAN 2006)
6363
THIRD PARTY BENEFICIARY (JAN 2006) ....................... 6363
WAIVER (JAN 2006) ............................................................. 6363
SECTION_VIIB ...................................................................... 6363
CHANGES (JAN 2006) .......................................................... 6363
CISG (JAN 2006) .................................................................... 6464
COMPLIANCE WITH LAWS (JAN 2006) ........................... 6464
CONTRACTOR'S LIABILITY INSURANCE (JAN 2006) ... 6464
CONTRACTOR PERSONNEL (JAN 2006) .......................... 6565
CONTRACTOR'S OBLIGATION -- GENERAL (JAN 2006) 6565
CONTRACTOR'S USE OF STATE PROPERTY (JAN 2006) 6565
DEFAULT (JAN 2006) ........................................................... 6565
DISPOSAL OF PACKAGING (JAN 2006) ........................... 6666
ILLEGAL IMMIGRATION (NOV. 2008) ............................. 6666
INDEMNIFICATION -- THIRD PARTY CLAIMS (JAN 2006)
6767
INTELLECTUAL PROPERTY INFRINGEMENT (JAN 2006)
6767
LICENSES AND PERMITS (JAN 2006) ............................... 6767
MATERIAL AND WORKMANSHIP (JAN 2006) ................ 6767
OWNERSHIP OF DATA and MATERIALS (JAN 2006) ..... 6868
PRICE ADJUSTMENTS (JAN 2006) .................................... 6868
PRICE ADJUSTMENTS -- LIMITED BY CPI "ALL ITEMS" (JAN 2006)
6868
PRICING DATA -- AUDIT -- INSPECTION (JAN 2006) .... 6868
RELATIONSHIP OF THE PARTIES (JAN 2006) ................. 6969
SHIPPING / RISK OF LOSS (JAN 2006) .............................. 6969
SUBSTITUTIONS PROHIBITED - END PRODUCT PREFERENCES (SEP 2009)
6969
SUBCONTRACTOR SUBSTITUTION PROHIBITED - RESIDENT SUBCONTRACTOR PREFERENCE (SEP 2009)
.................................................................................................. 6969
TERM OF CONTRACT -- EFFECTIVE DATE / INITIAL CONTRACT PERIOD (JAN 2006)
6969
TERM OF CONTRACT -- OPTION TO RENEW (JAN 2006)
6969
TERMINATION FOR CONVENIENCE (JAN 2006) ........... 6969
SECTION_VIII ....................................................................... 7171
BIDDING SCHEDULE (NOV 2007) …………………………70
BUSINESS PROPOSAL (JAN 2006) ..................................... 7272
SECTION_IX .......................................................................... 7272
LIST OF ATTACHMENTS .................................................... 7272
NONRESIDENT TAXPAYER REGISTRATION AFFIDAVIT INCOME TAX WITHHOLDING
7272
Page 3

SCHEDULE OF KEY EVENTS
 
1. 

Issuance of Specifications ‐ January  21, 2010 

2. 

* Deadline for receipt of questions regarding this RFP – February 22, 2010  4pm 

3. 

Opening and deadline for receipt of ONLINE responses – March 15, 2010  2:30pm 

4. 

Offeror is to submit the following number of responses: 

 

Hard Copy:  One (1) Original and fourteen (14) copies 

 

Electronic Copies:  One (1) Original  CD 

 

 

 

*  To submit questions or request additional information, send your written question/request to be received 
no later than the date and time shown in item 2 above.  Your contact for supplemental information is: 
________________________________________________________________________ 
SEND QUESTIONS TO:   
Division of the State CIO 
4430 Broad River Road 
Columbia, South Carolina 29210 
Attn.:  Andy Fuller, CPPB 
Email:  afuller@cio.sc.gov 
_______________________________________________________________________ 
MAIL  HARD COPIES OF THE PROPOSALS TO: 
Division of the State CIO 
4430 Broad River Road 
Columbia, South Carolina 29210 
 

 

 

 

 

Page 4

I. SCOPE OF SOLICITATION
ACQUIRE SERVICES and SUPPLIES / EQUIPMENT (JAN 2006)
The purpose of this solicitation is to acquire services and supplies or equipment complying with the enclosed description
and/or specifications and conditions. [01-1005-1]
MAXIMUM CONTRACT PERIOD - ESTIMATED (Jan 2006)
Start date:04/26/2010 End date:04/25/2015. Dates provided are estimates only. Any resulting contract will begin on the
date specified in the notice of award. See clause entitled "Term of Contract - Effective Date/Initial Contract Period". [011040-1]
REQUEST FOR PROPOSAL
(Solutions Based Procurement)
SC Department of Corrections (SCDC) Inmate Telephone, Email, Banking, and Related Services
SCOPE OF SOLICITATION
This is a Solutions Based Procurement which is stating a problem; your solution should state your company’s answer to the problem.
Through this method, the State has attempted to provide the minimum amount of specifications and requirements in order not to
transform this RFP into a Bid. The State does not want to limit your creativeness or ingenuity by over specifying the requirements of this
solicitation. Offerors should find it helpful to follow the “Checklist for Offerors” included.

Budget (Intentionally not provided)
Introduction
The original correctional system in South Carolina was established in 1866 when the South Carolina Legislature
passed an act that created the first state-level prison for felons that were housed in county facilities. In 1960, the
Governor of South Carolina decided to end the abuses of the correctional system and therefore created a new
state agency. The agency was named the South Carolina Department of Corrections. Today, the Department of
Corrections is still a state agency, reporting directly to the Governor.
The Department of Corrections has twenty-eight institutions, categorized into four distinct security levels: high
security (level 3), medium security (level 2), minimum security (level 1B) and community-based pre-release /
work centers (level 1A). The architectural design of the institution, type of housing, operational procedures, and
the level of security staffing determine an institution’s security level. Inmates are assigned to institutions to meet
their specific security, programming, medical, educational, and work requirements.
The South Carolina Department of Corrections (SCDC) currently has approximately 24,500 inmates housed at
it's 28 correctional facilities. The purpose of this RFP is to establish a contract to provide inmate telephone,
email, banking, and related inmate services as detailed in the scope of work / specifications section to follow.
Overall scope of services:
 Project management and implementation services to assure a timely execution of the procured services
and the migration and integration of existing information
 Administrative, operational and support services necessary to fulfill SCDC requirements and service
levels
 Migration from the current systems, services and equipment
 Operation of a secure, high availability environment
 Provisioning and deployment of all equipment including telephony devices, kiosks, servers,
communication components and any circuits and related hardware and software that provide for fully
Page 5







functioning systems
An operational environment that will assure that all information provided by the State will remain secure
at all times
Operational procedures, training, tools and documentation necessary to operate, backup, recover and
administer the systems
Necessary staffing and support facilities to operate and maintain the systems and meet required service
levels
Interfaces to receive and provide information between the systems and SCDC internal applications
Customer service support to meet the needs of SCDC, inmates families and friends, and authorized
systems users

Page 6

AP

II. INSTRUCTIONS TO OFFERORS - A. GENERAL INSTRUCTIONS
DEFINITIONS (JAN 2006)
EXCEPT AS OTHERWISE PROVIDED HEREIN, THE FOLLOWING DEFINITIONS ARE APPLICABLE TO ALL
PARTS OF THE SOLICITATION.
AMENDMENT means a document issued to supplement the original solicitation document.
BOARD means the South Carolina Budget & Control Board.
BUYER means the Procurement Officer.
CHANGE ORDER means any written alteration in specifications, delivery point, rate of delivery, period of performance,
price, quantity, or other provisions of any contract accomplished by mutual agreement of the parties to the contract.
CONTRACT See clause entitled Contract Documents & Order of Precedence.
CONTRACT MODIFICATION means a written order signed by the Procurement Officer, directing the contractor to make
changes which the changes clause of the contract authorizes the Procurement Officer to order without the consent of the
contractor.
CONTRACTOR means the Offeror receiving an award as a result of this solicitation.
COVER PAGE means the top page of the original solicitation on which the solicitation is identified by number. Offerors
are cautioned that Amendments may modify information provided on the Cover Page.
OFFER means the bid or proposal submitted in response this solicitation. The terms Bid and Proposal are used
interchangeably with the term Offer.
OFFEROR means the single legal entity submitting the offer. The term Bidder is used interchangeably with the term
Offeror. See bidding provisions entitled Signing Your Offer and Bid/Proposal As Offer To Contract.
ORDERING ENTITY Using Governmental Unit that has submitted a Purchase Order.
PAGE TWO means the second page of the original solicitation, which is labeled Page Two.
PROCUREMENT OFFICER means the person, or his successor, identified as such on the Cover Page.
YOU and YOUR means Offeror.
SOLICITATION means this document, including all its parts, attachments, and any Amendments.
STATE means the Using Governmental Unit(s) identified on the Cover Page.
SUBCONTRACTOR means any person having a contract to perform work or render service to Contractor as a part of the
Contractor's agreement arising from this solicitation.
USING GOVERNMENTAL UNIT means the unit(s) of government identified as such on the Cover Page. If the Cover
Page names a Statewide Term Contract as the Using Governmental Unit, the Solicitation seeks to establish a Term Contract
[11-35-310(35)] open for use by all South Carolina Public Procurement Units [11-35-4610(5)].
WORK means all labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the
Contractor's obligations under the Contract.
[02-2A003-1]
AMENDMENTS TO SOLICITATION (JAN 2004)
(a) The Solicitation may be amended at any time prior to opening. All actual and prospective Offerors should monitor the
following web site for the issuance of Amendments:www.procurement.sc.gov(b) Offerors must acknowledge receipt of any
amendment to this solicitation (1) by signing and returning the amendment, (2) by identifying the amendment number and
date in the space provided for this purpose on Page Two, (3) by letter, or (4) by submitting a bid that indicates in some way
that the bidder received the amendment. (c) If this solicitation is amended, then all terms and conditions which are not
modified remain unchanged. [02-2A005-1]
AWARD NOTIFICATION (NOV 2007)
Notice regarding any award or cancellation of award will be posted at the location specified on the Cover Page. If the
contract resulting from this Solicitation has a total or potential value of fifty thousand dollars or more, such notice will be
sent to all Offerors responding to the Solicitation. Should the contract resulting from this Solicitation have a total or
potential value of one hundred thousand dollars or more, such notice will be sent to all Offerors responding to the
Solicitation and any award will not be effective until the eleventh day after such notice is given. [02-2A010-1]

Page 7

BID/PROPOSAL AS OFFER TO CONTRACT (JAN 2004)
By submitting Your Bid or Proposal, You are offering to enter into a contract with the Using Governmental Unit(s).
Without further action by either party, a binding contract must result upon final award. Any award issued will be issued to,
and the contract will be formed with, the entity identified as the Offeror on the Cover Page. An Offer may be submitted by
only one legal entity; "joint bids" are not allowed. [02-2A015-1]
BID ACCEPTANCE PERIOD (JAN 2004)
In order to withdraw Your Offer after the minimum period specified on the Cover Page, You must notify the Procurement
Officer in writing. [02-2A020-1]
BID IN ENGLISH and DOLLARS (JAN 2004)
Offers submitted in response to this solicitation must be in the English language and in US dollars, unless otherwise
permitted by the Solicitation. [02-2A025-1]
BOARD AS PROCUREMENT AGENT (JAN 2004)
(a) Authorized Agent. All authority regarding the conduct of this procurement is vested solely with the responsible
Procurement Officer. Unless specifically delegated in writing, the Procurement Officer is the only government official
authorized to bind the government with regard to this procurement. (b) Purchasing Liability. The Procurement Officer is
an employee of the Board acting on behalf of the Using Governmental Unit(s) pursuant to the Consolidated Procurement
Code. Any contracts awarded as a result of this procurement are between the Contractor and the Using Governmental
Units(s). The Board is not a party to such contracts, unless and to the extent that the board is a using governmental unit, and
bears no liability for any party's losses arising out of or relating in any way to the contract. [02-2A030-1]
CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (MAY 2008)
GIVING FALSE, MISLEADING, OR INCOMPLETE INFORMATION ON THIS CERTIFICATION MAY
RENDER YOU SUBJECT TO PROSECUTION UNDER SECTION 16-9-10 OF THE SOUTH CAROLINA CODE
OF LAWS AND OTHER APPLICABLE LAWS.
(a) By submitting an offer, the offeror certifies that-

(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any
consultation, communication, or agreement with any other offeror or competitor relating to(i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any
other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a
negotiated solicitation) unless otherwise required by law; and
(3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer
for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the signatory(1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or
proposal, and that the signatory has not participated and will not participate in any action contrary to paragraphs
(a)(1) through (a)(3) of this certification; or

Page 8

(2)(i) Has been authorized, in writing, to act as agent for the offeror's principals in certifying that those principals have not
participated, and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this certification [As used
in this subdivision (b)(2)(i), the term "principals" means the person(s) in the offeror's organization responsible for
determining the prices offered in this bid or proposal];
(ii) As an authorized agent, does certify that the principals referenced in subdivision (b)(2)(i) of this certification have not
participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this certification; and
(iii) As an agent, has not personally participated, and will not participate, in any action contrary to paragraphs (a)(1)
through (a)(3) of this certification.
(c) If the offeror deletes or modifies paragraph (a)(2) of this certification, the offeror must furnish with its offer a signed
statement setting forth in detail the circumstances of the disclosure. [02-2A032-1]
CERTIFICATION REGARDING DEBARMENT AND OTHER RESPONSIBILITY MATTERS (JAN 2004)
(a) (1) By submitting an Offer, Offeror certifies, to the best of its knowledge and belief, that(i) Offeror and/or any of its Principals(A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any
state or federal agency;
(B) Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against
them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a
public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the
submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, tax evasion, or receiving stolen property; and
(C) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of
any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision.
(ii) Offeror has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any
public (Federal, state, or local) entity.
(2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having
primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of
a subsidiary, division, or business segment, and similar positions).
(b) Offeror must provide immediate written notice to the Procurement Officer if, at any time prior to contract award,
Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
(c) If Offeror is unable to certify the representations stated in paragraphs (a)(1), Offer must submit a written explanation
regarding its inability to make the certification. The certification will be considered in connection with a review of the
Offeror's responsibility. Failure of the Offeror to furnish additional information as requested by the Procurement Officer
may render the Offeror nonresponsible.
(d) Nothing contained in the foregoing must be construed to require establishment of a system of records in order to render,
in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is
not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed
when making award. If it is later determined that the Offeror knowingly or in bad faith rendered an erroneous certification,
in addition to other remedies available to the State, the Procurement Officer may terminate the contract resulting from this
solicitation for default.
[02-2A035-1]

Page 9

CODE OF LAWS AVAILABLE (JAN 2006)
The South Carolina Code of Laws, including the Consolidated Procurement Code, is available at:
http://www.scstatehouse.net/code/statmast.htm. The South Carolina Regulations are available at:
http://www.scstatehouse.net/coderegs/statmast.htm [02-2A040-1]
COMPLETION OF FORMS/CORRECTION OF ERRORS (JAN 2006)
All prices and notations should be printed in ink or typewritten. Errors should be crossed out, corrections entered and
initialed by the person signing the bid. Do not modify the solicitation document itself (including bid schedule).
(Applicable only to offers submitted on paper.) [02-2A045-1]
DEADLINE FOR SUBMISSION OF OFFER (JAN 2004)
Any offer received after the Procurement Officer of the governmental body or his designee has declared that the time set for
opening has arrived, must be rejected unless the offer has been delivered to the designated purchasing office or the
governmental bodies mail room which services that purchasing office prior to the bid opening. [R.19-445.2070(H)] [022A050-1]
DRUG FREE WORK PLACE CERTIFICATION (JAN 2004)
By submitting an Offer, Contractor certifies that, if awarded a contract, Contractor will comply with all applicable
provisions of The Drug-free Workplace Act, Title 44, Chapter 107 of the South Carolina Code of Laws, as amended. [022A065-1]
DUTY TO INQUIRE (JAN 2006)
Offeror, by submitting an Offer, represents that it has read and understands the Solicitation and that its Offer is made in
compliance with the Solicitation. Offerors are expected to examine the Solicitation thoroughly and should request an
explanation of any ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation. Failure to do
so will be at the Offeror's risk. Offeror assumes responsibility for any patent ambiguity in the Solicitation that Offeror does
not bring to the State's attention. [02-2A070-1]
ETHICS CERTIFICATE (MAY 2008)
By submitting an offer, the offeror certifies that the offeror has and will comply with, and has not, and will not, induce a
person to violate Title 8, Chapter 13 of the South Carolina Code of Laws, as amended (ethics act). The following statutes
require special attention: Section 8-13-700, regarding use of official position for financial gain; Section 8-13-705,
regarding gifts to influence action of public official; Section 8-13-720, regarding offering money for advice or assistance of
public official; Sections 8-13-755 and 8-13-760, regarding restrictions on employment by former public official; Section 813-775, prohibiting public official with economic interests from acting on contracts; Section 8-13-790, regarding recovery
of kickbacks; Section 8-13-1150, regarding statements to be filed by consultants; and Section 8-13-1342, regarding
restrictions on contributions by contractor to candidate who participated in awarding of contract. The state may rescind any
contract and recover all amounts expended as a result of any action taken in violation of this provision. If contractor
participates, directly or indirectly, in the evaluation or award of public contracts, including without limitation, change
orders or task orders regarding a public contract, contractor must, if required by law to file such a statement, provide the
statement required by Section 8-13-1150 to the procurement officer at the same time the law requires the statement to be
filed. [02-2A075-2]
OMIT TAXES FROM PRICE (JAN 2004)
Do not include any sales or use taxes in Your price that the State may be required to pay. [02-2A080-1]
PROTESTS (JUNE 2006)
Any prospective bidder, offeror, contractor, or subcontractor who is aggrieved in connection with the solicitation of a
contract must protest within fifteen days of the date of issuance of the applicable solicitation document at issue. Any actual
Page 10

bidder, offeror, contractor, or subcontractor who is aggrieved in connection with the intended award or award of a contract
must protest within ten days of the date notification of award is posted in accordance with this code. A protest must be in
writing, must set forth the grounds of the protest and the relief requested with enough particularity to give notice of the
issues to be decided, and must be received by the appropriate Chief Procurement Officer within the time provided. See
clause entitled "Protest-CPO". [Section 11-35-4210] [02-2A085-1]
PUBLIC OPENING (JAN 2004)
Offers will be publicly opened at the date/time and at the location identified on the Cover Page, or last Amendment,
whichever is applicable. [02-2A090-1]
QUESTIONS FROM OFFERORS (JAN 2004)
(a) Any prospective offeror desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must
request it in writing. Questions must be received by the Procurement Officer no later than five (5) days prior to opening
unless otherwise stated on the Cover Page. Label any communication regarding your questions with the name of the
procurement officer, and the solicitation's title and number. Oral explanations or instructions will not be binding. Any
information given a prospective offeror concerning a solicitation will be furnished promptly to all other prospective offerors
as an Amendment to the solicitation, if that information is necessary for submitting offers or if the lack of it would be
prejudicial to other prospective offerors. (b) The State seeks to permit maximum practicable competition. Offerors are
urged to advise the Procurement Officer -- as soon as possible -- regarding any aspect of this procurement, including any
aspect of the Solicitation, that unnecessarily or inappropriately limits full and open competition. [02-2A095-1]
REJECTION/CANCELLATION (JAN 2004)
The State may cancel this solicitation in whole or in part. The State may reject any or all proposals in whole or in part. [SC
Code Section 11-35-1710 & R.19-445.2065] [02-2A100-1]
RESPONSIVENESS/IMPROPER OFFERS (JAN 2004)
(a) Bid as Specified. Offers for supplies or services other than those specified will not be considered unless authorized by
the Solicitation.
(b) Multiple Offers. Offerors may submit more than one Offer, provided that each Offer has significant differences other
than price. Each separate Offer must satisfy all Solicitation requirements. If this solicitation is an Invitation for Bids, each
separate offer must be submitted as a separate document. If this solicitation is a Request for Proposals, multiple offers may
be submitted as one document, provided that you clearly differentiate between each offer and you submit a separate cost
proposal for each offer, if applicable.
(c) Responsiveness. Any Offer which fails to conform to the material requirements of the Solicitation may be rejected as
nonresponsive. Offers which impose conditions that modify material requirements of the Solicitation may be rejected. If a
fixed price is required, an Offer will be rejected if the total possible cost to the State cannot be determined. Offerors will
not be given an opportunity to correct any material nonconformity. Any deficiency resulting from a minor informality may
be cured or waived at the sole discretion of the Procurement Officer. [R.19-445.2070 and Section 11-35-1520(13)]
(d) Price Reasonableness: Any offer may be rejected if the Procurement Officer determines in writing that it is
unreasonable as to price. [R. 19-445.2070].
(e) Unbalanced Bidding. The State may reject an Offer as nonresponsive if the prices bid are materially unbalanced
between line items or subline items. A bid is materially unbalanced when it is based on prices significantly less than cost
for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable
doubt that the bid will result in the lowest overall cost to the State even though it may be the low evaluated bid, or if it is so
unbalanced as to be tantamount to allowing an advance payment.
[02-2A105-1]

Page 11

RESTRICTIONS APPLICABLE TO OFFERORS (JAN 2004)
Violation of these restrictions may result in disqualification of your offer, suspension or debarment, and may constitute a
violation of the state Ethics Act. (a) After issuance of the solicitation, you agree not to discuss this procurement activity
in any way with the Using Governmental Unit or its employees, agents or officials All communications must be solely
with the Procurement Officer. This restriction may be lifted by express written permission from the Procurement Officer.
This restriction expires once a contract has been formed. (b) Unless otherwise approved in writing by the Procurement
Officer, you agree not to give anything to any Using Governmental Unit or its employees, agents or officials prior to
award. [02-2A110-1]
SIGNING YOUR OFFER (JAN 2004)
Every Offer must be signed by an individual with actual authority to bind the Offeror. (a) If the Offeror is an individual,
the Offer must be signed by that individual. If the Offeror is an individual doing business as a firm, the Offer must be
submitted in the firm name, signed by the individual, and state that the individual is doing business as a firm. (b) If the
Offeror is a partnership, the Offer must be submitted in the partnership name, followed by the words by its Partner, and
signed by a general partner. (c) If the Offeror is a corporation, the Offer must be submitted in the corporate name, followed
by the signature and title of the person authorized to sign. (d) An Offer may be submitted by a joint venturer involving any
combination of individuals, partnerships, or corporations. If the Offeror is a joint venture, the Offer must be submitted in
the name of the Joint Venture and signed by every participant in the joint venture in the manner prescribed in paragraphs (a)
through (c) above for each type of participant. (e) If an Offer is signed by an agent, other than as stated in subparagraphs
(a) through (d) above, the Offer must state that is has been signed by an Agent. Upon request, Offeror must provide proof
of the agent's authorization to bind the principal. [02-2A115-1]
STATE OFFICE CLOSINGS (JAN 2004)
If an emergency or unanticipated event interrupts normal government processes so that offers cannot be received at the
government office designated for receipt of bids by the exact time specified in the solicitation, the time specified for receipt
of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which
normal government processes resume. In lieu of an automatic extension, an Amendment may be issued to reschedule bid
opening. If state offices are closed at the time a pre-bid or pre-proposal conference is scheduled, an Amendment will be
issued to reschedule the conference. Useful information may be available at:
http://www.scemd.org/scgovweb/weather_alert.html [02-2A120-1]
SUBMITTING CONFIDENTIAL INFORMATION (AUG 2002)
(An overview is available at www.procurement.sc.gov) For every document Offeror submits in response to or with regard
to this solicitation or request, Offeror must separately mark with the word "CONFIDENTIAL" every page, or portion
thereof, that Offeror contends contains information that is exempt from public disclosure because it is either (a) a trade
secret as defined in Section 30-4-40(a)(1), or (b) privileged and confidential, as that phrase is used in Section 11-35-410.
For every document Offeror submits in response to or with regard to this solicitation or request, Offeror must separately
mark with the words "TRADE SECRET" every page, or portion thereof, that Offeror contends contains a trade secret as
that term is defined by Section 39-8-20 of the Trade Secrets Act. For every document Offeror submits in response to or
with regard to this solicitation or request, Offeror must separately mark with the word "PROTECTED" every page, or
portion thereof, that Offeror contends is protected by Section 11-35-1810. All markings must be conspicuous; use color,
bold, underlining, or some other method in order to conspicuously distinguish the mark from the other text. Do not mark
your entire response (bid, proposal, quote, etc.) as confidential, trade secret, or protected. If your response, or any part
thereof, is improperly marked as confidential or trade secret or protected, the State may, in its sole discretion, determine it
nonresponsive. If only portions of a page are subject to some protection, do not mark the entire page. By submitting a
response to this solicitation or request, Offeror (1) agrees to the public disclosure of every page of every document
regarding this solicitation or request that was submitted at any time prior to entering into a contract (including, but not
limited to, documents contained in a response, documents submitted to clarify a response, and documents submitted during
negotiations), unless the page is conspicuously marked "TRADE SECRET" or "CONFIDENTIAL" or "PROTECTED", (2)
agrees that any information not marked, as required by these bidding instructions, as a "Trade Secret" is not a trade secret as
defined by the Trade Secrets Act, and (3) agrees that, notwithstanding any claims or markings otherwise, any prices,
commissions, discounts, or other financial figures used to determine the award, as well as the final contract amount, are
subject to public disclosure. In determining whether to release documents, the State will detrimentally rely on Offeror's
marking of documents, as required by these bidding instructions, as being either "Confidential" or "Trade Secret" or
"PROTECTED". By submitting a response, Offeror agrees to defend, indemnify and hold harmless the State of South
Page 12

Carolina, its officers and employees, from every claim, demand, loss, expense, cost, damage or injury, including attorney's
fees, arising out of or resulting from the State withholding information that Offeror marked as "confidential" or "trade
secret" or "PROTECTED". (All references to S.C. Code of Laws.) [02-2A125-1]
SUBMITTING YOUR OFFER OR MODIFICATION (JAN 2004)
(a) Offers and offer modifications must be submitted in sealed envelopes or packages (unless submitted by electronic
means) - (1) Addressed to the office specified in the Solicitation; and (2) Showing the time and date specified for opening,
the solicitation number, and the name and address of the bidder. (b) If you are responding to more than one solicitation,
each offer must be submitted in a different envelope or package. (c) Each Offeror must submit the number of copies
indicated on the Cover Page. (d) Offerors using commercial carrier services must ensure that the Offer is addressed and
marked on the outermost envelope or wrapper as prescribed in paragraphs (a)(1) and (2) of this provision when delivered to
the office specified in the Solicitation. (e) Facsimile or e-mail offers, modifications, or withdrawals, will not be considered
unless authorized by the Solicitation. (f) Offers submitted by electronic commerce must be considered only if the electronic
commerce method was specifically stipulated or permitted by the solicitation. [02-2A130-1]
TAX CREDIT FOR SUBCONTRACTING WITH DISADVANTAGED SMALL BUSINESSES (JAN 2008)
Pursuant to Section 12-6-3350, a taxpayer having a contract with this State who subcontracts with a socially and
economically disadvantaged small business is eligible for an income tax credit equal to four percent of the payments to that
subcontractor for work pursuant to the contract. The subcontractor must be certified as a socially and economically
disadvantaged small business as defined in Section 11-35-5010 and regulations pursuant to it. The credit is limited to a
maximum of fifty thousand dollars annually. A taxpayer is eligible to claim the credit for ten consecutive taxable years
beginning with the taxable year in which the first payment is made to the subcontractor that qualifies for the credit. After
the above ten consecutive taxable years, the taxpayer is no longer eligible for the credit. A taxpayer claiming the credit
must maintain evidence of work performed for the contract by the subcontractor. The credit may be claimed on Form TC2, "Minority Business Credit." A copy of the subcontractor's certificate from the Governor's Office of Small and Minority
Business (OSMBA) is to be attached to the contractor's income tax return. Questions regarding the tax credit and how to
file are to be referred to: SC Department of Revenue, Research and Review, Phone: (803) 898-5786, Fax: (803) 8985888. Questions regarding subcontractor certification are to be referred to: Governor's Office of Small and Minority
Business Assistance, Phone: (803) 734-0657, Fax: (803) 734-2498. [02-2A135-1]
TAXPAYER IDENTIFICATION NUMBER (JAN 2004)
(a) If Offeror is owned or controlled by a common parent as defined in paragraph (b) of this provision, Offeror must submit
with its Offer the name and TIN of common parent.
(b) Definitions: "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated
group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member.
"Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue
Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security
Number or an Employer Identification Number.
(c) If Offeror does not have a TIN, Offeror must indicate if either a TIN has been applied for or a TIN is not required. If a
TIN is not required, indicate whether (i) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does
not have income effectively connected with the conduct of a trade or business in the United States and does not have an
office or place of business or a fiscal paying agent in the United States; (ii) Offeror is an agency or instrumentality of a state
or local government; (iii) Offeror is an agency or instrumentality of a foreign government; or (iv) Offeror is an agency or
instrumentality of the Federal Government. [02-2A140-1]

VENDOR REGISTRATION MANDATORY (JAN 2006)
You must have a state vendor number to be eligible to submit an offer. To obtain a state vendor number, visit
www.procurement.sc.gov and select New Vendor Registration. (To determine if your business is already registered, go to
"Vendor Search"). Upon registration, you will be assigned a state vendor number. Vendors must keep their vendor
information current. If you are already registered, you can update your information by selecting Change Vendor
Registration. (Please note that vendor registration does not substitute for any obligation to register with the S.C. Secretary
of State or S.C. Department of Revenue. You can register with the agencies at http://www.scbos.com/default.htm) [022A145-1]
Page 13

WITHDRAWAL OR CORRECTION OF OFFER (JAN 2004)
Offers may be withdrawn by written notice received at any time before the exact time set for opening. If the Solicitation
authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for
opening. A bid may be withdrawn in person by a bidder or its authorized representative if, before the exact time set for
opening, the identity of the person requesting withdrawal is established and the person signs a receipt for the bid. The
withdrawal and correction of Offers is governed by S.C. Code Section 11-35-1520 and Regulation 19-445.2085. [022A150-1]

II. INSTRUCTIONS TO OFFERORS -- B. SPECIAL INSTRUCTIONS
CONTENTS OF OFFER (RFP) -- SOLUTIONS BASED (JAN 2006)
The following outline may be helpful in preparing your proposal. Your offer should address each of the areas outlined below (as
applicable) and provide the information requested. As your offer will be evaluated based on the information you provide, failure to
provide a complete and comprehensive presentation of your solution could negatively effect our evaluation of your offer.

CONTENTS OF OFFER (RFP) -- ITMO (JAN 2006)
The contents of your offer must be divided into two parts, the technical proposal and the business proposal. Each part should be bound in
a single volume. [02-2B035-1]

A. Technical Proposal
The Offeror’s Technical Proposal should include, but not be limited to, the following:
1. Offeror’s Submittal Letter
Offeror’s Submittal Letter should include, but not limited to, the following:








the individual who is the signatory to contracts and who is responsible for the delivery of
contract services
the full legal company name
the Federal Identification Number or Social Security Number of the Offeror
the address to send all notices relative to a contract and the name of the individual to whom
notices should be addressed
identification of all materials and/or enclosures being forwarded in response to this RFP
designation of any portions of the proposal the Offeror feels contains proprietary data that
should remain confidential
signed by an individual authorized to sign contracts on behalf of the Offeror

2. Offeror’s Executive Overview/Summary
Offeror’s Executive Overview/Summary should include, but not limited to, the following:







An overview/summary of the proposed solution
An explanation demonstrating an understanding of the needs of the State as expressed in
this solicitation
A description of how the proposed solution will satisfy those needs
A discussion of the overall approach to the management of this effort
A brief discussion of the total organization
An explanation of the function and the use of subcontractors in the proposed solution

Page 14

3. Offeror’s Technical Overview/Summary
The Offeror should include an overview/summary of the proposed technical solution with
enough detail to demonstrate an understanding of the current environment and scope of the
project.
4. Offeror’s Detailed Explanation of Proposed Solution(s)
a. Detailed Technical Information
The detailed technical information should include, but not be limited to, a thorough
description of any and all technical services proposed:















All functional capabilities (provide a comprehensive description of all functions of the
proposed solution)
Availability of client-developed reports and any software necessary to access and
create reports from the data
Hardware and software solutions
 Detailed software environment
 Detailed technical equipment specifications
 Detailed end user workstation specifications
 Proposed server location; i.e., vendor hosted; SCDC hosted; etc.
 Hardware/software environmental requirements
System Security (both inherent in the proposed software solution and well as any
physical security considerations)
Network/Communications requirements; i.e., network bandwidth requirements;
communications protocol, etc.
Manufacturer of all products (hardware and software) proposed
Software
 Warranties
 Software ownership rights to all proposed intellectual property
 Applicable license agreements and documents authorizing the Offeror to use
third party software products
 Release Management; i.e., what is the frequency of new releases? Is the
product licensed, leased, or purchased? How are new releases managed? Is
there a difference in a new release and an upgrade?
All performance capabilities and specifications; i.e., end-to-end software response
times. Any considerations regarding network connectivity, connection bandwidth,
firewall considerations, desktop configurations, etc., should be included.
Support levels
 Software technical support
 User support
 System administration support
 Remote software administration via Internet (with secure access)
End User and/or Administration Staff desktop environment requirements
Manuals (i.e. operational, technical, & etc,) to include a copy for each evaluator on
either CD or via the Internet (provide the web address); i.e., Software Application
Manuals, Proposed Equipment Manuals, etc.

b. Installation and Support
Describe any necessary configuration of the software, hardware, and network environment
to enable proper use.
The Installation and Support information should include, but not be limited to, the following:






Detailed hardware maintenance plan and requirements
Detailed software maintenance plan and requirements
Explanation of any proposed support services including performance guarantees
Explanation of the service request response time(s)
Escalation Policies, Practices, and Contacts
Page 15




Forms or agreements i.e. Service Level Agreements (SLA) to include performance
commitments
Detailed warranties, i.e., functional warranties, performance warranties, quality of
workmanship warranties

c. Disaster Recovery Plans
Offeror should include detailed Disaster Recovery Plans that are required for the proposed
solution. This includes disasters resulting from natural disasters as well as system security
breaches.
d. Back-Up System and Plans
Describe the back-up system requirements and plans to include, but not limited to, the
following:





All proposed network servers and PCs
Data recovery
System outages
System Disruptions

e. Training
Describe the various types of training proposed for end users, administration staff (both IT
and program), etc., to include software capabilities and technical aspects of use (for
example):






Classroom
Computer-based
Web-based
Tutorial
Video Conferencing

f. Transition/Migration/Phase-Out Plan

The vendor must describe how they plan to migrate from the current SCDC inmate
telephone, banking / trust fund accounting, and canteen point of sale systems to their
proposed system.
 The vendor must provide SCDC a full explanation on how it will handle a transition
situation at the end of the contract period. At the direction of SCDC, the contractor must
provide any and all data including call recordings to the new vendor.

g. Bill of Materials
The Bill of Materials must include all proposed components of the solution.

**DO NOT INCLUDE ANY OF THE COST COMPONENTS IN THE BILL OF MATERIALS. **

B. Business Proposal

The Business Proposal should include, but not limited to, the following:
1. Impact of the Solution(s)
The Impact of the Solution(s) should include, but not limited to, the following:
The Offeror should submit an overview /summary of the impact and benefits of the
implementation of the proposed solution at SCDC.

