100% found this document useful (2 votes)
23K views325 pages

C161422 Jpay

The contract between JPAY and the state Department of Corrections and Community Supervision will provide 52,000 inmates tablets free of charge to the taxpayer.

Uploaded by

PatLohmann
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF or read online on Scribd
100% found this document useful (2 votes)
23K views325 pages

C161422 Jpay

The contract between JPAY and the state Department of Corrections and Community Supervision will provide 52,000 inmates tablets free of charge to the taxpayer.

Uploaded by

PatLohmann
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF or read online on Scribd
You are on page 1/ 325
AC 18828 tome 1 STATE OF NEW YORK OFFICE OF THE STATE COMPTROLLER Bureau of Contracts, Floor 11-1 110 State Street Albany, New York 12236 “APPROVED DOCUMENT TRANSMITTAL Date. a DeptiD 32 Ge22 6 Contract No, 6 Purchase Order No. \Z1 Enclosed is an approved contract. Refer to this contract number and Department ID in all correspondence. D1 Enclosed is an approved Amendment No./Change Order No. $ Di Extensior approved to, ___in the amount of ‘Amount if applicable $ 11 Enclosed is an approved purchase order. Refer to this purchase order number and Department ID in all correspondence, C1 Enclosed is an approved purchase order change notice in the amount of $, a eC RTP Template Page | of ReponiO: NYCAIET State ofNow York Page No Stohenide Financial System Rin ainr017 Single Teaneaction Summary ‘BUSINESS UNIT ‘DOCUMENT TYPE ‘AUDIT TYPE bocat a wv sea Ua Tena SeaoeaF bostt ara, Sram Soven cveuae 7 Tae, TROTTER —— en Saas baa ee er ran Secor oo HEgENED sore fre Z Aug 1 6 2017 Sian Gad worme BuneAU OF contracts ants Bra en ssso1.0000 ous? rnvznas Bi ot MTV)" Ret asa Bai a Teta aa WY Sa TO a te San nooo. cwuss se rion ae Fa ana aueaconra pavou 518-436-7126 Fares Sys ae DS a eat tae Reporting Code ‘| Method of Award ‘Number of Bids ‘Special Code Saar i aad a : bo jx a: aa https://fin.sfs.ny.gov/psc/fsem/view/pQzUdYIA8VB_vXBC8LpwtY AGwmDk7bN3JimzHjHmgUiMvkkk9O.... 8/7/2017 RTF Template Reo: cavers si ten You reget 1 Sua rnc Sytem Ba aot Posonan Conta Rest fue rsa Single Teaaaton Sumimery Tame DOSUNERT TPE TE oocot Precetmenconac ws Saas Ua aay ans Saar Cnt came Sonn cxsene ° SorrciOT DaROORTRODROOTGTIS | Wa 7 Bas] Baa in s2soas__| opto -cenelotce Bp ib sweoneras Sara vay me Tectia at Baga aie DOTA Ese Bs BOTY $2s00.0000 enact corsyoze ‘Bid Date (MMIDBAYYY) Renewal Amendment Baginning Date (MMIDDIYYYY) PreEncumbrance Amt NY Siate Contract Bese (nate Koes ‘Description Docor.crsrer2.s260226 rovisions Preparers Signature ra? Phone No GAMBACORTA. OAVID Mt S18-436-72%6 aaa : Dawud garb 7-17 Reporting Code Method of Awerd Tambor oF Bigs ‘Special Code Baie Rocaived acaad Date Rejected | Auaitors nile Intended encumbrance we bitps:/fin sfs.ny govipsc/fscm/ view/pQzUdYIA8VB_VXBC8I pw AGwmDkTSN3JimzHjHmgUiMvkkk9O, Page | of: 8/7/2017 THOMAS P. DINAPOL! 110 STATE STREET STATE COMPTROLLER ALBANY, NEW YORK 12236 STATE OF NEW YORK ‘OFFICE OF THE STATE COMPTROLLER BUREAU OF CONTRACTS CONTRACTIPURCHASE ORDER NOTICE OF NON-APPROVAL, Business Unit: SHARE -Depl of Corrcins_Cmmaty Sprvsn Amount: —~$0.00 Po/Contract Number: —9900000000000000000028803 Dept io: 3280226 Vendor Name: PAY INC Audit Seq #: 0 Audit ID: oco1-6161422-2250226 Version #1 ‘We have made our determination with respect to out review under Section 112 of State Finance Law or Section 2879-a of Public Authorities law, of this proposed contract transaction, as submitied. We have made the ‘determination to retum this proposed contract transaction non-approved for the following reason(s) Reason Explanations and Comments Miscellaneous 'STS/AC340-S contract amount incorrect ‘Supplemental Documentation Vendor Responsibility documents defeientinot provided Primary Contact ‘Secondary Contact Reviower: MICHELLE Y KO Supervisor: MICHELLE Y KO Phone #: 518/473-2401 Phone #: 818/473-2401 Email: mko@ose.state.ny.us Email mho@ose stato.ny.us Fax#: 184748030 Fax: 15184748080 Date: ovoarz017 ATTENTION AGENCY: {fa transaction is resubmitted o the State Compiroller's Office for review, ha transaction must be re-entered by your agency on the Statewide Financial System. A copy ofthis notice of Non-Approval should be subrntted withthe new lransaction.For new contract, the fal OOGGUOODOSUODIOOUOSEEBSS Version #7 Deptib Department Name 3250026, Operations - Cerra Offer SuppleriD sroor6726 Supplier Name SPAY ING “Transaction Amount Begin Date (MINDBNYYY) to $0.00 oanvz017 Expire Date (MAIOBNYY) o7v022 id Date (MM/DDNYY) Renewal Amendment Beginning Date (MM/ODIYYY®) ProEncumbranco Amt WNY State Contract Deser’ Inmate Kite ‘Beseription Docar.cr61422-9260228 ODay ts, Provisions Preparers Signature Preparers Phone No WASHINGTON, MARIEJOSEE 43.6186 X3IY0 ature Date 6/2/17 ; Penang Mathog bt Award Number of ide ‘Special Gade Date Received ‘ate Approved ‘ato Rejected “Aualtors trials ieee nups:fn ny goipscitzemiewpQzUdYIASB. »XBCBL pwtYACwanDK7DNUIm eh imOSSuASGIRIPSTIQTSNDEq UeSEXiymKTostaWwW.. 62002017 TABLE OF CONTENTS JPay, Inc. Contract # C161422 Tab 1 ~ Single Transaction Summary (STS) ‘Tab 2 OSC Transmittal Cover Letter / Recommendation of Award Tab 3 - Vendor Responsibility = VR Profile * OSC Governmental Entity Representation Form + Procurement Lobbying Law (Affirmation, Certification, Disclosure, & Termination Language) * Certificate of Attestation of Exemption from NYS Workers’ Compensation and Disability Benefits Insurance Coverage Tab 4 — Original Copy of the Contract + Appendix A ~ Standard Clauses for New York State Contracts © Appendix B ~ Statement of Work between DOCCS + Appendix C ~ MWBE & EEO Information ‘+ Appendix D ~ Originating Contract, RFP/Contract #1901 including Amendments * Appendix E ~ Contractor's Pricing + Vendor Assurance of No Conflict of Interest or Detrimental Effect Form Tab 5 - Three Additional Signature Pages Tab 6 - Procurement Record + OGS Contract Use Request Form Approval ‘* Procurement Record Checklist * Price Justification / Explanation of Vendor Selection Tab 7 — Protests + None & PY corrections Sarvices Statement of Work ‘Release Debit Cords’ T Be T | | comm |. iPaig by Corahoiaer). | oe ATM withdrawal (Domestic) $2.00 None item iwwtnsneaersvent | —__$400 oe | | ATM Decline (Domestic) '$300-$0.70 None | 3h I ‘moze tmeretenot | $250 were pa tate many Tee = Hoe _| i tn | international " Surchose: Pin Sign | toomesticy® | Purchase: Pin / Signature ure international) [Fin 7 Signature Decline {Domestic and international) ‘Monthiy Serv Inactivity Fees** Replace Card Expedite Card Account Closures Statement Pe ‘There will be no fees wssociated with Debit Cards associated with inmates participating inthe Work Release Program #22, poy reserves the right to set0 minimum card loed ‘fo charge for Ist Transaction. Use MoreyPoss ATM's to oveid ATM surcharges. You con go to any MasterCard member Bonk and acess your funds; third party fees may opal, ‘wo charge for 38 Tronsacton, ‘esinactvity Fee replaces monthly fe [active after 60 days of inactivity) ‘40 Fee charged wien cards closed and o goper checks requested for any emoining balance. You hove 7 calendar doy ofler cord ctvaton to close the rard account and receive opoper check ot no cst “Abo 18 Agreed to and Accepted” lal ARPay of til AT dolyt ANNA +) top Contractor initial / Date DOCCS initial / Date 7 42064 Biscayne Blvd, Suite 243 | Mian FL 33382 | www JPay com 954-862-5900 . STATE OF NEW YORK AGREEMENT STATE AGENCY (Name & Address): New York State Department of Corrections and Community Supervision Support Operations — Contract Procurement Unit 1220 Washington Avenue Albany, NY 12226 Attn: David Gambacorta Phone: (518) 436-7886 x3110 BUSINESS CODE: Docot NYS COMPTROLLER'S NUMBER 161422, DEPARTMENT CODE: 3250226 CONTRACTOR (Name & Address) JPayinc. 12864 Biscayne Boulevard — Suite 243 Miami, FL 33181 Attn: Greg Levine Phone: (954) 862-6900 ‘TYPE OF PROGRAM (S) Inmate Kiosks Piggyback Contract for Services. FEDERAL TAX IDENTIFICATION NUMBER NYS VENDOR ID NUMBER INITIAL CONTRACT PERIOD * FROM: August 1, 2017 ant Eee TO: July 31,2022 / FUNDING AMOUNT FOR INITIAL PERIOD so STATUS: RENEWALS Contractor is a (X) for ( ) not for profit corporation [None _, Vv APPENDICES ATTACHED AND PART OF THIS AGREEMENT: a dit APPENDIX A State contracts fxs APPENDIX B Bae ‘APPENDIX C cu ia APPENDIX D x APPENDIX E ‘Standard Clauses as required by the Attorney General for all Statement of Work between DOCCS and JPay, Inc. MIWBE and EEO Information Originating Contract, RFP/Contract #1901 including Amendments Non-Disclosure Agreement IN WITNESS THEREOF, the parties hereto have exec their signatures. CONTRACTOR By: ZZ = ee fee feoorned Reve firorranl Date: ‘uted or approved this AGREEMENT on the dates below Contract No. 161422 STATE AGENCY ley r ction: Ces _ 7 By: ( oS Downe STATE OF Florida SANDRA DOWNEY Printed Name. Printed Name Title:__ £0 Title: Director of Budget and Finance Yohr Date: @\ialit 7 State Agency Certification “In addition to the acceptance of this contract, | also certify that original copies of this signature page will be attached to all other exact copies of this contract.” ) ) ss. county ot Coward ) on the [3 day of June. , 201], before me personally appeared Errol Feidiman . tome known, who being, by me duly sworn, did depose and say that he/she iesides all ‘ that he/she is the CEO of the Ag = the corporation described herein which thereto by order of the Board of directors of said corporation FOR THE STATE COMET Notary Pete Sat of Pica Menebe Valios {iy Communion FF 906558 ‘pes DAO DEPT. OF AUDIT & CONTROL AUG 12 2017 ohio AGREEMENT This AGREEMENT made this 13 day of June. , 2017 between the NEW YORK STATE DEPARTMENT OF CORRECTIONS AND COMMUNITY SUPERVISION (hereinafter referred to as “DOCCS'), with its principal office located at The Harriman State Campus, 1220 Washington Avenue, Albany, New York 12226 and JPay, Inc. (hereinafter “CONTRACTOR’), with its principal office located at 12864 Biscayne Boulevard — Suite 243, Miami, FL 33181 is for the establishment of a “piggyback” contract. WHEREAS, pursuant to New York Correction Law §112(1), the Commissioner of DOCCS is given the authority to contract with private entities for the performance of such functions deemed necessary or desirable to promote the efficient operation of DOCCS, as well as the fulfillment of all lawful responsibilities of DOCCS; and WHEREAS, the State of Nevada, on behalf of the National Association of State Procurement Officials (NASPO) as well as the Multi-State Corrections Procurement Alliance completed and open and competitive solicitation and awarded a multiyear éoniract to JPay, Inc. for inmate kiosks and related services (‘Originating Contract"), RFP/Contract #1901. WHEREAS, the Originating Contract authorizes other participating states or correctional agencies, to purchase services off of the Originating Contract in accordance with the terms and provisions described therein; and WHEREAS, the CONTRACTOR is available under the aforementioned contract to provide Inmate Kiosks and Services; and WHEREAS, the New York State Office of General Services (OGS) Procurement Services