Page 16

a. Any factors, benefits, or needs that the Offeror considers important that are not otherwise
addressed in the proposal should be included in the business proposal.
2. Implementation Schedule Information
Implementation Schedule should include, but not limited to, the following:











A detailed written schedule with milestones, and approval points from contract signing to
installation and acceptance.
Installation
Testing
Pilot
Training
Detailed staffing deployment schedule
Project Management Policies and Practices
Project Management Certifications
Application Development Methodologies
System Security

3. Cost
Vendor must submit detailed cost requirements as follows:
All associated costs detailed in this section include, but not be limited to, the comprehensive
details of the cost to the agency, inmates, and inmate families in the Business Proposal.
***PROVIDE THE TOTAL ANTICIPATED VALUE OF THE FIVE YEAR CONTRACT ON-LINE
USING THE SOLICITATION LINE ITEM SCHEDULE***This value will not be evaluated in the
award criteria.
A). Inmate Calling System:
Rates, Fees and Costs
The vendor is responsible for ensuring that all telephone services and rates comply with all
applicable regulations, including but not limited to the SC Public Service Commission and the
Federal Communications Commission. All rates must be fixed for the term of the contract.
No Commissions
The South Carolina Department of Corrections does not receive commissions at this time from
inmate telephone traffic nor is it soliciting commissions. However, if the Law changes the State/
South Carolina Department of Corrections reserves the right to renegotiate the rates in order to
receive commissions from any contract award resulting from this RFP.
Rate Structure
Calls within the United Stated
All domestic calls will be billed at a flat rate for a 15 minute call. The 15 minutes will begin upon
called party acceptance and will not include time for prompts, rate information, or other
functions. No call setup fees or long distance charges will apply. The rate proposed and
charged by the vendor must be inclusive of all fees, taxes, connect charges, or other costs for
calls within the Unites States. The rate for domestic calls must be for collect calls, with a
discount given for pre-paid calling.
International
The vendor must propose a rate structure for international calls detailing rates by country. The
rates for international calls must be a single per minute rate by country inclusive of all fees,
taxes, connect charges or other costs. SCDC reserves the right to implement any alternative
international calling services and does not guarantee minimum international calling volume.
Page 17

Any location not within the area defined as covered by the rates detailed above must be treated
as international. The rate for each country must be for collect calls, with a discount given for
pre-paid calling.
International Rate Requirements
The Vendor must provide per minute rates based on three decimal places (e.g. $0.000). Rates
must apply only from called party acceptance of a call until the call is terminated rounded to the
nearest whole minute (calls lasting up to and including 29 seconds over a whole minute must be
rounded down, calls greater than or equal to 30 seconds over a whole minute must be rounded
up.) There must be no charge for the time for prompts, rate information, or other functions.
There must be no additional charges or fees added to the cost of a call.
Calling Patterns
Attachment A contains a report of call volume data for the twelve (12) month SCDC fiscal year
prior to release of the RFP. It will be the sole responsibility of the bidder to analyze the call
patterns and data contained in the report. SCDC must not be responsible for establishing or
guaranteeing any minimum number of calls, minutes used, or revenue generated.
Billing
Billing and account management should be as easy to use and understandable as possible.
Vendors must describe how their approach will support that objective. The vendor must
describe its billing methodology, procedures and practices noting particularly how it will assure
the accuracy of its billing and maximize calling opportunities for inmates and their families and
friends. The description must include whether the vendor direct bills the called party for collect
calls or whether billing is performed by a third party or Local Exchange Carrier (LEC). If the LEC
or a third party is responsible for the billing of collect calls the vendor must identify all such
parties within South Carolina with which they have this agreement.
Collect and Prepaid
The vendor billing options must include collect and pre-paid by both calling parties. All
billing and payment options must be pre-approved by SCDC. SCDC may consider
additional billing and payment options during the contract term solely at SCDC
discretion. The vendor must not restrict the pre-paid account holder from receiving the
full dollar amount of services up to the balance held by the vendor. The vendor must
describe the process for a customer to initiate a pre-paid account that must include all
vendor policies, customer requirements and the minimum deposit required. The vendor
will also describe the process for an inmate to establish a pre-paid account. Inmate
pre-paid accounts are currently funded via transfer of funds from the inmate trust
account via a canteen transaction.
Prepaid Refunds
The vendor will be responsible for issuing a refund in the form of cash, check, or
gift/calling card upon the request of a customer or released inmate with more than $5 in
a pre-paid (debit) account, if the request is received within 90 days of the inmate's
release.

B). Kiosk and Related Services:
Rates, Fees and Costs
The vendor is responsible for ensuring that all rates, fees, and other costs are clearly
documented. All rates and fees must be fixed for the term of the contract.
No Commissions
The South Carolina Department of Corrections does not receive commissions at this time from
inmate telephone traffic nor is it soliciting commissions. However, if the Law changes the State/
South Carolina Department of Corrections reserves the right to renegotiate the rates in order to
receive commissions from any contract award resulting from this RFP.

Page 18

Rate / Fee Structure
Inmate Banking / Trust Fund Accounting
The vendor must clearly document any fees charged for inmate trust deposits and any
usage or other fees associated with inmate release cards.
Canteen Ordering
The vendor must clearly document any fees charged for the processing of canteen
orders via the inmate kiosk.
Inmate Messaging
The vendor must propose a rate structure for inmate messaging which must at no time
exceed the USPS rate for 1st class mail.
Transaction History
Attachments B and C contain reports of inmate trust fund and canteen transaction
history data for the twelve (12) months of SCDC fiscal year prior to release of the RFP.
It will be the sole responsibility of the bidder to analyze the transaction patterns and
data contained in the reports. SCDC must not be responsible for establishing or
guaranteeing any minimum number of transactions or revenue generated.

 
4. Vendor Qualifications – Inmate Pay Phone (Inmate Calling)
Company Experience
The bidder must submit satisfactory evidence that, in the sole judgment of SCDC, it has at least
three (3) years current experience in providing ITS production systems and services for
commercial or government of comparable size and complexity to the South Carolina
Department of Corrections. The proposed system must be a commercially available system
and have been in full production for at least one (1) year for at least three (3) customers and
serve at least a total of 500 inmate telephones. The bidder must submit at least three (3) client
references to support their experience claims. Incomplete or incorrect client contact information
will be evaluated to the bidder’s detriment. Vendors cannot use current employees of the
South Carolina Department of Corrections as references at anytime throughout this
Solutions Based RFP. Vendors must provide the names of any Federal, State or local
correctional facilities and/or systems where their services have been used in the past three (3)
years.
Relevant Experience
Offeror should describe their experience with inmate telephone systems and interfaces
similar to the environment in South Carolina.
Employees and Company Information
The Employees and Company Information should include, but not be limited to, the
following:










Total number of employees
Number of employees in South Carolina
Year business started
State of incorporation
Location of headquarters
Owners
Project team composition and organization
Project manager resume
Key staff resumes

Offeror's References
The Offeror’s references should include, but not be limited to, three (3) references of
comparable size and complexity to the South Carolina Department of Corrections.

Page 19

The references must include:








Client name
Client address
Contact name
Telephone number
Email address
Brief summary of the project including the date of installation
Number of years project has been functioning in a comparable size and complexity
to the South Carolina Department of Corrections.

Subcontractor's References

Offeror does not need to submit Subcontractor’s references at this time.  Once 
Subcontractors have been selected, the following information must be submitted to 
SCDC for approval prior to services being delivered. 
 
The reference must include: 









Client name
Client address
Contact name
Telephone number
Email address
Description of the working and contractual relationship with the primary Offeror
Brief summary of the project including the date of installation
Number of years project has been functioning in a correctional facility

 
Past Performance
Security Incidents
The bidder must provide details on all incidents of security breaches, lost or
misused data in last three (3) years including:




nature and extent of the incident
remedial actions taken
current status

Performance Data
The bidder must provide detailed performance data for their three (3)
references. This must, at a minimum, include the items detailed in the
Performance Objectives section. Vendor must provide details of all instances
where they failed to meet Service Level Agreements in the last three (3) years.
Legal Validity
Bidder must provide documentation of the validity of their chain of evidence
methodology and its acceptance in legal proceedings. The bidder must include
the number of legal cases in last three (3) years where their methodology was
successful and explain any instances where the validity of the chain of
evidence was not accepted.
Staff Qualifications
Bidder must provide information regarding the qualifications and experience of the
individuals that will be the primary points of contact for both customer and technical
services:
Principal Technical Support Representatives
The vendor must assign primary and secondary Representatives who will be
knowledgeable of SCDC operational and support requirements and service levels and
will act as the principal liaison for both Technical and Customer Support and be
Page 20

available 24 hours per day. When the primary liaison is unavailable, the secondary
must assume those duties.



Vendor must resume(s) for at least three (3) reference projects / assignments
dates of the relevant experience must be included in the resume.
Staffing Numbers and Qualifications
Vendor must provide:
• number of staff by functional area, average years of experience and turnover
rates for the last 3 years
• ratio of customer service staff to the number of active accounts
• ratio of the number of technical support staff to the number of installed sites

Financial Stability
The vendor must provide evidence of its financial stability and resources to continue
operations to meet the requirements of this RFP. At a minimum, the vendor must
provide the following financials for the last three (3) fiscal years:
 Balance Sheet
 Income Statement
 Profit and Loss Statement
 Audited company financial statements for the last three (3) fiscal years.
 A cover letter from the individual evaluating the financials to indicate if the financial
data was audited, complied, or reviewed.
Litigation
Offerors must describe any and all pending litigation relating to:
 your proposed system
 other related software product(s)
 maintenance agreements(s)
 installation services(s).
Suspended/Debarred
Offeror must identify if it is or has ever been suspended/debarred from doing business
with the Federal/State Government or any other governmental entity.
Complaint History
Vendor must provide full disclosure of:
 complaints lodged against it to the Better Business Bureau

the FCC

any state public service commissions similar agency

any state Attorneys General within the last three (3) years.

5. Vendor Qualifications –Kiosks and Related Services
SAP

Company Experience
The vendor must submit satisfactory evidence that, in the sole judgment of SCDC, it has at
least three (3) years current experience in providing similar production systems and
services for commercial or government clients preferably correctional facilities. The
vendor must submit client references to support their experience claims. Incomplete or incorrect
client contact information will be evaluated to the bidder’s detriment. Vendors cannot use
current employees of the South Carolina Department of Corrections as references at
anytime throughout this Solutions Based RFP. Vendors must provide the names of any
Federal, State or local correctional facilities and/or systems where their services have been
used in the past three (3) years.

Page 21

Relevant Experience
Offeror must describe their experience with inmate banking, messaging, and related
systems and interfaces similar to the environment in South Carolina.
Employees and Company Information
Employees and Company Information must include, but not be limited to, the following:
 The total number of employees
 Number of employees in South Carolina
 Year business started
 State of incorporation
 Location of headquarters
 Owners
 Project team composition and organization
 Project manager resume
 Key staff resumes
Offeror's References
The Offeror’s references must include, but not be limited to, three (3) references of
comparable size and complexity to the South Carolina Department of Corrections.
The references must include:
 Client name
 Client address
 Contact name
 Telephone number
 Email address
 Brief summary of the project including the date of installation
Subcontractor's References

Offeror does not need to submit Subcontractor’s references at this time.  Once 
Subcontractors have been selected, the following information must be submitted to 
SCDC for approval prior to services being delivered. 
 
The reference must include: 









Client name
Client address
Contact name
Telephone number
Email address
Description of the working and contractual relationship with the primary Offeror
Brief summary of the project including the date of installation
Number of years project has been functioning in a correctional facility

 
Past Performance
Security Incidents
The bidder must provide details on all incidents of security breaches, lost or
misused data in last three (3) years including:




nature and extent of the incident
remedial actions taken
current status

Performance Data
The bidder must provide detailed performance data for their three (3)
references. This must, at a minimum, include the items detailed in the
Performance Objectives section. Vendor must provide details of all instances
where they failed to meet Service Level Agreements in the last three (3) years.
Page 22

Legal Validity
Bidder must provide documentation of the validity of their chain of evidence
methodology and its acceptance in legal proceedings. The bidder must include
the number of legal cases in last three (3) years where their methodology was
successful and explain any instances where the validity of the chain of
evidence was not accepted.
Staff Qualifications
Vendor must provide information regarding the qualifications and experience of the
individuals that will be the primary points of contact for both customer and technical
services as Principal Technical Support Representatives:
 Vendor must assign primary and secondary Representatives who will be
knowledgeable of SCDC operational and support requirements and service
levels and will act as the principal liaison for both Technical and Customer
Support and be available 24 hours per day. When the primary liaison is
unavailable, the secondary must assume those duties.
 Provide resume(s) for at least three (3) reference projects / assignments.
 Dates of the relevant experience must be included in the resume.
Staffing Numbers and Qualifications
Vendor must provide:
 number of staff by functional area, average years of experience and turnover
rates for the last 3 years
 ratio of customer service staff to the number of active accounts
 ratio of the number of technical support staff to the number of installed sites

Financial Stability
Vendor must provide evidence of its financial stability and resources to continue
operations to meet the requirements of this RFP. At a minimum, the vendor must
provide:
 Balance Sheet
 Income Statement
 Profit and Loss Statement
 Audited company financial statements for most recent three fiscal years.
 A cover letter from the individual evaluating the financials to indicate if the financial
data was audited, complied, or reviewed.
Litigation
Offerors must describe any and all pending litigation relating to your:
 proposed system
 other related software product(s)

maintenance agreements(s)

installation services(s).
Suspended/Debarred
Offeror must identify if it is or has ever been:
 suspended/debarred from doing business with the Federa/State Government or any
other governmental entity.
Complaint History
The vendor must provide full disclosure of:
 complaints lodged against it to the Better Business Bureau

the FCC

any state public service commissions

similar agency
 any state Attorneys General within the last three (3) years.

Page 23

III. SCOPE OF WORK/SPECIFICATIONS
1. Inmate Pay Phones
The contractor will provide a means for inmates to call approved phone numbers utilizing
contractor provided / installed hardware, software, and telecommunications services. The
contractor will be responsible for the management, maintenance and support of the inmate
telephone system. The system must have the ability to monitor and record inmate phone
conversations, add/delete/restrict allowed telephone numbers, and allow inmates the option of
collect, prepaid, or debit payment.
Technical Requirements
This section describes the required features, functions and capabilities of the services to be acquired.
The bidder must address each of these items in its response describing in detail the functionality and
services it can provide, how it will work and the service or performance levels it can achieve.
Systems Architecture
It is not the intent of SCDC to merely replicate the current deployment model; any architecture that
meets the general business needs of SCDC will be considered and evaluated for its relative merit.
Bidders may propose an architecture that is fully hosted, partially hosted, premise based, centralized,
distributed or any combination thereof. Vendor must provide information on your proposed system
architecture addressing each subsection under Section 1 Scope of Work labeled Inmate Pay
Phones.
Proposed Deployment Model
Describe in detail the proposed solution deployment. Your response must include a detailed
drawing of your recommended model. The proposed system must provide 99.9% ("three nines")
yearly availability. Describe the reliability of your offerings and indicate how your solution will
provide 99.9% availability. Indicate any single points of failure within your solution. Describe
any vendor partnerships required to make the system fully functional. Indicate why your
proposed deployment model is superior to other architectures.
Scalability
The contractor must be able to accommodate an increase in services during the term of the
contract as directed by SCDC at no increase in call rates while continuing to meet all service
and performance requirements. The system must be able to scale to support a 50% increase in
volume and or end-user devices. Describe how your solution will meet this requirement and
what actions would be needed to fulfill the demand.
System Trunking
The system must be engineered to ensure that all outbound calls are totally non-blocked. The
solution proposed must reserve separate bandwidth or channels for each phone without
impacting the required bandwidth for the operational characteristics of the system. Describe
how your solution will meet this requirement; detail the trunking requirements and the formula
that will be used to fulfill the requirement.
Call Quality
The contractor must be required to provide telephone reception quality at least equal to current
reception quality levels and must accept the decision of SCDC regarding such determination. If
an IP based solution is proposed the bidder must detail which codec will be utilized and
substantiate a Mean Opinion Score (MOS) of no less than 3.9 for the chosen codec. Describe
how your solution will meet or exceed these requirements.
Continuity of Services
The vendor must provide sufficient redundancy and business continuity recovery capability to
meet a three (3) hour Recovery Time Objective (RTO) and a zero (0) Recovery Point Objective
(RPO) of all Inmate Telephone System (ITS) components. Describe how your solution provides
operational redundancy, fault tolerance, and recovery such that services to SCDC are not
significantly diminished and that service levels as defined in the Performance Objectives
Page 24

Section will continue to be met.
Backup
The vendor must be responsible for performing all system and database back-ups and
archiving and must provide all archival hardware, supplies, and network and recovery
procedures to ensure that no data will be lost.
The vendor must back up all the SCDC information and store copies securely off site in
compliance with SCDC security policies. Vendor must certify the availability and
integrity of back-up data and the media on which it resides. Describe how you will meet
these requirements including frequency of backups, off-site location(s) and security of
transfers.
Uninterruptible Power
The solution must assure no loss of ITS functions for up to three (3) hours loss of
commercial power in SCDC facilities. The vendor must provide an ITS capable of full
recovery from a power outage automatically once commercial power is restored.
Describe how your solution will meet this requirement including what facilities and
services SCDC must provide.
Single Clock Source
The vendor must ensure that inmate call processing equipment, call detail recording, and
recorded conversations will be synchronized from a single time of day clock source for all SCDC
locations. Describe how your solution will meet this requirement.
Recording and Monitoring
The system must provide un-detected monitoring of real-time inmate conversations, store and
replay of historical conversations with the option of storing to removable media, and the ability
to lock certain call recordings from deletion. These capabilities must be provisioned to allow
access to some or all features by unique user-id, (e.g. facilities staff may only monitor calls in
real time, while investigative staff have the full feature set.) Describe how your solution will meet
this requirement.
Simultaneous Access
Recording / monitoring equipment may be centralized or premise based and must have
the capability of un-detected recording of every inmate telephone call for the duration of
the call. Recordings will commence when the receiver goes off hook. The vendor must
provide the ability and bandwidth for a minimum of 20 simultaneous users who can
listen to any recording at one time at any facility or any combination of facilities while
continuing to meet the requirements of Call Quality. Describe how you intend to meet
this requirement, explain whether the recording will be premise based or centralized,
and detail the bandwidth and equipment requirements necessary to meet this objective.
Storage
The vendor must store all call recordings on redundant disk for a period of at least one
year. All call detail records and any call recordings marked by SCDC for further
investigation must be stored for the life of the contract. The vendor must provide a
proposed separate monthly charge to SCDC for storing recorded calls for more
than one year.
Chain of Evidence
The vendor must assure that the chain of evidence is protected when copying
recordings to removable media and vendor must provide the software or tools
necessary for playback. Describe how you will provide this function and explain its
capabilities.
Retrieval
The system must allow authorized staff to attach textual descriptions or "notes" to each
recorded call record allowing for descriptions of the recording. Each recording must be
indexed by date, time, ANI (Automatic Number Identification), Personal Identification
Number (PIN), Terminating Number (TN), and textual "notes." Date and time stamps
must be identical to the date and time stamps recorded in the system's call detail
Page 25

records and call processing equipment. The recording must be searchable by date,
time, inmate's PIN, ANI, TN, "notes" or any logical combination thereof. Search and
retrieval of recorded conversations must take no longer than 30 seconds. Search and
playback of calls will not require a manual media change. Describe how your solution
will meet or exceed these requirements.
Equipment and Network Access
Network access and all equipment or software required allowing SCDC to monitor,
retrieve, playback, and store recordings to removable media, or print local reports must
be provided by the vendor. Any equipment to be deployed must be approved by SCDC.
Refer to (Recording and Monitoring Workstations) for the monitoring workstation
specifications.
Access to Recordings
Access to live monitoring or recordings must be controlled by a multi-level password
authentication that provides at least the following differentiating functionality:
 listen to live conversations only
 listen to live or recorded conversations with the ability to store to removable
media

Describe how your solution will meet or exceed these requirements.
Attorney/Client and other Privileged Calls
Certain telephone numbers, at the direction of SCDC, will be globally allowed such that
all inmates will be allowed to place calls to them and/or they will not be available for
recording and monitoring.
Systems Management
The contractor must provide the following system management functions. Describe how your
proposed solution meets each of the following requirements for :
Fault Management
The bidder's solution must provide fault management capabilities that recognize, isolate, correct
and log faults that occur in the system. The vendor must provide SCDC with real time online
notification of all systems alerts and alarms including the status of all incidents. Describe the
functionality of your fault management solution. Describe the capabilities, functionality and
visibility that SCDC staff has with your fault management offering.
Configuration Management
The vendor must provide configuration management capabilities that include the provisioning of
devices, systems administration, gathering and storing of configuration data, managing version
control, tracking and scheduling of changes, and the assignment of permissions to access
system investigative features. Access to all system functions will be restricted to users
authorized by SCDC. Each authorized user must have a unique user-id and password. Describe
the functionality of your configuration management solution. Describe the capabilities and
functionality that SCDC staff has with your offering.
Management Application
The vendor must provide a secure, web-based management application, accessible
from any standard personal computer with internet access. From this management
application, authorized users must be able perform all system functions, including but
not limited to managing user security, managing inmate PIN / PAN lists, reviewing call
detail records and monitoring calls, etc.
Provisioning and Active Directory
SCDC staff provision authorized users and applies permissions to investigative and
control features on a case-by-case basis. The enterprise goal is to automate
provisioning using role-based access. Describe how Microsoft Active Directory or other
LDAP compliant directories may be leveraged to automate this function within your
solution.
Page 26

Accounting Management
The vendor must provide accounting management capabilities that at a minimum provide
account verification and correction, billing assurance and reconciliation and tracing of customer
payment, credit and call limit/blocking status and history. Describe the functionality of your
solution. Describe the capabilities and functionality that SCDC staff has with your offering.
Third Party Auditing
SCDC or its agent must have the right to audit and review any aspects of the contractor
operations and systems including but not limited to data, documentation, procedures,
billing, financial records, customer service statistics, staff backgrounds and anything
related to the functioning, operations, costs, rates or integrity of the system.
Call Detail Records (CDR)
The vendor must store all call detail records for the life of the contract and provide to
SCDC in a frequency and format as specified by SCDC.
Performance Management
The vendor solution must provide performance management capabilities to monitor the overall
performance of the ITS and its network components. Detail how you collect and analyze
performance data, monitor system health and reliability, establish performance thresholds and
provide reporting and inquiry functions. Describe the frequency and types of reports that are
available. Describe the capabilities and functionality that SCDC staff has with your offering.
Mandatory Functions
For each function listed in this section, the vendor must describe in detail how their proposed
solution will meet SCDC requirements.
Alert Groups
The system must allow authorized users the capability of flagging specific terminating numbers
(TN) or personal identification numbers (PIN) to be placed on a watch list. When a call in
progress is detected to/from any number on the watch list, the system must optionally notify the
user via email, pager, or bridging of the call to a pre-determined number / group of numbers to
allow remote monitoring of the call. The bridged party must be informed of the origination PIN or
TN and enter a security pass code to actively monitor the call. The user will have the option of
participating in the call, silently monitoring the call (undetected), or ending the call at any time.
Pre-recorded Names
The system must prompt the inmate to record their name when their PIN is first used. The
recorded name must be used in subsequent announcements made to the called party.
Announcements
Upon delivery of the call, the system must clearly announce to the called party that the call is
from a SCDC Correctional Facility, the facility name, and the inmate’s pre-recorded name. The
system must allow the called party to optionally hear current rates, block calls from the inmate
or all inmates, and actively accept or deny the call by pressing a key on the DTMF dial pad. The
event must be identified and recorded in call detail records.
Automatic Number Identification
The Automatic Number Identifier (ANI) for all ITS telephones must identify the South Carolina
Department of Corrections and the facility name originating the call to the called party in the
caller identification string.
Billing Name and Address Lookup
The system must allow authorized SCDC users the ability to perform billing name and address
lookup of the called party number using at a minimum the Local Exchange Carrier (LEC) Line
Information Data Base (LIDB.) The vendor must describe any additional capabilities.
Class of Service (COS)
The ability to apply restrictions to individual phones must be based upon a COS associated with
each telephone. The vendor must describe what classes of service are available.
Page 27

Restrictions and Suspensions
The system must allow calling restrictions or suspensions to be placed on individual inmates or
groups of inmates by custody, location, or other factors. These restrictions must include the
number of calls allowed during a configurable time period, duration of calls, etc. The system
must accept electronic submission of inmate suspensions, restrictions, etc. from the SCDC
automated system. The vendor must describe what restrictions are available and how they are
implemented in the proposed system.
Mandatory Features
The following features are required elements for the SCDC Inmate Telephone System. Describe
specifically how your proposed solution provides the same functionality for each of these features.
Harassment Blocks
The system must support the automatic denial of a PIN when a remote party refuses to accept a
collect call. After refusing a call six (6) times within the normal daily hours of operation the
number must be blocked for a period of 48 hours.
Call Termination
The system must allow authorized system users to instantly terminate a call in progress. The
system must identify the event in call detail records and log the action separately identifying at a
minimum the facility, date, time, PIN and the user-id of the individual terminating the
conversation.
Number Control
The system must provide the ability to block numbers / types of numbers globally (e.g. 800/900
numbers.) In addition, the system must have the capability to allow called parties to block calls
on a per-inmate or system-wide basis by pressing a key on the DTMF dial pad, or by calling or
writing vendor customer service. Certain telephone numbers, at the direction of SCDC, will be
globally allowed such that all inmates will be allowed to place calls to them and/or they will not
be available for recording and monitoring.
Personal Allowed Numbers (PAN)
The system must provide the ability to restrict inmate calling to a pre-approved list of numbers,
regardless of payment option, with the exception of the globally allowed phone numbers
discussed in section labeled (Number Control). The number of allowable phone numbers on
an inmate's list must be customizable on a system-wide or per inmate basis.
Phone Scheduler
The system must provide the ability for SCDC to make each phone, groups of phones or the
entire system active or inactive based upon on an independent schedule.
Personal Identification Number (PIN)
The system must provide the ability to require a Personal Identification Number (PIN) before
processing a call. The proposed solution must validate the PIN number prior to allowing each
call. Each inmate is currently assigned a PIN by SCDC. The inmate PIN is a security code that
the inmate will use to access the inmate phone and other secure systems. SCDC will make
available a file of current inmate PIN's. The vendor must describe how daily PIN updates will be
processed in the proposed system.
Administration
The system must provide the ability to administer system functions and features including but
not limited to inmate accounts, PIN’s, PANs, phone schedules and access through what is
commonly referred to as access control lists. Access to functions and features will require
separate permissions be associated with a unique user-id. The vendor must describe in detail
how the permissions-based access will operate.
Third Party Call Detection
The system must detect and log any attempt to bridge a call in-progress to a third party and
provide options to disconnect the call, flag the call, or play a voice prompt warning. These
options should be configurable on a per inmate, per called party, or system-wide basis. All such
Page 28

events must be captured in call detail records.
Hours of Operation
The solution must allow SCDC to set parameters that determine the hours of operations for
inmate phone services. At SCDC's direction, individual phones or group of phones may be
further restricted in their hours of operation.
Call Duration
The system must have a programmable time limit on calls with a notification one minute prior to
cut-off. The system must allow SCDC to control the maximum call duration. Current call
duration is fifteen (15) minutes.
Telephone Testing
The vendor must provide the ability to allow SCDC on-site staff to test telephones at no charge
to SCDC at any location to assure that they are fully operational.
Phone Disconnect
The system must provide the ability to disconnect any phone or group of phones locally or
remotely. The vendor will provide and install manual cut-off switches at each facility.
Languages
System prompts must be available in English and Spanish. Describe your system’s ability to
support other languages.
ANI Verification
The vendor must test all inmate telephones for location accuracy and verify the Automatic
Number Identifier (ANI) at implementation, during turn up of new equipment and at a minimum
annually thereafter.
Telecommunications Devices for the Deaf (TDD)
The vendor must provide Telecommunications Devices for the Deaf as determined by SCDC.
Explain how your solution can extend telecommunications services to impaired inmates.
Call Pattern Alerting
The system must provide the ability to identify trends within inmate calling patterns and issue an
indicator to authorized personnel when pattern changes occur. SCDC must specify the alert
thresholds. Explain how your system can be utilized to perform this function.
Emergency Shut Down
The system must provide for the emergency shut down of all phones in a facility or portion
thereof at each facility and provide a master control in Central Office that can not be over-ridden
at a facility.
Incoming Calls
The system will deny all incoming calls.
Equipment
The vendor must provide all equipment, software, and telecommunications services required to provide
ITS for all current and future SCDC facilities, including but not limited to: telephone sets, wiring,
connectors, jacks, trunk lines, routers, switches, firewalls, recording / monitoring equipment, etc. SCDC
will determine the number and placement of all phone sets and related equipment at each facility. The
vendor must propose equipment that is of heavy duty construction, tamper / vandal proof, and
appropriate for a prison environment. All equipment will remain the property of the contractor, with the
exception of any required cable / wiring installed in SCDC facilities and personal computers provided for
the purpose of monitoring inmate phone calls.
Telephones
All devices provided must be security type phone sets appropriate for a prison environment,
include volume controls on the housing, a 24 inch hand set cable, and be hearing aid
compatible,. The devices provided must be equivalent to or better than the currently installed
devices. The vendor may propose to reuse currently installed telephones if they are able to
Page 29

purchase from the current provider.

Portable Phones
The vendor must provide portable (wired) phones that plug into standard jacks as required. The
vendor may propose to reuse currently installed portable telephones if they are able to purchase
from the current provider.
Pedestal and Enclosures
The vendor must provide pedestals as specified by SCDC for both inside and outside locations
and at the direction of SCDC, enclosures for phones located outside. The vendor may propose
to reuse currently installed pedestals and enclosures if they are able to purchase from the
current provider.
Telephone Wiring
The vendor is responsible for the installation and maintenance of all ITS wiring to the telephone
instrument. The contractor may, at the discretion of SCDC, utilize existing cable / wiring, but will
be responsible for maintenance or replacement as necessary. All wiring and cabling must be
performed in accordance with manufacturers standards and guidelines and industry practices.
CAT5E or higher will be required if the proposed solution is based on VOIP. All installations
must be labeled and documented as mutually agreed upon between SCDC and the vendor.
Compliance
All equipment, wiring and component installations must conform to all applicable building codes,
electric codes and accepted industry standards.
Restoration of Facilities
The contractor must restore all damaged walls, ceiling and facilities to their original condition
and in compliance with all applicable building codes and requirements resulting from contractor
actions and activities. All work must be pre-approved by SCDC.
Inventory
The vendor must maintain a current inventory of all equipment and components and provide the
inventory to SCDC as requested.
Environmental
SCDC will provide space, electricity and HVAC to support one (1) nineteen inch rack for
premise based equipment. The vendor is responsible for any additional requirements beyond
ambient temperature and standard power.
Servers and Processors
The vendor must provide full specifications and product literature/brochures for all proposed call
processors, servers, storage devices, workstations and related components.
Recording and Monitoring Workstations
The contractor will provide 2 personal computers for the purpose of monitoring calls at each
facility, and a total of 10 additional personal computers for central monitoring of calls in the
Division of Operations and the Office of the Inspector General. These personal computer
"monitoring stations" will be outfitted with speakers and headsets, sufficient processor / memory
/ hard disk capacity, and CD / DVD recorders for archival of recordings. The contractor will be
responsible for maintenance of these monitoring stations and for their replacement every 5
years until the expiration of the contract.
New Equipment
The contractor must replace all existing premise based equipment between the main distribution
frame and the network point of presence with new equipment. All call processors, routers,
multiplexers, channel banks, gateways, switches or any required system component must be
new. The vendor must provide full specifications and product literature/brochures for all
proposed new components.

Page 30

Software Enhancements and Upgrades
The vendor must provide software enhancements and upgrades to the proposed ITS when the
enhancement and upgrades are generally available in a customer production environment. The vendor
must be responsible for maintaining the installed ITS at the latest general release of the system
software for all systems including the system administration or system reporting terminals/PCs. All
software changes must be pre-approved by SCDC and utilize approved change management
procedures and configuration management processes.
Maintenance
The vendor must be solely responsible for the maintenance and support for all system components
including telephones, pedestals, enclosures, circuits, network components, software, call processors
and all other elements of the system. The vendor must describe its maintenance and support capability,
methods and procedures as it relates to the subsections below.
Maintenance Responsibility
Malfunctions which cannot be immediately diagnosed and pinpointed to a certain item of
equipment or service will require the participation of all service suppliers until responsibility for
the problem has been unequivocally established. As a part of maintenance responsibilities, the
contractor must represent SCDC with the regulated telephone company or network provider in
order to identify and correct problems with service. In no instance must the failure to resolve
the issue of responsibility relieve the contractor from the obligation to restore system operability
with the least impact on the availability of service.
Damage
The vendor must be responsible for the repair or replacement of all equipment damaged
regardless of the cause including but not limited to inmate damage, natural disaster, and
SCDC’s actions or operations at no cost to SCDC.
Maintenance Window
All scheduled maintenance must be performed outside of the normal ITS operating hours as
determined by SCDC.
Maintenance Center Location
Within 30 days of contract award the vendor must detail the location and number of
maintenance staff, staff experience and procedures to provide on-site maintenance service at
all SCDC locations with vendor provided equipment to meet SCDC performance requirements.
It is a mandatory requirement of this RFP that the vendor agrees to have maintenance
personnel within a three (3) hour drive from each SCDC location throughout South Carolina.
Failure to do so will result in a breach of contract.
Maintenance Staff Experience
Service personnel must be trained and experienced with installation and maintenance of the
proposed system and equipment. SCDC reserves the right to request copies of training
certificates of service personnel. SCDC reserves the right to reject any maintenance personnel
it determines are unqualified to perform maintenance service on the proposed equipment.
Preventive Maintenance
At least quarterly, the vendor must conduct an on-site inspection and preventative maintenance
service for all premise based equipment provided. The vendor must certify the completion of the
quarterly inspection and notify SCDC of any equipment changes. The schedule must be
consistent with the operating requirements of SCDC and must be based upon the specific
needs of the equipment being maintained.
Remedial Maintenance
SCDC will maintain a call screening service for all facilities. All service calls will be placed by
SCDC or its agent. Remedial maintenance must be performed upon notification to the vendor
that the equipment is inoperable or unsuitable for operation. The contractor must be responsible
for assuring that on premise service for each request is provided in accordance with SCDC
service levels as defined in Performance Requirements (Problem Resolution, Escalation
Requirements, Performance Objectives, and Performance Reviews).
Page 31

Maintenance Request Reports
The supplier must furnish SCDC with a monthly report, in a format to be determined by SCDC,
of all maintenance requests. The report must include, at a minimum, the following data for each
request for assistance:
• Date and time notified
• Date and time of arrival
• Description of malfunction reported
• Diagnosis of failure and work performed
• Date and time failure was corrected
• Name of person performing the service
• Name of person and agency reporting trouble
Transition/Migration
The vendor must describe how they plan to migrate from the current SCDC ITS system to their
proposed system.
Project Management
The vendor must submit a proposed Project Plan. Such plan must effect full statewide
implementation within a 90 day transition period. The Plan must include at least the following
elements:
• Implementation plan
• Migration plan
• Fallback plan
• Risk management and mitigation plan
• Acceptance test plan
• Training plan
• Communications plan for both SCDC and non-SCDC users
• Performance and service level plan
• Project reporting process and mechanisms
• Change management process
• Configuration management plan
Project Manager
The vendor must provide a full time project manager for the duration of the project. The
project manager must be responsible for the development and implementation of the
project plan, all transition and migration requirements and acceptance testing. Within 30
days of contract award the bidder
must provide a resume of their proposed Project Manager for SCDC approval. The
State reserves the right to require additional information, including through direct
interviews and demonstrations, to enable it to make a determination of the Project
Managers qualifications.
SCDC Resources
The vendor must provide a breakdown of any SCDC staff resources the vendor
requires for implementation, migration, and operation of their proposed solution.
Site Survey
The vendor must be responsible for performing a site survey at all SCDC facilities and
identifying all installation and facility issues that could impact implementation. Because
arrangements must be made to provide escorts during the site survey, SCDC has
established a site survey schedule, included as Attachment D.
Call Recording Migration
SCDC currently stores at least 90 days of recordings within the existing ITS platform. It is
desirable that the vendor transfer these existing recordings from the current vendor system to
the proposed system without loss of information, chain of custody, or playback ability. The
vendor must describe their plan for this migration.
Fallback Plan
The vendor must provide details and procedures in its fallback plan to restore all services to the
prior system in the event of failure upon cutover.
Page 32

Acceptance Testing
The project plan must include an Acceptance Test developed by the vendor. SCDC will
evaluate this plan for comprehensiveness. Failure to successfully complete this test may result
in termination of vendor services and cancellation of the contract. SCDC must be the sole
determinant of the success of the acceptance test. No billing for services under the contract will
be made unless and until the acceptance test is satisfactorily completed. If the initial acceptance
test is not successfully accomplished, SCDC at its sole discretion may allow a retest.
Equipment Disposal
The contractor must be responsible for the removal and environmentally certified disposal of
any existing ITS equipment abandoned by the current vendor no later than ninety (90) days
after the successful completion of the acceptance test. The contractor will be responsible for
removal of all equipment replaced during the term of the contract at no cost to SCDC. All data
and software must be completely removed and destroyed in compliance with SCDC security
policies and procedures.
Data Exchange
The ITS contractor and the SCDC mainframe routinely exchange data to provide timely updates to the
ITS that allow proper validation of an attempted call prior to processing. The contractor must detail the
proposed frequency and data exchange format, and provide communication access for the data
exchange 24 hours per day. Where appropriate SCDC will make a reasonable attempt to add or modify
formats or schemas to accommodate the vendor for new services implemented resulting from a contract
award.
NIEM Standards
The contractor agrees to migrate the existing data exchange requirements to data standards
consistent with the National Information Exchange Model as they become operational for ITS
data elements at no cost to SCDC. The bidder may find additional information regarding NIEM
standards at http://www.niem.gov.
Data Reconciliation
Upon request, the vendor must provide all data in a format specified by SCDC for the purposes
of data reconciliation. SCDC will transmit any exceptions in the same format as the daily
modifications and the vendor must accept the modifications as the master record.
Information Ownership
All inmate and SCDC information developed, stored or used in the ITS must be owned by SCDC. The
vendor must act as custodian of that information in accordance with applicable statutes, policies,
regulations and procedures. Information must be provided to SCDC at its request in a form and manner
specified by SCDC. Vendor agrees not to sell, use, share or display any data or use it for any other
purpose unless agreed upon, in writing, by SCDC.
Security
Due to the sensitive, public security nature of the services under this contract, the vendor must describe,
in detail, the security measures that will be taken for personnel, data, communications, systems and
facilities in a Security Plan. The security plan must address the steps the vendor will take with regard to
protecting all information and services that result from this RFP. The vendor must describe the security
steps, including specific processes and procedures that it will take to ensure that vendor staff or
subcontractors hired and/or assigned to this project will maintain the confidentiality of all information and
data.
ITS System Security
The vendor must describe the ITS system security for all data stored locally or in a central
database. Such security description must include system security as well as how access to
such sensitive information must be performed within the vendors’ organization. Sensitive or
confidential information may require encryption at SCDC discretion.
Jurisdiction
The vendor must warrant to SCDC that it will not transport or make available physically,
electronically, verbally, or in any other form or manner, any data (either test or production)
Page 33

provided or produced under the contract that might be awarded as a result of this RFP outside
of the borders of the United States.
Compliance
The vendor will comply with all SCDC security policies and procedures and requirements.
Background Checks
Vendor personnel must meet SCDC requirements for background checks and be subject to ongoing review to assure staff continues to meet security screening standards.
Information Security Breach
The vendor must notify SCDC immediately if it experiences any security breach that may cause
SCDC or customer data to be corrupted or inappropriately accessed or used. Such notice must
occur within 4 hours of any incident.
Phase-Out Plan
The vendor must provide SCDC a full explanation on how it will handle a transition situation at the end
of the contract period. At the direction of SCDC, the contractor must provide any and all data including
call recordings to the new vendor.
Training
The vendor must specify the training requirements and expected roles and responsibilities for all SCDC
staff required for the planning, implementation and on-going operation of the ITS.
The vendor must provide all training at no cost to SCDC. The vendor will deliver the needed training in
a manner, location and schedule approved by SCDC. All training will include proficiency testing and
additional training will be provided at no additional cost until all participants achieve proficiency. The
vendor will provide refresher training or training for new staff as needed at no cost. The vendor must list
and describe all training, including the length, general content of and proposed schedule for the training.
Documentation
The vendor must provide full, complete and up-to-date documentation specific to the SCDC
implementation no later than the beginning of implementation. The documentation must include at a
minimum:
• Detailed flowchart(s) depicting the entire inmate call process from the moment an inmate picks
up the receiver to the completion of the call. The flow chart(s) must include the time intervals for
each phase of call completion.
• Network diagrams and documentation of all circuits, routers, switches and other components
• Documentation of security and operational procedures
• User documentation for administrators
• User documentation for investigators
• Training information for inmates
• Information for called parties
• Technical system documentation
Reporting
The vendor must describe all available standard reports that are part of their solution and provide SCDC
with on-line access to run ad hoc reports. The vendor must describe any methodology in which SCDC
may create its own custom reports and how the data may be formatted and retrieved. On a monthly
basis the vendor must provide at a minimum, detailed reports in a format specified by SCDC on:
• all service level and performance items as specified Performance Requirements (Problem
Resolution, Escalation Requirements, Performance Objectives, and Performance
Reviews)
• the number of calls, minutes, actual duration, billed duration, and revenue broken down by
local, intralata, interlata, interstate and international destinations and the totals for each month
and facility.