Group has approved the use of the Originating Contract, and NOW THEREFORE, in consideration of the promises, responsibilities and covenants herein, the STATE and the CONTRACTOR agree as follows: TERM ‘A. When signed by the parties and approved by all necessary government agencies, this AGREEMENT shall commence August 1, 2017 to July 31, 2022 (‘Term’) unless terminated earlier pursuant to its terms. AMENDMENTS A. This AGREEMENT may be amended only upon the mutual written ‘agreement of the parties. B. To modify the AGREEMENT within an existing Term or Renewal Term, the Parties shalll execute an amendment to the agreement. Any change in the amount of consideration to be paid, change in scope, or change in the term, is subject to the approval of the Office of the State Comptroller. C, Any such amendment to or extension of this AGREEMENT shall be subject to approval by the Office of the State Comptroller (“OSC”) and where necessary as set forth in Section X(A) below, shall contain a new budget, lll SUBCONTRACTING A. The CONTRACTOR agrees not to subcontract any of its services, unless as indicated in its proposal, without the prior written approval of the DOCCS. Approval shall not be unreasonably withheld upon receipt of written request to subcontract. The CONTRACTOR may arrange for a portion/s of its responsibilities under this AGREEMENT to be subcontracted to qualified, responsible ‘Subcontractors, subject to approval of the DOCCS. If the CONTRACTOR determines to subcontract a portion of the services, the subcontractors must be clearly identified and the nature and extent of its involvement in and/or proposed performance under this AGREEMENT must be fully explained by the CONTRACTOR to the DOCCS. As part of this explanation, the subcontractor must submit to the DOCCS a completed Vendor Assurance of No Conflict of Interest or Detrimental Effect form, as required by the CONTRACTOR prior to execution of this AGREEMENT. The CONTRACTOR retains ultimate responsibility for all services performed under the AGREEMENT. All subcontracts shall be in writing and shall contain provisions, which are functionally identical to, and consistent with, the provisions of this AGREEMENT including, but not limited to, the body of this AGREEMENT, and Appendix A — ‘Standard Clauses for New York State Contracts. Unless waived in writing by the DOCCS, all subcontracts between the CONTRACTOR and subcontractors shall expressly name the STATE, through DOCCS, as the sole intended third party beneficiary of such subcontract. DOCCS reserves the right to review and approve or reject any subcontract, as well as any amendment to said subcontract(s), and this right shall not make the DOCCS or the STATE a party to any subcontract or create any right, claim, or interest in the subcontractor or proposed subcontractor against the DOCS, DOCCS reserves the right, at any time during the term of the AGREEMENT, to verify that the written subcontract between the CONTRACTOR and subcontractors is in compliance with all of the provisions of this Section and any subcontract provisions contained in this AGREEMENT. The CONTRACTOR shall give the DOCCS immediate notice in writing of the initiation of any legal action or suit which relates in any way to a subcontract with a subcontractor or which may affect the performance of the CONTRACTOR's duties under the AGREEMENT. Any subcontract shall not relieve the CONTRACTOR in any way of any responsibility, duty and/or obligation of the AGREEMENT. If at any time during performance under this AGREEMENT total ‘compensation to a subcontractor exceeds or is expected to exceed $100,000, that subcontractor shall be required to submit and certify a Vendor Responsibility Questionnaire. IV. TERMINATION A. DOCCS shall have the right to terminate this AGREEMENT early for (i) unavailability of funds or (ii) convenience provided that the DOCCS has given written notice to the CONTRACTOR no later than thirty (30) days or more prior to the date of termination. B. DOCCS may terminate the AGREEMENT for cause immediately upon written notice of termination to the CONTRACTOR, if the CONTRACTOR fails to comply with the terms and conditions of this AGREEMENT and/or with any laws, rules, regulations, policies or procedures affecting this AGREEMENT. C. — DOCCS may terminate this AGREEMENT without cause by thirty (30) days Prior written notice. In the event of such termination, the parties will adjust the accrued amount due and the CONTRACTOR will undertake no additional expenditures not already required. D. This AGREEMENT may be terminated at any time upon mutual written consent of DOCCS and the CONTRACTOR E. — DOCCS reserves the right to terminate this AGREEMENT in the event it is found that the certification filed by the CONTRACTOR in accordance with New York State Finance Law Sections 139 and 139-k was intentionally false or intentionally incomplete. Upon such finding, DOCCS may exercise its termination right by providing written notification to the CONTRACTOR in accordance with the written notification terms of this AGREEMENT. F. __ In the event of the termination of this AGREEMENT by either party, DOCCS shall be liable for the actual and necessary expenses for services provided by CONTRACTOR up to and including the effective date of termination. V. _ CONTRACTOR RESPONSIBILITY A. The CONTRACTOR shall, at all times during the AGREEMENT term remain responsible. The CONTRACTOR agrees, if requested by the Commissioner of DOCCS or his designee, to present evidence of its continuing legal authority to do business in New York State, integrity, experience, ability, prior performance, and organizational and financial capacity. B. The Commissioner of DOCCS or his designee, in his sole discretion, s under this AGREEMENT, at any time, when he discovers information that calls into question the responsibility of the CONTRACTOR. In the event of such suspension, the CONTRACTOR will be given written notice outlining the particulars of such suspension. Upon issuance reserves the right to suspend any or all act of such notice, the CONTRACTOR must comply with the terms of the suspension order. Contract activity may resume at such time as the Commissioner of DOCCS or his designee issues a written notice authorizing a resumption of performance under the Contract. C. Upon written notice to the CONTRACTOR, and a reasonable opportunity to be heard with appropriate DOCCS officials or staff, the AGREEMENT may be terminated by the Commissioner of DOCCS or his designee at the CONTRACTOR'S expense where the CONTRACTOR is determined by the DOCCS Commissioner or his designee to be non-responsible. In such event, the Commissioner or his designee may complete the contractual requirements in any manner he may deem advisable and pursue available legal or equitable remedies for breach. Vi. CONFLICTS OF INTEREST A. The CONTRACTOR has provided a form (Vendor Assurance of No Conflict of Interest or Detrimental Effect), signed by an authorized executive or legal Fepresentative attesting that the CONTRACTOR's performance of the services does not and will not create a conflict of interest with, nor position the CONTRACTOR to breach any other contract currently in force with the State of New York, that the CONTRACTOR will not act in any manner that is detrimental to any STATE project on which the CONTRACTOR is rendering services. B. The CONTRACTOR hereby reaffirms the attestations made in its proposal and covenants and represents that there is and shall be no actual or potential conflict of interest that could prevent the CONTRACTOR's satisfactory or ethical performance of duties required to be performed pursuant to the terms of this AGREEMENT. The CONTRACTOR shall have a duty to notify the AGENCY immediately of any actual or potential conflicts of interest. C. In conjunction with any subcontract under this AGREEMENT, the CONTRACTOR shall obtain and deliver to the AGENCY, prior to entering into a subcontract, a Vendor Assurance of No Conflict of interest or Detrimental Effect form, signed by an authorized executive or legal representative of the subcontractor. The CONTRACTOR shall also require in any subcontracting agreement that the subcontractor, in conjunction with any further subcontracting agreement, obtain and deliver to the AGENCY a signed and completed Vendor Assurance of No Conflict of interest or Detrimental Effect form for each of its subcontractors prior to entering into a subcontract. D. The AGENCY and the CONTRACTOR recognize that conflicts may occur in the future because the CONTRACTOR may have existing, or establish new, relationships. The AGENCY will review the nature of any relationships and reserves the right to terminate this AGREEMENT for any reason, or for cause, if, in the judgment of the AGENCY, a real or potential conflict of interest cannot be cured. Vil. PUBLIC OFFICERS LAW A. Contractors, consultants, vendors, and subcontractors may hire former State Agency or Authority employees. However, as a general rule and in accordance with New York Public Officers Law, former employees of the State Agency or Authority may neither appear nor practice before the State Agency or 6 Authority, nor receive compensation for services rendered on a matter before the State Agency or Authority, for a period of two years following their separation from State Agency or Authority service. In addition, former State Agency or Authority employees are subject to a “lifetime bar” from appearing before the State Agency or Authority or receiving compensation for services regarding any transaction in which they personally participated or which was under their active consideration during their tenure with the State Agency or Authority Vill. ETHICS REQUIREMENTS ‘A. The Contractor and its Subcontractors shall not engage any person who is, or has been at any time, in the employ of the State to perform services in violation Of the provisions of the New York Public Officers Law, other laws applicable to the service of State employees, and the rules, regulations, opinions, guidelines or policies promulgated or issued by the New York State Joint Commission on Public Ethics, or its predecessors (collectively, the "Ethics Requirements"). The Contractor certifies that all of its employees and those of its Subcontractors who are former employees of the State and who are assigned to perform services under this Contract shall be assigned in accordance with all Ethics Requirements. During the Term, no person who is employed by the Contractor or its Subcontractors and who is disqualified from providing services under this Contract pursuant to any Ethics Requirements may share in any net revenues of the Contractor or its Subcontractors derived from this Contract. The Contractor shall identify and Provide the State with notice of those employees of the Contractor and its Subcontractors who are former employees of the State that will be assigned to perform services under this Contract, and make sure that such employees comply with all applicable laws and prohibitions. The State may request that the Contractor provide it with whatever information the State deems appropriate about each such Person's engagement, work cooperatively with the State to solicit advice from the New York State Joint Commission on Public Ethics, and, if deemed appropriate by the State, instruct any such person to seek the opinion of the New York State Joint Commission on Public Ethics. The State shall have the right to withdraw or withhold approval of any Subcontractor if utilizing such Subcontractor for any work performed hereunder would be in conflict with any of the Ethics Requirements. The 7 State shall have the right to terminate this Contract at any time if any work performed hereunder is in conflict with any of the Ethics Requirements. IX. REQUEST FOR PROPOSAL (RFP) AND CONTRACT AWARD. A. Request for Proposal (RFP) #1901 was issued by the State of Nevada, on behalf of the National Association of State Procurement Officials (NASPO) as well as the Multi-State Corrections Procurement Alliance, and completed and open and competitive solicitation and awarded a multi-year contract to JPay, Inc. for inmate kiosks and related services (“Originating Contract"), RFP/Contract #1901. B. DOCS has determined that CONTRACTOR is the successful vendor and the CONTRACTOR is willing and able to provide the services required. C. CONTRACTOR shall provide kiosks and related services to DOCCS in accordance with the Statement of Work, a true copy of which is annexed hereto and made a part hereof as Appendix B; and the Originating Contract, REP/Contract, #1901 including amendments, a true copy of which is annexed hereto and made a part of as Appendix D. X. STATEMENT OF WORK A. Pursuant to this AGREEMENT, CONTRACTOR shall provide the services set forth herein and in Appendix B, Statement of Work, contains a description of the services to be provided by CONTRACTOR, B. It is expressly understood and agreed by CONTRACTOR that any and all services and products specified in this AGREEMENT shall be provided only at the direction of DOCCS. XI. COMPENSATION A. All compensation that will be paid to the CONTRACTOR is set forth in Exhibit A contained in Appendix B which is attached hereto and made a part hereof. Page 6 through 8 of Appendix B consists of the Pricing Exhibit, B. Throughout the term of this AGREEMENT, CONTRACTOR shall be reimbursed only for actual and necessary expenses for services actually Performed in accordance with this AGREEMENT and with Appendix B. XI. CONFIDENTIALITY A. CONTRACTOR acknowledges that any and all information, records, files, documents or reports contained in any media format (e.g. print, electronic) provided to CONTRACTOR by the DOCCS or otherwise encountered by CONTRACTOR in the provision of services pursuant to this AGREEMENT shall be considered confidential and shall be handled accordingly at all times. Neither CONTRACTOR nor any of its employees, servants, subcontractors, agents or volunteers shall at any time be permitted to utilize any such confidential information for any purpose outside the scope of this AGREEMENT without the express prior written authorization of DOCCS, CONTRACTOR shall educate, monitor and be responsible for its employees, servants, subcontractors, agents and volunteers Providing services for CONTRACTOR pursuant to this AGREEMENT concerning these confidentiality requirements. Any breach of the confidentiality requirements set forth in this Section or in Appendix B by CONTRACTOR or by any of its employees, servants, subcontractors, agents or volunteers may result in the immediate termination of this AGREEMENT by the DOCCS and may subject the CONTRACTOR to further penalties. Annexed hereto as Appendix E is a copy of the Non-Disclosure Agreement. XII, INDEPENDENT CONTRACTOR A. It is expressly understood and agreed that CONTRACTOR'S status hereunder is that of an independent contractor and that no official, employee, Servant, subcontractor, agent or volunteer of CONTRACTOR is an employee of the DOCCS or the State of New York. CONTRACTOR is solely responsible for the work, compensation, benefits and personal conduct of all such persons assigned to the provision of services pursuant to this AGREEMENT. Nothing contained in this Section or in any other provision of this AGREEMENT shall be construed to impose any liability or duty to the DOCCS or the State of New York 9 to persons, firms, consultants or corporations employed or engaged or otherwise uliized by the CONTRACTOR, either directly or indirectly, in any capacity whatsoever, nor shall the DOCCS or the State of New York be liable for any acts, omissions, obligations and taxes of any nature, including unemployment insurance and worker's compensation, of CONTRACTOR or any of its officials, employees, servants, subcontractors, agents or volunteers, XIV. ASSIGNMENT ‘A. The rights and obligations of CONTRACTOR under this AGREEMENT may not be assigned, conveyed, transferred, or subcontracted by CONTRACTOR without prior written authorization of the DOCCS as set forth in Appendix A. XV. NOTICES A. Allnotices and communications made pursuant to this AGREEMENT shall be in writing and shall be delivered to the addresses set forth below or to such addresses as the parties may from time to time provide to each other. Said notices should be served via registered mail or personally. Notification to DOCCS: Nys DOccS Contract Procurement Unit The Harriman State Campus 1220 Washington Avenue Albany, New York 12226 Notification to CONTRACTOR: JPay, ine. Attn: Greg Levine 12864 Biscayne Boulevard — Suite 243, Miami, FL 33181 or any other address as may be hereinafter designated by written notice. No notice shall be effective until received by the addressee. Communications concerning the daily functions and operation of the scope of services are not to be considered 10 as notices. Thus, such communications may be done via telephone, e-mail, fax, United States Postal Service or other means. X. MISCELLANEOUS PROVISIONS A. Entire Agreement: This AGREEMENT, including the face page and all its appendices, constitutes the entire AGREEMENT between the parties and supersedes all other communications between the parties relating to the subject matter herein. B. Appendix A: DOCCS Appendix A (Standard Clauses as required by the Attorney General for all State contracts) is attached hereto and made a part hereof. C. Controlling Statutes: This AGREEMENT shall be governed by and construed in accordance with the laws of the State of New York. D. Order of Precedence: In the event of any conflict between the terms of this Agreement and the terms of it Appendices, the following order of precedence shall apply: |. Appendix A (Standard Clauses) Nl Agreement #6161422 Il. Appendix B (Statement of Work) IV. Appendix D (Originating Contract, RFP/Contract #1901 and amendments) V. Appendix C (MWBE & EEO Information) VI. Appendix E (Non-Disclosure Agreement) “Above Revision Agreed to and Accepted” FS, bhp Sid ,@p1/17 Contractor Initial /Date DOCCS Initial /Date E. Unenforceability: If any part of this AGREEMENT is found to be unenforceable for any reason, that part shall be deemed deleted and all other terms, conditions, and provisions of this AGREEMENT shall remain in full force and effect. WL define, limit or describe the scope or intent of this AGREEMENT, or any provision thereof, or in any way affect this AGREEMENT. Defense and Indemnification: The contractor shall provide for the complete defense of the State, the Department, its officials, employees, and agents and for their complete indemnification from judgments, settlements, or losses that result from actions, claims, or proceedings both judicial or administrative, that arise out of the contractor's performance of this contract. The contractor's duty to indemnify shall not be lessened by its utilization of subcontractors and shall cover direct, indirect, special and consequential damages. . Force Majeure: Neither party shall be liable for losses, defaults, or damages, under this AGREEMENT which result from delays in performing, or inability to Perform, all or any of the obligations or responsibilities imposed upon it pursuant to the terms and conditions of this AGREEMENT, due to or because of acts of God, the public enemy, acts of government, earthquakes, floods, strikes, typhoons, civil strife, fire or any cause beyond the reasonable control of the party that was so delayed in performing or so unable to perform, provided that such party was not negligent and shall have used reasonable efforts to avoid and overcome such cause. Such party will resume full performance of such obligations and responsibilities promptly upon removal of any such cause. Certificate of Insurance: CONTRACTOR must have the necessary insurance to comply with New York State requirements, Prior to providing any service to the State of New York, the bidder must provide ‘a copy of the insurance certificate naming the State of New York and New York ‘State Department of Corrections and Community Supervision as “additional named insured” in its liability policy. Workers’ Compensation And Disability Benefits Coverage: A policy covering the obligations of the CONTRACTOR in accordance with the provisions of Chapter 41, Laws of 1914, as amended, known as the Workers’ Compensation Law, and the contract, shall be void, and of no effect unless the CONTRACTOR 2 Procures such policy, and maintains it through the end of the contract term, A Copy of the certificates must submitted to and retained by DOCCS. The name and FEIN of the contracting entity must be identical to the name and FEIN identified on the proof of coverage or exemption. In the instance of exemption, please be advised that the WCB does not verify Attestations for Exemption. It is incumbent on the state contracting entity to verify the validity of the entity's reason for exemption; please verify and provide a copy of the signed and dated exemption certificate Non-sectarian: CONTRACTOR is a non-sectarian organization and does not have as one of its purposes the advancement of any religion. McBride: CONTRACTOR has no business operations in Northern Ireland. |. Strict Adherence: The failure of DOCCS to insist upon strict adherence to any Provision, fiscal obligation, reporting or other requirement of this AGREEMENT shall not be considered to constitute a waiver or constructive modification to deprive DOCCS of the right to insist upon strict adherence to the terms of this AGREEMENT in the future. Approval: This AGREEMENT shall not become effective unless and until approved by the Department of Law (Attorney General) and the Office of the State Comptroller. Prevailing Wage Rates — Public Works and Building Services Contracts: Work being performed is subject to prevailing wage rate provisions of New York State Labor Law. If you have any questions or to obtain Prevailing Wage Rates please contact the New York State Department of Labor, Bureau of Public Works at www.labor.ny.gov MABE: By signing said AGREEMENT, CONTRACTOR agrees to comply with all requirements of Minority and Women Business Enterprise Laws, 13 Regulations and Rules (MWBE) Annexed hereto as Appendix C is a copy of the MMWBE policy. 