Page 34

Customer Service
Support Services for SCDC
Principal Technical Support Representatives
The vendor must assign primary and secondary Representatives who will be knowledgeable of
SCDC operational and support requirements and service levels and will act as the principal
liaison for both Technical and Customer Support and be available 24 hours per day. When the
primary liaison is unavailable, the secondary must assume those duties.
Toll Free Access
The vendor must provide toll free access for technical support to SCDC 24 hours per day 365
days per year. Customer support access to knowledgeable personnel must be available within
ten (10) minutes of SCDC initiating contact.
SCDC Authorized Representatives
SCDC will establish an authorized list of individuals who have the authority to request
maintenance dispatch or support services. The vendor will only act on the approval of a
member on the authorized list.
Site Administrators
The vendor must provide site administrators to enter inmate calling lists, process trouble
reports, conduct training sessions for new inmate orientation, etc.
Ticketing System
The vendor must utilize a web-based automated ticketing system to log, track, manage and
assure appropriate response to all calls for support. SCDC staff must be provided real time
access to this system via the internet from any location. Describe how you will provide this
function and explain its capabilities. Include details as to what level of visibility and access
SCDC staff will have.
SCDC Access to Customer Information
The vendor must provide SCDC with secure on-line real time access to all customer information
regarding account status and history. Describe how you will provide this function and explain its
capabilities, include details as to what level of visibility and access SCDC staff will have.
Court Evidence and Expert Witness Testimony
The vendor must provide verification that its methods and procedures meet accepted legal
standards for chain of evidence in legal proceedings. The vendor must provide affidavits as
required throughout the term of the contract at no cost to SCDC to support any legal
proceedings and must provide expert witness testimony if required.
In the last five (5) years SCDC has experienced no incidents requiring expert witness services.
Support Services for Customers
Of major concern to SCDC is the requirement that the vendor provide inmate families with responsible,
reliable customer service and support as outlined herein.
Toll Free Access and Multilingual Support
The vendor must provide toll free telephone access to knowledgeable customer service staff 24
hours per day 365 days per year. All customer service representatives must have access to upto-date customer account information including at a minimum billing, payment and blocked call
status and history. The vendor must provide live customer support in a minimum of Spanish and
English 24 hours per day 365 days per year. List other languages that the vendor can support.
Customer Account Access
The vendor must provide customers with secure web based access to account information
including billing, payment and blocked call status and history. Customers should be provided
the capability to securely add funds to their pre-paid account on-line. Describe how your
solution provides this functionality and explain its capabilities.
Customer Outreach
Page 35

The vendors’ representative must be required to attend meetings with inmate advocacy groups
to discuss issues relating to ITS operations upon request by SCDC.
Call Blocking
The vendor must notify customers prior to initiating a block on collect calls. If a collect call
account is in arrears and the vendor applies a block, the vendor must provide an opportunity for
the customer to establish a pre-pay account. Provide details on how this will occur, at a
minimum provide details for the following:
• The steps initiated to contact the customer - describe how many and what types of
attempts will be made
• The procedures that are followed
• The timeframes between each step in the process
• The specific reasons a call is blocked
• Any automatic processes that trigger a block
• The procedures and timeframes for customers to remove a block
Vendor Policy Changes
The vendor must notify SCDC and customers before implementing policy changes including but
not limited to call limits, pre-payment caps and call blocking criteria. All policy changes must be
approved by SCDC and the appropriate regulatory authority.
Performance Requirements
Problem Resolution
SCDC has established priority levels for problem reporting and must have the sole authority to
determine the priority level of each reported problem and to determine if the problem has been resolved
and the issue closed. Resolution time is based on 24 hour per day 365 day per year service. The
vendor must describe what steps they will take to meet or exceed SCDC problem resolution objectives
including but not limited to:
Priority
Level

Characteristics

Performance
Requirement

1

Loss of critical functionality 
 50% or more phones in a facility out of service 
 Loss of administrative or investigative access or function 
 Loss of recording or monitoring function 

4 hour
resolution

2

3

Loss of significant functionality

Data exchange failure

20%-49% of phones in a facility out of service
Loss of less significant functionality
 Software fixes not critical to operations
 Less than 20% of phones in a facility out of service
 Loss of access to trouble ticket system

8 hour
resolution
24 hour
resolution

Escalation Requirements
The vendor must establish escalation procedures that provide at a minimum for the following points of
contact and timeframes.
Level

Time

Escalation Point

1

Missed performance standard

Supervisor

2

Missed performance standard + 2 hours

Project Manager

3

Missed performance standard + 4 hours

Account Manager

4

Missed performance standard + 8 hours

Account Executive

Page 36

SCDC Contact
Help Desk
Help Desk
Manager
IT Assistant
Division Director
IT Division
Director

Vendor must provide services that meet the performance levels delineated in the table below.
Vendor must describe what steps they will take to meet or exceed SCDC performance and
service level objectives for the ITS.
Component
Equipment installation
Equipment
maintenance
System software
updates
Network service
Customer service call
center

Trouble resolution

System availability
Data transfer

Call quality

Metric
Time from vendor receipt of order
to working equipment installed
Monthly mean time to repair
Time from availability to system
wide deployment
Monthly availability (entire system)
Resolution rate
Wait times
Abandoned calls
Complaints
Resolution rate
Wait times
Access to technical support
Monthly availability per site
Timing – occurs on schedule
Accuracy – data transfer complete
and correct on first attempt
Drops and Disconnects
Voice Quality
Complaints

Standard
20 calendar days
8 hours
6 months
99.99% (24x7x365)
> 70% first call resolution
Monthly mean wait time < 60s
< 10% of calls per month
< 5% of accounts per year
> 70% first call resolution
Monthly mean wait time < 60s
< 10 minutes 100% of the time
99.9% (24x7x365)
99% (24x7x365)
99% (24x7x365)
< 2% per site per month
99% of calls meet standard
< 5% of ADP per month

Performance Objectives
The vendor must provide services that meet the performance levels delineated in the table below. The
vendor must describe what steps they will take to meet or exceed SCDC performance and service level
objectives for the ITS.
Component
Equipment installation
Equipment
maintenance
System software
updates
Network service
Customer service call
center

Trouble resolution

System availability
Data transfer

Call quality

Metric
Time from vendor receipt of order
to working equipment installed
Monthly mean time to repair
Time from availability to system
wide deployment
Monthly availability (entire system)
Resolution rate
Wait times
Abandoned calls
Complaints
Resolution rate
Wait times
Access to technical support
Monthly availability per site
Timing – occurs on schedule
Accuracy – data transfer complete
and correct on first attempt
Drops and Disconnects
Voice Quality
Complaints

Standard
20 calendar days
8 hours
6 months
99.99% (24x7x365)
> 70% first call resolution
Monthly mean wait time < 60s
< 10% of calls per month
< 5% of accounts per year
> 70% first call resolution
Monthly mean wait time < 60s
< 10 minutes 100% of the time
99.9% (24x7x365)
99% (24x7x365)
99% (24x7x365)
< 2% per site per month
99% of calls meet standard
< 5% of ADP per month

Performance Reviews
The vendor must provide monthly performance reports to SCDC specifications. Every quarter the
vendor must provide a face-to-face review of all performance indicators and trends and a summary of
service issues. The vendor must provide an annual review of operational and financial status, cost and
Page 37

rate analysis and an overall contract review.

Staff Disqualification
SCDC must have the right to require the contractor to remove any individual assigned to this
project at any time during the term of this contract at the sole discretion of SCDC.
Staff Resignation or Discharge
The contractor must immediately notify SCDC of the resignation or discharge of the primary
points of contact assigned to this project. Transfer of knowledge must occur prior to the
departure of any staff members. The contractor must propose a qualified replacement and SCDC
must review and approve.
SCDC Liability
SCDC must have NO responsibility or liability and must be held harmless for all costs for any call billing,
charges, payments, uncollectible charges, or fraud under this contract. SCDC must not be held liable for
any potential revenue loss to the vendor due to any decision on the part of SCDC to disconnect third
party calls after detection or for any other limitation of services or access including but not limited to
disciplinary actions and lockdowns. In all cases, disputes regarding billing, payments, refunds, or
quality of service will be the responsibility of the contractor.
Charges
The contractor will be responsible for all charges associated with the inmate telephone system,
including line / long distance charges, connection fees, or any other charges levied by local or long
distance telephone companies that may be utilized by the contractor. The contractor will be solely
responsible for payment of any sub-contractors utilized in the fulfillment of this contract.

Kiosks and Related Services
The contractor will provide and install kiosk devices to improve security (by reducing inmates
congregating in canteen line and by reducing time that employees spend responding to
individual inmate inquiries), increase the availability of information to inmates and staff, and
increase investigative capabilities. The contractor will provide the following applications /
services via the kiosks during phase one of the SCDC kiosk implementation:




Inmate Trust Fund (EH Cooper) balance inquiry and transaction history
Canteen ordering
Inmate messaging

In addition, the contractor must ensure that the kiosk systems are capable of hosting additional
applications as required by SCDC. Potential functions that could be deployed using kiosks in
future phases are as follows:













Employee self service (SCEIS)
Inmate access to law library
EH Cooper transactions (i.e., sending money out)
Display projected release date and program enrollment summary
Inmate care requests (i.e., register for sick call)
View and manage visitor and/or inmate telephone allowed numbers lists
Requests to staff
File a grievance
Submit information for release screening (e.g., release address)
Provide program treatment, services, reentry information
Video Visitation
Trust Fund deposits (e.g., allow visitors to deposit cash using “reverse ATM”)

Page 38

Technical Requirements
This section describes the required features, functions and capabilities of the services to be acquired.
The bidder must address each of these items in its response describing in detail the functionality and
services it can provide, how it will work and the service or performance levels it can achieve.
Systems Architecture
SCDC wishes to procure industry standard, open systems to allow maximum flexibility of design and
ease future applications deployment. Applications which are solely web based will be given preference
over applications which require software updates or client packages to be installed. However, any
architecture that meets the general business needs of SCDC will be considered and evaluated for its
relative merit. Bidders may propose an architecture that is fully hosted, partially hosted, premise based,
centralized, distributed or any combination thereof. Provide information on your proposed system
architecture addressing each subsection below:
Proposed Deployment Model
Describe in detail the proposed solution deployment. Your response must include a detailed
drawing of your recommended model. The proposed system must provide 99.9% ("three nines")
yearly availability. Describe the reliability of your offerings and indicate how your solution will
provide 99.9% availability. Indicate any single points of failure within your solution. Describe
any vendor partnerships required to make the system fully functional. Indicate why your
proposed deployment model is superior to other architectures.
Scalability
The contractor must be able to accommodate an increase in services during the term of the
contract as directed by SCDC at no increase in rates or fees while continuing to meet all service
and performance requirements. The system must be able to scale to support a 50% increase in
volume and or end-user devices. Describe how your solution will meet this requirement and
what actions would be needed to fulfill the demand.
Continuity of Services
The vendor must provide sufficient redundancy and business continuity recovery capability to
meet a three (3) hour Recovery Time Objective (RTO) and a zero (0) Recovery Point Objective
(RPO) of all system components. Describe how your solution provides operational redundancy,
fault tolerance, and recovery such that services to SCDC are not significantly diminished and
that service levels as defined in the Performance Objectives Section will continue to be met.
Backup
The vendor must be responsible for performing all system and database back-ups and
archiving and must provide all archival hardware, supplies, and network and recovery
procedures to ensure that no data will be lost.
The vendor must back up all the SCDC information and store copies securely off site in
compliance with SCDC security policies. Vendor must certify the availability and
integrity of back-up data and the media on which it resides. Describe how you will meet
these requirements including frequency of backups, off-site location(s) and security of
transfers.
Uninterruptible Power
The solution must include backup power supplies for all kiosks and supporting
equipment to assure no loss of data or functionality during brief (<15 minutes) loss of
commercial power in SCDC facilities. The vendor must provide systems capable of full
recovery from a power outage automatically once commercial power is restored.
Describe how your solution will meet this requirement including what facilities and
services SCDC must provide.

Systems Management
The contractor must provide the following system management functions. Describe how your proposed
solution meets each of the following requirements for Systems Management:
Fault Management
The bidder's solution must provide fault management capabilities that recognize, isolate, correct
Page 39

and log faults that occur in the system. The vendor must provide SCDC with real time online
notification of all systems alerts and alarms including the status of all incidents. Describe the
functionality of your fault management solution. Describe the capabilities, functionality and
visibility that SCDC staff has with your fault management offering.
Configuration Management
The vendor must provide configuration management capabilities that include the provisioning of
devices, systems administration, gathering and storing of configuration data, managing version
control, tracking and scheduling of changes, and the assignment of permissions to access
system investigative features. Access to all system functions will be restricted to users
authorized by SCDC. Each authorized user must have a unique user-id and password. Describe
the functionality of your configuration management solution. Describe the capabilities and
functionality that SCDC staff has with your offering.
Management Application
The vendor must provide a secure, web-based management application, accessible
from any standard personal computer with internet access. From this management
application, authorized users must be able perform all system functions, including but
not limited to managing user security, managing inmate trust accounts, reviewing
inmate messaging correspondence, accessing canteen orders, etc. All functionality
must be accessible from this web site utilizing a standard browser interface, requiring
no vendor proprietary software to be installed on the client workstation. All system
upgrades, enhancements, and fixes must be implemented at the application server
level with no direct access to the client workstations required.
Provisioning and Active Directory
SCDC staff provision authorized users and applies permissions to system features on a
case-by-case basis. The enterprise goal is to automate provisioning using role-based
access. Describe how Microsoft Active Directory or other LDAP compliant directories
may be leveraged to automate this function within your solution.
Accounting Management
The vendor must provide accounting management capabilities that at a minimum provide a
detailed history of all financial transactions. Describe the functionality of your solution.
Describe the capabilities and functionality that SCDC staff has with your offering.
Third Party Auditing
SCDC or its agent must have the right to audit and review any aspects of the contractor
operations and systems including but not limited to data, documentation, procedures,
billing, financial records, customer service statistics, staff backgrounds and anything
related to the functioning, operations, costs, rates, fees, or integrity of the system.
Transaction records
The vendor must store detailed transaction records for the life of the contract and
provide to SCDC in a frequency and format as specified by SCDC.
Performance Management
The vendor solution must provide performance management capabilities to monitor the overall
performance of the system and its network components. Detail how you collect and analyze
performance data, monitor system health and reliability, establish performance thresholds and
provide reporting and inquiry functions. Describe the frequency and types of reports that are
available. Describe the capabilities and functionality that SCDC staff has with your offering.
Kiosk System Applications
For each application listed in this section, the vendor must describe in detail how their proposed solution
will meet SCDC requirements.
Inmate Banking / Trust Accounting System
The system must provide a suitable replacement for the existing, mainframe based, Inmate
Banking/Trust Accounting System, while adding additional functionality. The system must
interface with the existing offender management system, support means for family members to
Page 40

electronically deposit money to an inmate's account, and allow deposit restrictions as
determined by SCDC. The system must also manage employee accounts in order to support
“cashless” canteen purchases by SCDC staff. Describe in detail how the proposed system will
meet each of these requirements.
Centralized Trust Accounting
The system must be able to support the consolidation of all trust accounting activity at
one central accounting office – processing all receipts and disbursements for all
facilities from a single inmate banking office.
Special Fund Accounts
The system must have the capability to manage an unlimited number of user definable
special fund accounts.
Special Fund and Mail Room Sales
The system must allow transfers from trust fund accounts to special fund accounts for
special fund sales. These special fund sales are now conducted by swipe of the
magnetic stripe on the inmate ID card. Postage, copy, and other miscellaneous
charges are processed in this fashion in the mail room.
Collections
The system must allow the collection and tracking of restitution and other types of
collections, including the tracking of unfulfilled commitments after inmates are released
from custody, and must allow staff to freeze all or a portion of the inmate trust account.
Deposits
The system must allow inmate trust fund deposits via money orders, credit card
processing from web sites (currently Western Union and JPay), or lobby kiosks. The
system must have the capability of tracking the sources of inmate funds. Describe how
the system may be configured to restrict the number and/or amount of deposits made
by a user or received by an inmate over a time period.
Distribution of Funds
Trust fund checks will be issued to SCDC authorized payees only. The system must
interface with the SCDC mainframe system to determine payment authorization. The
system must also interface with micr check printing software for the printing of trust fund
checks. The system must have the capability of tracking the distribution of inmate
funds.
General Ledger Integration
The exchange of funds between the trust account and canteen, special funds, or other
accounts must be consolidated into a single check on a daily basis. The system must
interface with existing and future SCDC automated systems for the purpose of posting
inmate pay, interest accrued, private sector PI pay, etc.
Kiosk Interface
The system must allow inmates to check their trust balance and available canteen
spending limit, view their trust account statement with transaction detail, and place
canteen orders via inmate kiosk.
Release Debit Cards
The system must allow the option to return funds to inmates upon release via check or
debit card.
Reporting
The system must offer extensive standard reports, with standard features such as click
to sort by column / multiple columns, dragging of columns to reorder on the report,
column filters, saving of report preferences, etc. The system must also allow for custom
report creation. Describe how the system will fulfill this requirement.

Page 41

Data Export
The system must use a single trust fund database repository and must utilize a
relational database management system (RDBMS). The system must allow export of
any data desired by SCDC in flat file, delimited, XML, or other industry standard formats
requested by SCDC. Data may not be provided to a third party without the express
consent of SCDC.
Security
If the proposed system is to be hosted by the vendor on a managed server, connectivity
must be encrypted via secure socket layer (SSL). The vendor must also provide
system/database management services to include daily off site backup services.
Documentation
The vendor must provide complete system documentation, user manuals, and training
for SCDC staff.
Canteen Point of Sale / Ordering System
The system must include a component to replace the aging, mainframe based point of sale
system used by inmate canteens in SCDC institutions. The system must support point of sale
via kiosk to inmates and SCDC staff with real time debit of the customer’s trust account. The
system must be able to integrate with current mainframe accounting / inventory systems for
reconciliation. Describe in detail how each of these requirements will be met by the proposed
system.
Order Placement / Shopping Cart
The system must provide access to place canteen orders via a secure, preferably
browser based interface (shopping cart) accessible from the vendor provided inmate
kiosk. The shopping cart must allow quick entry of SCDC canteen item numbers or drill
down by category to select available items. The system must allow intuitive entry of
item quantities ordered and give immediate feedback to the customer if the entered
quantity exceeds that available in inventory or violates quantity or spending limit
restrictions as detailed in Order Restrictions.
Order Restrictions
The system must support restrictions on inmate orders. Please describe in detail how
these restrictions will be implemented and what interfaces will be developed to the
SCDC Offender Management System (OMS).
The system must at a minimum allow restrictions by:
 inmate
 security
 custody
 housing unit / living area
 institution
 disciplinary or other type of suspension
 Security Threat Group (STG) or other group membership
 medical conditions or classification
Restrictions must at a minimum include:
Items allowed
 Maximum quantity per allowed item
 Categories (types) of items allowed
 Maximum quantity per category
 Spending limits for a specified time period
 Number of orders in a specified time period
Inventory
The system must interface with current SCDC mainframe inventory application and with
the SCEIS implementation of SAP inventory upon SCDC conversion to SCEIS. Vendor
will be responsible for development of interfaces and all costs associated. The system
must:
Page 42





Download inventory for each institutional canteen before opening
Maintain running inventory during order placement to avoid over-commitment of
inventory
Upload inventory transaction details at closing

Trust Funds
The system must encumber funds in the customer’s trust account in real time upon
confirmation of order placement and commit the transaction upon order fulfillment.
Describe the design and operation of this interface in detail.
Order Fulfillment
The vendor must provide one or more secure order fulfillment kiosks and receipt
printers for each institutional canteen, as required by sales volume and at the discretion
of SCDC. The system will print receipts and pick / delivery tickets in the institutional
canteen to facilitate a bag and deliver operation. The system must allow for the
removal or reduction in quantity of an item, with corresponding real time removal of trust
fund encumbrance, from an order by inmate workers if the necessary inventory is not
available or is damaged when filling the order.
Reconciliation
The system must reconcile trust fund transactions with the inventory detail transactions
posted to the SCDC inventory system.
General Ledger Integration
The exchange of funds between the trust account and canteen account must be
consolidated into a single check posted on a daily basis.
Personal Equipment
The System must allow orders to be placed for non-inventory items, referred to as
personal equipment. Personal equipment items are recorded in the inmate property
control application of the SCDC OMS. The system should interface with the property
control module to authorize personal equipment orders and update inmate property
records. Describe how these orders will be placed, processed, and any interfaces that
will be made to the SCDC OMS.
Indigence
The system will allow inmates to request hygiene items if they are indigent, as
determined by SCDC policy.
Reporting
The system must offer extensive standard reports, with standard features such as click
to sort by column / multiple columns, dragging of columns to reorder on the report,
column filters, saving of report preferences, etc. The system must also allow for custom
report creation. Describe how the system will fulfill this requirement.
Data Export
The system must allow export of any data desired by SCDC in flat file, delimited, XML,
or other industry standard formats requested by SCDC. Data may not be provided to a
third party without the express consent of SCDC.
Security
Any data transmitted outside the SCDC administrative network must be encrypted via
SSL, VPN tunnel, or other means deemed acceptable by SCDC.
Inmate access to any order placement or fulfillment web pages must be strictly
controlled. Under no circumstances may inmates be allowed to redirect to other web
sites, or be allowed any unauthorized network access via the system.
Training
The vendor must provide on-line help as a component of the canteen order placement /
fulfillment application, and will produce other inmate training materials as deemed
Page 43

necessary by SCDC upon implementation of the system.
Documentation
The vendor must provide complete system documentation, user manuals, and training
for SCDC staff.
Electronic Messaging
The proposed system must provide a process for inmates to receive and reply to electronic mail
from the public. Please identify how the proposed system will provide such services while
maintaining the security of the public, staff, and inmates at SCDC. Describe in detail how each
of these requirements will be met by the proposed system.
Registration
Individuals who wish to send electronic messages to one or more inmates at SCDC
must first register for the messaging service. Registration must be made available via a
secure web site, with branding as determined by SCDC.
Payment
At time of registration, the system must require outside users to provide valid
identification to include name, address, and contact telephone number, as well as valid
credit / debit card information for billing. The vendor will be responsible for securing
payment for the messaging service. SCDC will not be liable for any fraudulent charges
or billing disputes. For outbound messages, the vendor must provide a real time
interface to the inmate banking / trust fund accounting system.
Fees
The fees for this messaging service must at no time exceed the USPS rate for 1st class
mail. Fees must be clearly disclosed and acknowledged by the user before any
transaction is processed.
Inbound Messages
Inbound messages will be sent via a secure, easy to use web interface. The vendor
must provide an interface to the SCDC OMS to verify that the inmate recipient is in
SCDC custody and not restricted from receiving electronic messages as detailed in
(Restrictions).
Message Retrieval
The vendor must provide, install, and maintain secure, hardened kiosks for inmates to
receive and reply to messages. Optionally, the vendor may propose installation of
printers either in the kiosks or in institutional mailrooms, to provide the option of printing
messages for an additional fee. If this is proposed, the vendor will be responsible for
the printers and any consumables required.
Outbound Messages
The system must restrict outbound messages from an inmate to only those who have
sent messages to that inmate. The vendor must allow a message recipient to remove
themselves from an inmates’ “allowed” list via the registration website or by written
request.
Message Content
Messages will consist of text only with no images or attachments.
Restrictions
The system must provide a means of restricting outbound and/or inbound messages
based on factors determined by SCDC including but not limited to:
 security
 custody
 disciplinary or other type suspension
 housing unit / living area / institution
 STG or other group membership
Page 44



individual user or inmate

Message Review / Release
The system must allow the review of all inbound and outbound messages by SCDC
staff. The system must provide a means of queuing all or selected inbound and/or
outbound messages, such that SCDC staff review and approval is required before the
message is released for delivery. The system may be configured for automatic release
of incoming and/or outgoing messages which do not fit certain criteria such as those
listed above.
Message Search
The system must feature extensive message search capability. Messages must be
searchable by keyword(s) and soundex. The system must allow limiting of the text
search by date, outside user, inmate, or a combination. Provide details regarding the
message search capabilities of the proposed system.
Message Translation
It is desired that the system feature English translation of foreign language messages,
at a minimum Spanish. List all language translations available with the proposed
system.
Message Flagging
The system must have the capability to automatically hold and/or flag messages for
review based on criteria established by SCDC:
 keywords / soundex
 foreign language
 individual user, inmate, or group (factors listed earlier)
 suspicious message – no dictionary words or sporadic dictionary words
 other as requested
Message Storage
Messages will be stored for the life of the contract and provided in SCDC desired format
at its conclusion.
Reporting
System reporting should be extensive and should include reports of correlation between
outside users and inmates (outside users sending/receiving messages from multiple
inmates). The vendor must develop custom reports at no charge to SCDC. The
system must also offer extensive standard reports, with standard features such as click
to sort by column / multiple columns, dragging of columns to reorder on the report,
column filters, saving of report preferences, etc. The system must allow for custom
report creation by SCDC staff. Describe how the system will fulfill these requirements.
Investigations
The vendor must provide user identification and billing information to SCDC upon
request, and assist investigators in determining the true source of messages.
Data Export
The system must allow export of any data desired by SCDC in flat file, delimited, XML,
or other industry standard formats requested by SCDC. Data may not be provided to a
third party without the express consent of SCDC.
Security
Describe fully the proposed security measures to protect customer identity and credit /
debit card information and control inmate access to the appropriate messaging
application components. Under no circumstances may inmates be allowed to redirect
to other web sites, or be allowed any other network access via the inmate messaging
application.

Page 45

Training
The vendor must provide on-line help as a component of the inmate messaging
application, and will produce other inmate training materials as deemed necessary by
SCDC upon implementation of the system.
Documentation
The vendor must provide complete system documentation, user manuals, and training
for SCDC staff.
Equipment
The vendor must provide all equipment, software, and network services required to provide the
kiosk application services specified in the (Kiosk System Applications) for all current and
future SCDC facilities. This includes, but is not limited to: kiosk hardware, security enclosures,
wiring, switches, routers, firewalls, etc. Vendor must propose number of Kiosk to provide all
services requested in this RFP at a minimum of one (1) per wing per housing unit. (See
Attachment F) SCDC will determine the number and placement of all kiosks and related
equipment at each facility. The vendor must propose equipment that is of heavy duty
construction, tamper / vandal proof, and appropriate for a prison environment. All equipment
will remain the property of the contractor, with the exception of any required cable / wiring
installed in SCDC facilities and personal computers provided for the purpose of reviewing and
releasing correspondence sent via the inmate messaging application.
Kiosks
All kiosks provided must be secure, hardened devices appropriate for a prison
environment. Kiosk enclosures and peripherals must be of heavy duty, durable
construction, similar to that of an outdoor ATM.
CPU - Kiosk hardware may consist of a local personal computer or a thin client
device, linked to a terminal server. In either scenario, the hardware must be
equipped with sufficient processing power and memory to support the browser
based applications detailed in Kiosk System Application. Both the operating
system and kiosk portal / master application must be open, industry standard
components, allowing deployment of future browser based applications at no
cost to SCDC.
Monitor- Kiosks must be equipped with integrated, non-removable color monitors
that measure at least 19 inches diagonally. The monitors must have touch
screen capability and be protected by an impact resistant, waterproof covering.
Monitors must have sufficient resolution to display images of canteen inventory
items and support possible future applications such as video visitation.
Keyboard - Kiosks must be equipped with integrated, non-removable keyboards.
The keyboards must be waterproof and of heavy duty, sealed construction such
that no keys or other parts may be removed without the use of special tools. All
keys must be clearly imprinted or stamped for maximum durability.
Pointing Device - Kiosks must be equipped with integrated, non-removable
pointing devices such as trackballs or touch pads. These devices must be
waterproof and of heavy duty, sealed construction for maximum durability and
tamper resistance.
Enclosure - Kiosk enclosures must be of heavy duty construction, hardened for
maximum security. Mounting options must include pedestal, flush and surface
wall mount with security type fasteners that may only be removed with the use
of specially designed tools. All electrical and network connections must be
protected by the kiosk enclosure.
Wiring - The vendor is responsible for the installation and maintenance of all kiosk
wiring. The contractor may, at the discretion of SCDC, utilize existing cable / wiring, but
will be responsible for maintenance or replacement as necessary. All wiring and
cabling must be performed in accordance with manufacturers standards and guidelines
Page 46

and industry practices. All installations must be labeled and documented as mutually
agreed upon between SCDC and the vendor.
Compliance - All equipment, wiring and component installations must conform to all
applicable building codes, electric codes and accepted industry standards.
Restoration of Facilities - The contractor must restore all damaged walls, ceiling and
facilities to their original condition and in compliance with all applicable building codes
and requirements resulting from contractor actions and activities. All work must be preapproved by SCDC.
Inventory - The vendor must maintain a current inventory of all equipment and
components and provide the inventory to SCDC as requested.
Environmental - SCDC will provide space, electricity and HVAC to support one (1)
nineteen inch rack for premise based equipment. The vendor is responsible for any
additional requirements beyond ambient temperature and standard power.
Servers and Processors - The vendor must provide full specifications and product
literature/brochures for all proposed servers, storage devices, workstations and related
components.
Inmate Messaging Review Workstations - The contractor will provide and install 1
personal computer for the purpose of reviewing and releasing inmate messaging
correspondence at each facility, to be located in the facility mail room. In addition, the
contractor will provide a total of 5 personal computers for central monitoring of inmate
messaging correspondence in the Division of Inmate Services. The contractor will be
responsible for maintenance of these monitoring stations and for their replacement
every 5 years until the expiration of the contract.
New Equipment - All kiosks, servers, switches, routers, firewalls and all other required
system components provided by the contractor must be new. The contractor must
provide full specifications and product literature/brochures for all proposed components.
Software Enhancements and Upgrades
The vendor must provide software enhancements and upgrades to the proposed system when
the enhancement and upgrades are generally available in a customer production environment.
The vendor must be responsible for maintaining the installed systems at the latest general
release of the system software for all systems including the system administration / monitoring
PCs. All software changes must be pre-approved by SCDC and utilize approved change
management procedures and configuration management processes as defined under
(Configuration Management) The vendor must provide complete documentation for all
software upgrades or enhancements.
Maintenance
The vendor must be solely responsible for the maintenance and support for all system
components including kiosks, servers, network components, software and all other elements of
the system. The vendor must describe its maintenance and support capability, methods and
procedures as it relates to the subsections below.


Damage - The vendor must be responsible for the repair or replacement of all
equipment damaged regardless of the cause including but not limited to inmate
damage, natural disaster, and SCDC’s actions or operations at no cost to SCDC.



Maintenance Window - All scheduled maintenance must be performed outside of the
normal system operating hours as defined by SCDC.



Maintenance Center Location - Within 30 days of contract award the vendor must
detail the location and number of maintenance staff, staff experience and procedures to
provide on-site maintenance service at all SCDC locations with vendor provided
equipment to meet SCDC performance requirements. It is a mandatory requirement of
Page 47

this RFP that the vendor agrees to have maintenance personnel within a three (3) hour
drive from each SCDC location throughout South Carolina. Failure to do so will result in
a breach of contract.


Maintenance Staff Experience - Service personnel must be trained and experienced
with installation and maintenance of the proposed system and equipment. SCDC
reserves the right to request copies of training certificates of service personnel. SCDC
reserves the right to reject any maintenance personnel it determines are unqualified to
perform maintenance service on the proposed equipment.



Preventive Maintenance - At least quarterly, the vendor must conduct an on-site
inspection and preventative maintenance service for all premise based equipment
provided. The vendor must certify the completion of the quarterly inspection and notify
SCDC of any equipment changes. The schedule must be consistent with the operating
requirements of SCDC and must be based upon the specific needs of the equipment
being maintained.



Remedial Maintenance - SCDC will maintain a call screening service for all facilities.
All service calls will be placed by SCDC or its agent. Remedial maintenance must be
performed upon notification to the vendor that the equipment is inoperable or unsuitable
for operation. The contractor must be responsible for assuring that on premise service
for each request is provided in accordance with SCDC service levels as defined in
(Performance Requirements).