4 APPENDIX A Standard Clauses as Required by the Attorney General for all State Contracts APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. January 2014 ‘STANDARD CLAUSES FOR NYS CONTRACTS ere. oa TABLE OF CONTENTS Page 1. Executory Clause 3 2. Non-Assigament Clause 3 3. Comptroller's Approval 3 4. Workers’ Compensation Benefits 3 5. Non-Discrimination Requirements 3 6 Wage and Hours Provisions 3 7. Non-Collusive Bidding Certification 4 8 International Boycott Prohibition 4 9. Set-OfF Rights 4 10. Records 4 11. Identifying Information and Privacy Notification 4 12, Equal Employment Opportunities For Minorities and Women 45 13, Conflicting Terms 5 14, Governing Law 5 18. Late Payment 5 16. No Arbitration 5 17. Service of Process 5 18 Prohibition on Purchase of Tropical Hardwoods 56 19, MacBride Fair Employment Principles 6 20. Omnibus Procurement Act of 1992 6 21, Reciprocity and Sanctions Provisions 6 22, Compliance with New York State Information Security Breach and Notification Act 6 23, Compliance with Consultant Disclosure Law 6 24. Procurement Lobbying 7 25, Certification of Registration to Collect Sales and Compensating Use Tax by Certain 7 State Contractors, Affiliates and Subcontractors. 26, Iran Divestment Act 7 Page 2 January 2014 ‘STANDARD CLAUSES FOR NYS CONTRACTS The partes to the attached contract, license, lease, amendment ‘other agreement of any kind (hereinafter, "the contract” or is contract") agree to be bound by the following clauses which are hereby made @ part of the contract (the word "Contractor" herein refers to any party other than the State, whether a contractor, licenser, license, lessor, lessee or any other party): 1, EXECUTORY CLAUSE. In accordance with Section 41 of the State Finance Law, the State shall have no liability tunder this contract to the Contractor or to anyone else beyond funds appropriated and available for this contract, 2. NON-ASSIGNMENT CLAUSE. In accordance with Section 138 of the State Finance Law, this contract may not be assigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposed of without the State’s previous written consent, and attempts to do so are null and void. Notwithstanding the foregoing, such prior writen consent of an assignment of a contract let pursuant to Article XI of the State Finance Law may be waived atthe discretion of the contracting agency and with the concurrence of the State Comptroller where the original ‘contract was subject to the State Comptroller's approval, where the assignment is due to 2 reorganization, merger of consolidation of the Contractor's business entity or enterprise. ‘The State retains its right to approve an assignment and to require that any Contractor demonstrate its responsibility to do business with the State. The Contractor may, however, assign its right to receive payments without the State's prior written consent unless this contract concerns Certificates of Participation pursuant to Article $-A of the State Finance Law, 3. COMPTROLLER'S APPROVAL. In accordance with Section 112 of the State Finance Law (or, if this contract is with the State University or City University of New York, Scetion 385 or Section 6218 of the Education Law), if this contract exceeds $50,000 (or the minimum thresholds agreed to by the Office of the State Comptroller for certain S.ULN.Y, and CUNY, contracts), of if this is an amendment for any ‘amount 10 a contract which, as so amended, exceeds said Statutory amount, or if, by this contract, the State agrees 0 give something other than money when the value or reasonably estimated value of such consideration exceeds $10,000, it shall not be valid, effective or binding upon the ‘State until it has been approved by the State Comptroller and filed in his office. Comptroller's approval of contracts let by the Office of General Services is required when such contracts exeeed $85,000 (State Finance Law Section 163.6-2) However, such pre-approval shall not be required for any contract established as a centralized contract through the Office of General Services or for a purchase order or other transaction issued under such centralized contract. 4. WORKERS’ COMPENSATION BENEFITS. In accordance with Section 142 of the State Finance Law, this Page 3 contract shall be void and of no force and effect unless the Contractor shall provide and maintain coverage during the life ‘of this contract for the benefit of such employees as are required 10 be covered by the provisions of the Workers’ ‘Compensation Law. 5. NON-DI (TION RE: NTS. To the cexient required by Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and Federal statutory and constitutional _non-diserimination provisions, the Contractor will not discriminate against any employee or applicant for employment because af race, ereed, color, sex (including gender identity or expression), national origin, sexual orientation, military status, age, disability predisposing genetic characteristics, marital status or domestic violence vietim status. Furthermore, in accordance with Section 220 of the Labor Law, if this ig a contract for the construction, alteration or repair of any public building or publie work or for the manufscture, sale or distribution of ‘materials, equipment or supplies, and to the extent that this contract shall be performed within the State of New York, Contractor agrees that neither it nor its subcontractors shal, by reason of race, creed, color, disability, sex, or national origin: () discriminate in hiring against any New York State citizen Who is qualified and available to perform the work; or (b) discriminate against or intimidate any employce hired for the performance of work under this contract. If this is a building service contract as defined in Section 230 of the Labor Law, then, in accordance with Section 239 thereof, Contractor agrees that neither it nor its subontractors shall by reason of race, creed, color, national origin, age, sex or disability: (a) discriminate in hiring against any New York State citizen who is qualified and available 10 perform the work; or (b) discriminate against or intimidate any employee hired for the performance of work under this contract. Contractor is subject to fines of $50.00 per person per day for any Violation of Section 220-e or Section 239 as well as possible termination of this contract and forfeiture of all moneys due hereunder for a second or subsequent violation. 6, WAGE AND HOURS PROVISIONS. If this is « public ‘work contract covered by Article 8 of the Labor Law or a building service contract covered by Article 9 thereof, neither Contractor's employees nor the employees of its subcontractors may be required or permitted to work more than the number of hours or days stated in said statutes, except as otherwise provided in the Labor Law and as set forth in prevailing wage and supplement schedules issued by the State Labor Department. Furthermore, Contractor and its subcontractors must pay at least the prevailing wage rate and pay or provide the prevailing supplements, including the premium rates for overtime pay, as determined by the State Labor Department in accordance with the Labor Law. Additionally, effective April 28, 2008, if ths is « public work contract covered by Anicle 8 of the Labor Law, the Contractor understands and agrees that the filing of payrolls in a manner consistent with Subdivision 3-8 of Section 220 of the Labor Law shall be a condition precedent to payment by the State of January 2014 STANDRRD CLUSES FOR YS CONTRAETS any State approved sums due and owing for work done upon the project. 7. NON-COLLUSIVE BIDDING CERTIFICATION. In avcordance with Section 139-d of the State Finance Law, if this contract was awarded based upon the submission of bids, Contractor affirms, under penalty of petjury, that its bid was arrived ut independently and without collusion aimed at restricting competition. Contractor further affiems that, at the time Contractor submitted its bid, an authorized and responsible person executed and delivered to the State @ non- collusive bidding certification on Contractor's behalf. 8. INTERNATIONAL BOY. PROUIBI In accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law, if this contract exceeds 185,000, the Contractor agrees, as a material condition of the ‘contract, that neither the Contractor nor any. substantially ‘owned or affilisted person, firm, parinership or corporation has participated, is participating, or shall participate in an international boycott. in violation of the federal Export ‘Administration Act of 1979 (50 USC App. Sections 2401 et seq.) or regulations thereunder. If such Contractor, or any of the aforesaid affiliates of Contractor, is convicted or is otherwise found to have violated said laws or regulations upon the final determination of the United States Commerce Department or any other appropriate agency of the United States subsequent to the contract's execution, such contract, amendment or modification thereto shall be rendered forfeit ‘and void. The Contractor shall so notify the State Comptroller ‘within ive (5) business days of such conviction, determination cor disposition of appeal NYCRR 105.4}, 9. SET-OFF RIGHTS, ‘The State shall have all of its common la, equitable and statutory rights of set-off, These rights shall 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 monctary penalties relative thereto. The State shall exercise its set-off rights in accordance with normal State practices including, in cases of set-off pursuant to an audit, the finalization of such audit by the State agency, its representatives, or the State Compiroller 10. RECORDS, The Contractor shal establish and maintain complete and accurate books, records. documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter, collectively, "the Records"). The Records must be Kept for the balance of the calendar year in Which they were made and for six (6) additional years thereafter, The State Comptroller, the Artomey General and ‘any other person or entity authorized to conduct an examination, as well as the agency or agencies involved in this Page 4 contract, shall have access to the Records during normal business hours at an office of the Contractor within the State ‘of New York of, if no such office is available, at a mutually agreeable and reasonable venue within the State, for the term specified above for the purposes of inspection, auditing and copying. The State shall take reasonable steps to protect from public disclosure any of the Records which are exempt from disclosure under Section 87 of the Public Officers Law (the Statute”) provided that: i) the Contractor shall timely inform ‘an appropriate State official, in writing, that said records should not be disclosed: and (ji) said records shall be sufficiently identified; and (ii) designation of said records as, exempt under the Statute is reasorable. Nothing contained herein shall diminish, or in any way adversely affect, the State's right to discovery in any pending or future litigation, IDENTIFYING INFORMATION PRIVAC NOTIFICATION, — (a) Identification Number(s). Every invoice or New York State Claim for Payment submitted to # New York State agency by a payee, for payment for the sale of {goods of services or for transactions (e.g, leases, easements, licenses, etc) related to real or personal property must include the payee's identification number. The number is any or all of the following: (i) the payce’s Federal employer identification number, (i) the payee’s Federal social security number, and/or (Gi) the payce’s Vendor Identification Number assigned by the Statewide Financial System, Failure to include such number for numbers may delay payment. Where the payee does not have such number or numbers, the payee, on its invoice or Claim for Payment, must give the reason or reasons why the payee does not have such number or numbers. (b) Privacy Notification. (1) The authority to request the above personat information from a seller of goods or services ‘or a lessor of real or personal property, and the authority to ‘maintain such information, is found in Section $ of the State ‘Tax Law, Diselosure ofthis information by the seller or lessor to the State is mandatory. The principal purpose for which the information is collected is to enable the State to identify individuals, businesses. and others who have been delinquent in filing tax returns or may have understated their tax liabilities and 10 generally identify persons affected by the taxes administered by the Commissioner of Taxation and Finance. The information will be used for tax administration ‘purposes and for any other purpose authorized by law. (2) The personal information is requested by the purchasing unit of the agency contracting to purchase the goods or services of lease the real or personal property covered by this contract or lease The information is maintained in the Statewide Financial System by the Vendor Management Unit within the Bureau of State Expenditures, Office of the State Comptroller, 110 State Street, Albany, New York 12236, 12, EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOME! IN. In accordance with Section 312 of the Executive Law and S NYCRR 143, if this contract is: (i) a written agreement or purchase order instrument, providing for a total expenditure in excess of $25,000.00, January 2014 ‘STuvmann MUSES fon ws CONTRACTS PT whereby a contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, 10 bee performed for, or rendered or furnished to the contracting agency; or (i) a written agreement in excess of $100,000.00 whereby a contracting agency is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real propery and improvements thereon; or (it) a written agreement in excess ‘0f $100,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repait or renovation of real property and improvements thereon for such project, then the following shall apply and by signing this agreement the Contractor certifies and affirms that itis Contractor’s equal employment opportunity policy that {a) The Contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status, shall ‘make and document its conscientious and active efforts 10 employ and utilize minority group members and women in its work force on State contracts and will undertake or continue existing programs of affirmative action to ensure that minority group members and women are afforded equal employment ‘opportunities without discrimination. Affirmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, transfer, ayo, or termination and rates ‘of pay or other forms of compensation; (b) at the request of the contracting agency, the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish @ written statement that such employment agency, Jabor union or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or ‘marital’ status and that such union’ or representative will affirmatively cooperate in the implementation of the Contractor's obligations herein; and (©) the Contractor shall. state, in all solicitations or advertisements for employees, that, in the performance of the State contract, all qualified applicants will be afforded equal ‘employment opportunities without discrimination because of race, creed. color, national origin, sex, age, disability or marital stats. Contractor will include the provisions of "a", *b", and "e” above, in every subcontract over $25,000.00" for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor. Section 312 does not apply to: (3) work, goods or services unrelated to this contract; or (i) employment outside New York State, The State shall consider compliance by a contractor or subcontractor with the requirements of any federal law concerning equal employment Page 5 ‘opportunity which effectuates the purpose of this section, The ‘contracting agency shall determine whether the imposition of the requirements of the provisions hereof duplicate or conflict with any such federal law and if such duplication or conflict exists, the contracting agency shall waive the applicability of Section 312 to the extent of such duplication or conilict. Contractor will comply with ll duly promulgated and lawful rules and regulations of the Department of Economic Development's Division of Minority and Women's Business Development pertaining hereto, 13, CONFLICTING TERMS. In the event of a conflict between the terms of the contract (including any and all attachments thereto and amendments thereof) and the terms of this Appendix A, the terms ofthis Appendix A shall control, 14. GOVERNING LAW. This contract shall be governed by the laws of the Stale of New York except where the Federal supremacy clause requires otherwise, 1S. LATE PAYMENT. Timeliness of payment and any interest to be paid to Contractor for late payment shall be govemed by Adicle 11-A of the State Finance Law to the extent required by law, 16. NO ARBITRATION. Disputes involving this contract including the breach or alleged breach thereof, may not be submited to binding arbitration (except where statutorily authorized), but must, instead, be heard in a court of competent jurisdiction ofthe State of New York. 17. SERVICE OF PROCESS. In addition to the methods of service allowed by the State Civil Practice Law & Rules (°CPLR"), Contractor hereby consents to service of process upon it by registered or certified mail, return receipt requested, Service hereunder shall be complete upon Contractors actual receipt of process or upon the State's receipt of the return thereof by the United States Postal Service as refused or undeliverable. Contractor must promptly notify the State, in writing, of each ahd every change of address 10 which service ‘of process can be made. Service by the State tothe last known adcress shall be sufficient. Contractor will have thirty (30) ‘calendar days after service hereunder is complete in which to respond. 18. PROHIBITION ON PURCHASE OF TROPICAL HARDWOODS. The Contractor certifies and warrants that all wood products to be used under this contract award will be in accordance with, but not limited to, the specifications and provisions of Section 165 of the State Finance Law, (Use of ‘Tropical Hardwoods) which prohibits purchase and use of tropical hardwoods, unless specifically exempted, by the State ‘or any governmental agency or political subdivision or public benefit corporation. Qualification for an exemption under this law will be the responsibility of the contractor to establish to ‘meet with the approval ofthe State. January 2014 seroma In addition, when any portion of this contract involving the tase of woods, whether supply or installation, is to be performed by any subcontractor, the prime Contractor will Indicate and certify in the submitted bid proposal that the subcontractor has been informed and is in compliance with specifications and provisions regarding use of tropical hardwoods as detailed in §165 State Finance Law. Any such use must meet With the approval of the State; otherwise, the bid may not be considered responsive. Under bidder certifications, proof of qualification for exemption will be the responsibility of the Contractor to meet with the approval of the State 19, MACBI -AIR_EMP! NT PRI S. In accordance with the MacB ride Fair Employment Principles (Chapter 807 of the Laws of 1992), the Contractor hereby stipulates that the Contractor either (a) has no. business ‘operations in Northern treland, or (b) shall take lawful steps in good faith to conduct any business operations in Northern Ireland in accordance with the MacBride Fair Employment Principles (as described in Section 165 of the New York State Finance Law), and shall permit independent monitoring of compliance with such principles. 20. OMNIBUS PROK 1ENT AC 92. It is the policy of New York State to maximize opportunities for the participation of New York Stato business enterprises, including minority and women-owned business enterprises as bidders, subcontractors and suppliers on its. procurement contracts, Information on the availability of New York Siate subcontractors and suppliers is available from: NYS Department of Feonomic Development Division for Small Business Albany, New York 12245 Telephone: 518-262-5100 Fax: $18-292-5884 email: paesd.ny.ov A directory of certified minority and women-owned business enterprises is availabe from: NYS Department of Economie Development Division of Minority and Women's Business Developinent 633 Third Avenue New York, NY 10017 212-803-2414 ‘email: mubecerification@esd.ny.gov hiips/ny.newny contracis,comy/FrontEnd/VendorSearchPu blizase ‘The Omnibus Procurement Act of 1992 requires that by signing this bid proposal or contract, as applicable, Contractors certify that whenever the total bid amount is greater than SI million Page 6 (@) The Contractor has made reasonable efforts io encourage ‘the participation of New York State Business Enterprises as suppliers and subcontractors, including certified minority and ‘women-owned business enterprises, om this project, and has retained the documentation of these efforis to be provided ‘upon request tothe State; {b) The Contractor has complied with the Federal Equal Opportunity Act of 1972 (P.L. 92-261), as amended (©) The Contractor agrees to make reasonable efforts to provide notification to New York State residents of femployment opportunities on this project throush listing any such positions with the Job Service Division of the New York ‘State Department of Labor, or providing such notification in such manner as ig consistent with existing collective bargaining contracts or agreements. The Contractor agrees to document these efforts and to provide said documentation to the State upon request; and (@) The Contractor acknowledges notice that the State may seek to obtain offset credits from foreign counties as a result ofthis cantract and agrees to cooperate with the State in these efforts. 21, RECIPROCITY AND SANCTIONS PROVISIONS. Bidders are hereby notified that if their principal place of business is located in a country, nation, province, stale or political subdivision that penalizes New York State vendors, ‘and if the goods or services they offer will be substantially produced or performed outside New York State, the Omnibus Procurement Act 1994 and 2000 amendments (Chapter 684 ‘and Chapter 383, respectively) require that they be denied contracts which they sould otherwise obtain, NOTE: As of May 15, 2002, the list of discriminatory jurisdictions subject to this provision includes the states of South Carolina, Alaska, West Virginia, Wyoming, Louisiana and Hawaii. Contact NYS Department of Economic Development for 2 current ‘of jurisdictions subject to this provision. n. JANCE WITH NEW _YORK STATE INFORMATION — SECURITY BREACH AND. NOTIFICATION ACT. Contractor shall comply with the provisions of the New York State Information Security Breach ‘and Notification Act (General Business Law Section 899-23; State Technology Law Section 208). 