Maintenance Request Reports - The supplier must furnish SCDC with a monthly
report, in a format to be determined by SCDC, of all maintenance requests. The report
must include, at a minimum, the following data for each request for assistance:
• Date and time notified
• Date and time of arrival
• Description of malfunction reported
• Diagnosis of failure and work performed
• Date and time failure was corrected
• Name of person performing the service
• Name of person and agency reporting trouble

Transition/Migration
The vendor must describe how they plan to migrate from the current SCDC inmate banking /
trust fund accounting and canteen point of sale systems to their proposed system.
Project Management
The vendor must submit a proposed Project Plan. Such plan must address both pilot
and full statewide implementation. The Plan must include at least the following
elements:
• Implementation plan
• Migration plan
• Fallback plan
• Risk management and mitigation plan
• Acceptance test plan
• Training plan
• Communications plan for both SCDC and non-SCDC users
• Performance and service level plan
• Project reporting process and mechanisms
• Change management process
• Configuration management plan
Project Manager
The vendor must provide a full time project manager for the duration of the
project. The project manager must be responsible for the development and
implementation of the project plan, all transition and migration requirements
and acceptance testing. Within 30 days of contract award the bidder must
provide a resume of their proposed Project Manager for SCDC approval. The
Page 48

State reserves the right to require additional information, including through
direct interviews and demonstrations, to enable it to make a determination of
the Project Managers qualifications.
SCDC Resources
The vendor must provide a breakdown of any SCDC staff resources the vendor
requires for implementation, migration, and operation of their proposed solution.
Site Survey
The vendor must be responsible for performing a site survey at all SCDC
facilities and identifying all installation and facility issues that could impact
implementation. Because arrangements must be made to provide escorts
during the site survey, SCDC has established a site survey schedule, included
as Attachment D.
Data Migration
The vendor must transfer existing data from the current inmate banking / trust fund
accounting system to the proposed system. The vendor must describe their plan for this
migration.
Fallback Plan
The vendor must provide details and procedures in its fallback plan to restore all
services to the prior system in the event of failure upon cutover.
Acceptance Testing
The project plan must include an Acceptance Test developed by the vendor. SCDC will
evaluate this plan for comprehensiveness. Failure to successfully complete this test
may result in termination of vendor services and cancellation of the contract. SCDC
must be the sole determinant of the success of the acceptance test. No billing for
services under the contract will be made unless and until the acceptance test is
satisfactorily completed. If the initial acceptance test is not successfully accomplished,
SCDC at its sole discretion may allow a retest.
Equipment Disposal
The contractor must be responsible for the removal and environmentally certified
disposal of all existing unused canteen point of sale equipment no later than ninety (90)
days after the successful completion of the acceptance test. The contractor will be
responsible for removal of all equipment replaced during the term of the contract at no
cost to SCDC. All data and software must be completely removed and destroyed in
compliance with SCDC security policies and procedures.
Data Exchange
The proposed system must interface with existing SCDC mainframe applications to exchange
inmate and inventory data on a regular basis. The contractor must detail the proposed
frequency and data exchange format, and provide communication access for the data exchange
24 hours per day. Where appropriate SCDC will make a reasonable attempt to add or modify
formats or schemas to accommodate the vendor for new services implemented resulting from a
contract award.
NIEM Standards
The contractor agrees to migrate the existing data exchange requirements to data
standards consistent with the National Information Exchange Model as they become
operational for system data elements at no cost to SCDC. The bidder may find
additional information regarding NIEM standards at http://www.niem.gov.
Data Reconciliation
Upon request, the vendor must provide all data in a format specified by SCDC for the
purposes of data reconciliation. SCDC will transmit any exceptions in the same format
as the normal data exchange and the vendor must accept the modifications as the
master record.
Page 49

Information Ownership
All inmate and SCDC information developed, stored or used in the system must be owned by
SCDC. The vendor must act as custodian of that information in accordance with applicable
statutes, policies, regulations and procedures. Information must be provided to SCDC at its
request in a form and manner specified by SCDC. Vendor agrees not to sell, use, share or
display any data or use it for any other purpose unless agreed upon, in writing, by SCDC.
Security
Due to the sensitive, public security nature of the services under this contract, the vendor must
describe, in detail, the security measures that will be taken for personnel, data,
communications, systems and facilities in a Security Plan. The security plan must address the
steps the vendor will take with regard to protecting all information and services that result from
this RFP. The vendor must describe the security steps, including specific processes and
procedures that it will take to ensure that vendor staff or subcontractors hired and/or assigned to
this project will maintain the confidentiality of all information and data.


System Security - The vendor must describe the system security for all data stored locally
or in a central database. Such security description must include system security as well as
how access to such sensitive information must be performed within the vendors’
organization. Sensitive or confidential information may require encryption at SCDC
discretion.



Jurisdiction - The vendor must warrant to SCDC that it will not transport or make available
physically, electronically, verbally or in any other form or manner, any data (either test or
production,) provided or produced under the contract that might be awarded as a result of
this RFP outside of the borders of the United States.



Compliance - The vendor will comply with all SCDC security policies and procedures and
requirements.



Background Checks - Vendor personnel must meet SCDC requirements for background
checks and be subject to on-going review to assure staff continues to meet security
screening standards.



Information Security Breach - The vendor must notify SCDC immediately if it experiences
any security breach that may cause SCDC or customer data to be corrupted or
inappropriately accessed or used. Such notice must occur within 4 hours of any incident.



Network Security - The vendor must fully describe the proposed security measures that
will be employed to protect data traversing the vendor network, protect the vendor and
SCDC network from unapproved access, and restrict access from the inmate kiosk to only
approved applications and / or web hosts. The proposal must include, at a minimum,
specifications for data encryption, firewalls, and intrusion detection.

Phase-Out Plan
The vendor must provide SCDC a full explanation on how it will handle a transition situation at
the end of the contract period. The contractor must provide all data to the new vendor at the
direction of SCDC.
Training
The vendor must specify the training requirements and expected roles and responsibilities for all
SCDC staff required for the planning, implementation and on-going operation of the system.
The vendor must provide all training at no cost to SCDC. The vendor will deliver the needed
training in a manner, location and schedule approved by SCDC. All training will include
proficiency testing and additional training will be provided at no additional cost until all
participants achieve proficiency. The vendor will provide refresher training or training for new
staff as needed at no cost. The vendor must list and describe all training, including the length,
general content of and proposed schedule for the training.
Documentation
The vendor must provide full, complete and up-to-date documentation specific to the SCDC
Page 50

implementation no later than the beginning of implementation. The documentation must include
at a minimum:
• Detailed flowchart(s) for each of the required applications, depicting the entire process from
the moment an inmate logs into the kiosk to the completion of the transaction.
• Network diagrams and documentation of all kiosks, servers, switches, routers, firewalls, and
other components
• Documentation of security and operational procedures
• User documentation for administrators
• User documentation for investigators
• Training information for inmates
• Information for the public using the inmate messaging application
• Technical system documentation
Reporting
The vendor must describe all available standard reports that are part of their solution and
provide SCDC with on-line access to run ad hoc reports. The vendor must describe any
methodology in which SCDC may create its own custom reports and how the data may be
formatted and retrieved. On a monthly basis the vendor must provide at a minimum, detailed
reports in a format specified by SCDC on:
• all service level and performance items as specified in Section labeled Performance
Requirements (Problem Resolution, Escalation Requirements, Performance
Objectives, Performance Reviews).
• the number of inmate messages transmitted and revenue generated each month
by facility.
• the number of canteen orders processed and revenue generated for each month
and facility.
Customer Service
Support Services for SCDC
Principal Technical Support Representatives
The vendor must assign primary and secondary Representatives who will be
knowledgeable of SCDC operational and support requirements and service levels and
will act as the principal liaison for both Technical and Customer Support and be
available 24 hours per day. When the primary liaison is unavailable, the secondary
must assume those duties.
Toll Free Access
The vendor must provide toll free access for technical support to SCDC 24 hours per
day 365 days per year. Customer support access to knowledgeable personnel must be
available within ten (10) minutes of SCDC initiating contact.
SCDC Authorized Representatives
SCDC will establish an authorized list of individuals who have the authority to request
maintenance dispatch or support services. The vendor will only act on the approval of a
member on the authorized list.
Ticketing System
The vendor must utilize a web-based automated ticketing system to log, track, manage
and assure appropriate response to all calls for support. SCDC staff must be provided
real time access to this system via the internet from any location. Describe how you will
provide this function and explain its capabilities. Include details as to what level of
visibility and access SCDC staff will have.
SCDC Access to Customer Information
The vendor must provide SCDC with secure on-line real time access to all customer
information regarding account status and history. Describe how you will provide this
function and explain its capabilities, include details as to what level of visibility and
Page 51

access SCDC staff will have.
Court Evidence and Expert Witness Testimony
The vendor must provide verification that its methods and procedures meet accepted
legal standards for chain of evidence in legal proceedings. The vendor must provide
affidavits as required throughout the term of the contract at no cost to SCDC to support
any legal proceedings and must provide expert witness testimony if required.
Support Services for Customers
The vendor must provide inmate messaging customers with responsible, reliable customer
service and support as outlined herein.
Toll Free Access and Multilingual Support
The vendor must provide toll free telephone access to knowledgeable customer service
staff 24 hours per day 365 days per year. All customer service representatives must
have access to up-to-date customer account information including at a minimum billing,
payment and inmate messaging status and history. The vendor must provide live
customer support in a minimum of Spanish and English. List other languages that the
vendor can support.
Customer Account Access
The vendor must provide customers with secure web based access to account
information including billing, payment and inmate messaging status and history.
Describe how your solution provides this functionality and explain its capabilities.
Customer Outreach
The vendors’ representative must be required to attend meetings with inmate advocacy
groups to discuss issues relating to inmate messaging and trust fund operations upon
request by SCDC.
Vendor Policy Changes
The vendor must notify SCDC and customers before implementing policy changes
including but not limited to trust fund deposit limits. All policy changes must be
approved in advance by SCDC.
Performance Requirements
Problem Resolution
SCDC has established priority levels for problem reporting and must have the sole authority to
determine the priority level of each reported problem and to determine if the problem has been
resolved and the issue closed. Resolution time is based on 24 hour per day 365 day per year
service. The vendor must describe what steps they will take to meet or exceed SCDC problem
resolution objectives including but not limited to:
Priority
Level
1

2

3

Characteristics
Loss of critical functionality
 50% or more kiosks in a facility out of service
 Loss of administrative or investigative access or function
 Loss of message monitoring / approval function
Loss of significant functionality

Data exchange failure

20%-49% of kiosks in a facility out of service
Loss of less significant functionality
 Software fixes not critical to operations
 Less than 20% of kiosks in a facility out of service
 Loss of access to trouble ticket system

Page 52

Performance
Requirement
4 hour
resolution
8 hour
resolution
24 hour
resolution

Escalation Requirements
The vendor must establish escalation procedures that provide at a minimum for the following
points of contact and timeframes.
Level

Time

Escalation Point

1

Missed performance standard

Supervisor

2

Missed performance standard + 2 hours

Project Manager

3

Missed performance standard + 4 hours

Account Manager

4

Missed performance standard + 8 hours

Account Executive

SCDC Contact
Help Desk
Help Desk
Manager
IT Assistant
Division Director
IT Division
Director

Performance Objectives
The vendor must provide services that meet the performance levels delineated in the table
below. The vendor must describe what steps they will take to meet or exceed SCDC
performance and service level objectives.
Component
Equipment installation
Equipment
maintenance
System software
updates
Network service
Customer service call
center

Trouble resolution

System availability
Data transfer

Service quality

Metric
Time from vendor receipt of order
to working equipment installed
Monthly mean time to repair
Time from availability to system
wide deployment
Monthly availability (entire system)
Resolution rate
Wait times
Abandoned calls
Complaints
Resolution rate
Wait times
Access to technical support
Monthly availability per site
Timing – occurs on schedule
Accuracy – data transfer complete
and correct on first attempt
Complaints

Standard
20 calendar days
8 hours
6 months
99.99% (24x7x365)
> 70% first call resolution
Monthly mean wait time < 60s
< 10% of calls per month
< 5% of accounts per year
> 70% first call resolution
Monthly mean wait time < 60s
< 10 minutes 100% of the time
99.9% (24x7x365)
99% (24x7x365)
99% (24x7x365)
< 5% of ADP per month

Staff Disqualification
SCDC must have the right to require the contractor to remove any individual assigned to this
project at any time during the term of this contract at the sole discretion of SCDC.
Staff Resignation or Discharge
The contractor must immediately notify SCDC of the resignation or discharge of the primary
points of contact assigned to this project. Transfer of knowledge must occur prior to the
departure of any staff members. The contractor must propose a qualified replacement and SCDC
must review and approve.
SCDC Liability
SCDC must have NO responsibility or liability and must be held harmless for all costs for any charges,
payments, or fraud under this contract. SCDC must not be held liable for any potential revenue loss to
the vendor due to any decision on the part of SCDC for any limitation of services or access including but
not limited to disciplinary actions and lockdowns. In all cases, disputes regarding payments, refunds, or
service will be the responsibility of the contractor.
Vendor Responsibility
The vendor must demonstrate their business integrity, financial and organizational capacity, and
Page 53

performance history.
Charges
The contractor will be responsible for all charges associated with the inmate kiosk systems, including
circuit charges. The contractor will be solely responsible for payment of any sub-contractors utilized in
the fulfillment of this contract.
CLARIFICATION (NOV 2007)
Pursuant to Section 11-35-1520(8), the Procurement Officer may elect to communicate with you after opening for the
purpose of clarifying either your offer or the requirements of the solicitation. Such communications may be conducted only
with offerors who have submitted an offer which obviously conforms in all material aspects to the solicitation.
Clarification of an offer must be documented in writing and included with the offer. Clarifications may not be used to
revise an offer or the solicitation. [Section 11-35-1520(8); R.19-445.2080] [02-2B055-1]
DISCUSSIONS and NEGOTIATIONS (NOV 2007)
Submit your best terms from a cost or price and from a technical standpoint. Your proposal may be evaluated and your
offer accepted without any discussions, negotiations, or prior notice. Ordinarily, nonresponsive proposals will be rejected
outright. Nevertheless, the State may elect to conduct discussions, including the possibility of limited proposal revisions,
but only for those proposals reasonably susceptible of being selected for award. If improper revisions are submitted, the
State may elect to consider only your unrevised initial proposal. [11-35-1530(6); R.19-445.2095(I)] The State may also
elect to conduct negotiations, beginning with the highest ranked offeror, or seek best and final offers, as provided in Section
11-35-1530(8). If negotiations are conducted, the State may elect to disregard the negotiations and accept your original
proposal. [02-2B060-1]
ON-LINE BIDDING INSTRUCTIONS (NOV 2007)
(a) Mandatory Registration: For on-line bidding, you must register before you can submit an offer! See instructions in
clause entitled "VENDOR REGISTRATION MANDATORY".
(b) Steps for On-Line Bidding:
#1 The link provided on the solicitation's Cover Page will take you to our web based on-line bidding system, where you
will enter and/or upload your offer.
#2 Follow the general user instructions posted at www.procurement.sc.gov under the heading "Submitting Offers On-Line".
[02-2B105-1]
OPENING PROPOSALS -- PRICES NOT DIVULGED (JAN 2006)
In competitive sealed proposals, prices will not be divulged at opening. [Section 11-35-1530 & R. 19-445.2095(c) (1)]
[02-2B110-1]
PROTEST - CPO - ITMO ADDRESS (JUNE 2006)
Any protest must be addressed to the Chief Procurement Officer, Information Technology Management Office, and
submitted in writing (a) by email to protest-itmo@itmo.sc.gov , (b) by facsimile at 803-737-0102 , or (c) by post or
delivery to 1201 Main Street, Suite 430, Columbia, SC 29201.
[02-2B120-1]

SITE VISIT (JAN 2006)
A site visit schedule is included as Attachment D- RSVP MANDATORY. Please also read the
attachment “SCDC Rules for Visitors” before attending the site visit. Your failure to attend will
not relieve the Contractor from responsibility for estimating properly the difficulty and cost of
successfully performing the work, or for proceeding to successfully perform the work without
additional expense to the State. The State assumes no responsibility for any conclusions or
Page 54

interpretations made by the Contractor based on the information made available at the site visit.
Nor does the State assume responsibility for any understanding reached or representation made
concerning conditions which can affect the work by any of its officers or agents before the
execution of this contract, unless that understanding or representation is expressly stated in this
contract.
The South Carolina Department of Corrections reserves the right after Demo’s but before
Award to view top candidates’ services and equipment functioning in a correctional environment
in order to verify system capability in a true working environment.
Vendor must pay all cost for no more than six (6) state employees. Cost will be paid within the
State of South Carolina Guidelines for State Travel whether in state or out of state.
DELIVERY DATE -- 30 DAYS ARO (JAN 2006)
Unless otherwise specified herein, all items must be delivered no later than thirty days after contractor's receipt of the
purchase order. If the using governmental unit requests delivery sooner than the time specified, contractor may invoice the
ordering entity any additional shipping charges approved by the ordering entity on the purchase order. [03-3025-1]
DELIVERY/PERFORMANCE LOCATION -- SPECIFIED (JAN 2006)
After award, all deliveries must be made and all services provided to the following address, unless otherwise specified:
SC Deptartment of Corrections
[03-3030-1]
INSTALLATION (JAN 2006)
Contractor must install all items acquired pursuant to this contract as follows: Please see attached specifications[3-3050-1]
OPERATIONAL MANUALS (JAN 2006)
Unless otherwise specified, contractor must provide one operational manual for each item acquired. [03-3055-1]
QUALITY -- NEW (JAN 2006)
All items must be new. [03-3060-1]
TECHNICAL SUPPORT -- INCLUDED (JAN 2006)
Upon request, contractor must provide technical assistance or service. Such service must be available within SEE SPECS
hours following request. [03-3075-1]
Please see attached specifications
TRAINING (JAN 2006)
Upon request, contractor must demonstrate equipment within000days after delivery. [03-3080-1]
SAP

IV. INFORMATION FOR OFFERORS TO SUBMIT
INFORMATION FOR OFFERORS TO SUBMIT -- GENERAL (JAN 2006)
Offeror must submit a signed Cover Page and Page Two. Offeror should submit all other information and documents
Page 55

requested in this part and in parts II.B. Special Instructions; III. Scope of Work; V. Qualifications; VIII. Bidding
Schedule/Price Proposal; and any appropriate attachments addressed in section IX. Attachments to Solicitations. [04-40101]

MINORITY PARTICIPATION (JAN 2006)
Is the bidder a South Carolina Certified Minority Business? [ ] Yes

[ ] No

Is the bidder a Minority Business certified by another governmental entity? [ ] Yes

[ ] No

If so, please list the certifying governmental entity: _________________________
Will any of the work under this contract be performed by a SC certified Minority Business as a subcontractor? [ ] Yes
] No

[

If so, what percentage of the total value of the contract will be performed by a SC certified Minority Business as a
subcontractor? _____________
Will any of the work under this contract be performed by a minority business certified by another governmental entity as a
subcontractor? [ ] Yes [ ] No
If so, what percentage of the total value of the contract will be performed by a minority business certified by another
governmental entity as a subcontractor? _____________
If a certified Minority Business is participating in this contract, please indicate all categories for which the Business is
certified:
[
[
[
[
[
[
[
[
[

]
]
]
]
]
]
]
]
]

Traditional minority
Traditional minority, but female
Women (Caucasian females)
Hispanic minorities
DOT referral (Traditional minority)
DOT referral (Caucasian female)
Temporary certification
SBA 8 (a) certification referral
Other minorities (Native American, Asian, etc.)

(If more than one minority contractor will be utilized in the performance of this contract, please provide the
information above for each minority business.)
For a list of certified minority firms, please consult the Minority Business Directory, which is available at the
following URL:http://www.govoepp.state.sc.us/osmba/
[04-4015-1]

SUBMITTING REDACTED OFFERS (FEB 2007)
You are required to mark the original copy of your offer to identify any information that is exempt from public
disclosure. You must do so in accordance with the clause entitled "Submitting Confidential Information." In
addition, you must also submit one complete copy of your offer from which you have removed any information
that you marked as exempt, i.e., a redacted copy. The information redacted should mirror in ever detail the
information marked as exempt from public disclosure. The redacted copy should (i) reflect the same pagination
as the original, (ii) show the empty space from which information was redacted, and (iii) be submitted on
magnetic media. (See clause entitled "Magnetic Media Required Format.") Except for the redacted information,
the CD must be identical to the original hard copy. Portable Document Format (.pdf) is preferred. [04-4030-1]
SAP

Page 56

V. QUALIFICATIONS
QUALIFICATION OF OFFEROR (JAN 2006)
To be eligible for award of a contract, a prospective contractor must be responsible. In evaluating an Offeror's
responsibility, the State Standards of Responsibility [R.19-445.2125] and information from any other source may
be considered. An Offeror must, upon request of the State, furnish satisfactory evidence of its ability to meet all
contractual requirements. Unreasonable failure to supply information promptly in connection with a
responsibility inquiry may be grounds for determining that you are ineligible to receive an award. S.C. Code
Section 11-35-1810. [05-5005-1]
QUALIFICATIONS -- MANDATORY MINIMUM (JAN 2006)
(a) In order to be qualified to receive award, you must meet the following mandatory minimum qualifications:
Please see attached specifications
(b) The Procurement Officer may, in his discretion, consider (1) the experience of a predecessor firm or of a
firm's key personnel which was obtained prior to the date offeror was established, and/or (2) any subcontractor
proposed by offeror.
(c) Provide a detailed, narrative statement providing adequate information to establish that you meet all the
requirements stated in subparagraph (a) above. Include all appropriate documentation.
[05-5010-1]
SUBCONTRACTOR -- IDENTIFICATION (JAN 2006)
If you intend to subcontract with another business for any portion of the work and that portion exceeds 10% of
your price, your offer must identify that business and the portion of work which they are to perform. Identify
potential subcontractors by providing the business name, address, phone, taxpayer identification number, and
point of contact. In determining your responsibility, the state may evaluate your proposed subcontractors. [055030-1]

OFFSHORE CONTRACTING (JAN 2006)
Work that will be performed offshore by the Offeror and/or its subcontractors must be identified in the Offeror's
response. For the purpose of this solicitation, offshore is defined as outside the 50 States and US
territories. Offeror is to include an explanation for the following:
(a) What type of work is being contracted offshore? ___________________________________
(b) What percentage (%) of the total work is being contracted
offshore? ___________________________________
(c) What percentage (%) of the total value of the contract is being contracted
offshore? ___________________________________
(d) Provide a Service Level Agreement (SLA) demonstrating the arrangement between the off-shore contactor
and the Offeror. Attach Service Level Agreement to this document or paste here. Data provided by the Offeror
in regards to this clause is for information only and will not be used in the evaluation and determination of an
award. [04-4020-1]

Page 57

VI. AWARD CRITERIA
Bidder’s proposals will be evaluated in an objective, comprehensive manner. The evaluation criteria will be applied uniformly
and equally, ensuring that each qualified Bidder has an opportunity to be fairly considered.
Two sets of evaluation criteria are included in this RFP. Each proposal received will be evaluated against the Phase I set of
criteria indicated below which does not include the demonstration. The Phase II—Demonstration includes all the Phase I
evaluation criteria plus the demonstration.

AWARD CRITERIA-PHASE I
Proposals will be evaluated by an Evaluation Panel on the basis of the following criteria, which are listed in order of
importance:
1. Proposed Solution for Inmate Calling System (30 points) - The degree, completeness and suitability of the Offeror's
proposed technical solutions to meet or exceed the requirements of this RFP.
2. Proposed Solution for Kiosks and Related Services (20 points) - The degree, completeness and suitability of the
Offeror's proposed technical solutions to meet or exceed the requirements of this RFP.
3. Business Proposal (20 points) - The financial impact of the proposed solution on the agency, inmates, and inmate
families and the value of the proposed solution to meet or exceed the needs of this RFP. Offeror must include an
implementation schedule (please refer to the Business proposal checklist on page 18).
4. Qualifications (15 points) - The Offeror's financial responsibility and financial strength must reflect sound financial
stability. The Offeror's experience and references must provide evidence of its depth and breadth of experience, and
evidence of successful past performance with projects of similar size and scope.
AWARD CRITERIA-PHASE II (DEMONSTRATIONS)
Based upon the evaluation criteria addressed above, Offeror’s with the highest scores in Phase I will be allowed to
proceed to Phase II, Demonstrations.
Offerors will be required to furnish all equipment, items, and services they need to present their demonstration. SCDC will
provide only power and Internet access. Four (4) hours will be allowed for each Offeror to demonstrate their proposed
system. Each Offeror must allow for questions to be asked and answered during their demonstration. The demonstrations
will be conducted at: SC Department of Corrections, 4444 Broad River Road, Columbia, SC 29210.
Offerors are reminded that the purpose of their Demonstration is to demonstrate the technical capabilities of their proposed
solution. Only the information presented in their response is allowed to be addressed, no new information is permitted to
be introduced in the Demonstration.
Upon completion of the demonstration, each of the Phase II proposals will be re-scored to include the assigned
demonstration points by the Evaluation Panel on the basis of the following criteria, which are listed in order of
importance:
1. Proposed Solution for Inmate Calling System (30 points) - The degree, completeness and suitability of the Offeror's
proposed technical solutions to meet or exceed the requirements of this RFP.
2. Proposed Solution for Kiosks and Related Services (20 points) - The degree, completeness and suitability of the
Offeror's proposed technical solutions to meet or exceed the requirements of this RFP.
3. Business Proposal (20 points) - The financial impact of the proposed solution on the agency, inmates, and inmate
families and the value of the proposed solution to meet or exceed the needs of this RFP. Offeror must include an
implementation schedule (please refer to the Business proposal checklist on page 18).
4. Qualifications (15 points) - The Offeror's financial responsibility and financial strength must reflect sound financial
stability. The Offeror's experience and references must provide evidence of its depth and breadth of experience, and
evidence of successful past performance with projects of similar size and scope.

Page 58

5. Demonstration (15 points) - Demonstration of the technical and functional capabilities of the proposed solution to meet
the needs of the State as defined in this RFP.
The highest Total Scorer in Phase II will be the apparent Winner and further negotiations will proceed with that
Offeror.
AP

AWARD CRITERIA -- PROPOSALS (JAN 2006)
Award will be made to the highest ranked, responsive and responsible offeror whose offer is determined to be the most
advantageous to the State. [06-6030-1]
AWARD TO ONE OFFEROR (JAN 2006)
Award will be made to one Offeror. [06-6040-1]
COMPETITION FROM PUBLIC ENTITIES (JAN 2006)
If a South Carolina governmental entity submits an offer, the Procurement Officer will, when determining the lowest offer,
add to the price provided in any offers submitted by non-governmental entities a percentage equivalent to any applicable
sales or use tax. S.C. Code Ann. Regs 117-304.1 (Supp. 2004). [06-6057-1]
UNIT PRICE GOVERNS (JAN 2006)
In determining award, unit prices will govern over extended prices unless otherwise stated. [06-6075-1]

EVALUATION FACTORS -- PROPOSALS (JAN 2006)
Offers will be evaluated using only the factors stated below. Evaluation factors are stated in the relative order of
importance, with the first factor being the most important. Once evaluation is complete, all responsive offerors will be
ranked from most advantageous to least advantageous.
AWARD CRITERIA-PHASE I Proposals will be evaluated by an Evaluation Panel on the basis of the following
criteria, which are listed in order of importance:
1. Proposed Solution for Inmate Calling System (30 points) - The degree, completeness and suitability of the
Offeror's proposed technical solutions to meet or exceed the requirements of this RFP.
2. Proposed Solution for Kiosks and Related Services (20 points) - The degree, completeness and suitability of the
Offeror's proposed technical solutions to meet or exceed the requirements of this RFP.
3. Business Proposal (20 points) - The financial impact of the proposed solution on the agency, inmates, and inmate
families and the value of the proposed solution to meet or exceed the needs of this RFP. Offeror must include an
implementation schedule (please refer to the Business proposal checklist on page 18).
4. Qualifications (15 points) - The Offeror's financial responsibility and financial strength must reflect sound
financial stability. The Offeror's experience and references must provide evidence of its depth and breadth of
experience, and evidence of successful past performance with projects of similar size and scope.
AWARD CRITERIA-PHASE II (DEMONSTRATIONS) Based upon the evaluation criteria addressed above,
Offeror’s with the highest scores in Phase I will be allowed to proceed to Phase II, Demonstrations.
Offerors will be required to furnish all equipment, items, and services they need to present their demonstration.
SCDC will provide only power and Internet access. Four (4) hours will be allowed for each Offeror to demonstrate
their proposed system. Each Offeror must allow for questions to be asked and answered during their demonstration.
The demonstrations will be conducted at: SC Department of Corrections, 4444 Broad River Road, Columbia, SC
29210.

Page 59

Offerors are reminded that the purpose of their Demonstration is to demonstrate the technical capabilities of their
proposed solution.
Only the information presented in their response is allowed to be addressed, no new information is permitted to be
introduced in the Demonstration.
Upon completion of the demonstration, each of the Phase II proposals will be re-scored to include the assigned
demonstration points by the Evaluation Panel on the basis of the following criteria, which are listed in order of
importance:
1. Proposed Solution for Inmate Calling System (30 points) - The degree, completeness and suitability of the
Offeror's proposed technical solutions to meet or exceed the requirements of this RFP.
2. Proposed Solution for Kiosks and Related Services (20 points) - The degree, completeness and suitability of the
Offeror's proposed technical solutions to meet or exceed the requirements of this RFP.
3. Business Proposal (20 points) - The financial impact of the proposed solution on the agency, inmates, and inmate
families and the value of the proposed solution to meet or exceed the needs of this RFP. Offeror must include an
implementation schedule (please refer to the Business proposal checklist on page 18).
4. Qualifications (15 points) - The Offeror's financial responsibility and financial strength must reflect sound
financial stability. The Offeror's experience and references must provide evidence of its depth and breadth of
experience, and evidence of successful past performance with projects of similar size and scope.
5. Demonstration (15 points) - Demonstration of the technical and functional capabilities of the proposed solution to
meet the needs of the State as defined in this RFP.
The highest Total Scorer in Phase II will be the apparent Winner and further negotiations will proceed with that
Offeror.
[06-6065-1]
UNIT PRICE GOVERNS (JAN 2006)
In determining award, unit prices will govern over extended prices unless otherwise stated. [06-6075-1]
SAP

VII. TERMS AND CONDITIONS -- A. GENERAL
ASSIGNMENT (JAN 2006)
No contract or its provisions may be assigned, sublet, or transferred without the written consent of the Procurement Officer.
[07-7A004-1]
BANKRUPTCY (JAN 2006)
(a) Notice. In the event the Contractor enters into proceedings relating to bankruptcy, whether voluntary or involuntary, the
Contractor agrees to furnish written notification of the bankruptcy to the Using Governmental Unit. This notification must
be furnished within five (5) days of the initiation of the proceedings relating to the bankruptcy filing. This notification
must include the date on which the bankruptcy petition was filed, the identity of the court in which the bankruptcy petition
was filed, and a listing of all State contracts against which final payment has not been made. This obligation remains in
effect until final payment under this Contract. (b) Termination. This contract is voidable and subject to immediate
termination by the State upon the contractor's insolvency, including the filing of proceedings in bankruptcy. [07-7A005-1]
CHOICE-OF-LAW (JAN 2006)
The Agreement, any dispute, claim, or controversy relating to the Agreement, and all the rights and obligations of the
parties must, in all respects, be interpreted, construed, enforced and governed by and under the laws of the State of South
Page 60

Carolina, except its choice of law rules. As used in this paragraph, the term "Agreement" means any transaction or
agreement arising out of, relating to, or contemplated by the solicitation. [07-7A010-1]
CONTRACT DOCUMENTS and ORDER OF PRECEDENCE (JAN 2006)
(a) Any contract resulting from this solicitation must consist of the following documents: (1) a Record of Negotiations, if
any, executed by you and the Procurement Officer, (2) documentation regarding the clarification of an offer [e.g., 11-351520(8) or 11-35-1530(6)], if applicable, (3) the solicitation, as amended, (4) modifications, if any, to your offer, if
accepted by the Procurement Officer, (5) your offer, (6) any statement reflecting the state's final acceptance (a/k/a
"award"), and (7) purchase orders. These documents must be read to be consistent and complimentary. Any conflict
among these documents must be resolved by giving priority to these documents in the order listed above. (b) The terms and
conditions of documents (1) through (6) above must apply notwithstanding any additional or different terms and conditions
in either (i) a purchase order or other instrument submitted by the State or (ii) any invoice or other document submitted by
Contractor. Except as otherwise allowed herein, the terms and conditions of all such documents must be void and of no
effect. (c) No contract, license, or other agreement containing contractual terms and conditions will be signed by any Using
Governmental Unit. Any document signed or otherwise agreed to by persons other than the Procurement Officer must be
void and of no effect. [07-7A015-1]
DISCOUNT FOR PROMPT PAYMENT (JAN 2006)
(a) Discounts for prompt payment will not be considered in the evaluation of offers. However, any offered discount will
form a part of the award, and will be taken if payment is made within the discount period indicated in the offer by the
offeror. As an alternative to offering a discount for prompt payment in conjunction with the offer, offerors awarded
contracts may include discounts for prompt payment on individual invoices.
(b) In connection with any discount offered for prompt payment, time must be computed from the date of the invoice. If
the Contractor has not placed a date on the invoice, the due date must be calculated from the date the designated billing
office receives a proper invoice, provided the state annotates such invoice with the date of receipt at the time of receipt. For
the purpose of computing the discount earned, payment must be considered to have been made on the date that appears on
the payment check or, for an electronic funds transfer, the specified payment date. When the discount date falls on a
Saturday, Sunday, or legal holiday when Federal Government offices are closed and Government business is not expected
to be conducted, payment may be made on the following business day
[07-7A020-1]
DISPUTES (JAN 2006)
(1) Choice-of-Forum. All disputes, claims, or controversies relating to the Agreement must be resolved exclusively by the
appropriate Chief Procurement Officer in accordance with Title 11, Chapter 35, Article 17 of the South Carolina Code of
Laws, or in the absence of jurisdiction, only in the Court of Common Pleas for, or a federal court located in, Richland
County, State of South Carolina. Contractor agrees that any act by the Government regarding the Agreement is not a
waiver of either the Government's sovereign immunity or the Government's immunity under the Eleventh Amendment of
the United State's Constitution. As used in this paragraph, the term "Agreement" means any transaction or agreement
arising out of, relating to, or contemplated by the solicitation. (2) Service of Process. Contractor consents that any papers,
notices, or process necessary or proper for the initiation or continuation of any disputes, claims, or controversies relating to
the Agreement; for any court action in connection therewith; or for the entry of judgment on any award made, may be
served on Contractor by certified mail (return receipt requested) addressed to Contractor at the address provided as the
Notice Address on Page Two or by personal service or by any other manner that is permitted by law, in or outside South
Carolina. Notice by certified mail is deemed duly given upon deposit in the United States mail. [07-7A025-1]
EQUAL OPPORTUNITY (JAN 2006)
Contractor is referred to and must comply with all applicable provisions, if any, of Title 41, Part 60 of the Code of Federal
Regulations, including but not limited to Sections 60-1.4, 60-4.2, 60-4.3, 60-250.5(a), and 60-741.5(a), which are hereby
incorporated by reference. [07-7A030-1]
FALSE CLAIMS (JAN 2006)
According to the S.C. Code of Laws Section 16-13-240, "a person who by false pretense or representation obtains the
Page 61

signature of a person to a written instrument or obtains from another person any chattel, money, valuable security, or other
property, real or personal, with intent to cheat and defraud a person of that property is guilty" of a crime. [07-7A035-1]
FIXED PRICING REQUIRED (JAN 2006)
Any pricing provided by contractor must include all costs for performing the work associated with that price. Except as
otherwise provided in this solicitation, contractor's price must be fixed for the duration of this contract, including option
terms. This clause does not prohibit contractor from offering lower pricing after award. [07-7A040-1]
NON-INDEMNIFICATION (JAN 2006)
Any term or condition is void to the extent it requires the State to indemnify anyone. [07-7A045-1]
NOTICE (JAN 2006)
(A) After award, any notices must be in writing and must be deemed duly given (1) upon actual delivery, if delivery is by
hand, (2) upon receipt by the transmitting party of automated confirmation or answer back from the recipient's device if
delivery is by telex, telegram, facsimile, or electronic mail, or (3) upon deposit into the United States mail, if postage is
prepaid, a return receipt is requested, and either registered or certified mail is used. (B) Notice to contractor must be to the
address identified as the Notice Address on Page Two. Notice to the state must be to the Procurement Officer's address on
the Cover Page. Either party may designate a different address for notice by giving notice in accordance with this
paragraph. [07-7A050-1]
PAYMENT (JAN 2006)
(a) The Using Governmental Unit must pay the Contractor, after the submission of proper invoices or vouchers, the prices
stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions
provided in this contract. Unless otherwise specified in this contract, including the purchase order, payment must not be
made on partial deliveries accepted by the Government. (b) Unless the purchase order specifies another method of
payment, payment will be made by check. (c) Payment and interest must be made in accordance with S.C. Code Section
11-35-45. Contractor waives imposition of an interest penalty unless the invoice submitted specifies that the late penalty is
applicable. [07-7A055-1]
PUBLICITY (JAN 2006)
Contractor must not publish any comments or quotes by State employees, or include the State in either news releases or a
published list of customers, without the prior written approval of the Procurement Officer. [07-7A060-1]
PURCHASE ORDERS (JAN 2006)
Contractor must not perform any work prior to the receipt of a purchase order from the using governmental unit. The using
governmental unit must order any supplies or services to be furnished under this contract by issuing a purchase order.
Purchase orders may be used to elect any options available under this contract, e.g., quantity, item, delivery date, payment
method, but are subject to all terms and conditions of this contract. Purchase orders may be electronic. No particular form
is required. An order placed pursuant to the purchasing card provision qualifies as a purchase order. [07-7A065-1]
SETOFF (JAN 2006)
The state must have all of its common law, equitable, and statutory rights of set-off. These rights must include, but not be
limited to, the State's option to withhold for the purposes of set-off any moneys due to the Contractor under this contract up
to any amounts due and owing to the state with regard to this contract, any other contract with any state department or
agency, including any contract for a term commencing prior to the term of this contract, plus any amounts due and owing to
the state for any other reason including, without limitation, tax delinquencies, fee delinquencies or monetary penalties
relative thereto. [07-7A070-1]

Page 62

SURVIVAL OF OBLIGATIONS (JAN 2006)
The Parties' rights and obligations which, by their nature, would continue beyond the termination, cancellation, rejection, or
expiration of this contract must survive such termination, cancellation, rejection, or expiration, including, but not limited to,
the rights and obligations created by the following clauses: Indemnification - Third Party Claims, Intellectual Property
Indemnification, and any provisions regarding warranty or audit. [07-7A075-1]
TAXES (JAN 2006)
Any tax the contractor may be required to collect or pay upon the sale, use or delivery of the products must be paid by the
State, and such sums must be due and payable to the contractor upon acceptance. Any personal property taxes levied after
delivery must be paid by the State. It must be solely the State's obligation, after payment to contractor, to challenge the
applicability of any tax by negotiation with, or action against, the taxing authority. Contractor agrees to refund any tax
collected, which is subsequently determined not to be proper and for which a refund has been paid to contractor by the
taxing authority. In the event that the contractor fails to pay, or delays in paying, to any taxing authorities, sums paid by the
State to contractor, contractor must be liable to the State for any loss (such as the assessment of additional interest) caused
by virtue of this failure or delay. Taxes based on Contractor's net income or assets must be the sole responsibility of the
contractor. [07-7A080-1]
TERMINATION DUE TO UNAVAILABILITY OF FUNDS (JAN 2006)
Payment and performance obligations for succeeding fiscal periods must be subject to the availability and appropriation of
funds therefor. When funds are not appropriated or otherwise made available to support continuation of performance in a
subsequent fiscal period, the contract must be canceled. In the event of a cancellation pursuant to this paragraph, contractor
will be reimbursed the resulting unamortized, reasonably incurred, nonrecurring costs. Contractor will not be reimbursed
any costs amortized beyond the initial contract term. [07-7A085-1]
THIRD PARTY BENEFICIARY (JAN 2006)
This Contract is made solely and specifically among and for the benefit of the parties hereto, and their respective successors
and assigns, and no other person will have any rights, interest, or claims hereunder or be entitled to any benefits under or on
account of this Contract as a third party beneficiary or otherwise. [07-7A090-1]
WAIVER (JAN 2006)
The State does not waive any prior or subsequent breach of the terms of the Contract by making payments on the Contract,
by failing to terminate the Contract for lack of performance, or by failing to strictly or promptly insist upon any term of the
Contract. Only the Procurement Officer has actual authority to waive any of the State's rights under this Contract. Any
waiver must be in writing. [07-7A095-1]
SAP

VII. TERMS AND CONDITIONS -- B. SPECIAL
CHANGES (JAN 2006)
(1) Contract Modification. By a written order, at any time, and without notice to any surety, the Procurement Officer may,
subject to all appropriate adjustments, make changes within the general scope of this contract in any one or more of the
following:
(a) drawings, designs, or specifications, if the supplies to be furnished are to be specially manufactured for the [State] in
accordance therewith;
(b) method of shipment or packing;
(c) place of delivery;
(d) description of services to be performed;
(e) time of performance (i.e., hours of the day, days of the week, etc.); or,
(f) place of performance of the services. Subparagraphs (a) to (c) apply only if supplies are furnished under this contract.
Subparagraphs (d) to (f) apply only if services are performed under this contract.
(2) Adjustments of Price or Time for Performance. If any such change increases or decreases the contractor's cost of, or
Page 63

the time required for, performance of any part of the work under this contract, whether or not changed by the order, an
adjustment must be made in the contract price, the delivery schedule, or both, and the contract modified in writing
accordingly. Any adjustment in contract price made pursuant to this clause must be determined in accordance with the
Price Adjustment Clause of this contract. Failure of the parties to agree to an adjustment must not excuse the contractor
from proceeding with the contract as changed, provided that the State promptly and duly make such provisional
adjustments in payment or time for performance as may be reasonable. By proceeding with the work, the contractor must
not be deemed to have prejudiced any claim for additional compensation, or an extension of time for completion.
(3) Time Period for Claim. Within 30 days after receipt of a written contract modification under Paragraph (1) of this
clause, unless such period is extended by the Procurement Officer in writing, the contractor must file notice of intent to
assert a claim for an adjustment. Later notification must not bar the contractor's claim unless the State is prejudiced by the
delay in notification.
(4) Claim Barred After Final Payment. No claim by the contractor for an adjustment hereunder must be allowed if notice
is not given prior to final payment under this contract.
[07-7B025-1]
CISG (JAN 2006)
The parties expressly agree that the UN Convention on the International Sale of Goods must not apply to this agreement.
[07-7B030-1]
COMPLIANCE WITH LAWS (JAN 2006)
During the term of the contract, contractor must comply with all applicable provisions of laws, codes, ordinances, rules,
regulations, and tariffs. [07-7B035-1]
CONTRACTOR'S LIABILITY INSURANCE (JAN 2006)
(1) Contractor must purchase from and maintain in a company or companies lawfully authorized to do business in South
Carolina such insurance as will protect the contractor from the types of claims set forth below which may arise out of or
result from the contractor's operations under the contract and for which the contractor may be legally liable, whether such
operations be by the contractor or by a subcontractor or by anyone directly or indirectly employed by any of them, or by
anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other
similar employee benefit acts which are applicable to the work to be performed; (b) claims for damages because of bodily
injury, occupational sickness or disease, or death of the contractor's employees; (c) claims for damages because of bodily
injury, sickness or disease, or death of any person other than the contractor's employees; (d) claims for damages insured by
usual personal injury liability coverage; (e) claims for damages, other than to the work itself, because of injury to or
destruction of tangible property, including loss of use resulting therefrom; (f) claims for damages because of bodily injury,
death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily
injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance
applicable to the Contractor's obligations under the provision entitled Indemnification -- Third Party Claims.
(2) Coverage must be written on an occurrence basis and must be maintained without interruption from date of
commencement of the work until date of final payment. Coverage must include the following on a commercial basis: (i)
Premises -- Operations, (ii) Independent Contractor's Protective, (iii) Products and Completed Operations, (iv) Personal and
Advertising Injury, (v) Contractual, including specific provision for contractor's obligations under the provision entitled
Indemnification --Third Party Claims, (vi) Broad Form Property Damage including Completed Operations, and (vii)
Owned, Non-owned and Hired Motor Vehicles.
(3) The insurance required by this paragraph must be written for not less than the following limits of liability or as required
by law, whichever coverage is greater.:
COMMERCIAL GENERAL LIABILITY:
General Aggregate (per project) $1,000,000
Products/Completed Operations $1,000,000
Personal and Advertising Injury $1,000,000
Each Occurrence $1,000,000
Fire Damage (Any one fire) $ 50,000
Medical Expense (Any one person) $ 5,000
BUSINESS AUTO LIABILITY (including All Owned, Nonowned, and Hired Vehicles):
Combined Single Limit $1,000,000
OR
Bodily Injury & Property Damage (each) $750,000
Page 64

WORKER'S COMPENSATION:
State Statutory
Employers Liability $100,000 Per Acc.
$500,000 Disease, Policy Limit; $100,000 Disease, Each Employee
(4) Required Documentation. (a) Prior to commencement of the work, contractor must provide to the state a signed,
original certificate of liability insurance (ACORD 25). The certificate must identify the types of insurance, state the limits
of liability for each type of coverage, include a provision for 30 days notice prior to cancellation, name every applicable
using governmental unit (as identified on the cover page) as a Certificate Holder, provide that the general aggregate limit
applies per project, and provide that coverage is written on an occurrence basis. (b) Prior to commencement of the work,
contractor must provide to the state a written endorsement to the contractor's general liability insurance policy that (i)
names every applicable using governmental unit (as identified on the Cover Page) as an additional insured, (ii) provides
that no material alteration, cancellation, non-renewal, or expiration of the coverage contained in such policy must have
effect unless the named governmental unit(s) has been given at least thirty (30) days prior written notice, and (iii) provides
that the Contractor's liability insurance policy must be primary, with any liability insurance of the state as secondary and
noncontributory. (c) Both the certificate and the endorsement must be received directly from either the contractor's
insurance agent or the insurance company.
(5) Contractor must provide a minimum of thirty (30) days written notice to every applicable using governmental unit of
any proposed reduction of coverage limits (on account of revised limits or claims paid under the General Aggregate) or any
substitution of insurance carriers.
(6) The state's failure to demand either a certificate of insurance or written endorsement required by this paragraph is not a
waiver of contractor's obligations to obtain the required insurance.
[07-7B055-1]
CONTRACTOR PERSONNEL (JAN 2006)
The Contractor must enforce strict discipline and good order among the Contractor's employees and other persons carrying
out the Contract. The Contractor must not permit employment of unfit persons or persons not skilled in tasks assigned to
them. [07-7B060-1]

CONTRACTOR'S OBLIGATION -- GENERAL (JAN 2006)
The contractor must provide and pay for all materials, tools, equipment, labor and professional and non-professional
services, and must perform all other acts and supply all other things necessary, to fully and properly perform and complete
the work. The contractor must act as the prime contractor and assume full responsibility for any subcontractor's
performance. The contractor will be considered the sole point of contact with regard to all situations, including payment of
all charges and the meeting of all other requirements. [07-7B065-1]
CONTRACTOR'S USE OF STATE PROPERTY (JAN 2006)
Upon termination of the contract for any reason, the State must have the right, upon demand, to obtain access to, and
possession of, all State properties, including, but not limited to, current copies of all State application programs and
necessary documentation, all data, files, intermediate materials and supplies held by the contractor. Contractor must not
use, reproduce, distribute, display, or sell any data, material, or documentation owned exclusively by the State without the
State's written consent, except to the extent necessary to carry out the work. [07-7B067-1]
DEFAULT (JAN 2006)
(a) (1) The State may, subject to paragraphs (c) and (d) of this clause, by written notice of default to the Contractor,
terminate this contract in whole or in part if the Contractor fails to:
(i) Deliver the supplies or to perform the services within the time specified in this contract or any extension;
(ii) Make progress, so as to endanger performance of this contract (but see paragraph (a)(2) of this clause); or
(iii) Perform any of the other material provisions of this contract (but see paragraph (a)(2) of this clause).
(2) The State's right to terminate this contract under subdivisions (a)(1)(ii) and (1)(iii) of this clause, may be exercised if the
Page 65

Contractor does not cure such failure within 10 days (or more if authorized in writing by the Procurement Officer) after
receipt of the notice from the Procurement Officer specifying the failure.
(b) If the State terminates this contract in whole or in part, it may acquire, under the terms and in the manner the
Procurement Officer considers appropriate, supplies or services similar to those terminated, and the Contractor will be
liable to the State for any excess costs for those supplies or services. However, the Contractor must continue the work not
terminated.
(c) Except for defaults of subcontractors at any tier, the Contractor must not be liable for any excess costs if the failure to
perform the contract arises from causes beyond the control and without the fault or negligence of the Contractor. Examples
of such causes include (1) acts of God or of the public enemy, (2) acts of the State in either its sovereign or contractual
capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7) strikes, (8) freight embargoes, and (9) unusually
severe weather. In each instance the failure to perform must be beyond the control and without the fault or negligence of
the Contractor.
(d) If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is beyond
the control of both the Contractor and subcontractor, and without the fault or negligence of either, the Contractor must not
be liable for any excess costs for failure to perform, unless the subcontracted supplies or services were obtainable from
other sources in sufficient time for the Contractor to meet the required delivery schedule.
(e) If this contract is terminated for default, the State may require the Contractor to transfer title and deliver to the State, as
directed by the Procurement Officer, any (1) completed supplies, and (2) partially completed supplies and materials, parts,
tools, dies, jigs, fixtures, plans, drawings, information, and contract rights (collectively referred to as "manufacturing
materials" in this clause) that the Contractor has specifically produced or acquired for the terminated portion of this
contract. Upon direction of the Procurement Officer, the Contractor must also protect and preserve property in its
possession in which the State has an interest.
(f) The State must pay contract price for completed supplies delivered and accepted. The Contractor and Procurement
Officer must agree on the amount of payment for manufacturing materials delivered and accepted and for the protection and
preservation of the property; if the parties fail to agree, the Procurement Officer must set an amount subject to the
Contractor's rights under the Disputes clause. Failure to agree will be a dispute under the Disputes clause. The State may
withhold from these amounts any sum the Procurement Officer determines to be necessary to protect the State against loss
because of outstanding liens or claims of former lien holders.
(g) If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights
and obligations of the parties must, if the contract contains a clause providing for termination for convenience of the State,
be the same as if the termination had been issued for the convenience of the State. If, in the foregoing circumstances, this
contract does not contain a clause providing for termination for convenience of the State, the contract must be adjusted to
compensate for such termination and the contract modified accordingly subject to the contractor's rights under the Disputes
clause.
(h) The rights and remedies of the State in this clause are in addition to any other rights and remedies provided by law or
under this contract.
[07-7B075-1]
DISPOSAL OF PACKAGING (JAN 2006)
Contractor must dispose of all wrappings, crating, and other disposable materials pertaining to this contract at the end of
each working day and upon completion of installation. [07-7B085-1]
ILLEGAL IMMIGRATION (NOV. 2008)
(An overview is available at www.procurement.sc.gov) By signing your offer, you certify that you will comply with the
applicable requirements of Title 8, Chapter 14 of the South Carolina Code of Laws and agree to provide to the State upon
request any documentation required to establish either: (a) that Title 8, Chapter 14 is inapplicable to you and your
subcontractors or sub-subcontractors; or (b) that you and your subcontractors or sub-subcontractors are in compliance with
Title 8, Chapter 14. Pursuant to Section 8-14-60, "A person who knowingly makes or files any false, fictitious, or
fraudulent document, statement, or report pursuant to this chapter is guilty of a felony, and, upon conviction, must be fined
within the discretion of the court or imprisoned for not more than five years, or both." You agree to include in any
Page 66

contracts with your subcontractors language requiring your subcontractors to (a) comply with the applicable requirements
of Title 8, Chapter 14, and (b) include in their contracts with the sub-subcontractors language requiring the subsubcontractors to comply with the applicable requirements of Title 8, Chapter 14. [07-7B097-1]
INDEMNIFICATION -- THIRD PARTY CLAIMS (JAN 2006)
Notwithstanding any limitation in this agreement, Contractor must defend and indemnify the State of South Carolina, its
instrumentalities, agencies, departments, boards, political subdivisions and all their respective officers, agents and
employees against all suits or claims of any nature (and all damages, settlement payments, attorneys' fees, costs, expenses,
losses or liabilities attributable thereto) by any third party which arise out of, or result in any way from, any defect in the
goods or services acquired hereunder or from any act or omission of Contractor, its subcontractors, their employees,
workmen, servants or agents. Contractor must be given written notice of any suit or claim. State must allow Contractor to
defend such claim so long as such defense is diligently and capably prosecuted through legal counsel. State must allow
Contractor to settle such suit or claim so long as (i) all settlement payments are made by (and any deferred settlement
payments are the sole liability of) Contractor, and (ii) the settlement imposes no non-monetary obligation upon State. State
must not admit liability or agree to a settlement or other disposition of the suit or claim, in whole or in part, without the
prior written consent of Contractor. State must reasonably cooperate with Contractor's defense of such suit or claim. The
obligations of this paragraph must survive termination of the parties' agreement. [07-7B100-1]
INTELLECTUAL PROPERTY INFRINGEMENT (JAN 2006)
(a) Without limitation and notwithstanding any provision in this agreement, Contractor must, upon receipt of notification,
defend and indemnify the State, its instrumentalities, agencies, departments, boards, political subdivisions and all their
respective officers, agents and employees against all actions, proceedings or claims of any nature (and all damages,
settlement payments, attorneys' fees (including inside counsel), costs, expenses, losses or liabilities attributable thereto) by
any third party asserting or involving an IP right related to an acquired item. State must allow Contractor to defend such
claim so long as the defense is diligently and capably prosecuted. State must allow Contractor to settle such claim so long
as (i) all settlement payments are made by Contractor, and (ii) the settlement imposes no non-monetary obligation upon
State. State must reasonably cooperate with Contractor's defense of such claim. (b) In the event an injunction or order
must be obtained against State's use of any acquired item, or if in Contractor's opinion, the acquired item is likely to
become the subject of a claim of infringement or violation of an IP right, Contractor must, without in any way limiting the
foregoing, and at its expense, either: (1) procure for State the right to continue to use, or have used, the acquired item, or (2)
replace or modify the acquired item so that it becomes non-infringing but only if the modification or replacement does not
adversely affect the specifications for the acquired item or its use by State. If neither (1) nor (2), above, is practical, State
may require that Contractor remove the acquired item from State, refund to State any charges paid by State therefor, and
take all steps necessary to have State released from any further liability. (c) Contractors obligations under this paragraph do
not apply to a claim to the extent (i) that the claim is caused by Contractor's compliance with specifications furnished by the
State unless Contractor knew its compliance with the State's specifications would infringe an IP right, or (ii) that the claim
is caused by Contractor's compliance with specifications furnished by the State if the State knowingly relied on a third
party's IP right to develop the specifications provided to Contractor and failed to identify such product to Contractor. (d)
As used in this paragraph, these terms are defined as follows: "IP right(s)" means a patent, copyright, trademark, trade
secret, or any other proprietary right. "Acquired item(s)" means the rights, goods, or services furnished under this
agreement. "Specification(s)" means a detailed, exact statement of particulars such as a statement prescribing materials,
dimensions, and quality of work. (e) Contractor's obligations under this clause must survive the termination, cancellation,
rejection, or expiration of this Agreement. [07-7B105-1]
LICENSES AND PERMITS (JAN 2006)
During the term of the contract, the Contractor must be responsible for obtaining, and maintaining in good standing, all
licenses (including professional licenses, if any), permits, inspections and related fees for each or any such licenses, permits
and /or inspections required by the State, county, city or other government entity or unit to accomplish the work specified in
this solicitation and the contract. [07-7B115-1]
MATERIAL AND WORKMANSHIP (JAN 2006)
Unless otherwise specifically provided in this contract, all equipment, material, and articles incorporated in the work
covered by this contract are to be new and of the most suitable grade for the purpose intended. [07-7B120-1]

Page 67

OWNERSHIP OF DATA and MATERIALS (JAN 2006)
All data, material and documentation prepared for the state pursuant to this contract must belong exclusively to the State.
[07-7B125-1]
PRICE ADJUSTMENTS (JAN 2006)
(1) Method of Adjustment. Any adjustment in the contract price made pursuant to a clause in this contract must be
consistent with this Contract and must be arrived at through whichever one of the following ways is the most valid
approximation of the actual cost to the Contractor (including profit, if otherwise allowed):
(a) by agreement on a fixed price adjustment before commencement of the pertinent performance or as soon thereafter as
practicable;
(b) by unit prices specified in the Contract or subsequently agreed upon;
(c) by the costs attributable to the event or situation covered by the relevant clause, including profit if otherwise allowed, all
as specified in the Contract; or subsequently agreed upon;
(d) in such other manner as the parties may mutually agree; or,
(e) in the absence of agreement by the parties, through a unilateral initial written determination by the Procurement Officer
of the costs attributable to the event or situation covered by the clause, including profit if otherwise allowed, all as
computed by the Procurement Officer in accordance with generally accepted accounting principles, subject to the
provisions of Title 11, Chapter 35, Article 17 of the S.C. Code of Laws.
(2) Submission of Price or Cost Data. Upon request of the Procurement Officer, the contractor must provide reasonably
available factual information to substantiate that the price or cost offered, for any price adjustments is reasonable, consistent
with the provisions of Section 11-35-1830.
[07-7B160-1]

PRICE ADJUSTMENTS -- LIMITED BY CPI "ALL ITEMS" (JAN 2006)
Upon request and adequate justification, the Procurement Officer may grant a price increase up to, but not to exceed, the
unadjusted percent change for the most recent 12 months for which data is available, that is not subject to revision, in the
Consumer Price Index (CPI) for all urban consumers (CPI-U), "all items" for services, as determined by the Procurement
Officer. The Bureau of Labor and Statistics publishes this information on the web at www.bls.gov
[07-7B170-1]
PRICING DATA -- AUDIT -- INSPECTION (JAN 2006)
[Clause Included Pursuant to Section 11-35-1830, - 2210, & -2220] (a) Cost or Pricing Data. Upon Procurement Officer's
request, you must submit cost or pricing data, as defined by 48 C.F.R. Section 2.101 (2004), prior to either (1) any award to
contractor pursuant to 11-35-1530 or 11-35-1560, if the total contract price exceeds $500,000, or (2) execution of a change
order or contract modification with contractor which exceeds $100,000. Your price, including profit or fee, must be
adjusted to exclude any significant sums by which the state finds that such price was increased because you furnished cost
or pricing data that was inaccurate, incomplete, or not current as of the date agreed upon between parties. (b) Records
Retention. You must maintain your records for three years from the date of final payment, or longer if requested by the
chief Procurement Officer. The state may audit your records at reasonable times and places. As used in this subparagraph
(b), the term "records" means any books or records that relate to cost or pricing data submitted pursuant to this clause. In
addition to the obligation stated in this subparagraph (b), you must retain all records and allow any audits provided for by
11-35-2220(2). (c) Inspection. At reasonable times, the state may inspect any part of your place of business which is
related to performance of the work. (d) Instructions Certification. When you submit data pursuant to subparagraph (a), you
must (1) do so in accordance with the instructions appearing in Table 15-2 of 48 C.F.R. Section 15.408 (2004) (adapted as
necessary for the state context), and (2) submit a Certificate of Current Cost or Pricing Data, as prescribed by 48 CFR
Section 15.406-2(a) (adapted as necessary for the state context). (e) Subcontracts. You must include the above text of this
clause in all of your subcontracts. (f) Nothing in this clause limits any other rights of the state.
[07-7B185-1]

Page 68

RELATIONSHIP OF THE PARTIES (JAN 2006)
Neither party is an employee, agent, partner, or joint venturer of the other. Neither party has the right or ability to bind the
other to any agreement with a third party or to incur any obligation or liability on behalf of the other party. [07-7B205-1]

SHIPPING / RISK OF LOSS (JAN 2006)
F.O.B. Destination. Destination is the shipping dock of the Using Governmental Units' designated receiving site, or other
location, as specified herein. (See Delivery clause) [07-7B220-1]
SUBSTITUTIONS PROHIBITED - END PRODUCT PREFERENCES (SEP 2009)
If you receive the award as a result of the South Carolina end product or United States end product preference, you may not
substitute a nonqualifying end product for a qualified end product. If you violate this provision, the State may terminate
your contract for cause and you may be debarred. In addition, you must pay to the State an amount equal to twice the
difference between the price paid by the State and your evaluated price for the item for which you delivered a substitute.
[11-35-1534(B)(4)] [07-7B236-1]

SUBCONTRACTOR SUBSTITUTION PROHIBITED - RESIDENT SUBCONTRACTOR PREFERENCE (SEP
2009)
If you receive an award as a result of the subcontractor preference, you may not substitute any business for the
subcontractor upon which you relied to qualify for the preference, unless first approved in writing by the procurement
officer. If you violate this provision, the State may terminate your contract for cause and you may be debarred. In addition,
the procurement officer may require you to pay the State an amount equal to twice the difference between the price paid by
the State and the price offered by the next lowest bidder, unless the substituted subcontractor qualifies for the preference.
[11-35-1524(D)(5)(c)] [07-7B237-1]

TERM OF CONTRACT -- EFFECTIVE DATE / INITIAL CONTRACT PERIOD (JAN 2006)
The effective date of this contract day award is final. Maximum Contract Period as specified on the final statement of
award. The initial term of this agreement is 5 years from the effective date. Regardless, this contract expires no later than
the last date stated on the final statement of award. [07-7B240-1]
TERM OF CONTRACT -- OPTION TO RENEW (JAN 2006)
At the end of the initial term, and at the end of each renewal term, this contract must automatically renew, unless contractor
receives notice that the state elects not to renew the contract at least thirty (30) days prior to the date of renewal.
Regardless, this contract expires no later than the last date stated on the final statement of award. [07-7B245-1]
TERMINATION FOR CONVENIENCE (JAN 2006)
(1) Termination. The Procurement Officer may terminate this contract in whole or in part, for the convenience of the State.
The Procurement Officer must give written notice of the termination to the contractor specifying the part of the contract
terminated and when termination becomes effective.
(2) Contractor's Obligations. The contractor must incur no further obligations in connection with the terminated work and
on the date set in the notice of termination the contractor will stop work to the extent specified. The contractor must also
terminate outstanding orders and subcontracts as they relate to the terminated work. The contractor must settle the
liabilities and claims arising out of the termination of subcontracts and orders connected with the terminated work. The
Procurement Officer may direct the contractor to assign the contractor's right, title, and interest under terminated orders or
subcontracts to the State. The contractor must still complete the work not terminated by the notice of termination and may
incur obligations as are necessary to do so.
(3) Right to Supplies. The Procurement Officer may require the contractor to transfer title and deliver to the State in the
manner and to the extent directed by the Procurement Officer: (a) any completed supplies; and (b) such partially completed
Page 69

supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information, and contract rights (hereinafter called
"manufacturing material") as the contractor has specifically produced or specially acquired for the performance of the
terminated part of this contract. The contractor must, upon direction of the Procurement Officer, protect and preserve
property in the possession of the contractor in which the State has an interest. If the Procurement Officer does not exercise
this right, the contractor must use best efforts to sell such supplies and manufacturing materials in a accordance with the
standards of Uniform Commercial Code Section 2-706. Utilization of this Section in no way implies that the State has
breached the contract by exercise of the Termination for Convenience Clause.
(4) Compensation. (a) The contractor must submit a termination claim specifying the amounts due because of the
termination for convenience together with cost or pricing data required by Section 11-35-1830 bearing on such claim. If
the contractor fails to file a termination claim within one year from the effective date of termination, the Procurement
Officer may pay the contractor, if at all, an amount set in accordance with Subparagraph (c) of this Paragraph.
(b) The Procurement Officer and the contractor may agree to a settlement and that the settlement does not exceed the total
contract price plus settlement costs reduced by payments previously made by the State, the proceeds of any sales of
supplies and manufacturing materials under Paragraph (3) of this clause, and the contract price of the work not terminated;
(c) Absent complete agreement under Subparagraph (b) of this Paragraph, the Procurement Officer must pay the contractor
the following amounts, provided payments agreed to under Subparagraph (b) must not duplicate payments under this
Subparagraph:
(i) contract prices for supplies or services accepted under the contract;
(ii) costs reasonably incurred in performing the terminated portion of the work less amounts paid or to be paid for accepted
supplies or services;
(iii) reasonable costs of settling and paying claims arising out of the termination of subcontracts or orders pursuant to
Paragraph (2) of this clause. These costs must not include costs paid in accordance with Subparagraph (c)(ii) of this
paragraph;
(iv) any other reasonable costs that have resulted from the termination. The total sum to be paid the contractor under this
Subparagraph must not exceed the total contract price plus the reasonable settlement costs of the contractor reduced by the
amount of payments otherwise made, the proceeds of any sales of supplies and manufacturing materials under
Subparagraph (b) of this Paragraph, and the contract price of work not terminated.
(d) Contractor must demonstrate any costs claimed, agreed to, or established under Subparagraphs (b) and (c) of this
Paragraph using its standard record keeping system, provided such system is consistent with any applicable Generally
Accepted Accounting Principles.
(5) Contractor's failure to include an appropriate termination for convenience clause in any subcontract must not (i) affect
the state's right to require the termination of a subcontract, or (ii) increase the obligation of the state beyond what it would
have been if the subcontract had contained an appropriate clause.
[07-7B265-1]

TERMINATION BY STATE 

NOTICE OF TERMINATION: In the event of any termination of the contract, the State shall give
notice of such termination in writing to the contractor. Notice of termination will be sent by certified
mail, return receipt requested.
TERMINATION FOR CONVENIENCE: This contract may be terminated for any reason by the
South Carolina Department of Corrections providing a 30 day advance notice, in writing, is given to
the contractor. In the event that this contract is terminated or canceled upon request and for the
convenience of the State without thirty (30) days advance written notice, then the State shall negotiate
reasonable termination costs, if applicable.
TERMINATION FOR NON-APPROPRIATIONS: Funds for this contract are payable from state
and/or federal appropriations. In the event no funds or insufficient funds are appropriated and
budgeted in any fiscal year for payments due under this contract, the State shall immediately notify
contractor or its assignee, of such occurrence, and this contract shall create no further obligation of the
State as to such current or succeeding fiscal year, and shall be null and void, except as to the portions
of payments herein agreed upon for funds which shall have been appropriated and budgeted. In such
event, this contract shall terminate on the last day of the year for which appropriations were received
without penalty or expense to the State of any kind whatsoever. After such termination of this
Page 70

contract, the State shall have no continuing obligation to make purchases under this contract. No right
of action or damages shall accrue to the benefit of the contractor or its assignee as to that portion of
this contract, which may so terminate.
            
            INSOLVENCY:  This contract is voidable and subject to immediate termination by the State upon the 
contractor’s insolvency, including the filing of proceedings in bankruptcy. 

TERMINATION FOR CAUSE
This contract may be canceled and terminated by the State at any time within the contract period whenever it 
is determined by the State that the contractor has materially breached or otherwise materially failed to 
comply with its obligations hereunder.  The State will not be liable for any termination costs; the thirty (30) 
days advance notice requirement is waived.  

CONTRACT VIOLATION: Vendors who violate this contract will be considered in breach and
subject to cancellation for cause. Vendors may be suspended or debarred from doing business with the
State. Examples of vendor violations include, but are not limited to:

Vendor adding items to the contract without approval,

Vendor increasing contract price without approval,

Misrepresentation of the contract to any using governmental entity.
TERMINATION FOR NON-COMPLIANCE WITH THE DRUG FREE WORKPLACE ACT:  
In accordance with S. C. Code Workplace Act, Sections 44‐107‐10, et seq., SC Code ann, (1976) this contract is 
subject to immediate termination, suspension of payment, or both if the CONTRACTOR fails to comply with the 
terms of the Drug Free Workplace Act. 

TERMINATION BY CONTRACTOR: Requests for termination of this contract by the contractor
must be received in writing by the South Carolina Department of Corrections at least ninety (90) days
before the requested contract termination date.

Page 71

Price Bidding Proposal
BUSINESS PROPOSAL (JAN 2006)
Offerors are to submit a Business Proposal as a separate document from the Technical Proposal. The Business Proposal
may include the following considerations:
(a) Total Cost of Ownership -- What is the anticipated cost of purchasing, owning, leasing, operating, maintaining, and/or
supporting the proposed solution for the total potential term of the contract? Provide a detailed accounting.
(b) Risk Analysis -- What internal or external factors could significantly impact the probability of completing this project
on time and within budget?
(c) Risk Mitigation -- What actions can be taken to mitigate the identified risks?
(d) Risk Sharing -- Are there opportunities for mutually beneficial risk sharing?
(e) Performance Incentives -- Are there opportunities for performance-based incentives?
(f) Financing Options -- Are there alternative financing options available to the State?
[08-8010-1]
SAP

IX. ATTACHMENTS TO SOLICITATION
LIST OF ATTACHMENTS
ATTACHMENTS LIST [09-9002-1]
The following documents are attached to this solicitation:
A-Inmate Telephone Usage FY2009
B-EH Cooper Trust Fund FY 2009
C-Canteen Sales FY 2009
D-Site Visit Schedule
E- Inmate Telephone Inventory
F- Kiosk for Housing Units
RFP Solicitation Document
NONRESIDENT TAXPAYER REGISTRATION AFFIDAVIT INCOME TAX WITHHOLDING
IMPORTANT TAX NOTICE - NONRESIDENTS ONLY
Withholding Requirements for Payments to Nonresidents: Section 12-8-550 of the South Carolina Code of Laws requires
persons hiring or contracting with a nonresident conducting a business or performing personal services of a temporary
nature within South Carolina to withhold 2% of each payment made to the nonresident. The withholding requirement does
not apply to (1) payments on purchase orders for tangible personal property when the payments are not accompanied by
services to be performed in South Carolina, (2) nonresidents who are not conducting business in South Carolina, (3)
nonresidents for contracts that do not exceed $10,000 in a calendar year, or (4) payments to a nonresident who (a) registers
with either the S.C. Department of Revenue or the S.C. Secretary of State and (b) submits a Nonresident Taxpayer
Registration Affidavit - Income Tax Withholding, Form I-312 to the person letting the contract.
The withholding requirement applies to every governmental entity that uses a contract ("Using Entity"). Nonresidents
should submit a separate copy of the Nonresident Taxpayer Registration Affidavit - Income Tax Withholding, Form I-312
to every Using Entity that makes payment to the nonresident pursuant to this solicitation. Once submitted, an affidavit is
valid for all contracts between the nonresident and the Using Entity, unless the Using Entity receives notice from the
Department of Revenue that the exemption from withholding has been revoked.
_______________________
Section 12-8-540 requires persons making payment to a nonresident taxpayer of rentals or royalties at a rate of $1,200.00 or
more a year for the use of or for the privilege of using property in South Carolina to withhold 7% of the total of each
payment made to a nonresident taxpayer who is not a corporation and 5% if the payment is made to a corporation. Contact
the Department of Revenue for any applicable exceptions.
_______________________

Page 72

For information about other withholding requirements (e.g., employee withholding), contact the Withholding Section at the
South Carolina Department of Revenue at 803-898-5383 or visit the Department's website at:
www.sctax.org
_______________________
This notice is for informational purposes only. This agency does not administer and has no authority over tax issues. All
registration questions should be directed to the License and Registration Section at 803-898-5872 or to the South Carolina
Department of Revenue, Registration Unit, Columbia, S.C. 29214-0140. All withholding questions should be directed to
the Withholding Section at 803-896-1420.

PLEASE SEE THE "NONRESIDENT TAXPAYER REGISTRATION AFFIDAVIT INCOME TAX WITHHOLDING"
FORM (FORM NUMBER I-312) LOCATED AT:
http://www.sctax.org/Forms+and+Instructions/withholding/default.htm
[09-9005-1]

Page 73

South Carolina Department of Corrections
Fiscal Year 07-01-2008 - 06-30-2009
LOCAL

SOUTH CAROLINA DEPT. OF CORRECTIONS
MSGS.

INTRALATA

MINS

MSGS.

MINS

INTRALATA
MSGS.

MINS

INTERSTATE
MSGS.

TOTAL

MINS

MSGS.