23, COMPLIANCE _WITH__CONSULTANT DISCLOSURE LAW, If this is a contract for consulting services, defined for purposes of this requirement to include analysis, evaluation, research, training, data processing, ‘computer programming, engingering, environmental, health, and mental health services, accounting, auditing, parslegal legal or similar services, then, in accordance with Section 163, (deg) of the State Finance Law (as amended by Chapter 10 of | the Laws of 2006), the Contractor shall timely, accurately and properly comply with the requirement to submit an annual ‘employment report for the contract to the agency that awarded January 2014 ‘STAMMAND CLASES OR WYS CONTRACTS. the contract, the Department of Civil Service and the State Comptroller 24, PROCUREMENT LOBBYING. To the extent this agreement is a "procurement contract” as defined by State Finance Law Sections 139+) and 139k, by signing this agreement the contractor certifies and affirms that all disclosures made in accordance with State Finance Law Sections 139.) and 139-k are complete, true and accurate, In the event such certification is found to be intentionally false or imentionally incomplete, the State may terminate the agreement by providing written notification to the Contractor in accordance with the terms ofthe agreement 25. CERTIFICATION _OF REGISTRATION TO COLL ES_AND COMPENSATING USE_TAX BY CERT) ATE CONTRAC AFFILIATES AND SUBCONTRACTORS, To the extent this agreement is a contract as defined by Tax Law Section S.a, if the contractor fails 10 make the certification required by Tax Law Section 5-a or if during the term of the contract, the Department of Taxation and Finance fr the covered ageney, as defined by Tax Law 5-2, discovers that the certification, made under penalty of perjury, is false, then such failure to file oF false certification shall be a material breach of this contract and this contract may be terminated, by providing written notification to the Contractor in accordance with the terms of the agreement, if the covered agency determines that such action isin the best interest ofthe State, 26. IRAN DIVESTMENT ACT, By entering imo this ‘Agreement, Contractor certifies in accordance with State Finance Law §165-a that itis not on the “Entities Determined to be Non-Responsive BiddersOfferers pursuant to the New York State Iran Divestment Act of 2012" (“Prohibited Entities List”) posted at hnp//ownw 04 av gov/abourregs\Joes/Listflmtities pdf Contractor further certifies that it will not utilize on this Contract any subcontractor that is identified on the Prohibited Entities List, Contractor agrees that should it seek to renew or ‘extend this Contract, i must provide the same certification at the time the Contract is renewed or extended, Contractor also ‘agrees that any proposed Assignee of this Contract will be required to certify that itis not on the Prohibited Entitis List before the contract assignment will be approved by the State. During the term of the Contract, should the state agency receive information that a person (as defined in State Finance Law §165-8) is in violation of the above-referenced certifications, the state agency will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then the state agency shall take such action as may be appropriate and provided for by law, rule, or contract, including, but not Page 7 limited to, imposing sanctions, seeking compliance, recovering damages, or declaring the Contractor in default, ‘The state agency'reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears ‘on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibilty review with respect fo any entity that is awarded ‘8 contract and appears on the Prohibited Entities list after contract award. January 2014 APPENDIX B Statement of Work between DOCCS and JPay, Inc. @ Corrections Services Statement of Work NEW YORK STATE DEPARTMENT OF CORRECTIONS AND COMMUNITY SUPERVISION (yspoccs) Project Objectives This Statement of Work is being made pursuant to the Participating Addendum entered into by the New York State Office of General Services (*NYSOGS") on behalf of the New York State Department of Corrections and Community Supervision (*NYSDOCCS") and JPay 'nc. ("Pay") having a termination date of july 31, 2022 (the “Participating Addendum"). Pursuant to the Participating Addendum, Pay willbe the provider of money transfer, release debit cards, music downloads, email and related products, media account funding, and all other tablet-based technology services covered inthis agreement and outlined in Exhibit A attached hereto, All services mentioned inthis SOW are included in JPay's NASPO contract, Scope 4. Funding and Media Services (Including Release Debit Cards upon releose)-JPAY will be the exclusive provider of these services. Funding, a. Media Funding Services |. Services will allow inmates the ability to purchase media credits via the kiosk using funds from their inmate trust account. The use of these services wil afford the inmate the option to participate in a pay-per-use JPay service, These credits are non-transferable nor refundable at any time, including at the time of release, however, will be processed in accordance with the Section 1304 of New York’s Abandoned Property Law, Section 128 of New York’s Finance Law and New York State policies and procedures relating thereto nttp://www.ose.state.ny.us/ouf/reporters/files/outhandbook.pdf i. Fees are displayed in Exhibit & 'b, Inmate Trust Account Funding Services |. Money Transfer services for NYSDOCCS will utilize the following: 1. Lockbox ~ NYSDOCCS will publicize the IPay money order PO Box as the exclusive mailing address to send money orders to fund inmate trust accounts, NYSDOCCS will continue to publicize this address and policy/procedure on the NYSDOCCS website, 2. The NYSDOCCS will utiize JPay’s money transfer ralls (including but not limited to via ‘ww. JPay.com, facility lockbox, at MoneyGram locations, and via telephone) as methods for Friends Family to fund an inmate's account. 3. Pay will id in moving money from facity to facility (specific Bank accounts) when an inmate is relocated and the facility where the inmate transfers from will sue a check payable in the amount fof the funds JPay transfers atthe end of each week. 4. The NYSDOCCS will have the ability to deposit checks, such as, but not limited to, Government Issued, settlement or estate checks, either into the fecltylockbox at no cost or deposit directly into ‘the inmate's account fi, Fees are displayed in Exhibit A © Release Debit Cards: 1. NYSDOCCS will issue JPay Release Debit Cards to released inmates (over the age of 18) as means to disperse. funds left on an inmate's Trust Account at time of release. £2864 Biscayne Blvd, Suite 243 | Miami, FL 38a es Pay.com| 954-8606 4 JPayandits sponsor bank may impose 2 minimum foad amount should itbe deemed necessary. The minimum amount shall not be less than $5.00 or more than $40.00. li, Release Debit Cards may be used in conjunction with @ NYSDOCCS-sponsored work release program with a separate fee structure than what is discussed in Exhibit A. Iv. Fees are displayed in Exhibit A ‘Media (kiosk and Tablet Services) N¥SDOCCS shall have discretion as to whether it shall agree to utilize any of the following media services atthe rates set forth in the Pricing Exhibit (Exhibit A): 3. 2-Way Email with content scanning ~ JPay will be the exclusive provider ofthis service iL Attachments Available 1. Picture (including eCards) 2. Video Attachment /VideoGram li Printouts of text / pictures at inmate expense b. Video Visitation ©. JPS Tablet |. JPay will provide a P38 (7inch} tablet for each inmate as directed by NYSDOCCS for the life of the SOW These tablets will be on a “Yoan” basis for theic use while incarcerated; when released the tablet must be Fetured in working order to JPay. 2. Pay will nt hold NYSDOCCS liable for damaged tablets; hawever, JPay will work with NYSDOCCS Jn recouping costs from an inmate who damages a tablet and/or kiosk with malice. ii, Tablets isued to inmates may be refurbished units '\._JPay reserves the right to deny a tablet to an inmate who has destroyed or damaged JPay property in the past. JPay wil work with the NYSDOCCS if this eccurs, \. JPay will provide a mechanism at no cost to the released inmate or state to provide him/her with all purchased games and music at their release, VL Each tablet will come with a set of earbuds and charger that have been reviewed and approved by NYSDOCCS. Replacement pieces can be purchased via the JPay kiosk at prices described in Exhibit A 4. Tablet (Player) Produets ~ Pricing is described in Exhibit A, — pay willbe the exclusive provider of these services iL Music downloads Single Songs + Fullslbums Video downloads (Ka Lite Videos) ‘i Education {including Lantern and News Store} i. E-books v. Movie Rentals vi Games vil. Accessories All content that is offered to the inmate population must be reviewed and approved by NYSDOCCS. & Value-Added Services (these Value-Added Services shall be made available to NYSDOCCS at no additional cost; JPay ‘and NYSDOCCS can discuss them ata later date): |. PREA Reporting 1286 Biscayne Bld. Suits [Mian FL 33282 | ser Pay cor 954-362-8360 2 @ Corrections Services ii. Grievances / Information Center for inmates ii. Commissary Ordering via iFrame 4M Network and Infrastructure In general, Pay requires the following infrastructure availabe at each location: 1. Internet access, 3MB download/upload bandwidth (Equivalent of 2 bonded 71) or better depending on the number of kiosks ata given site, 2. Network access at each kiosk location via CAT S network cabling (cable runs of 100 meters or les). JPay can share existing network infrastructure and can provide appropriate appliances to Supplement the facilty’s network where necessary. 