MINS

Inmate Year-to-Date Call Pattern Totals
Jul

53,453

642,650

57,634

645,672

86,528

979,740

19,712

239,193

217,327

2,507,255

Aug

47,572

574,248

51,562

586,421

76,222

870,911

17,880

220,907

193,236

2,252,487

Sept

57,684

701,967

60,211

680,095

85,488

982,426

20,375

252,032

223,758

2,616,520

Oct

58,123

707,946

54,849

627,094

81,496

941,288

20,179

250,952

214,647

2,527,280

Nov

50,888

625,528

48,052

553,059

70,199

807,452

17,572

220,166

186,711

2,206,205

Dec

72,258

884,890

69,459

787,394

107,461

1,228,647

24,831

304,445

274,009

3,205,376

Jan

61,719

765,263

55,691

631,133

89,312

1,023,369

19,809

245,725

226,531

2,665,490

Feb

62,179

769,689

57,406

643,394

90,643

1,039,130

19,728

241,869

229,956

2,694,082

Mar

77,764

960,576

71,236

814,221

108,322

1,243,571

24,829

304,716

282,151

3,323,084

April

74,306

915,459

63,990

728,256

98,489

1,116,958

22,451

270,298

259,236

3,030,971

May

72,994

897,596

63,788

717,270

91,541

1,028,911

21,931

267,947

250,254

2,911,724

June

83,730

1,019,296

62,457

693,330

96,251

1,086,680

23,245

280,599

265,683

3,079,905

772,670

9,465,108

716,335

8,107,339

1,081,952

12,349,083

252,542

3,098,849

2,823,499

33,020,379

FISCAL YTD TOTAL

EH Cooper Transactions by Type for FY09
Transaction Type
ACCOUNT TRANSFER
APPELLATE COURT
CANTEEN PURCHASE
CANTEEN SHORTAGE
CARD REPLACEMENT
COPIES
COURT ORD SUPPORT
DEPOSIT
DISTRICT COURT
DISTRICT COURT-INITIAL
DNA CHECK
DNA FEE
DNA PROCESSING
DNA VOID
ERROR CREDIT
ERROR DEBIT
ESCAPE
HYGIENE SUPPLY
INMATE PAY-PRISON IND
INMATE PAY-STATE
INMATE PAYROLL
INTEREST
LIST CHECK
MAJOR DAMAGED PROPERTY
MANUAL CHECK
MEDICAL CO-PAYMENT
MEDICAL RESTITUTION
MONEY ORDER
OPERATING CREDIT
OPERATING FEE
PERSONAL EQUIPMENT
POSTAGE
POSTAGE RESTITUTION
PRISON INDUSTRIES
RELEASE CHECK
RETURN TO INSTITUTION
REVOLVING PAYROLL
ROOM AND BOARD
RX COPAY
SINGLE CHECK
SMALL DAMAGED PROPERTY
SPECIAL FUNDS
STALE DATE
STATE COURT
TRANSFER CREDIT
VICTIM'S RESTITUTION

Jul-08
1,237
16
65,166
4
224
431
20
2,043
42
14
5
337
15,227
2
0
5
2
4
0
2
2,362
12,576
0
14
4
6,058
31
22,472
99
1,633
3,373
5,116
3,917
2,623
248
21
15
799
11,811
1,471
1,507
8,843
21
45
1,237
27

Aug-08
1,145
15
56,848
5
173
384
16
1,658
32
7
4
293
14,503
3
0
0
1
11
1
5
2,361
12,551
0
19
0
5,678
23
21,040
95
1,389
1,896
4,447
3,565
3,864
246
15
11
771
11,666
1,243
1,141
6,825
27
4
1,145
36

Sep-08
1,596
6
58,579
3
142
373
23
1,565
33
8
4
386
13,815
3
0
3
4
7
1
1
3,523
12,168
1
11
2
5,385
22
21,820
93
1,375
1,699
4,589
3,422
1,263
276
13
26
1,234
10,474
1,230
960
5,818
33
0
1,596
52

Oct-08
1,187
7
58,406
0
137
421
15
1,862
47
11
5
350
14,039
6
0
3
3
66
2
2
2,342
11,903
2
12
4
5,521
36
21,073
166
2,153
1,567
4,939
4,162
3,701
293
10
48
822
11,153
1,872
1,339
7,879
19
24
1,187
25

Nov-08
1,076
8
45,820
3
109
301
12
1,388
33
8
4
339
11,899
381
6
0
1
7
4
1
2,338
0
0
22
4
4,488
37
17,749
57
1,099
1,126
4,106
3,097
1,145
227
22
13
813
9,226
1,019
844
4,791
32
3
1,076
29

Dec-08
1,208
8
50,488
0
157
332
12
1,387
45
7
3
295
15,396
1,107
2
2
1
9
2
5
2,261
22,884
3
29
1
5,953
40
24,698
66
1,117
1,243
7,168
3,812
2,266
262
20
22
791
12,015
1,021
1,085
5,157
23
4
1,208
27

Jan-09
835
18
52,088
5
152
351
9
1,669
36
12
4
293
13,401
2
7
2
2
9
3
0
2,206
12,402
0
17
7
5,124
32
20,505
83
1,220
1,649
3,510
3,882
3,252
255
21
48
537
11,537
1,098
1,069
5,643
31
29
835
16

Feb-09
1,172
10
52,609
10
183
371
11
1,448
37
4
4
305
15,056
1
2
3
1
7
0
2
2,242
12,339
1
12
2
6,413
25
24,652
49
1,086
2,357
5,384
4,008
1,996
257
19
37
811
12,239
1,024
988
8,504
29
3
1,172
20

Mar-09
1,473
20
59,376
2
163
417
19
1,530
32
10
4
338
15,439
438
3
773
3
16
0
4
3,377
13,575
3
20
1
5,218
41
25,843
58
1,166
2,454
4,491
4,069
981
266
18
9
1,145
9,913
1,090
1,116
9,475
19
3
1,473
18

Apr-09
1,152
18
57,921
8
151
388
21
2,011
22
18
5
361
13,651
7
2
6
4
8
2
3
2,321
13,271
0
20
2
4,646
11
22,351
78
1,821
1,849
4,896
4,088
1,917
262
23
27
835
9,205
1,708
1,045
9,175
23
31
1,152
17

May-09
1,133
15
52,065
13
204
281
20
2,233
25
10
4
298
13,262
1
1
3
1
13
0
1
2,210
12,656
1
20
0
4,395
28
20,760
61
1,220
1,399
11,431
4,298
1,915
209
22
22
812
9,870
1,137
948
7,564
31
2
1,133
16

Jun-09
1,179
16
49,434
2
134
404
14
1,658
18
12
4
391
12,525
3
3
1
2
10
6
2
2,233
12,259
0
14
3
4,535
42
21,479
76
1,391
51
6,624
4,243
1,976
237
15
27
850
9,177
1,278
987
9,239
31
5
1,179
15

Total
14,393
157
658,800
55
1,929
4,454
192
20,452
402
121
50
3,986
168,213
1,954
26
801
25
167
21
28
29,776
148,584
11
210
30
63,414
368
264,442
981
16,670
20,663
66,701
46,563
26,899
3,038
219
305
10,220
128,286
15,191
13,029
88,913
319
153
14,393
298

VICTIMS FUND
VOID CANTEEN
VOID CHECK
VOID DEPOSIT
VOID MEDICAL CO-PAY
VOID PERSONAL EQUIPMENT
VOID PHONE CREDIT
VOID ROOM/BOARD
VOID SPECIAL FUNDS
VOID STATE REFUNDS
VOID VICTIM'S FUND
VOLUNTARY SUPPORT
WASHER/DRYER FEE
WORK CNTR DEPOSIT
Total

840
293
85
0
62
261
0
0
3
13
0
39
0
2,490

806
278
78
0
24
302
0
0
10
16
0
41
0
2,131

1,287
249
62
1
35
318
0
1
5
24
1
61
0
2,731

857
257
69
0
61
370
0
0
22
14
0
38
0
2,041

838
212
74
0
16
170
0
0
4
12
0
36
778
1,896

821
214
57
0
73
229
0
0
62
17
0
37
786
1,846

567
187
67
0
54
202
0
1
6
15
1
33
617
1,910

845
309
66
0
43
281
0
0
7
11
0
38
611
1,794

1,212
256
72
1
128
376
0
0
24
38
0
62
910
2,619

891
278
73
1
39
341
0
0
38
19
0
50
1,035
2,077

861
249
71
0
55
249
1
0
49
13
0
44
886
2,099

175,190

158,848

158,412

162,550

118,799

167,784

147,566

160,910

171,600

161,375

156,320

893
263
69
2
44
119
0
1
4
19
1
40
893
2,525

10,718
3,045
843
5
634
3,218
1
3
234
211
3
519
6,516
26,159

148,657 1,888,011

SCDC Canteen Sales by Institutions for FY2009

Institutions

Jul-08
Aug-08
Inst
# of
# of
Code Trans Amount Trans Trans Amount Trans

Sep-08
Trans Amount

Oct-08
# of
Trans

Trans Amount

Nov-08
# of
Trans

Trans Amount

# of
Trans

ALLENDALE

411 $

114,833.86

2,928 $

94,536.44

2,486 $

91,099.88

2,516 $

90,758.67

2,707 $

83,446.80

2,299

BROAD RIVER

211 $

120,765.95

3,479 $

102,517.26

2,940 $

114,446.53

3,146 $

112,011.50

3,325 $

77,524.96

2,182

CAMPBELL

223 $

16,890.46

1,258 $

14,653.00

1,120 $

16,090.73

1,169 $

16,167.55

1,017 $

14,148.97

1,097

CATAWBA

123 $

14,465.85

922 $

11,375.96

786 $

10,196.51

719 $

11,749.20

838 $

10,436.94

667

COASTAL

413 $

11,268.28

1,099 $

9,271.53

931 $

10,460.96

994 $

9,629.35

930 $

7,547.10

682

EVANS

531 $

119,769.24

3,040 $

91,258.23

2,901 $

87,565.98

2,680 $

93,708.55

2,750 $

77,862.17

2,280

GOODMAN

232 $

41,836.88

2,192 $

39,056.83

2,128 $

33,770.82

2,059 $

34,221.72

1,966 $

27,533.86

1,389

GRAHAM CORR INST

331 $

45,117.13

1,595 $

28,902.87

1,257 $

34,376.85

1,407 $

20,851.49

891 $

31,362.10

1,001

KERSHAW

541 $

109,567.31

4,062 $

98,677.15

3,271 $

104,206.56

3,626 $

100,230.13

3,620 $

70,285.67

2,090

KIRKLAND

241 $

38,327.38

1,926 $

35,164.93

1,796 $

38,488.78

1,831 $

37,039.36

1,733 $

33,163.52

1,446

LEATH

171 $

84,991.50

2,496 $

62,866.26

1,879 $

69,400.84

2,093 $

62,892.54

1,868 $

62,245.79

1,745

LEE

551 $

99,937.53

3,467 $

80,829.39

2,974 $

90,033.23

3,306 $

81,597.28

3,010 $

75,653.37

2,672

LIEBER

421 $

101,583.21

3,002 $

85,108.76

2,651 $

89,241.56

2,710 $

87,474.40

2,896 $

79,796.44

2,353

LIEBER R&E

414 $

3,489.03

154 $

3,185.66

136 $

3,426.60

133 $

4,317.21

160 $

3,409.64

122

LIVESAY

173 $

16,895.60

1,419 $

13,512.56

1,144 $

16,374.05

1,232 $

16,106.12

1,112 $

13,204.90

961

LOWER SAVANNAH

243 $

15,050.94

1,176 $

12,095.19

942 $

12,830.74

1,055 $

12,378.49

1,074 $

12,238.57

934

MACDOUGALL

422 $

53,645.37

2,964 $

41,896.39

2,547 $

36,620.05

2,509 $

41,296.14

2,657 $

33,030.98

1,791

MANNING

251 $

61,558.04

2,160 $

53,057.20

2,159 $

52,924.31

2,147 $

54,888.47

2,137 $

42,327.53

1,634

MCCORMICK

181 $

90,034.76

3,042 $

77,877.10

2,600 $

71,239.32

2,416 $

71,299.82

2,550 $

63,641.31

1,948

NORTHSIDE

182 $

38,279.72

2,152 $

30,306.53

1,999 $

33,516.39

1,831 $

34,890.88

2,066 $

24,110.74

1,553

PALMER

563 $

22,322.81

1,489 $

15,526.67

1,141 $

16,054.82

1,212 $

15,632.18

1,212 $

12,479.68

887

PERRY

191 $

75,069.56

2,257 $

56,877.57

1,776 $

56,904.95

1,834 $

60,354.66

1,927 $

51,723.06

1,621

RIDGELAND

442 $

114,434.65

3,098 $

97,008.66

2,739 $

86,599.82

2,571 $

90,502.22

2,809 $

68,100.98

2,028

STEVENSON

292 $

16,986.23

1,652 $

13,326.92

1,274 $

10,866.72

1,114 $

9,643.41

691 $

11,412.33

830

TRENTON

222 $

50,335.47

1,586 $

45,948.07

1,620 $

43,724.77

1,724 $

52,972.47

1,944 $

41,406.80

1,456

TURBEVILLE

571 $

61,273.05

2,936 $

51,046.27

2,137 $

58,370.30

2,555 $

59,248.63

2,311 $

36,959.05

1,477

TYGER RIVER

161 $

152,330.71

4,154 $

125,440.96

3,408 $

121,991.50

3,631 $

137,705.59

3,867 $

111,025.72

3,311

WALDEN

302 $

36,016.30

2,359 $

29,054.44

2,056 $

29,335.58

2,033 $

30,149.91

2,081 $

23,325.63

1,525

WATEREE RIVER

582 $

64,411.42

3,699 $

50,904.43

3,288 $

48,907.06

3,328 $

47,206.19

3,272 $

37,805.92

2,536

WATKINS

322 $

11,600.80

776 $

10,012.06

658 $

8,980.57

697 $

7,427.04

552 $

6,394.45

429

59,973 $ 1,243,604.98

46,946

Grand Total

$ 1,803,089.04

68,539 $ 1,481,295.29

58,744 $ 1,498,046.78

Page 1 of 3

60,278 $ 1,504,351.17

Institutions

Dec-08
Inst
# of
Code Trans Amount Trans

Jan-09
Trans Amount

Feb-09
# of
Trans

Trans Amount

Mar-09
# of
Trans

Trans Amount

Apr-09
# of
Trans

Trans Amount

# of
Trans

ALLENDALE

411 $

82,569.29

2,218 $

88,935.33

2,307 $

89,040.15

2,214 $

97,787.35

2,745 $

103,582.13

2,547

BROAD RIVER

211 $

74,379.76

2,081 $

112,871.11

3,251 $

95,723.83

3,011 $

111,099.48

3,464 $

99,123.70

3,031

CAMPBELL

223 $

17,439.70

1,143 $

17,362.41

1,148 $

19,287.55

1,244 $

18,605.25

1,064 $

18,606.26

1,123

CATAWBA

123 $

11,368.01

739 $

9,107.07

619 $

11,511.99

630 $

11,381.17

712 $

11,633.89

819

COASTAL

413 $

9,251.02

782 $

7,770.91

686 $

10,859.43

840 $

11,258.07

1,045 $

9,798.88

971

EVANS

531 $

86,266.86

2,559 $

88,110.12

2,575 $

94,317.95

2,518 $

121,251.30

3,088 $

110,163.32

3,175

GOODMAN

232 $

36,794.72

1,802 $

34,198.10

1,766 $

34,138.52

1,493 $

38,158.30

1,775 $

32,628.53

1,540

GRAHAM CORR INST

331 $

43,269.37

1,323 $

37,744.35

1,266 $

41,534.00

1,231 $

45,399.02

1,411 $

35,499.47

1,195

KERSHAW

541 $

95,678.51

2,916 $

86,702.62

2,776 $

92,394.99

2,757 $

91,887.42

2,953 $

99,312.25

3,214

KIRKLAND

241 $

36,438.97

1,336 $

32,331.08

1,168 $

41,106.26

1,254 $

44,448.00

1,461 $

41,310.23

1,568

LEATH

171 $

69,414.14

2,285 $

61,877.58

1,970 $

66,818.20

1,905 $

74,385.51

2,130 $

77,259.35

2,261

LEE

551 $

75,013.99

2,309 $

78,517.41

2,823 $

102,727.74

3,265 $

110,875.28

3,499 $

99,226.28

3,153

LIEBER

421 $

89,479.74

2,789 $

74,909.14

2,277 $

107,711.69

2,777 $

101,441.35

2,835 $

95,535.19

2,674

LIEBER R&E

414 $

4,034.36

134 $

4,145.06

158 $

3,993.53

132 $

3,880.52

139 $

4,561.30

164

LIVESAY

173 $

15,352.02

927 $

14,882.07

1,004 $

16,677.97

1,028 $

17,720.82

1,222 $

17,656.01

1,162

LOWER SAVANNAH

243 $

14,829.12

1,063 $

13,593.26

972 $

16,829.64

1,097 $

17,540.04

1,179 $

16,767.40

1,195

MACDOUGALL

422 $

39,288.30

1,780 $

39,059.76

2,099 $

46,775.01

2,185 $

51,577.32

2,318 $

49,370.62

2,537

MANNING

251 $

49,586.07

1,786 $

52,624.51

2,124 $

60,048.01

2,089 $

57,857.80

2,116 $

58,980.89

2,075

MCCORMICK

181 $

59,772.03

2,003 $

63,419.70

2,063 $

84,730.11

2,502 $

88,857.96

2,663 $

80,296.56

2,521

NORTHSIDE

182 $

32,009.69

1,942 $

31,144.31

2,047 $

34,561.43

2,190 $

33,241.22

2,307 $

35,702.39

2,368

PALMER

563 $

15,462.79

1,055 $

14,609.23

941 $

18,612.96

1,151 $

15,885.59

1,244 $

13,499.86

1,148

PERRY

191 $

65,076.79

1,961 $

54,627.44

1,791 $

66,072.07

1,911 $

69,972.67

2,075 $

68,757.15

2,127

RIDGELAND

442 $

74,349.80

2,136 $

71,969.49

2,294 $

90,437.67

2,528 $

82,397.57

2,515 $

78,541.30

2,443

STEVENSON

292 $

13,542.04

1,110 $

11,817.50

1,045 $

15,970.01

1,171 $

18,993.43

1,486 $

16,302.23

1,209

TRENTON

222 $

47,354.45

1,743 $

41,771.44

1,521 $

41,936.85

1,494 $

49,071.34

1,756 $

49,545.17

1,791

TURBEVILLE

571 $

52,163.52

1,881 $

57,487.94

2,096 $

55,493.19

1,874 $

69,272.50

2,455 $

47,715.62

1,854

TYGER RIVER

161 $

97,210.21

2,445 $

121,619.48

3,452 $

96,927.14

2,489 $

126,294.62

3,521 $

119,063.32

3,617

WALDEN

302 $

31,038.10

1,907 $

30,529.88

1,881 $

36,260.39

1,765 $

38,302.12

2,266 $

35,916.41

2,054

WATEREE RIVER

582 $

53,522.81

3,172 $

50,374.09

3,132 $

59,069.26

3,610 $

64,402.40

3,660 $

55,388.70

3,570

WATKINS

322 $

6,745.74

404 $

7,654.09

485 $

9,528.51

611 $

10,439.86

726 $

8,302.85

664

$

1,398,701.92

51,731 $

1,411,766.48

53,737 $

1,561,096.05

54,966 $

1,693,685.28

61,830 $

1,590,047.26

59,770

Grand Total

Page 2 of 3

Institutions

May-09
Inst
# of
Code Trans Amount Trans

Jun-09
Trans Amount

FY09 Total
# of
Trans

Trans Amount

# of
Trans

ALLENDALE

411 $

89,094.52

2,425 $

78,075.14

2,089 $

1,103,759.56

29,481

BROAD RIVER

211 $

83,718.09

2,680 $

66,230.74

2,241 $

1,170,412.91

34,831

CAMPBELL

223 $

16,736.75

1,133 $

16,160.05

1,212 $

202,148.68

13,728

CATAWBA

123 $

10,132.35

645 $

8,552.69

681 $

131,911.63

8,777

COASTAL

413 $

10,250.99

984 $

10,344.78

877 $

117,711.30

10,821

EVANS

531 $

80,546.77

2,422 $

73,645.06

2,258 $

1,124,465.55

32,246

GOODMAN

232 $

29,802.55

1,575 $

28,550.29

1,386 $

410,691.12

21,071

GRAHAM CORR INST

331 $

35,598.44

1,190 $

34,096.02

1,156 $

433,751.11

14,923

KERSHAW

541 $

73,217.48

2,525 $

83,714.44

2,853 $

1,105,874.53

36,663

KIRKLAND

241 $

30,252.00

1,345 $

32,210.47

1,365 $

440,280.98

18,229

LEATH

171 $

64,829.70

1,962 $

58,150.79

1,745 $

815,132.20

24,339

LEE

551 $

79,652.07

2,786 $

61,762.31

2,337 $

1,035,825.88

35,601

LIEBER

421 $

84,778.76

2,620 $

60,152.42

1,967 $

1,057,212.66

31,551

LIEBER R&E

414 $

3,679.09

129 $

3,757.88

131 $

45,879.88

1,692

LIVESAY

173 $

15,506.17

1,089 $

12,587.23

911 $

186,475.52

13,211

LOWER SAVANNAH

243 $

13,717.36

1,106 $

12,163.51

1,031 $

170,034.26

12,824

MACDOUGALL

422 $

41,856.58

2,347 $

38,692.76

2,381 $

513,109.28

28,115

MANNING

251 $

55,164.74

2,069 $

44,365.25

1,823 $

643,382.82

24,319

MCCORMICK

181 $

70,037.42

2,318 $

54,523.92

1,931 $

875,730.01

28,557

NORTHSIDE

182 $

28,672.70

2,097 $

26,163.29

1,908 $

382,599.29

24,460

PALMER

563 $

13,032.45

1,084 $

12,401.19

1,136 $

185,520.23

13,700

PERRY

191 $

56,023.23

1,875 $

48,822.10

1,666 $

730,281.25

22,821

RIDGELAND

442 $

78,496.75

2,418 $

66,048.43

2,111 $

998,887.34

29,690

STEVENSON

292 $

16,216.62

1,067 $

11,844.50

950 $

166,921.94

13,599

TRENTON

222 $

41,026.87

1,540 $

34,907.52

1,303 $

540,001.22

19,478

TURBEVILLE

571 $

40,639.32

1,602 $

38,051.00

1,885 $

627,720.39

25,063

TYGER RIVER

161 $

106,359.14

3,146 $

90,562.49

2,619 $

1,406,530.88

39,660

WALDEN

302 $

28,824.06

1,756 $

23,274.20

1,715 $

372,027.02

23,398

WATEREE RIVER

582 $

45,438.95

2,940 $

45,416.52

3,217 $

622,847.75

39,424

WATKINS

322 $

7,581.22

589 $

7,261.76

600 $

101,928.95

7,191

53,464 $ 1,182,488.75

49,485 $

17,719,056.14

679,463

Grand Total

$ 1,350,883.14

Page 3 of 3

A

B

1 Site Visit Schedule
2
Day
Institution
3
4
1
Allendale Correctional Institution
5
6
2
Campbell Pre-Release
7
Stevenson Correctional Institution
8
Kirkland Correctional Institution
9
Broad River Correctional Institution
10
Manning Correctional Institution
11
Watkins Pre-Release
12
Camille Griffin Graham Correctional Institution
13
Goodman Correctional Institution
14
Walden Correctional Institution
15
16
3
Catawba Pre-Release
17
Kershaw Correctional Institution
18
19
4
Lee Correctional Institution
20
Palmer Pre-Release
21
Turbeville Correctional Institution
22
Wateree Correctional Institution
23
24
5
Coastal Pre-Release
25
Lieber Correctional Institution
26
MacDougall Correctional Institution
27
28
6
Leath Correctional Institution
29
Perry Correctional Institution
30
31
7
Tyger River Correctional Institution
32
Livesay Pre-Release A & B
33
34
8
Lower Savannah Pre-Release
35
Trenton Correcitonal Institiution
36
McCormick Correctional Institution
37
38
9
Evans Correctional Institution
39
40
10
Ridgeland Correctional Institution
41
42
43 For more information contact Jay Daniel at 803-896-3919.

C

D

Date

Time

Monday

2/1/2010

10:00 AM to 12:00 AM

Tuesday

2/2/2010

Start 8:30 AM until Finished
All on Broad River Compound

Wednesday

2/3/2010

9:00 AM to 10:30 AM
1:00 PM to 3:00 PM

Thursday

2/4/2010

9:00 AM to 10:30 AM
11:00 AM to 12:00 PM
1:30 PM to 3:00 PM
4:00 PM to 5:30 PM

Friday

2/5/2010

10:00 AM to 11:00 AM
12:30 PM to 2:00 PM
2:15 PM to 3:30 PM

Monday

2/8/2010

10:00 AM to 12:00 PM
2:00 PM to 4:00 PM

Tuesday

2/9/2010

10:00 AM to 12:00 PM
1:30 PM to 3:00 PM

Wednesday 2/10/2010

9:00 AM to 10:00 AM
11:00 AM to 12:30 PM
2:00 PM to 3:30 PM

Thursday

2/11/2010

10:30 AM to 12:30 PM

Friday

2/12/2010

10:30 AM to 12:30 PM

VENDOR MUST RSVP TO JAY DANIEL IF ATTENDING

Site
Allendale
Broad River
Campbell
Catawba
Coastal
Tyger River (Dutchman)
Tyger River (Cross)
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay
Lower savannah
McDougall
Manning
McCormick
Northside
Palmer
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Waldon
Wateree
Watkins
Womens (Graham)
Total

Phones
48
74
18
12
9
72
46
50
24
82
124
66
77
52
19
16
44
44
37
48
17
54
94
30
46
93
22
52
29
58
1457

Roll Carts
5
12

4
4
5
8
10
2
5
8

2
2
5

6
6
2
2
8
2
10
108

Booths

6 R-6 Pedestals In common area between East & West

3 Adco 107 Booths outside of apparel plant

Institution
Allendale Correctional Institution
F1 Colleton
F2

Barnwell

F3

Hampton

F4

Bamberg

U

Jasper (SMU)

Dorm
#

Total
Broad River Correctional Institution
F1 Murray
F2

Marion

F3

Wateree

F4

Monticello

F5

Greenwood

F6

Moultre

U1

Congree

U2

Saluda

A
B
A
B
A
B
A
B
A
B
A
B
A
B
A
B

Total
Camille Griffin Graham Correctional Institution
F1 Whitney
A
B
F2 Serria
A
B
F3 Blue Ridge
A
B
F4 Zion
A
B
U
SMU
A
B
R
R&E
A
B
Total
Campbell Pre-Release

Number
of Wings

1

2

1

2

1

2

1

2

1

2

5

A
B
A
B
A
B
A
B
A
B

Dorm
Units

2

1

2

1

2

1

2

1

2

1

2

1

2

1

2

8

2

1

2

1

2

1

2

1

2

6

12

300

2

1

150
150
124
149
147
150
150
128
92
94

10

1

Total
Number
beds

10

1

Beds
per
Wing

273
297
278
186
1334

126
126
126
126
126
126
126
126
153
153
153
153
90
90
48
48

252
252
252
252
306
306
180
96
1896

48
48
48
57
48
42
48
48

96
105
90
96
0

138
120

258
645

C-E Dorm - Eeast
C-W Dorm - West
D

Dorm - Annex

A
B
A
B
A
B

Catawba Pre-Release
A
Main Building

Coastal Pre-Release
F
Housing

Total
Evans Correctional Institution
F-1 Santee
F-2 Kiawah
F-3 Cheraw
F-4 Waxhaw
F-5 Cherokee

U

SMU

A
B
A
B
A
B
A
B
A
B
C
D
A
B

Total
Goodman Correctional Institution
F-1 Housing
F-2 Housing
F-3 Housing
F-4 Housing
F-5 Housing

A
B

1

2
6

1

10

10

1

4

4

1

2

1

2

1

2

1

2

1

4

1

2

6

A
B
C
D

2

1

Total

1

1

W1
W2
W3
W4
W5
W6
W7
W10
W11
W12

2

3

Total

1

38
37
38
37
48
48

75

14

1515

1
1
1
1
1

1
1
1
1
2

96
78
88
98
88

75
96
246

24
24
24
16
16
16
14
18
18
18

188

188

48
30
48
48

174

174

147
154
147
154
145
136
124
128
64
64
64
62
78
48

43
45

301
301
281
252
254

126

Total
Kershaw Correctional Institution
F-1 Oak
F-2 Magnolia
F-3 Sycamore
F-4 Palmetto
F-5 Hickory

C/D SMU

5

Total
Kirkland Correctional Institution
J-1 A-1 Housing
J-2 D Housing
J-3 A-2 Housing
J-4 B-1 Housing
J-5 B-2 Housing
J-6 C-1 Housing
J-7 C-2 Housing
J-8 F-1 Housing
J-9 F-2 Housing
J-10 F-3 Housing
D

Special Needs

F

Gilliam Pyshiatric Hospital

L

Supermax Housing

E

Infirmary
Total

A
B
A
B
A
B
A
B
A
B
A
B
A
B
A
B
A
B
A
B
A
B
C
D
A
B
A
B
C
D

1

2

1

2

1

2

1

2

1

4

1

2

6

A
B
A
B
A
B
A
B
A
B
C
D
A
B

6

14

1

2

1

2

1

2

1

2

1

2

1

2

1

2

1

2

1

2

1

2

1

4

1

2

1

4

1
14

1
31

448

128
128
153
154
152
128
153
153
64
64
64
64
63
63

256
307
280
306
256

126
1531

96
96
40
40
64
64
96
96
64
64
96
96
96
96
179
179
151
151
190
190
52
52
66
66
49
49
13
13
12
12
24

192
80
128
192
128
192
192
358
302
380
236

98
50

24
2552

Leath Correctional Institution
F-1 Alexander

F-2 Cambridge

F-3 Laurel

F-4 Montgomery

F-5 Phoenix
F-6

A
B
C
D
A
B
C
D
A
B
C
D
A
B
C
D
A
B
A
B

Lee Correctional Institution
F-1 Kershaw
F-2 Chesterfield
F-3 Sumter
F-4 Darlington
F-5 Richland

F-6 Florence
D

SMU
Infirmary
Total

Lieber Correctional Institution
F-1 Edisto
F-2 Cooper
F-3 Ashley
F-4 Stono

A
B
A
B
A
B
A

1

4

1

4

1

4

1

2

1

2
20

1

2

1

2

1

2

1

2

1

4

1

2

1

2

7

A
B
A
B
A
B
A
B
A
B
C
D
A
B
A
B

4

6

Total

1

16

1

2

1

2

1

2

1

2

24
24
24
24
36
36
36
36
24
36
36
36
36
36
44
36
124
128
0

96

144

132

152

252

776

128
128
128
128
128
128
128
128
64
64
64
64
128
128
126
126
20

144
148
124
139
124
128
124

256
256
256
256
256

256
252
20
1808

292
263
252
252

F-5 Wando

B
A
B
C
D
A
B
A
B

1

4

1

2

1

2

7

16

Livesay Pre-Release "A"
F-1 A - Dorm
F-2 B - Dorm
F-3 C - Dorm

1
1
1

1
1
1

Total

3

3

1

2

1

2

1

2

1

2

1

4

1

2

6

14

1

5

1

4

1

4

3

13

1

4

128
64
64
64
64
47
47
70
67
9

U-1 Death Row
U-2 SMU
Infirmary
Total

Livesay Pre-Release "B"
N-1 Housing
N-2 Housing
N-3 Housing
N-4 Housing
N-5 Housing (THU)
N-6 Housing

A
B
A
B
A
B
A
B
A
B
A
B

Total
Lower Savannah Pre-Release
C
Dorm 3

E

96 Bed Addition 2

F

96 Bed Addition 1

A
B
C
D
E
A
B
C
D
A
B
C
D

Total
MacDougall Correctional Institution
F-1 Magnolia

A

48
48
60

256

94
137
9
1555

48
48
60
156

17
17
18
46
18
46
18
46
49
49
72
72

34
64
64
64
98
144
468

13
13
15
15
2
24
24
24
24
24
24
24
24

58

96

96

250

48

192

F-2 Birch

F-3 Cypress

B
C
D
A
B
C
D
A
B
C
D

Manning Correctional Institution
E-1 Ward
E-2 Ward
E-3 Ward
E-4 Ward
E-5 Ward
E-6 Ward
J
THU - Ward 7

R

Housing

E

Lockup
Total

McCormick Correctional Institution
F-1 Housing
F-2 Housing
F-3 Housing
F-4 Housing
U

SMU
Infirmary
Total

Palmer Pre-Release
A
Dorm
B

Housing - B wing

D

Housing - D wing

A-1
A-2
B-1
B-2
D-1
D-2

4

12

6

1

4

1

4

1
4

1
15

1

2

1

2

1

2

1

2

1

2

5

A
B
A
B
A
B
A
B
A
B

1

1

A
B
C
D
AA
AB
PA
PB
5CB

4

3

Total

1

10

1

2

1

2

1

2

48
48
48
48
48
48
48
48
48
48
48

192

192

576

79
79
79
79
79
79
36
36
36
36
48
48
48
48
23

139
138
147
147
135
135
147
146
64
52
20

50
50
48
48
48
48

474

144

192

23
833

277
294
270
293
116
20
1270

100
96
96

Total
Perry Correctional Institution
M-A SHU Housing - A Dorm

M-B SHU Housing - B Dorm

M-C SHU Housing - C Dorm

M-D SHU Housing - D Dorm

Q-1 Housing Unit 1
Q-2 Housing Unit 2
Q-3 Housing Unit 3
Q-4 Housing Unit 4
I

3

Ridgeland Correctional Institution
F-1 Beaufort
F-2 Georgetown
F-3 Savannah
F-4 Charleston
U

SMU

D

A
B
A
B
A
B
A
B
A
B
C
D

Medical

Stevenson Correctional Institution
D-1 Ward 1
D-2 Ward 2
D-3 Ward 3
D-4 Ward 4
D-5 Ward 5
D-6 Ward 6

A
B

3

1

3

1

3

1

3

1

2

1

2

1

2

1

2

20

1

2

1

2

1

2

1

2

1

4

1
6

Infirmary
Total

1

8

X
Y
Z
X
Y
Z
X
Y
Z
X
Y
Z
A
B
A
B
A
B
A
B

6

1
13

1
1
1
1
1
1

1
1
1
1
1
2

292

66
58
12
22
20
6
22
20
6
22
20
6
96
96
96
96
96
96
96
96
20

136
152
158
157
158
158
158
158
24
14
24
20
8

24
60
34
48
48
48
72

136

48

48

48

192
192
192
192
20
1068

288
315
316
316
82

8
1325

24
60
34
49
48
120

U

SMU
Total

Trenton Correcitonal Institiution
F-1 Housing

F-2 Housing

F-3 Housing

U

1
7

Turbeville Correctional Institution
F-1 Selco
F-2 Elliott
F-3 Wyboo
F-4 Tawcaw
F-5 Rimini

F-6 Santee

U

SMU

D

A
B
A
B
A
B
A
B
A
B
C
D
A
B
C
D
N
S
E
W

Medical
Total

Tyger River Correctional Institution
U-1 Dorm
U-2 Dorm
U-3 Dorm
U-4 Dorm

A
B
A
B
A
B
A
B

12
347

1

4

224

1

4

1

4

1
13

56
56
56
56
56
56
56
56
56
56
56
56
47

1

2

1

2

1

2

1

2

1

4

1

4

1

4

1
21

136
136
136
136
136
136
136
136
64
64
64
64
64
64
0
0
20
12
20
16
8

272

1
8

SMU
Total

12

1
4

A
B
C
D
A
B
C
D
A
B
C
D

1
8

1

2

1

2

1

2

1

2

48
48
64
64
64
64
64
63

224

224

47
719

272
272
272
256

128

68

8
1548

96
128
128
127

U-5 Dorm
U-6 Dorm
U-7 Dorm
U-8 Dorm
U-9 Dorm
U-10 Dorm
U-11 Dorm
M
M

Housing
Housing

Total
Wateree Correctional Institution
A
Ward

Q
Ward
D-1 Dorm
D-2 Dorm
D-3 Dorm

D-4 YOIP Dorm

Boiler House
Total
Watkins Pre-Release

W-1
W-2
W-3
W-4
W-5
W-6
W-7
A
B
A
B
A
B
C
A
B
C

2

1

2

1

2

1

2

1

2

1

2

1

2
1
1
24

1

4

1
1

1
4

3

A
B
C
D
B-2
3-W1
3-W2
3-W3
3-W4

1

1
1
13

SMU - Upper Yard
SMU - Lower Yard
Total

Walden Correctional Institution
B
Housing

D
J

A
B
A
B
A
B
A
B
A
B
A
B
A
B

9

1

6

1
1

1
2

1

2

1

3

1

3

1
7

1
18

64
63
48
48
48
48
60
60
48
48
55
54
55
54
48
58

16
52
38
52
104
36
36
36
36

127
96
96
120
96
109
109
48
58
1338

158

104
144

406

70
70
70
70
70
70
70
72
72
72
72
0
0
0
54
54
54
3
943

420

70
144
144
0

162

3
943

F-1
F-2
F-3
F-4

Dorm - A
Dorm - B
Dorm - C
Dorm - D
Total

1
1
1
1
4

1
1
1
1
4

56
56
56
56

56
56
56
56
224

DOC Data Exchange Chart

I nmate Phone Systems Data Exchange

SCDC OMS

Proposed Inmate Telephone System

..
-... - - - -

Admissions
ReleasesfTransfers
Suspensions
Restrictions
Old Pin/Pan

...

- - - --

Pan List
Pin

.....

Canteen/Pos Data Exchange

SCDC OMS

Admissions
ReleasesfTransfers
Restrictions
Suspensions
Approved Property
Daily Inventory at Beginning of Day

Proposed Canteen/POS

- - - -- - - -....

...
.....

Property Requests
Daily Inventory at Close of Business

E.H. Cooper (Inmate Banking) Data Exchange

SCDC OMS

Proposed Inmate Banking System

Admissions
ReleaseslTransfers
Authorized Payees
Transactions To Be Posted
Freezes To Be Posted

....

I nmate Email Data Exchange

SCDC OMS

Admissions
ReleaseslTransfers
Restrictions
Suspensions

Proposed Inmate Email System

.

...

SOUTH CAROLINA DEPARTMENT OF CORRECTIONS
INMATE TEMPORARY TELEPHONE LIST
Inmate Name: (First/Last)_ _ _ _ _ _ _ _ _ _ _ _ _ Institution: _ _ _ _ _ _ _ _ _ _ UnitIRoom #_ _ _ __
SCDC Inmate Number: _ _ _ _ _ __ Inmate Signature: _ _ _ _ _ _ _ _ _ _ _ _ _ Date:__________
Telephone Number

Address

Name

Relationship

Data Input

(Toll-free numbers and
cellular telephone numbers are
not allowed.)

1. *(

)

2. (

)

3. (

)

4. (

)

5. (

)
DO NOT WRITE BELOW THIS LINE
INMATE TELEPHONE SERVICES
DATA ENTRY

*EMERGENCY NOTIFICATION NUMBER
The numbers entered on this Form 2-2 may be called for 90 days from the date of entry into the database. After 90 days. these numbers will be deleted from the authorized
telephone number database and the inmate will llQ1 be able to call them. During the 90 days, the inmate must mail SeDe Form 2-3, "Telephone Privilege Request," to each
person they wish to call. This person must fully complete the Form 2-3 and mail the form back to the inmate. See SeDe PolicylProcedure ADM-IS.02, "Telephone Use,"
for additional information.

DATA INPUT DATE: _ _ _ _ _ __
COMMENTS (For Sprint use only):

seDC Form 2-2 (Revised January 2003)

DATA INPUT BY: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ ___

SOUTH CAROLINA DEPARTMENT OF CORRECTIONS
TELEPHONE PRIVILEGE REQUEST
PLEASE PRINT
A copy of the first pa~e of your most current telephone bilI must be mailed with this fonn. All infonnation requested on this fonn
must be provided. After you have filled out the fonn, mail it to the address on the reverse side of this fonn. If you are the inmate's
attorney, please see the reverse side of this fonn for additional infonnation.
Inmate: Please fill out this block before you mail this form to the person who you want to be added to your telephone list.

INMATE NAME: _ _ _ _ _ _ _ _ _ _ _INMATE sene NUMBER: _ _ _ __
UNITIROOM#:

INSTITUTION TO WHICH ASSIGNED:

I wish to be added to the telephone list of the above inmate so that I can receive collect phone calls from this inmate. My
name, relationship to the inmate, telephone number, telephone service provider, physical address, and mailing address are
listed below. I understand that no toll-free numbers or cellular telephone numbers are allowed.

Relationship to
Inmate (e.g., mother,

Telephone
Number

friend, attorney)

Name of Requestor
(First and Last)

(lnclude Area
Code)

Local Telephone Service
Provider Name

Physical Address (Required by the South Carolina Department of Corrections):
(STREET NUMBER, STREET NAME OR RURAL ROUTE AND BOX NUMBER)

(CITY, STATE, AND ZIP CODE)

Mailing Address (Required by Sprint/If different from address above)
(POST OFFICE BOX NUMBER, CITY, STATE, AND ZIP CODE)

Both addresses are required if applicable. A Post Office box alone is not acceptable. A physical address Is mandatory:
********************************************

By completing this form I am stating that I understand and agree to the following:

I.
2.
3.
4.
5.

6.

7.

I am the party to whom the residential telephone service is billed or an acceptable agent for that party.
I agree to pay all costs associated with accepting collect telephone calls from the above inmate.
I will always be quoted the rate prior to acceptance and charges do not begin until I accept the telephone call.
It is always my choice to accept or refuse a call.
Since inmate telephone privileges are a privilege not a right of the inmate, I understand that any fraudulent information that I
provide in connection with this form or any efforts to defraud the phone company or to commit fraud using this phone system
may result in loss of or restricted use of these privileges for the inmate.
I understand that all calls are subject to monitoring and recording with the exception of an inmate's attorney who has provided a
request to the South Carolina Department of Corrections General Counsel. (Attorneys, please see reverse side for more
information. )
In the event that the inmate has reached the maximum of twenty (20) allowed numbers on hisJher phone list the responsibility to
accept or deny this request will be the sole responsibility and decision of the inmate.

(SIGNATURE OF RESPONSIBLE PARTY)

SCDC Form 2-3 (January 2003)

(DATE)
Data Entry Perfonned by: _ _ _ _ _ _ on _ _ _ _ __

INSTRUCTIONS FOR INMATES:
•

•
•

•

•

This form must be mailed to anyone who you wish to call during your incarceration, including your
attorney, if applicable. You should write your name, SCDC Inmate Number, Institution to which Assigned,
and Unit/Room in the space provided.
All telephone calls are collect calls and are charged to the person you call.
The person you wish to call must complete the form and mail it to the address listed below. After the
telephone vendor enters the information from the Form 2-3 into the telephone database, the Form 2-3 will be
returned to you. This will serve as your notice that you may call that number.
If you abuse telephone privileges, your telephone privileges may be suspended or restricted. Dependent on
the circumstances, you may be prohibited from calling certain numbers or may be prohibited from using the
telephone entirely, except for verifiable attorney calls.
If you use the telephone to abuse or harass the recipient of the telephone call, you will be subject to
disciplinary action. See SCDC PolicieslProcedures ADM-lS.02, "Telephone Use," and OP-22.14, "Inmate
Disciplinary System," for additional information.

INFORMATION FOR ATTORNEYS: If you are an inmate's attorney and do not wish your call to be
monitored you must send a letter to the South Carolina Department of Corrections Office of General Counsel
requesting that your calls not be monitored. The letter must be on your law office letterhead and must include
the following information: the inmate's name and SCDC identification number, the attorney's telephone
number, the attorney's South Carolina Bar Association membership number, and the attorney's signature. These
I letters must be sent to the South Carolina Department of Corrections, Office of the General Counsel, P.O. Box
21787, 4444 Broad River Road, Columbia, S.c., 29221-1787 or you may send the letter on law office letter
head with the same information to the inmate who must provide the letter to the Warden/designee. No verbal
requests will be accepted.
I

r··. · -·-··-

-

-- --

[
!

.H'&'&:LLA.oI

THIS FORM TO:

ISPRINT
!
IC/O SO..............,..

AROLINA DEPARTMENT OF CORRECTIONS
! P.O. BO 21787
!4444 BROAD RIVER ROAD

IC~~~IA SC 29211-17_ ____.__
8~.

., _.

(NOTE: Many telephone companies provide only local service and/or will not bill for collect calls. Therefore,
a block may exist on your telephone number, which will not allow the call to be completed. If your telephone
service is offered by such a company, Sprint will offer alternatives such as direct billing or prepaid accounts
that will make it possible for you to receive these calls.)

SCDC Fonn 2-3 (January 2003)

South Carolina Department of Corrections
Year 01-01-2009 - 01-31-2010
COLLECT
PREPAID
DEBIT
SOUTH CAROLINA DEPT. OF CORRECTIO
Inmate Year-to-Date Call Pattern Totals MSGS.
REVENUE
MSGS.
REVENUE
MSGS.
REVENUE
107,348 $ 209,419.00
119,183 $ 174,533.32
0 $
Jan-09
98,499 $ 191,754.40
131,457 $ 192,805.03
0 $
Feb
114,866 $ 226,835.55
165,643 $ 239,056.73
1,642 $
2,488.24
Mar
107,865 $ 213,243.90
148,285 $ 207,306.32
3,086 $
4,525.44
April
101,905 $ 200,772.80
145,175 $ 200,651.75
3,174 $
4,445.60
May
106,344 $ 208,412.40
156,066 $ 209,730.58
3,273 $
4,599.92
June
108,389 $ 215,169.70
153,779 $ 209,664.73
3,686 $
5,833.32
Jul
106,918 $ 211,927.25
160,501 $ 215,379.17
4,424 $
6,310.84
Aug
97,761 $ 193,264.20
153,421 $ 207,018.63
4,253 $
6,409.48
Sept
99,910 $ 191,284.65
156,057 $ 214,765.34
4,833 $
7,397.56
Oct
103,513 $ 207,932.15
168,285 $ 226,113.96
4,693 $
6,930.72
Nov
105,133 $ 211,136.40
176,115 $ 235,082.98
5,261 $
7,545.28
Dec
98,207 $ 188,311.85
153,692 $ 209,340.00
5,936 $
8,362.28
Jan-10
TOTAL
1,356,658 $ 2,669,464.25
1,987,659 $ 2,741,448.54
44,261 $
64,848.68

MONTH
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Jan-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09

SITE NAME
LOCAL CALLS LOCAL MINUTES LOCAL REV
Allendale
1129
15011
564.5
Broad River
4052
48909
2026
Camille Graham
1412
16879
706
Campbell Pre-Release
3015
37141
1507.5
Catawba Pre-Release
971
11177
485.5
Coastal Pre-Release
3197
37825
1598.5
Cross Anchor
4983
66445
2491.5
Dutchman
2793
33490
1396.5
Evans
766
9349
383
Goodman
1447
17493
723.5
Kershaw
1623
20183
811.5
Kirkland
3946
48698
1973
Leath
625
7403
312.5
Lee
197
2693
98.5
Lieber
3404
43113
1702
Livesay Pre-Release
1586
18758
793
Lower Savannah Pre-Release
1159
13635
579.5
MacDougall
219
2434
109.5
Manning
5067
63344
2533.5
McCormick
13
175
6.5
Northside
3188
40816
1594
Palmer Pre-Release
1803
21279
901.5
Perry
5254
65295
2627
Ridgeland
994
12005
497
Stevenson
2119
26708
1059.5
Trenton
342
3781
171
Turbeville
746
9296
373
Walden
3143
40086
1571.5
Wateree
1740
22124
870
Watkins Pre-Release
786
9718
393
Allendale
924
12190
462
Broad River
4195
50173
2097.5
Camille Graham
1400
16953
700
Campbell Pre-Release
2851
34677
1425.5
Catawba Pre-Release
1359
15636
679.5
Coastal Pre-Release
2872
35614
1436
Cross Anchor
5102
67216
2551
Dutchman
2442
27932
1221
Evans
918
11301
459
Goodman
1505
17540
752.5
Kershaw
1710
22018
855
Kirkland
3647
45329
1823.5
Leath
815
9693
407.5
Lee
331
4238
165.5
Lieber
3635
45711
1817.5
Livesay Pre-Release
1464
16212
732
Lower Savannah Pre-Release
1492
18004
746
MacDougall
335
3957
167.5
Manning
4323
53608
2161.5
McCormick
15
214
7.5

Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Feb-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Mar-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09

Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw

3071
1599
5606
1376
2465
278
580
2998
2175
696
1263
4888
2229
3528
1850
3665
7274
4548
1039
1594
2122
4937
931
388
4027
1696
1632
653
5540
15
3738
1363
5318
2231
2771
331
562
2985
3339
1091
1307
4794
2188
2904
1778
3094
6535
3903
901
1803
1548

39448
19183
70330
17252
31435
2992
7249
38277
27310
7997
16563
57832
27252
43990
20758
45084
94645
53832
12189
19319
27376
59430
10806
4820
50471
19077
19690
8002
70453
201
48279
15569
66736
28194
35237
3429
6693
37811
41928
12619
16871
57565
24409
36044
19803
38073
82050
47348
10103
22393
19511

1535.5
799.5
2803
688
1232.5
139
290
1499
1087.5
348
631.5
2444
1114.5
1764
925
1832.5
3637
2274
519.5
797
1061
2468.5
465.5
194
2013.5
848
816
326.5
2770
7.5
1869
681.5
2659
1115.5
1385.5
165.5
281
1492.5
1669.5
545.5
653.5
2397
1094
1452
889
1547
3267.5
1951.5
450.5
901.5
774

Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
Apr-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
May-09
Jun-09
Jun-09

Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River

4602
695
323
4160
1270
1172
519
5992
14
3702
1297
6048
2241
1851
702
465
3382
3504
1019
1071
4707
2088
2137
2011
2771
5525
3547
1117
1598
1374
4420
341
252
4926
1498
1129
472
5785
10
3469
1537
6060
2152
2134
510
439
3907
2811
1234
993
6076

55329
6980
4108
53181
14099
15335
6431
76397
177
47284
15771
76538
27828
22685
8474
5431
42139
44833
12083
13423
56199
24966
25851
21533
33275
69188
44138
13107
20186
17212
53399
3811
3312
61638
16747
14422
5653
74641
142
44503
18931
75749
26241
26758
6759
4978
49329
35581
14070
12231
70643

2301
347.5
161.5
2080
635
586
259.5
2996
7
1851
648.5
3024
1120.5
925.5
351
232.5
1691
1752
509.5
535.5
2353.5
1044
1068.5
1005.5
1385.5
2762.5
1773.5
558.5
799
687
2210
170.5
126
2463
749
564.5
236
2892.5
5
1734.5
768.5
3030
1076
1067
255
219.5
1953.5
1405.5
617
496.5
3038

Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jun-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09

Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry

2565
2482
1804
3755
5953
3029
2743
1751
2137
5987
639
14
5085
1955
1358
520
5665
24
3582
2198
5872
3041
1963
458
581
4637
3286
1748
1032
6421
2728
1540
6035
2956
1697
4729
2316
1802
5470
13
682
996
4965
1398
4371
222
1887
33
4247
1544
5013

31447
29404
19435
45970
73763
38342
33836
21393
26767
70483
7392
180
63973
21952
16829
6067
72034
343
46801
24377
72017
36815
24125
6239
6710
56889
42121
20526
13329
75014
32958
18182
75651
35905
18610
59465
29192
22657
64729
83
8430
12797
63259
15463
55684
2403
23991
359
55432
17376
62253

1282.5
1241
902
1877.5
2976.5
1514.5
1371.5
875.5
1068.5
2993.5
319.5
7
2542.5
977.5
679
260
2832.5
12
1791
1099
2936
1520.5
981.5
229
290.5
2318.5
1643
874
516
3210.5
1364
770
3017.5
1478
848.5
2364.5
1158
901
2735
6.5
341
498
2482.5
699
2185.5
111
943.5
16.5
2123.5
772
2506.5

Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Jul-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Aug-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09

Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee

3499
4132
474
567
2781
928
3522
1823
6567
2730
3147
1536
2691
6215
4825
2395
1173
1433
4948
562
71
4523
1357
1096
201
4503
49
4673
1712
6031
4364
1945
675
539
4709
4189
615
2831
6894
2958
1027
1421
2865
6295
3737
2015
1251
4649
123
454
1298

42114
49217
6248
6891
34122
10979
44332
23583
77196
33747
39801
16108
31202
79131
60988
30504
12615
17218
57423
5952
666
57831
15202
13780
1965
57984
608
61224
18843
74268
51365
24887
8881
6884
56547
54319
6802
37402
84607
37148
12846
14724
35685
79411
45597
25932
15618
55727
1202
5202
16454

1749.5
2066
237
283.5
1390.5
464
1761
911.5
3283.5
1365
1573.5
768
1345.5
3107.5
2412.5
1197.5
586.5
716.5
2474
281
35.5
2261.5
678.5
548
100.5
2251.5
24.5
2336.5
856
3015.5
2182
972.5
337.5
269.5
2354.5
2094.5
307.5
1415.5
3447
1479
513.5
710.5
1432.5
3147.5
1868.5
1007.5
625.5
2324.5
61.5
227
649

Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Sep-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Oct-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09

Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release

2985
1098
4890
159
1487
53
4541
1829
5682
3952
4180
778
308
4705
479
2343
2817
7297
2120
2942
1588
2506
7203
2959
1910
1111
2114
4848
392
194
4234
1061
957
156
5818
68
5339
1745
5703
3833
1136
923
360
4104
4295
540
2719
6711
3383
1074
2259

38183
12822
63553
1674
18686
747
60438
20141
70420
46519
50552
10569
3746
61720
5306
28991
38062
89145
26217
36034
17185
29908
91899
35283
24553
13504
26975
58431
4402
2131
54035
12131
11707
2100
77874
886
69383
19816
72193
43874
13959
11998
4262
49854
57373
6389
37256
82975
41232
12426
25557

1492.5
549
2445
79.5
743.5
26.5
2270.5
914.5
2841
1976
2090
389
154
2352.5
239.5
1171.5
1408.5
3648.5
1060
1471
794
1253
3601.5
1479.5
955
555.5
1057
2424
196
97
2117
530.5
478.5
78
2909
34
2669.5
872.5
2851.5
1916.5
568
461.5
180
2052
2147.5
270
1359.5
3355.5
1691.5
537
1129.5

Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Nov-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09
Dec-09

Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton

2793
7173
3372
2079
1640
4675
20
332
1299
4453
884
6588
283
943
58
5751
2464
5490
3952
4583
824
672
4850
1167
1890
2662
7797
2983
849
2266
2890
7716
4003
1641
933
4716
139
321
1867
4836
1547
6425
364
1471
76
5767
2430
6115
3518
3953
557

34759
90194
39568
25953
20703
56537
235
3828
14719
57475
10158
85409
3473
12017
748
73914
27771
68795
46835
55915
10570
8342
63222
14336
23684
36540
95645
35861
10307
25151
35341
96108
47422
20745
12188
57034
1869
3488
21127
62331
16709
83850
4688
19616
915
73884
25009
76670
43018
47513
6954

1396.5
3586.5
1686
1039.5
820
2337.5
10
166
649.5
2226.5
442
3294
141.5
471.5
29
2875.5
1232
2745
1976
2291.5
412
336
2425
583.5
945
1331
3898.5
1491.5
424.5
1133
1445
3858
2001.5
820.5
466.5
2358
69.5
160.5
933.5
2418
773.5
3212.5
182
735.5
38
2883.5
1215
3057.5
1759
1976.5
278.5

Dec-09
Dec-09
Dec-09
Dec-09
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10
Jan-10

Turbeville
Walden
Wateree
Watkins Pre-Release
Allendale
Broad River
Camille Graham
Campbell Pre-Release
Catawba Pre-Release
Coastal Pre-Release
Cross Anchor
Dutchman
Evans
Goodman
Kershaw
Kirkland
Leath
Lee
Lieber
Livesay Pre-Release
Lower Savannah Pre-Release
MacDougall
Manning
McCormick
Northside
Palmer Pre-Release
Perry
Ridgeland
Stevenson
Trenton
Turbeville
Walden
Wateree
Watkins Pre-Release

793
5259
1262
2099
1830
6897
1678
2562
2401
3006
6156
3810
1662
732
1002
4663
409
337
4210
1612
2209
203
5925
32
4569
2609
5701
3783
1425
772
859
3759
3746
1363

9980
69244
15644
26733
24750
86560
21218
31415
27485
37356
77299
45225
21092
8801
12572
56814
4711
4626
54082
17369
25204
2537
74657
396
59566
29203
72357
44848
18603
10089
10924
46684
49029
17086

396.5
2629.5
631
1049.5
915
3448.5
839
1281
1200.5
1503
3078
1905
831
366
501
2331.5
204.5
168.5
2105
806
1104.5
101.5
2962.5
16
2284.5
1304.5
2850.5
1891.5
712.5
386
429.5
1879.5
1873
681.5

INTRALATA CALLS INTRA MINUTES INTRALATA REV
INTERLATA CALLS INTERLATA MINUTES
2470
29283
4163.3
3642
43339
1746
19945
2867.5
8251
95242
843
9613
1382.8
2889
35590
592
6000
896
522
6567
519
6067
866.2
619
7658
539
5413
810.8
109
1190
3901
45113
6461.8
1182
14135
4074
47845
6821.5
2135
26426
2681
29622
4302.7
3968
45833
629
7267
1041.2
2505
27266
1086
13133
1856.3
5625
65412
1261
13163
1946.8
5041
52912
3699
41697
6019.2
2641
31055
3231
34627
5078.2
5212
56809
494
4779
724.9
3363
37298
1428
15197
2233.7
5
35
14
122
19.2
1403
15905
4039
48793
6898.8
2156
24840
1893
21880
3134.5
4189
47634
2977
33617
4850.2
1189
13306
2294
25641
3711.1
252
2654
1830
19526
2867.6
603
6432
2935
33945
4862
1936
23537
3162
39046
5485.6
5067
58939
413
4241
630.6
731
7813
296
3201
468.1
7284
85787
2678
27763
4115.3
6850
76156
804
8450
1247
2456
28338
2835
32511
4668.6
6349
71716
328
3633
527.3
1138
13545
2043
24472
3468.7
3349
39961
2008
22771
3281.1
8761
101163
815
9583
1365.8
2606
31959
513
5174
773.9
473
6184
372
4008
586.8
692
8747
630
6781
993.1
222
2156
3741
43207
6191.2
1075
12902
4033
45868
6603.3
1329
15736
3136
35938
5161.8
4085
48066
491
5639
809.4
2263
25750
1217
15347
2143.2
5626
64672
1468
15737
2307.7
5183
53285
3793
41994
6095.9
2933
34212
3777
41357
6024.2
5652
63181
626
5991
912.1
3601
39806
1076
11664
1704.4
24
230
21
222
32.7
1511
17744
4924
51945
7656.5
2284
21699
1674
18716
2708.6
4379
52015
2535
27064
3973.9
1196
13000

2000
2047
3154
3578
512
410
2514
778
3180
340
2812
2479
1130
508
512
578
4946
5486
4638
451
1919
1854
4162
4043
892
1411
30
5464
1796
3701
2814
1741
3655
4406
800
834
3089
890
3319
472
2712
1912
774
611
335
386
4429
4177
3624
388
1411

22975
21121
36876
42463
5527
4422
26906
8353
37311
3962
34100
28797
12512
5297
5630
6960
56341
61452
54406
5130
23911
19757
47353
43869
9724
16192
328
65624
20425
39970
32380
19287
42774
53432
8215
9699
33049
8982
39303
5943
33016
20747
8566
6916
3351
4672
50491
49422
41199
4166
17480

3297.5
3135.6
5264.6
6035.3
808.7
647.2
3947.6
1224.3
5321.1
566.2
4816
4119.2
1816.2
783.7
819
985
8107.1
8888.2
7759.6
738.5
3350.6
2902.7
6816.3
6408.4
1418.4
2324.7
47.8
9294.4
2940.5
5847.5
4645
2799.2
6104.9
7546.2
1221.5
1386.9
4849.4
1343.2
5589.8
830.3
4657.6
3030.7
1243.6
997.1
502.6
660.2
7263.6
7030.7
5931.9
610.6
2453.5

260
615
2132
5673
883
6278
6838
2811
6745
1164
5172
9687
3266
631
576
160
1483
1249
5626
2939
6455
6085
3230
6860
4171
23
2158
3102
5391
1740
248
524
2922
6181
994
7589
7643
3033
7222
1214
3813
8512
2636
662
559
215
1231
1541
4593
2964
5660

2879
6654
25484
66951
9861
74783
75298
32324
78311
14117
62642
111023
39551
7745
6772
1445
18506
14330
66523
33513
74726
61007
37289
77587
46432
277
25081
35105
63440
19424
2811
6012
34811
73201
10802
89160
84010
33828
85351
14691
45441
96911
31317
7750
6455
2296
14896
17387
52519
32991
65574

1973
4093
4023
900
1419
77
4504
1481
3568
2601
1341
3998
3808
742
650
2331
885
3508
498
2695
1331
682
771
367
473
4109
4079
4044
445
1392
1921
4264
4490
790
1432
62
4392
1438
3559
2392
1270
4097
3803
730
502
2381
1062
3196
718
2943
1686

22398
46741
44210
9033
15900
774
54044
16743
38187
29897
14544
47156
47057
7431
7671
23949
8234
40590
6173
32391
14174
7508
7477
4058
5761
47258
47494
45152
4156
16902
21378
48878
49539
7680
15228
542
51702
15779
38588
27278
14058
45862
45722
8513
5646
24153
10555
36501
8744
35100
18554

3226.3
6720.6
6432.5
1353.3
2299.5
115.9
7656.4
2414.8
5602.7
4290.2
2124.9
6714.6
6609.7
1114.1
1092.1
3560.4
1265.9
5813
866.3
4586.6
2082.9
1091.8
1133.2
589.3
812.6
6780.3
6788.9
6537.2
638.1
2386.2
3098.3
7019.8
7198.9
1163
2238.8
85.2
7366.2
2296.9
5638.3
3923.8
2040.8
6634.7
6473.7
1216.3
815.6
3605.8
1586.5
5248.1
1233.4
4981.5
2698.4

5936
3172
6007
3867
12
1784
2862
5241
1740
207
501
2839
6674
837
6202
5701
2980
6805
1474
4145
7183
3107
684
568
390
1004
1786
4969
2496
5095
6133
2973
5810
3753
59
1336
3409
4769
1596
274
313
2065
5462
1017
5164
5154
3141
6545
1141
4278
8661

62053
36500
66585
44108
89
20759
32454
59881
18661
2383
5681
32640
76624
9046
71236
62011
33230
81354
17126
49255
80887
35936
7780
6560
4378
12360
19655
57787
28311
59270
62419
33217
63812
41792
555
15014
39666
54000
16652
3092
3333
23268
61350
11212
59634
53904
34821
75786
13205
50779
99136

700
720
352
477
3998
3130
3927
406
1188
2522
4452
2731
715
1553
45
3879
1185
3931
2726
1818
3752
3586
689
541
2153
1013
3591
943
2802
2202
827
656
3521
489
276
4140
3771
1475
2485
4407
4494
59
723
1415
1423
4176
407
3399
3185
1763
3060

7689
7184
3377
5498
45197
35603
44434
4347
14070
26043
49628
29790
6700
16797
365
44275
13285
41009
31045
19545
42950
41748
7361
5916
21831
10020
41015
11791
32733
24744
8032
6369
40266
5138
2804
48388
41736
17543
25291
46903
49565
580
7299
15134
15680
47821
4072
36771
36707
19094
34778

1118.9
1078.4
513.7
788.3
6518.7
5125.3
6406.9
637.7
2001
3865.3
7188.8
4344.5
1027.5
2456.2
59
6367
1921
6066.4
4467.5
2863.5
6171
5967.8
1080.6
862.1
3259.6
1508.5
5897
1650.6
4674.3
3575.4
1216.7
964.9
5787.1
758.3
418.4
6908.8
6059.1
2491.8
3771.6
6893.8
7203.5
87.5
1091.4
2220.9
2279.5
6870.1
610.7
5376.6
5263.2
2790.9
5007.8

3678
981
535
245
1012
1383
5388
2741
5143
6711
2999
4254
3822
36
1534
3266
4455
1802
257
505
2329
5663
1063
5753
6017
2907
7682
1151
4033
8011
972
3052
1137
360
632
1744
5632
5141
6996
6259
2945
1439
3565
32
4307
3449
1144
1580
383
463
2280

42864
10238
5700
2610
12458
15277
62490
31167
60350
67883
34139
45696
42661
402
17318
39121
50235
19465
3112
5541
27918
63576
11691
67910
63404
31612
88994
12933
48879
91469
10669
34617
14213
3664
6768
19366
65579
59116
71421
68837
34359
15439
39413
357
48128
41466
13082
16331
4478
5612
27872

3273
838
488
2140
718
418
3553
3091
2268
594
1098
235
551
3206
3546
3721
707
1336
2161
4461
3908
660
1541
34
4392
1977
3583
3541
2231
3314
2828
550
468
2092
1058
4438
220
2818
2086
1240
542
241
340
3628
2598
3350
1250
1820
3589
4164
47

37299
8668
5095
22351
7796
4303
39690
36979
24787
6860
11353
2451
5426
36441
40989
40315
6642
15119
19893
49816
41424
7318
16636
392
50474
22165
38194
39528
23804
37370
32462
5478
5216
22254
11114
52065
1967
33721
23012
13540
5190
2598
3083
42629
28760
37499
15147
17092
37325
44622
574

5366.4
1285.8
753.5
3305.1
1138.6
639.3
5745.5
5243.4
3612.7
983
1684.3
362.6
818.1
5247.1
5871.9
5892
1017.7
2179.9
3069.8
7212.1
6096.4
1061.8
2434.1
56.2
7243.4
3205
5610.9
5723.3
3495.9
5394
4660.2
822.8
755.6
3271.4
1640.4
7425.5
306.7
4781.1
3344.2
1974
790
380.3
478.3
6076.9
4175
5424.9
2139.7
2619.2
5527
6544.2
80.9

5801
2803
5359
7048
3761
1455
7100
4089
6854
3749
1018
537
440
1094
1223
5386
3478
5196
7747
2981
6852
3478
21
1277
2920
4749
1761
312
699
2104
5910
1069
6254
7211
2796
7168
1739
4067
7314
856
3018
483
301
1228
1075
5368
4793
7728
6238
2923
1179

66790
30307
63079
76821
44536
16493
79450
48900
77983
43313
10550
5831
4754
12198
13584
64168
35337
57682
78235
33656
75983
37762
219
13597
35296
53884
18188
3668
7271
26151
67679
12521
74953
78785
29561
81045
20194
47983
83383
8533
34706
4966
3487
14767
11621
63710
53892
79095
69309
33912
12646

690
1241
1519
4486
564
3012
3087
1844
3697
2974
1069
507
1734
3315
456
817
2552
2389
552
1208
247
484
3326
2722
3672
513
1797
2230
3885
3115
733
932
60
4804
1516
2758
2966
2214
4313
2703
474
488
1779
1086
3420
542
2550
2647
1238
581
343

7736
13093
17322
51222
5881
32356
33448
20093
41042
32930
11134
5225
17755
37613
4712
9402
30238
25132
6309
14439
2752
4631
39545
30308
40835
5074
20824
21762
42474
33179
8436
9845
513
54615
16732
30659
32213
24601
49769
31640
4841
5156
19477
11780
39970
6261
30032
28139
12726
5680
3982

1118.6
1929.8
2491.7
7365.2
870.1
4741.6
4888.3
2931.3
5952.7
4780
1647.9
776
2642.5
5418.8
699.2
1348.7
4299.8
3707.7
906.9
2047.9
398.7
705.1
5617.5
4391.8
5919.5
763.9
2980.9
3291.2
6189.9
4875.4
1210.1
1450.5
81.3
7863.5
2431.2
4444.9
4704.3
3567.1
7133.4
4515.5
721.1
759.6
2837.2
1721
5707
897.1
4278.2
4137.4
1891.6
858.5
569.7

3237
39
4528
2335
1140
1392
272
523
2217
5280
2578
6589
5931
7344
1591
3578
4004
7847
3452
751
750
432
987
1206
4903
2796
4855
8543
2494
5517
3287
11
1336
2305
3822
1134
316
330
2069
5767
1160
6860
6646
2646
7540
1209
4316
8957
1018
2676
767

34970
325
51803
27019
13230
14104
3373
5433
25840
60479
28146
78183
64718
85772
18263
42288
47517
90171
41015
7754
7863
4704
11799
13266
57070
32285
55479
86519
28578
61035
37094
96
14682
27047
43368
12414
3921
3668
23816
66082
13321
80240
73453
29861
87782
13990
51077
104605
10431
29537
8779

455
3435
3490
3079
1114
1983
3908
4036
206
646
970
1659
4992
499
2139
3010
3242
4656
2820
1080
704
1647
4536
512
564
2763
2020
1637
638
316
408
3231
4206
3832
1527
1981
4312
4492
222
492
1028
1517
4854
545
3218
2899
3365
4089
3240
1176
548

4363
41520
40136
35699
12484
19801
40239
45032
2158
7350
9985
18429
56327
5232
23305
32296
36167
53406
33314
12087
8457
17844
52373
5969
6423
31370
21533
16960
6383
3750
3986
38744
48396
44484
19156
19493
46619
50004
2360
5406
10512
16338
54745
5450
35673
31162
36434
47324
37277
12300
5944

663.8
5869.5
5758.6
5109.4
1805.4
2971.6
5977.9
6521.2
318.8
1058
1483.5
2672.4
8128.7
772.7
3400
4734.6
5237.7
7668.6
4741.4
1748.7
1197.7
2607.9
7505.3
852.9
924.3
4518.5
3163.3
2514.5
957.3
533
602.6
5489.9
6942.6
6364.4
2679.1
2939.8
6817.9
7246.4
347
786.6
1565.2
2392.3
7901.5
817.5
5176.3
4565.7
5325.9
6776.9
5347.7
1818
868.4

487
940
1451
5067
4593
7719
6959
2943
1980
3047
15
4210
2492
1154
929
267
601
2255
5723
3062
7921
7394
8099
1380
3730
4765
7836
1119
2682
649
366
1164
1734
5063
5776
8144
6473
3068
1650
3153
7
4050
3018
1213
1958
286
668
2893
5202
3269
7815

5501
11249
15902
58612
53658
78414
78718
33618
20900
33400
124
47168
29430
13475
9991
3409
6538
25441
64733
33544
92748
80579
96260
15443
45113
56906
88484
12087
30054
7466
3998
13860
18636
58892
68184
84431
70867
33754
17758
34677
60
45056
34638
14531
21013
3477
7021
32456
55724
36668
91375

1852
4480
442
578
2565
2332
529
1151
259
485
2891
3876
3260
779
1417
1696
4109
4502
755
781
240
4537
1157
2443
2711
2829
3478
3731
392
657
1820
906
3954
597

19246
51193
5686
7114
30577
25051
6526
11235
3053
5331
33644
45354
37289
8079
17536
17169
45962
49404
8311
7710
2517
51212
12715
27654
29892
30046
41327
43068
3938
8320
19621
9752
46021
7166

2850.6
7359.3
789.6
1000.4
4340.2
3671.1
917.1
1699
434.8
775.6
4809.9
6473.4
5358.9
1197.4
2462.1
2564.9
6650.7
7191.4
1208.6
1161.5
371.7
7389.7
1850
3986.9
4344.7
4419.1
5871.7
6172.3
589.8
1160.5
2872.1
1428.2
6579.1
1015.1

8258
7622
1421
3856
4171
7263
2945
933
474
270
890
1563
4136
2597
5181
6262
2686
5957
2952
4
1513
2696
3487
1301
146
576
2037
4960
1153
6582
7738
2315
6583
813

90077
88821
16208
47076
50098
85092
36256
9871
5244
3030
10392
16925
46803
29570
61054
66854
30435
66372
34038
16
15858
31384
40153
13475
1730
5693
22973
56167
13769
77557
86383
25279
78754
8934

INTERLATA REV
INTERSTATE CALLS INTERSTATE MINUTES INTERSTATE REV
10142.85
1510
19102
4752.8
22537.3
1023
12792
3197.55
8227.5
584
7653
1877.95
1507.05
147
1713
440.7
1767.7
167
1976
505.15
287.5
85
1154
279.35
3302.25
768
9736
2420.4
6098.9
820
10380
2582
10842.95
1535
18846
4745.65
6594.9
658
8336
2072.9
15436.8
1243
15389
3862.1
12977.8
931
11169
2839.1
7299.25
931
11975
2960
13733.35
1019
11459
2992.6
8957.7
789
9649
2433.6
10.25
68
798
204.7
3788.75
114
1467
362.55
5882
787
9475
2405
11334.1
499
5973
1519.7
3184.9
677
8963
2190.7
650.1
445
5567
1391.3
1567.8
300
3902
960.3
5466.55
833
10722
2649.55
13907.85
937
11663
2920.7
1902.95
146
1849
459.85
20152.05
1018
12819
3195.35
18273.4
899
10567
2708.8
6706.7
151
1873
469.7
17106.4
629
7587
1924.3
3169.75
96
1171
295.65
9343.15
1333
16560
4150.25
23935.45
1199
14002
3599.05
7399.85
626
8097
1997.05
1400.6
171
2080
525.75
2004.05
93
1064
275.85
545.4
134
1802
437.8
3010.3
637
7885
1979
3689.4
652
8287
2058.05
11294.9
1714
21349
5344.85
6125.5
369
4704
1166.85
15326.8
1303
15981
4025.9
13175.75
655
7420
1931.75
8064.8
926
11862
2936.8
15129.15
1221
14146
3648.15
9571.9
914
11300
2837.5
58.5
81
843
227.7
4172.6
129
1618
403.95
5538.85
708
7409
1996.35
12181.25
633
7724
1949.85
3146
669
8614
2128.35

691.85
1613.1
5954.6
15715.65
2362.15
17495.45
18132.7
7659.6
18491.65
3281.55
14568.3
26340.45
9198.65
1792.75
1591.8
376.75
4258.9
3398.5
15604.45
7965.95
17663.9
15236.05
8823.35
18498.05
11135.8
64.55
5920.15
8367.75
14907
4653.6
669.65
1425.8
8143.65
17161.15
2614.3
20963
20244.5
8107.2
20024.65
3417.65
10629.15
23048.65
7333.55
1824.5
1527.25
559.4
3465.4
4149.05
12470.85
7912.65
15496.1

427
488
716
1063
146
932
800
206
671
112
1872
1282
796
133
191
75
701
818
2458
523
1719
1046
1147
1455
1189
69
149
641
856
1132
495
319
697
1399
92
1094
899
331
773
204
1632
1336
688
87
136
56
611
774
1829
548
1700

5572
6078
9122
13507
1800
11595
9239
2592
8306
1311
23630
15619
10084
1679
2036
798
8479
10776
31062
6475
21619
11307
14268
17060
15061
791
1910
8246
10266
13893
6338
4222
8595
17063
1062
12751
10617
4060
9691
2588
20170
15525
8782
1141
1599
650
7272
9830
22345
6670
20734

1369.55
1521.7
2263.3
3354.8
452.5
2904.25
2385.85
646.3
2084.65
336.65
5884.5
3945.35
2507.6
418.1
544.15
213.45
2148.1
2638.9
7731.8
1625
5391.6
3003.55
3573.95
4377.75
3745.4
204.9
472.75
2038.15
2609.9
3498.95
1569.45
1032.05
2160.5
4308.2
274.3
3280.15
2716.3
1022.75
2419.9
643.2
5065.5
3998.75
2177.3
279.9
409.85
167.5
1854.55
2442
5638
1685.5
5235.1

15243.95
8647
15994.75
10483.2
25.35
4897.85
7730.1
14223.15
4539.15
564.45
1353.15
7735
18167.6
2193.9
16887.4
15002.65
7964.5
19008.1
4042.9
11533.25
19316.05
8497.4
1851
1552
1046.7
2858
4734.25
13637.05
6742.65
13985.5
15495.85
7955.55
15381.8
10021.8
142.25
3588.1
9358.9
12869
4093.8
737.8
812.95
5555.2
14664.5
2698.8
14109.1
13239.6
8364.15
17912.9
3121.75
11894.85
23531.4

1101
1142
1298
1142
46
122
603
828
1203
326
185
691
1091
51
715
627
444
875
164
1405
1164
870
68
186
75
982
1021
2015
488
1606
1030
1034
1283
977
52
106
622
863
864
221
121
821
856
112
845
777
430
571
155
1260
1177

12478
14607
14711
13820
611
1578
7368
10202
14859
3944
2270
8525
13069
604
8006
7273
5146
10517
2091
17883
13981
10804
827
2048
857
12370
13251
24617
5887
20043
11512
12672
14736
12266
601
1383
7620
10622
10870
2651
1493
10337
10007
1424
9968
8824
4719
7340
1741
16220
13700