3. For long cable runs, fiber optic cable is necessary. JPay requires two strands of multi-mode fiber. JPay will provide media converters as necessary in cases where the facity makes unused fiber avallable. JPay can also share existing fiber with the facility through VLAN configuration, JPay can provide appliances to perform ths function if necessary. ‘As an alternative, Pay, with NYSOOCCS permission, wll be permitted ta use Wi-Fi andor WieMax connectivity Electrical power in the form of a standard outlet is required at each kiosk location, Pay wil with the approval and guidance af NYSDOCCS, deploy broadband networks, both wired and wireless if approved), in all ‘agreed upon NYSDOCCS facilities. If NYSDOCCS has any available conduit, dark fiber, or Ethemet cable availabe, JPay will first use these resources, Pay will provide broadband connectivity and infrastructure at its cost should NYSDOCCS not have broadband or infrastructure available, Pay wil nstll kiosks at a ratio of 1:75 or as needed at agreed upon locations. The final number of kiosks {and types of networks will be determined upon mutual agreement of both parties after site tours are complete. ML Technical integration JPay agrees to work with NYSDOCCS (or its designee) in setting up o file integration with the Inmate Management system, JPay ‘grees that the inmate lookup will be done via Web Services while a file-swap method will be used to transfer actual deposit fies, ‘n adctional integration with the IMS wil be completed allowing inmates to move money direct from their trust account to the Jay Media account. Documents on current file specifications will be made available in a later Exhibit. Netther party wll charge 2 fee for any costs associated with integrating JPay and NYSDOCCS' Inmate Management System, Relating to Money Transfer, all funds corresponding to each day’s payments are remitted to the specified bank via an Automated Clearing House ("ACH") credit each banking day. The ACH is received within 24-48 business (banking) hours and al und transfers {are detailed in batch reports available on JPay's DOC staf interface, IV, Service Level Agreements Kiosk and network issues are resolved within the following timeframe: between 4 hours and 4 business days. Resolution may take 44 days or longer is if ths issue is considered an exception, Le. we are waiting on an order for spare parts, we need to repair damaged fiber, clearance delays, escort issues, etc, Some issues require NYSDOCCS assistance, such as power and network failures 'ssue reporting, communications, and resolutions are handled by JPay’s Help Desk Team, Field Engineering Team, and NOC (Network Operation Center) The Help Deskis responsible for technician clearances, scheduling, assistance with mailroom PC's, inquiries from investigators, Trust Accountants, and other staf 2286) Biscayne Bd. Sut Onsite Field Engineers are deployed to resolve hardware, network, and power issues. For all onsite calls, our goal isto have Someone on site within 48 hours ofthe issue being identified and reported, Asi is not always possible to have someone onsite within 48 hours, we aim to have someone onsite no later than 4 business days not including the exceptions described above The NOC detects prolonged downtime by watching the netwark and the frequency of inmate logins. The NOC performs emote reboots to resolve the vast majority of kiosk outages on the same day that they're reported. Ifan issue is not tected by the NOG, its most likely detected in the inmate support tickets and in the direct communication from the NYSDOCCS staff vie email and phone. ‘Sa general rule, Kiosks are much more complicated than inmate phones and JPay fully understands the hyper-sensitivity of hhaving the kiosks up and running as much 2s possible. V. Personnel Pay agrees to hirea minimum of 2 New York state based Field Engineers to service JPay's kiosks and networks, These Field Engineers will be supported by JPay’s 24-hour Network Operations Center. JPay willassign an Account Manager who is available 24-7 who will act asthe main point of contac for the contract. The Account Manager will be supported by JPay’s Help Desk, so NYSDOCCS staff always have a contact should they need assistance. Vi. Morketing For a successtul launch, itis imperative that the inmate population, friends and families are well aware of the service and its offerings. Before launching any service, NYSDOCCS will notify the public about the details ofthe progcam. The NYSDOCCS website will be updated to include JPay product information, instructions an how to use JPay, and a link to our customized New York State landing page. JPay will work with NYSOOCCS to distribute printed materials. Vi. Training ‘Pay will deploy a tear that will work with NYSDOCCS’ designated point of contact to customize the training deliverables and ‘objective. Training wil generally be conducted using live training, remote training, and content anid literature distribution, Upon turning on the kiosks at each facility, the Pay Account Manager will conduct onsite training with staff and with inmates by doing inmate town hall sessions. This willbe coordinated between the Account Manages and NYSDOCCS staff upon each site launch, 482y may also produce infornercials forthe intra cuit TV system in the prisons which must be reviewed and approved by nvspoccs. 4Pay's inmate ticket team handles inquiries on a dally bass. ‘Suggested attendees for training sessions (training sessions ore organized by respective roles) 1. Superintendent 2. Security Personnel 3. Inmate Accounts / Business Office Personne! 4. Deputy Superintendent 5. Guidance staff vn. SOW Term 2864 Biscayne Bhd. Suits 43 [Miami FL 33382] wie tPa ‘The term ofthis Statement of Work shall commence on the date of signature by the NYS Office of the State Comptroller and will Continue until uly 31, 2022. ‘SOW APPROVED AND AGREED TO: New York State Department of Corrections ‘ommunity Supervision WK Dou er (Rothorized Signature) Sandra Downey (Print or Type Name of Signatory) sPay nc. Gathorized signature) Errol Feldman (rint or Type Name of Signatomy) oy RECON 0 fits DODGET EF Titiey Gl tA\ it Sir (Date) (Date) 1204 Biscayne Bled. Suite 243 | Miami, FL 33282 | APPENDIX C MWBE & EEO Information APPENDIX C PARTICIPATION BY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISES: REQUIREMENTS AND PROCEDURES L A. General Provisions The Department of Corrections and Community Supervision (hereinafter referred to as “DOCCS") is required to implement the provisions of New York State Executive Law Article 15-A and Parts 140-145 of Title 5 of the New York Codes, Rules and Regulations CNYCRR") for all State contracts, as defined therein, with a value (I) in excess of $25,000 for labor, services, equipment, materials, or any combination of the foregoing ot (2) in excess of $100,000 for real property renovations and construction. ‘The contractor to the subject contract (the “Contractor” and the “Contract,” respectively) agrees, in addition to any other nondiscrimination provision of the Contract and at no additional cost to “DOCCS, to fully comply and cooperate with DOCCS in the implementation of New York State Executive Law Article 15-A and the regulations promulgated thereunder. These requirements include equal employment opportunities for minority group members and women (“EEO”) and contracting opportunities for New York State-certified minority and women-owned business enterprises (“MWBEs"). The Contractor's demonstration of “good faith efforts” pursuant to 5 NYCRR § 142.8 shall be a part of these requirements. These provisions shall be deemed supplementary to, and not in lieu of, the nondiserimination provisions required by New York State Executive Law Article 15 (the “Human Rights Law”) and other applicable federal, state, and local laws. Failure to comply with all of the requirements herein may result in a finding of non- responsiveness, non-responsibility and/or a breach of contract, leading to the assessment of liquidated damages pursuant to Section VIL of this Appendix and such other remedies are available to DOCCS pursuant to the Contract and applicable law. Contract Goals For purposes of this procurement, DOCCS has determined that the contract does not offer sufficient opportunities to set goals for participation by MWBEs as subcontractors, service providers and suppliers to the awarded contractor. Contractor is encouraged to make every good faith effort to promote and assist the participation of New York State Certified Minority and Women-owned Business Enterprises (MWBE) on this contract for the provision of services or materials. To locate New York State Certified MWBEs, the directory of Certified Businesses can be viewed at: https://ny.newnycontracts.com For purposes of providing meaningful participation by MWBEs on the Contract and achieving the MWBE Contract Goals established in Section II-A hereof, the Contractor should reference the directory of MWBEs at the following intemet address: hups://ny.newnycontracts, APPENDIX C Additionally, the Contractor is encouraged to contact the Division of Minority and Women’s Business Development at (212) 803-2414 to discuss additional methods of maximizing participation by MWBEs on the Contract. C. The Contractor understands that only sums paid to MWBEs for the performance of a ‘commercially useful function, as that term is defined in 5 NYCRR § 140.1, may be applied towards the achievement of the applicable MWBE participation goal. ‘The portion of a contract with an MWBE serving as a broker that shall be deemed to represent the commercially useful function performed by the MWBE shall be 25 percent of the total value of the contract. 1D. The Contractor must document “good faith efforts,” pursuant to 5 NYCRR § 142.8, to provide meaningful participation by MWBEs as subcontractors and suppliers in the performance of the Contract. Such documentation shall include, but not necessarily be limited to: 1, Evidence of outreach to MWBEs; 2. Any responses by MWBEs (o the Contractor's outreach; 3. Copies of advertisements for participation by MWBEs in appropriete general circulation, trade, and minority or women-oriented publications; 4. The dates of attendance at any pre-bid, pre-award, or other meetings, if any, scheduled by DOCCS with MWBEs; and, 5. Information describing specific steps undertaken by the Contractor to reasonably structure the Contract scope of work to maximize opportunities for MWBE participation II]. Equal Employment Opportunity (“EEO”) A. The provisions of Article 15-A of the Executive Law and the rules and regulations promulgated thereunder pertaining to equal employment opportunities for minority group ‘members and women shall apply to the Contract, B. In performing the Contract, the Contractor shall: 1. Ensure that each contractor and subcontractor performing work on the Contract shall undertake or continue existing EEO programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status, For these purposes, EEO shall apply in the arcas of recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff, ot termination and rates, of pay or other forms of compensation. 2. The Contractor shall submit an EEO policy statement to DOCCS within seventy-two (72) hours after the date of the notice by DOCS to award the Contract to the Contractor. If the Contractor, or any of its subcontractors, does not have an existing EEO policy statement, DOCCS may require the Contractor or subcontractor to adopt a model statement (see Form ~ Equal Employment Opportunity Policy Statement). APPENDIX C 4. ‘The Contractor's EEO policy statement shall include the following language: a. The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, age, disability, or ‘marital status, will undertake or continue existing EEO programs to ensure that minority group members and women are afforded equal employment opportunities without discrimination, and shall make and document its conscientious and active efforts to employ and utilize minority group members and women in its work force. b. The Contractor shall state in all solicitations or advertisements for employees that, in the performance of the contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, ereed, color, national origin, sex, age, disability or marital status ¢, The Contractor shail request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union, or representative will not discriminate on the basis of race, creed, color, national origin, sex age, disebility or marital status and that such union or representative will affirmatively cooperate in the implementation of the Contractor's obligations herein. 