3247.95
3618.55
3829.15
3500.5
149.15
389.2
1858.95
2565.3
3732.6
999.1
571.75
2142.5
3324.1
154.35
2094.65
1874.7
1326.9
2671.3
518.65
4438.7
3552.15
2708.1
209.05
539.7
222.3
3083
3263.9
6211.3
1493.05
5013.95
3014.3
3193.3
3814.15
3061.15
155.15
339.95
1920.5
2672.05
2710.5
673.9
375.2
2576.8
2571.05
353.6
2551.45
2294.85
1245.35
1814.75
454.9
4008
3526.25

10107.6
2516.7
1390
636.5
2880.7
3674.55
14761.5
7416.05
14195.5
16893.45
8119.85
11108.4
10221.15
96.3
4131.7
9134.15
11990.25
4721.75
723.8
1336.15
6516.7
15199.4
2816.65
15939.5
15527.6
7648.8
21031.1
3090.95
11364.85
21731.35
2572.35
8244.55
3268.95
909.6
1647.2
4648.9
15468.85
14008.4
17709.15
16584.55
8098.85
3754.85
9476.95
85.55
11526.2
9668.9
3106.3
4029.65
1054.7
1304.8
6460.8

921
94
164
65
1261
999
2284
649
1359
882
1315
1124
1311
45
113
740
792
841
291
133
916
1073
99
783
567
594
954
100
1055
1150
162
636
1139
68
107
1013
2077
1094
1451
1284
1257
89
1411
38
639
749
107
764
266
107
788

11433
1298
1779
727
15307
12794
28443
7116
16534
9249
16253
13161
16351
489
1475
8610
9383
10324
3441
1590
11655
12432
1270
9013
6494
6660
11998
1005
13508
13915
1993
6679
14374
767
1207
12981
25280
13323
15909
14823
15787
1226
17766
449
7553
8508
1310
9581
3258
1241
9982

2866.2
312.2
471.85
190.3
3872.3
3167.85
7121.45
1878.65
4178.85
2489.85
4081.7
3379.15
4091.4
129.6
362.5
2216.5
2397.45
2599.85
879.9
404.75
2893.25
3206.05
314.25
2330.7
1682.85
1741.5
2992.2
275.75
3344.95
3524.75
501.45
1796.85
3579.85
200.05
314.8
3213.4
6388.25
3365.95
4200.1
3828.45
3939.3
295.15
4428.65
114.85
1931.7
2212.45
330.25
2392.15
821.2
319.9
2482.3

15819.5
7349.05
14820.85
18571.15
10441.4
3928.95
19017.5
11424
18551.45
10245.95
2600.5
1411.65
1153.1
2923.7
3260.6
15011.2
8778.55
13848.3
19482.25
8029.4
18249.45
9142.3
53.85
3316.55
8214.4
12831.6
4489.2
862.2
1789.65
6026.65
16061.85
2947.15
17496.95
19028.75
7230.15
19324.75
4768.1
11264.45
19821.45
2135.95
8223.9
1233.65
824.05
3443.8
2825.15
14924.5
12929.3
19592.25
16634.35
8011.3
3076.65

920
676
980
718
783
205
969
1064
1011
684
133
90
116
1000
766
1717
701
1129
1693
1256
1127
1167
40
121
638
736
709
231
220
914
1092
160
1157
768
881
663
216
1042
1074
211
417
45
91
910
645
1671
727
1655
937
1279
104

11156
7250
12109
8409
9996
2267
12066
13429
12066
8715
1698
940
1506
12644
9759
20527
7600
13913
19132
15379
13304
14498
480
1566
7517
8860
8729
3047
2912
11013
13590
2021
13492
8815
9891
8319
2608
12814
12551
2820
5468
518
1103
11439
8337
20074
8860
18796
10804
15912
1389

2823.4
1932.5
3041.35
2158.85
2478.15
596.3
3021.15
3344.35
3073.65
2162.25
420.95
253.5
370.9
3146.6
2421.35
5225.3
2016.25
3498.2
4986.05
3876.85
3404.35
3633.45
122
386.15
1925.05
2249
2195.6
745.8
711.8
2794.45
3403.5
503.15
3470.05
2282.25
2584.9
2076.6
661.2
3224.6
3225.15
686.75
1341.45
133.95
279.2
2853.35
2056.8
5099.85
2237.75
4888.15
2791.85
3985.55
338.35

8482.5
87.75
12298.45
6387.85
3124.5
3514.85
777.95
1337.95
6093
14351.85
6799.9
18342.7
15638.7
20209.8
4330.45
9921.2
11131.55
21372.65
9604.25
1914.1
1941.95
1137.6
2757.6
3202.15
13463.5
7638.75
13243.6
21520.85
6782.7
14672.25
8851.1
25.4
3538.8
6362.05
10327.2
3000.1
904.15
880.2
5641.4
15679.3
3158.15
18960.25
17663.95
7125.15
20707.3
3307.5
11977.55
24647.75
2582.65
7106.55
2103.6

832
15
524
661
94
538
208
223
849
1288
548
1087
671
690
176
813
1118
1020
995
157
74
86
1071
730
1710
525
798
1857
1366
885
933
15
184
677
727
517
214
235
887
1438
97
819
733
533
736
102
1310
1429
158
414
155

10696
181
6348
7850
1231
6732
2563
2849
10223
15915
6249
13200
8017
8524
1973
10443
13980
12400
13120
2106
999
988
13549
9053
20232
6318
9930
21643
17148
10468
11945
192
2389
8070
9095
6353
2686
2945
11217
17552
1329
10328
8667
5963
8714
1170
16724
17466
1901
4939
2096

2644.4
45.9
1607.2
2003.75
302.15
1682.3
644.45
706.1
2594.7
3997.25
1622.35
3338.75
2041.3
2141.1
515.95
2582.7
3494.5
3135
3211.75
512.15
242.35
255.7
3371.1
2270.45
5172.3
1603.95
2487
5567.7
4279.7
2676.45
2958
47.55
588.35
2056.75
2273
1599.2
670.4
735.5
2791.3
4430.3
320.6
2572.95
2216.3
1560.7
2227.1
303
4146.1
4406.15
482.65
1258.35
508.15

1312.15
2627.85
3845.55
13858.8
12707.7
19481.1
18766.7
7988.45
5116
8057
33.6
11285.2
6906.5
3175.25
2433.15
778.35
1581.7
6071.15
15432.95
8093.6
21897.7
19480.85
22538
3696.45
10496.95
13300.9
21108.6
2932.05
7190.1
1781.4
965.7
3243.25
4535.65
13896.8
16069.35
20808.65
17103.05
8137.85
4317.45
8354.55
16
10808.4
8213.7
3392.65
5113.7
808.55
1721.15
7761.4
13560.6
8769.2
21654

76
1106
771
1592
579
2032
1097
1383
92
725
29
699
715
121
378
300
412
890
1562
595
1223
922
801
148
810
1284
1368
128
351
145
72
935
876
1789
763
1543
1210
1366
136
656
27
556
837
108
729
191
184
1201
1744
578
1070

893
13998
9558
19484
7078
23768
13111
17019
1026
9474
319
8904
8551
1538
4716
3947
4628
11037
19135
6740
15355
10740
9879
1606
10720
16637
15780
1532
4355
2061
903
11911
10422
21301
9563
18059
14134
16984
1741
8227
270
7161
9735
1170
8932
2334
2139
14352
21108
6626
13707

228.95
3482.2
2397.45
4912.6
1785.45
6105.2
3337.9
4281.6
268.9
2327.35
84.1
2209.35
2176.4
381.95
1179.9
967.05
1209.2
2768.05
4822.75
1754.75
3832
2763.5
2483.1
425.9
2620.5
4100.55
4077
389.8
1092
490.4
225.45
2955.4
2658.3
5431.4
2388.2
4637.6
3632.6
4255.1
431.15
2054.05
74.25
1769.15
2506.5
310.5
2251.05
588.85
550.85
3654.05
5346.2
1716.4
3393.55

21769.55
20945.15
3852.2
10917.4
11685.7
20026.8
8383.4
2413.65
1260.6
724.5
2448.8
4101.75
11156.45
7032.5
14339.1
16290.1
7251.25
15912.8
8057.7
6.4
3891.7
7403.6
9509.95
3322.25
405.5
1429.95
5482.95
13385.05
3218.35
18215.55
20695.45
6106.85
18396.1
2153.1

1115
827
259
859
1386
992
727
63
247
52
958
723
1608
361
1018
1276
1038
1266
575
27
146
767
542
522
145
230
979
1656
148
1093
1048
438
684
239

13083
10121
2897
10794
18197
11474
9346
805
3309
634
12268
9227
19171
4570
12764
15202
12532
15314
7548
298
1834
8890
6952
6403
1794
2687
12031
20794
1906
13892
12495
4717
8788
2593

3356.2
2551.9
758.3
2692.85
4462.05
2961.1
2310.65
199.5
805.1
160.1
3037.7
2287.8
4885.65
1136.75
3187.1
3875.3
3177.3
3879.6
1850.95
78.45
457.6
2292.25
1720.3
1612.95
450.35
690.55
3028.4
5189.1
470.9
3450.05
3184.25
1255.05
2173.2
687.7

TOTAL CALLS TOTAL MINUTES TOTAL REV
8751
106735
19623.45
15072
176888
30628.35
5728
69735
12194.25
4276
51421
4351.25
2276
26878
3624.55
3930
45582
2976.15
10834
135429
14675.95
9822
118141
16898.9
8950
103650
20274.3
5239
60362
10432.5
9577
114117
21966.7
11179
125942
19736.7
7896
92130
16590.95
9659
105588
21902.65
8050
94839
13818.2
3087
34788
3241.65
2690
31129
4750
7201
85542
15295.3
11648
138831
18521.8
4856
56061
10232.3
6179
74678
7346.5
4536
51139
6297.2
10958
133499
15605.1
10160
121653
22811.15
3409
40611
4052.9
8940
105588
23986.5
11173
123782
25470.5
6554
78747
9994.9
11553
133938
24569.3
2348
28067
4385.7
7649
93183
17,424.10
16163
188109
32,913.10
5447
66592
11,462.70
4008
48115
4,125.75
2516
29455
3,546.20
3858
46353
3,412.30
10555
131210
13,731.50
8456
97823
13,571.75
9853
116654
22,260.55
4628
53633
8,854.25
9856
118018
22,350.90
10953
121771
19,238.70
8467
97761
17,505.00
10981
122922
24,967.00
8776
102808
15,139.00
2645
28949
2,722.60
3153
37588
5,355.25
8251
85010
15,359.20
11009
132063
19,001.20
4415
48892
9,255.75

5758
4749
11608
11690
4006
7898
10732
6793
12771
2312
11119
18336
7421
4800
3129
4478
14404
12101
13761
5507
12215
13922
9470
12746
10279
3199
3969
9860
13583
6588
7295
3947
12592
14217
4657
9848
12193
7239
14653
2981
9464
16554
6286
4264
2808
3751
12806
10395
10947
5703
10319

70874
53036
141812
140173
48623
93792
118692
81546
151238
27387
136935
213271
89399
58711
35196
54287
177971
140390
164180
64437
147632
151501
109716
143336
121688
36337
47009
116977
164584
73488
89808
45090
152916
171890
55316
115039
134369
84681
176273
35841
115498
190748
73074
51851
31208
45691
154709
123987
126166
66220
123299

6,894.40
7,069.90
16,285.50
25,793.75
4,855.85
21,185.90
24,756.15
11,029.20
26,984.90
4,532.40
25,900.30
36,849.00
14,636.95
4,758.55
3,879.95
3,407.70
18,151.10
17,199.60
31,615.35
11,126.45
27,467.10
23,610.80
19,679.10
29,478.20
18,313.10
3,442.15
7,256.70
20,026.80
23,227.40
14,007.55
8,753.10
5,938.55
19,068.05
30,131.05
5,495.60
25,795.55
28,091.20
11,965.65
29,703.85
5,436.65
21,005.75
32,475.10
11,848.45
4,553.50
3,328.70
2,934.10
15,851.05
15,573.25
24,491.25
11,110.25
23,958.70

13612
9102
11651
10069
2747
3155
8488
13542
6525
6836
3324
13576
13814
3481
8269
9124
7691
14692
3155
9316
14385
6747
3660
3132
3709
11620
10433
12145
5027
9467
13504
8612
11835
10446
3041
2633
8895
12855
6029
6356
3241
13043
12273
3993
7021
8751
8540
13123
3248
9474
17600

152258
104828
129614
120142
30699
38446
100297
163223
71884
83508
38266
164859
164578
39766
95387
98664
88749
177294
37473
112952
165241
79214
41935
34199
44271
141176
124538
140663
58540
113427
148708
98578
131399
123376
33131
31361
104641
155042
66252
77524
37815
155216
143320
47907
82007
91859
99424
155208
37760
114330
202033

24,019.20
19,333.65
26,417.90
17,417.00
3,109.00
5,988.95
17,504.95
22,199.25
13,881.45
7,704.75
4,698.30
19,616.10
29,221.90
4,387.85
20,425.15
20,670.25
12,248.30
29,244.40
5,937.35
21,094.05
27,304.60
13,341.30
4,261.75
3,686.50
3,467.10
15,483.80
16,560.55
26,944.05
9,672.80
22,072.65
23,818.45
18,339.15
26,520.85
16,708.95
3,285.20
4,577.75
18,881.60
20,730.45
12,447.60
7,070.00
3,997.45
17,796.70
24,785.25
5,335.70
17,731.15
19,359.75
13,149.50
26,381.25
5,427.05
21,380.85
32,794.05

7864
4277
2855
4542
12224
8541
14342
5547
9827
16102
9405
8123
10933
3589
3050
8405
12097
6598
6856
4654
12869
13363
3814
7535
9318
9151
15513
3942
8922
17784
4689
5884
11832
3873
2712
11626
13796
9512
16402
11963
9378
2583
10664
2883
10740
8596
3545
5776
8081
3877
11141

93433
48124
30291
54805
146725
102016
169203
64023
117721
173658
107412
88827
129685
39640
35987
98073
144937
71141
84399
51053
154540
154571
44447
89078
98439
105181
184128
46255
108449
205142
53652
65847
144504
45474
29389
140200
161787
112639
177350
130646
108141
30042
127737
31403
127045
100198
42455
63042
99875
43323
134885

15,375.20
5,148.30
3,277.55
3,492.60
16,248.20
13,482.20
29,661.35
10,807.90
21,443.85
26,242.10
19,709.85
18,839.05
17,882.55
3,659.60
5,232.20
17,977.65
19,141.20
13,400.00
7,862.20
5,703.40
18,516.95
25,893.75
5,193.00
19,361.30
20,760.55
13,217.30
31,563.30
5,891.30
19,900.10
32,042.00
5,654.50
11,776.30
15,653.40
3,345.95
3,228.90
17,135.60
29,074.20
20,767.15
28,415.85
27,313.30
19,582.65
4,635.50
17,479.50
3,120.30
17,922.90
18,862.45
4,990.75
11,814.90
9,262.60
5,187.60
16,457.40

13493
8449
7301
10473
8043
3006
15144
10067
16700
7757
5396
2398
3798
11515
10360
13219
6059
9094
16549
9260
11958
9828
2959
2528
8151
11965
6102
8757
4862
12363
14194
3724
8554
10610
9444
16458
2790
10758
17368
5265
5004
2190
3597
12061
8055
12404
8021
15852
10887
8820
2628

157359
95442
86531
114472
96450
34042
175538
122891
192032
92635
63402
25330
42888
140414
125320
155514
62194
103932
174683
104803
131377
117409
32537
29335
95252
142893
65719
107467
52830
148802
165096
44907
102542
116738
107113
195748
31571
131920
203553
62041
58210
22806
43358
148246
94315
147215
93517
170710
118640
99648
31063

25,758.80
12,633.35
18,852.70
24,318.60
15,448.65
5,628.55
29,545.15
20,923.25
28,521.30
14,756.20
6,279.25
2,795.75
3,687.60
14,424.90
13,966.35
27,326.00
12,399.00
20,242.90
30,012.10
19,399.35
27,785.70
16,099.05
3,288.45
4,306.90
17,483.35
20,537.10
12,320.20
9,667.80
6,853.35
17,230.60
26,307.55
5,245.60
22,060.10
24,851.90
13,809.95
30,921.35
6,043.50
20,685.65
29,837.80
6,275.70
10,868.85
2,458.40
3,014.05
15,521.55
10,925.45
26,456.75
17,932.25
29,424.10
25,014.70
18,768.05
4,144.90

7744
2393
11461
7641
3285
4995
8108
4419
12445
13494
8375
8961
8644
16054
2702
7551
10491
18553
7119
5058
2659
3508
12587
7617
12195
4945
9564
17478
8137
9711
9187
2019
2537
7942
11883
4477
8835
4524
12972
13741
2867
9090
9518
8369
15991
2393
10895
19744
5797
4745
3524

91585
26421
139026
87765
39028
53939
99822
48516
147525
155843
96081
107177
94236
193629
30254
91124
129797
216848
86661
60333
28799
40231
156792
87910
142690
57181
113208
188355
92602
106813
111510
22264
29291
91832
147069
50312
108203
51030
156995
159148
33450
107722
105859
97458
193839
27810
135089
233185
66290
52582
40414

13,738.00
2,612.45
18,842.35
15,836.30
5,040.25
9,965.25
8,581.20
5,889.85
17,481.40
25,105.10
12,160.15
22,846.45
20,476.50
30,122.20
5,785.10
15,024.10
20,334.35
31,863.85
14,782.90
5,945.15
3,377.00
3,351.40
15,347.70
11,343.90
25,510.30
10,562.10
19,768.50
32,803.75
17,448.30
22,321.10
15,136.20
2,053.95
4,686.95
16,360.30
17,940.40
9,078.20
8,948.35
6,055.30
18,417.60
26,541.60
4,767.85
22,754.30
22,897.45
12,458.85
30,788.90
4,777.60
21,761.35
36,546.80
6,648.40
9,760.40
4,310.95

8362.28

3811
12654
9084
11817
7926
16409
11984
8694
3577
8871
1898
13156
8482
2717
3504
9328
6719
13291
14057
9320
10672
10635
18286
3207
6994
11474
19021
5867
4520
3376
3736
13046
10819
12325
8999
16384
12134
9247
3875
9137
2609
12548
9073
3337
5981
9143
6647
14298
13704
8976
9990

45516
156961
105164
139748
93923
178520
132303
99497
38803
107699
20586
159910
97781
32262
38760
113566
75104
158679
164017
108286
127130
117505
221734
37354
85940
141453
221442
66440
51099
38428
44228
160623
124876
145422
109091
179017
133489
104230
42986
110641
27551
152405
103806
40767
66533
110857
70603
170802
157127
103107
117980

3,601.40
15,566.05
13,687.60
24,920.30
17,118.55
30,895.40
28,092.50
18,957.25
6,353.20
13,668.85
2,043.20
19,460.95
17,353.10
4,801.40
7,042.05
9,355.50
9,260.60
19,252.80
26,973.10
13,888.55
27,339.40
25,188.25
34,951.40
5,558.75
14,986.75
23,250.95
32,247.40
7,327.85
9,663.90
3,937.80
3,238.75
15,546.55
16,138.05
26,513.10
21,603.15
30,744.05
27,623.05
19,799.85
6,029.10
13,613.20
2,428.95
18,182.35
18,803.70
5,256.15
12,579.05
8,846.60
8,812.90
21,249.85
26,013.50
14,280.10
26,194.45

0
0
0
0
0
0
0

12018
18188
3384
7392
9952
17484
5879
4709
3381
3813
10895
9972
10666
4469
8618
13897
8242
12062
8492
2424
4108
8203
11111
4298
7571
6244
12195
14130
3118
9104
11465
7418
14967
3012

132386
219379
40435
91717
123622
208177
73346
53326
39091
46351
133603
116731
124355
51020
103926
156039
93640
135716
103979
25393
45413
94023
134477
47928
92982
67629
148688
164877
38216
109858
129423
86432
182592
35779

28,372.85
33,485.85
6,031.10
15,660.15
21,402.95
30,107.50
12,450.15
5,593.15
3,701.00
3,163.20
13,374.40
14,767.95
22,232.00
9,732.65
20,489.30
25,061.80
17,283.75
27,152.30
13,222.25
2,052.35
5,825.50
17,187.05
16,042.75
8,938.10
7,485.05
7,844.10
17,233.55
26,637.95
4,991.55
23,212.10
27,181.30
10,669.60
29,021.40
4,537.40

MONTH
Mar-09
Mar-09
Mar-09
Apr-09
Apr-09
Apr-09
May-09
May-09
May-09
Jun-09
Jun-09
Jun-09
Jul-09
Jul-09
Jul-09
Aug-09
Aug-09
Aug-09
Sep-09
Sep-09
Sep-09
Oct-09
Oct-09
Oct-09
Nov-09
Nov-09
Nov-09
Dec-09
Dec-09
Dec-09
Jan-10
Jan-10
Jan-10

SITE NAME
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath
Camille Graham
Goodman
Leath

LOCAL CA LOCAL MIN
LOCAL RE INTRALATA
INTRA MININTRALATA
INTERLATA
125
1246
50
152
1253
161.04
185
68
828
27.2
15
152
18.16
225
23
217
9.2
237
1974
252.72
338
159
1647
102.44
139
1457
172.16
328
293
3144
160.88
280
2545
529.4
34
141
1395
132.16
658
5776
725.28
654
256
3181
176.36
91
957
112.96
0
796
8238
793.36
39
344
43.12
0
910
10435 1565.88
771
7292
891.76
0
420
4861
310.6
141
1438
171.44
0
759
7767
818.72
60
474
61.92
0
650
7564 1269.16
904
9251 1101.68
0
277
2975
245.2
80
929
106.32
0
1000
10097
1570.4
25
265
31.2
0
1001
10107
1738.4
776
7425
904.4
0
136
1707
54.4
74
795
93.2
138
581
5869
232.4
211
1419
197.92
631
190
2128
76
1187
11549 1398.72
726
260
3289
104
117
1197
142.56
225
337
3610
134.8
88
942
110.56
592
64
891
25.6
1352
13210
1597.6
677
349
4435
139.6
104
1132
132.16
284
373
4156
149.2
159
1549
187.52
764
42
618
16.8
1372
12600
1556.8
522
383
4604
153.2
110
1252
144.16
235
583
6630
233.2
149
1488
178.64
754
46
667
18.4
1142
10980
1335.2
670
464
5478
185.6
140
1509
176.72
369
774
9056
309.6
182
1575
198.8
763
9
62
3.6
1279
12162 1484.56
637
683
8102
273.2
102
1090
128
402
809
9826
323.6
191
1733
215.04
696
114
1384
45.6
1347
13516 1620.08
913

INTERLATA
INTERLATA
INTERSTA INTERSTA INTERSTA TOTAL CA TOTAL MIN
TOTAL REV
1420
318.4
93
896
200.52
555
4815
729.96
2018
422.16
41
413
90.56
349
3411
558.08
3038
634.96
140
1361
303.32
738
6590
1200.2
2941
615.32
74
764
165.68
700
6809
1055.6
265
34.8
52
553
118.36
659
6507
843.44
5514 1184.88
274
2584
584.08
1727
15269
2626.4
0
0
32
636
108.32
379
4774
397.64
0
0
37
506
97.72
872
9088
934.2
0
0
242
3451
656.12
1923
21178 3113.76
0
0
54
1026
177.12
615
7325
659.16
0
0
48
479
105.48
867
8720
986.12
0
0
237
2890
583.8
1791
19705 2954.64
0
0
44
665
123.8
401
4569
475.32
0
0
129
1271
281.52
1154
11633 1883.12
0
0
354
3984
832.08
2131
21516 3474.88
1419
280.68
77
992
196.04
425
4913
624.32
5846 1218.32
86
930
197.6
1509
14064 1846.24
7318 1458.96
387
4330
906.6
2490
25325 3840.28
2678
501.36
97
1235
245.2
699
8399
993.12
6179 1215.08
61
666
140.92
1078
11397 1601.36
6064 1269.28
383
4496
922.52
2476
24661
3815
3250
617.2
93
1201
237.12
830
10018 1126.08
7542 1516.24
94
1115
227.8
1390
14362 2080.76
6201 1266.12
677
6745
1351
2613
26164 4190.72
2694
511.28
84
1084
214.08
812
9634 1022.72
7393 1490.36
86
983
203.96
1572
16494 2106.16
6950
1370
451
5227 1078.24
2309
23824 3801.84
4297
810.84
123
1433
294.96
1096
12717 1468.12
7392 1497.44
54
658
132.96
1773
18681
2138.8
6775
1322.6
467
5505
1127.6
2392
24504 3938.36
4474
858.48
110
1257
260.84
1297
14923 1520.52
6808 1373.76
88
1029
211.48
1784
19396 2123.88
9922 1921.04
481
5418 1131.16
2855
30240 4717.88

Amendment # 1 for RFP #5400001449
 
1.  The Bidders shall ensure their proposal is submitted as follows: 
  There will be (14) fourteen hard copies of the Technical Proposal and (14) fourteen hard copies     
of the Pricing Proposal and they shall be in separate binders.   
  There will be 1 electronic copy of the Technical Proposal, on its own CD. 
  There will be 1 electronic copy of the Pricing Proposal, on its own CD.   
 
 
                     2.  After receiving a request to extend the due date for proposals, the State has reviewed the 
RFP schedule and has made the following modifications: 
 The opening date has been changed to:  5 April, 2010 at 14:30.   The response to the RFP must 
be submitted online before 5 April, 2010 at 2:30pm. 
 
 

Amendment # 2 Solicitation # 5400001449 page 1 of 2

EMBARQ Payphone Systems, INC. submits the following questions for Solicitation Number
5400001449. Inmate Calling System for the SCDOC.

1. In order for bidders to have adequate time to complete a comprehensive proposal, will the
state consider granting a two week extension of the March 15 submission date?
The closing date for this solicitation has been extended (amendment 1) –the new closing date is 5
April 2010 at 14:30. All responses must be submitted online via the SAP system.
2. Section III Scope of Work/Specifications Page 30 - Recording and Monitoring Workstations
Will vendors be required to replace all workstations if they are in good condition and can be
purchased from the incumbent vendor?
Answer: The Vendor may purchase the workstations from the incumbent vendor providing that
the incumbent will sell them. The awarding vendor does have the responsibility that the
workstations are in good working order and have up to date software releases as needed to
operate with the systems that they propose.
3. Section II Instructions to Offerer- General Instructions 13 Tax Credit for Subcontracting w/
Disadvantaged Small Business
With reference to the Disadvantaged Small Business section on Page 13. Is this to be
considered a requirement for bidding this proposal as it seems to apply only to sales of
merchandise to the state and would not apply to the inmate telephone contract as described in
this RFP?
Answer: Vendor must state if they are a registered Vendor with the Office of Small and Minority
Businesses in South Carolina, however, no points are added or are taken away from the
evaluation of the RFP.
4. Section II Instructions to Offerer- Special Instructions Page 15 Installation and Support
Will the State please advise when the install should be complete?
Answer: This is solutions based procurement. The vendor should submit a time line of the
projected dates that the installations would be complete. If they are the winning Vendor, the state
reserves the right to discuss any deviations or changes to the time line.
5. Section II Instructions to Offerer- Special Instructions Page 17 Inmate Calling Systems
Could SCDC please define what is meant by "International"? Is it every country and territory
except for the 50 United States? Does the SCDC want collect calling to any or all North
American Number Plan (NANP) areas, and if so which ones (Alberta, Anguilla, Barbuda, British
Columbia, British Virgin Islands, Caribbean Islands, Cayman Islands, Dominica, Grenada,
Guam, Jamaica, New Brunswick, Newfoundland, Nova Scotia, Ontario, Puerto Rico, Quebec,
Sasketchewan, St Kitts & Nevis, St. Vincent, Trinidad, Tobago, Turks & Caicos Islands, US Virgin
Islands, Yukon & NW Territories, etc.)? Does SCDC want prepaid or debit calling to any or all
NANP areas, and if so which ones? Does SCDC want collect calling to any other countries
besides those in the NANP (Mexico, for example)? Could SCDC please list all countries outside
of the NANP it desires collect calling to? Could SCDC please list all countries outside of the
NANP it desires prepaid and debit calling to?

Answer: For the purpose of this request, “international” would be defined as anywhere outside of
the 50 United States. This is solutions based procurement. Vendors should describe their
capabilities to provide international calling anywhere they can provide services and billing
arrangements while meeting the security requirements of the Inmate Calling System and
providing SCDC with appropriate security, call information, and recordings.
6. Section II Instructions to Offerer- Special Instructions Page 17 Calls within the United States
Will the State please advise if the flat rate for calls implies what we would call a surcharge
(independent of call length) as opposed to a flat per minute rate.
Answer: The flat rate is the total cost of a call of up to 15 minutes. There will be no per minute
rates on calls within the US.
7. Section III Scope of Work/Specifications Page 42 Security
With respect to installing power and/or connectivity to kiosks, will the State require use of a
previously approved electrical contractor? If so, would the State provide names and labor rates
for previously approved contractor(s)?
Answer: The state does not require use of a previously approved electrical contractor. The state
can provide names of approved contractors the state has previously used.
8. Section I Scope of Solicitation & Section VII Terms and Conditions Special Pages 5 & 69 Term
of Contract.
Could the State provide additional clarity on the length of the initial contract as well as potential
option periods? Specifically:
(1) We read the base contract period to end 5 years from the date of award, not the date of
contract signature or system install. Is this correct? Given that contract finalization and system
installation could take a significant amount of time after award, this could significantly impact the
successful bidder's "payback period".
Answer: The date of the Contract will begin when the Award becomes final. Contract will be for 1
(One) year with the option to renew for 4 (four) additional one year periods. There will be no
additional contracts signed; the response to the RFP is the Contract.

(2) Will the contract term allow for extension periods beyond the 5 year term?
Answer: No, 5 (Five) years is the maximum contract length for an agency procurement.

Amendment #2 Solicitation # 5400001449

page 2 of 2

Syscon Justice Systems - We have the following questions on your RFP for Inmate Telephone,
Email, Banking, and Related Services.
1. In the Inmate Banking / Trust Accounting System section, the opening paragraph, you state:
“The system must also manage employee accounts in order to support “cashless” canteen
purchases by SCDC staff”.
Please clarify what is meant by cashless purchases and how SCDC plans to handle
them.
Answer: Purchases are currently made by transfer of funds from inmate and staff trust fund
accounts (EH Cooper), using a magnetic stripe identification card as the debit instrument.
2. Distribution of Funds: “The system must also interface with micr check printing software for the
printing of trust fund checks. The system must have the capability of tracking the distribution of
inmate funds.”
Please clarify the need of the printing software. Is this built into the application or
provided via a 3rd party tool?
Answer: SCDC currently uses PrinTech micr check printing software and Troy / HP micr printers.
Since this is a solutions based procurement, vendors may propose to include the micr check
printing function in their application software, so long as it is compatible with the existing micr
printers.
Also, please clarify what is meant by "interfacing with the main frame for payment
authorization”.
Answer: Trust fund checks will be issued to SCDC authorized payees only. The file of SCDC
authorized payees is maintained on the mainframe system.
3. General Ledger Integration: “The system must interface with existing and future SCDC
automated systems for the purpose of posting inmate pay, interest accrued, private sector PI pay,
etc.”
Is the interest accrued referring to inmate or SCDC interest accrued?
Answer: Interest may be posted to both inmate and other types of subsidiary accounts.
4. Special Fund and Mail Room Sales: Please provide more information on how the mag strip
cards are used.
Answer: Purchases are currently made by transfer of funds from inmate and staff trust fund
accounts (EH Cooper), using a magnetic stripe identification card as the debit instrument.
5. In the Canteen Point of Sale / Ordering System section, please clarify exactly what inventory
needs to be tracked. Is this commissary inventory or non-commissary inventory?
Answer: Canteen inventory items are goods that are for sale to inmates and staff via the
institutional canteen. This is the inventory that needs to be tracked. In SCDC, commissary items
are issued, such as uniforms, mattresses, etc. Tracking of commissary items is not part of this
solicitation.

6. Where/who does the SCDC buy goods for the commissary? Will this require and interface?
Answer: In SCDC, commissary items are issued, such as uniforms, mattresses, etc. Tracking of
commissary items is not part of this solicitation. The SCDC canteen branch buys goods for resale
in the institutional canteens. There will be interfaces required for institutional canteen inventory
as specified on page 42-43 of the RFP.
7. Personal Equipment: Does this personal equipment include clothing?
Answer: Yes, shoes.

Amendment # 3 Solicitation # 5400001449
Revised answer
8. Section I Scope of Solicitation & Section VII Terms and Conditions Special Pages 5 & 69 Term
of Contract.
Could the State provide additional clarity on the length of the initial contract as well as potential
option periods? Specifically:
(1) We read the base contract period to end 5 years from the date of award, not the date of
contract signature or system install. Is this correct? Given that contract finalization and system
installation could take a significant amount of time after award, this could significantly impact the
successful bidder's "payback period".
Original Answer: The date of the Contract will begin when the Award becomes final. Contract
will be for 1 (One) year with the option to renew for 4 (four) additional one year periods. There
will be no additional contracts signed; the response to the RFP is the Contract.

Revised Answer: The contract is for 5 years.
See page 69
TERM OF CONTRACT -- EFFECTIVE DATE / INITIAL CONTRACT PERIOD (JAN 2006)
The effective date of this contract day award is final. Maximum Contract Period as specified on the final
statement of award. The initial term of this agreement is 5 years from the effective date. Regardless, this
contract expires no later than the last date stated on the final statement of award. [07-7B240-1]
TERM OF CONTRACT -- OPTION TO RENEW (JAN 2006)
At the end of the initial term, and at the end of each renewal term, this contract must automatically renew,
unless contractor receives notice that the state elects not to renew the contract at least thirty (30) days prior
to the date of renewal. Regardless, this contract expires no later than the last date stated on the final
statement of award. [07-7B245-

Amendment # 4 for RFP #5400001449
                       The State has reviewed the RFP schedule and has made the following modifications: 
 1.  The opening date has been changed to:  30 June, 2010 at 14:30.   The response to the RFP 
must be submitted online before 30 June, 2010 at 2:30pm. 
2.  The Bidders shall  also ensure their proposal is submitted as follows: 
  There will be (14) fourteen hard copies of the Technical Proposal and (14) fourteen hard copies     
of the Pricing Proposal and they shall be in separate binders.   
  There will be 1 electronic copy of the Technical Proposal, on its own CD. 
  There will be 1 electronic copy of the Pricing Proposal, on its own CD.   
 
  
 
 

Amendment # 6
Solicitation # 5400001449

Page 51Customer Service -SCDC Access To Customer Services Needs to read as
follows:

The vendor must provide to the SCDS secure on-line real time access to all inmate
and customer information, allowed by law, without a subpoena, regarding account
status and history. Describe how you will provide this function and explain its
capabilities, include details as to what level of visibility and access SCDC staff will
have.

Amendment # 7 
RFP # 5400001449  DOC Inmate Calling System 
 
 
Clarification:  *****No dollar amount is required to be submitted in the line item area due to this 
contract being a self‐funding contract.  In addition to sending the required: (14) fourteen hard copies 
of the Technical Proposal and (14) fourteen hard copies of the Pricing Proposal (they shall be in 
separate binders.)   And the required; 1 (one) electronic copy of the Technical Proposal, on its own CD.  
And 1 (one) electronic copy of the Pricing Proposal, on its own CD. 
Also ,  Please upload the business and technical proposals with your online response to the rfp. 

DSIT:  DOC Inmate Calling System RFP 
Solicitation #5400001449
Amendment #8 
 
1. This solicitation is amended to clarify the answer to GTL question #20 on
Amendment # 5 and incorporate the following:
TELECOMMUNICATION AUTHORITY & EXEMPTION: All BIDDERS are advised that
the services requested under this RFP are being acquired using then Division of the State Chief
Information Officer’s (CIO) Telecommunications Authority as set forth in Section 1-11-430 of
the South Carolina Code of Laws and the South Carolina Consolidated Procurement Code
Exemption #114 (7/14/93). After reviewing this solicitation document, PROPOSERS should
advise the State of any problems they perceive where this may bear upon their ability to comply.
Such questions and/or concerns must be presented in writing to the CIO Official listed above by
the date and time specified in the Schedule of Key Events for “Questions.”

2. The following paragraph contained in the RFP is herby deleted in its entirety:
PROTESTS (JUNE 2006)
Any prospective bidder, offeror, contractor, or subcontractor who is aggrieved in connection
with the solicitation of a contract shall protest within fifteen days of the date of issuance of the
applicable solicitation document at issue. Any actual bidder, offeror, contractor, or subcontractor
who is aggrieved in connection with the intended award or award of a contract shall protest
within ten days of the date notification of award is posted in accordance with this code. A
protest shall be in writing, shall set forth the grounds of the protest and the relief requested with
enough particularity to give notice of the issues to be decided, and must be received by the
appropriate Chief Procurement Officer within the time provided. See clause entitled "ProtestCPO". [Section 11-35-4210] [02-2A085-1]

3. The State has reviewed the RFP schedule and made the following modification:
 The award date has been amended to 1 October 2010.