4. The Contractor will include the provisions of Subdivisions (a) through (c) of this Subsection 4 and Paragraph “E” of this Section Ill, which provides for relevant provisions of the Human Rights Law, in every subcontract in such a manner that the requirements of the subdivisions will be binding upon each subcontractor as to work in connection with the Contract. C. Form EEO 100 - Staffing Plan To ensure compliance with this Section, the Contractor shall submit a staffing plan to document the composition of the proposed workforce to be-utilized in the performance of the Contract by the specified categories listed, including ethnic background, gender, and Federal occupational categories. The Contractor shall complete the staffing plan form and. submit itas part of their bid or proposal or within a reasonable time, as directed by DOCCS.. D. Form BEO-I - Workforce Utilization Report 1. The Contractor shall submit a Workforce Utilization Report, and shalll require each of its subcontractors to submit a Workforce Utilization Report, in such form as shall be required by DOCCS on a QUARTERLY basis during the term of the Contract. 2. Separate forms shall be completed by the Contractor and any subcontractors. E. The Contractor shall comply with the provisions of the Human Rights Law, and all other State and Fedetal statutory and constitutional non-discrimination provisions, The Contractor and its subcontractors shall not discriminate against any employee or appli for employment because of race, creed (religion), color, sex, national origin, sexual orientation, military status, age, disability, predisposing genetic characteristic, marital APPENDIX C status or domestic violence victim status, and shall also follow the requirements of the Human Rights Law with regard to non-discrimination on the basis of prior criminal conviction and prior arrest IV. Quarterly MWBE Contractor Compliance Report The Contractor is required to submit a quarterly MWBE Contractor Compliance Report through the NYSCS, provided, however, that the Contractor may arrange to provide such report via a non- electronic method to DOCCS by the 10 day following the end of each quarter or month as applicable during the term of the Contract. V. Liquidated Damages - MWBE Participation A. Where DOCCS determines that the Contractor is not in compliance with the requirements of this Appendix and the Contractor refuses to comply with such requirements, or if the Contractor is found to have willfully and intentionally failed to comply with the MWBE ation goals, the Contractor shall be obligated to pay to DOCCS liquidated damages. B. Such liquidated damages shall be calculated as an amount equaling the difference betweet 1. All sums identified for payment to MWBEs had the Contractor achieved the contractual MWBE goals; and All sums actually paid to MWBES for work performed or materials supplied under the Contract. C. In the event a determination has been made which requires the payment of liquidated damages and such identified sums have not been withheld by DOCCS, the Contractor shall pay such liquidated damages to DOCCS within sixty (60) days after they are assessed. Provided, however, that if the Contractor has filed a complaint with the Director of the Division of Minority and Women’s Business Development pursuant to S NYCRR § 142.12, liquidated damages shall be payable only in the event of a determination adverse to the Contractor following the complaint process. APPENDIX D Originating Contract, RFP/Contract #1901 including Amendments nly REVICONTRACT 6 19 STATEWIDE MASTER SERVICE AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR A Contract between the National Association of State Procurement Officials (NASPO) and the Multi-State Corrections Procurement Alliance (MCPA) ‘Acting by and through the State of Nevada Department of Administration Purchasing Division 515 E, Musser Street, Suite 300 Carson City, Nevada 89701 Contact: Ronda Miller, Parchasing Officer Phone: (775) 684-0182 Fax: (775) 684-0188 email: choi ‘chasing stateynv.us and Pay Inc. 12864 Biscayne Blvd, Suite 243 Miami, Florida 33181 Contact: Errol Feldman, General Counsel Phone: (305) 77-5543 Fax: (305) 893-8895 E-mail: efeldman@ipay.com Pursuant to Nevada Revised Statute (NRS) 277.100, NRS 277.110, NRS 333.162(1)(4), and NRS 333.480 the Chief of the Purchasing Division of Nevada is authorized to enter into cooperative group-contracting ‘consortium, ‘The National Association of State Procurement Officials (NASPO) and the Multi-State Corrections Procurement Alliance (MCPA) is a cooperative group-contracting consortium for state government Gepartments, institations, agencies and political subdivisions (Le., colleges, school districts, counties, cities, ete. In consideration of the above premises, the parties mutually agree as follows: 1. REQUIRED APPROVAL, This contract shall not become effective until and unless approved by the ‘Western States Contracting Alliance Board of Directors. 2. DEFINITIONS. “NASPO" means the National Association of State Procurement Officials, “MCPA” means the Multi-State Corrections Procurement Alliance. “State” and/or “Lead State” means the State of Nevada and its state agencies, officers, employees and immune contractors as defined in NRS 41.0307. “Participating State(s)” means state(s) that have signed (and not revoked) an Intent to Contract at the time of the award of this contracl, or who have executed a Participating Addendum. “Buyer” means any NASPO/MCPA. agency or political subdivision participating under this contract. “Contractor” and/or fective 0407 ope 1 10 Contracting Agency” means a person or entity that performs services and/or provides goods for NASPO/MCPA under the terms and conditions set forth in this contract, “Solicitation” means REP #1901 incorporated herein as Attachment AA. “Fiscal Year” is defined as the period beginning July 1 and ending June 30 of the following year. 3. CONTRACT TERM, This contract shall be effective from August 1, 2011 subject to NASPO/MCPA, Board of Directors’ approval to July 31, 2015, unless sooner terminated by either party as specified in paragraph (20). Fu 4. CANCELLATION OF CONTRACT: NOTICE, Unless otherwise stated in the special terms and conditions, any contract entered into as a result of the Solicitation may be canceled by either party upon written notice sixty (60) days prior to the effective date of the cancellation. Further, any Participating State ‘may cancel its participation upon thirty (30) days written notice, unless otherwise limited or stated in the special terms and conditions of the Solicitation. Cancellation may be in whole or in part. Any cancellation under this provision shall not effect the rights and obligations attending orders outstanding at the time of cancellation, including any right of any Participating State to indemnification by the Contractor, rights of Payment for goods/services delivered and accepted, and rights attending any warranty or default in performance in association with any order. Cancellation of the contract due to Contractor default may be immediate, 5, INCORPORATED DOCUMENTS. The patties agree that the scope of work shall be specifically desoribed; this contract incorporates the following attachments in descending order of constructive precedence: ATTACHMENT AA: _ SOLICIDATION #1901 (SCOPE OF WORK) AND AMENDMENTS 1,234, AND 5; ATTACHMENT BB: INSURANCE SCHEDULE; AND ATTACHMENT CC: CONTRACTOR'S RESPONSE A Contractors attachment shall not contradict or supersede any NASPO/MCPA specifications, tems ot ‘conditions without written evidence of mutual assent to such change appearing in this contract. 6, ASSENT. The patties agree that the terms and conditions listed on incorporated attachments of this contract are also specifically a part of this contract and are limited only by theit respective order of precedence and any Limitations specified, 7. BID. SPECIFICATIONS. Contractor cettfies that any deviation from the specifications in the scope of work, incorporated herein as part of Attachment AA, have been clearly indicated by Contractor in its response, incorporated herein as Attachment BB; otherwise, it will be considered that the bid is in strict compliance. Any BRAND NAMES of manufacturers’ numbers are stated in the specifications are intended to establish a standard only and are not restrictive unless the Solicitation states “no substitute,” and unless so stated, bids have been considered on other makes, models or brands having compatable quality, style, workmanship and performance characteristics. Alternate bids offering lower quality or inferior performance have not been considered. 8. ACCEPTANCE OR REJECTION OF BIDS, AND AWARD. NASPO/MCPA has the right to accept or reject any or all bids o parts of bids, and to waive informalities therein, ‘This contract is based the lowest responsive and responsible bid and meets the specifications of the Solicitation and terms and fecive 0607 Page2 of10 conditions thereof. Unless stated otherwise in the Solicitation, NASPO/MCPA has the tight to award items separately or by grouping items in a total lot 9. BID SAMPLES. Any required samples have been specifically requested in the Solicitation. Samples, when required, have been furnished free of charge. Except for those samples destroyed or mutilated in testing, samples will be returned at a bidder's request, transportation collect. 10. CONSIDERATION. The parties agree that Contractor will provide the services specified in paragraph (5). Contractor shall report contract utilization and pay an administrative fee of .5% of the total kiosk spend to MCPA, paid quarterly within 60 days of the end of the quarter, Inmates or family/friends of inmates to be charged a transaction fee for each service as listed in contractor's cost proposal. \/ , CONTRACT TERM. This contract shall be effective ftom August 1, 2011 subject to NASPO/MCPA Board of Ditecfors’ approval o July 31,2018, unless sooner terminated by either party as specified in paragraph (20) 2, INCORPORATED DOCUMENTS. Exhibit | (Original Contract) is attached hereto, incorporaed by reference herein and made a part of this amended contract. 3, REQUIRED APPROVAL, This amendment to the original contract shall not become effective until and unless ‘approved by the Nevada State Bostd of Examiners, Revised: 07/04 Page | of? ‘aynujus e swuao a¢'0$ sapi0 sad 00°T$ - 00°0$ oa 00°S$ -2509 ON 00'Sz$ - 00's oo'se$-oores 00'Sz$ - 00's oo'osz$-oo'es 66'69$ 666SS “B05 soBeyseg a1e9| SUTevo@pin qam soworsny oF ayeusut:y ayeuIUy o4 1wWoISND| “Seon9§ UoRENsIA capil A890 aL HO uoRBayddy BupapIE Aress}UWe>D| (aimonnseyur romaau ys0n4 94 ¥o UTA st pue sysory ayn UAH palteRsul 5] ABOjOUY>>} AYR {vOLINIOS yLomIaU YSO1Y aIEUIL! 942 UOIsUaIXe Ue) LoNDaIEg SuON [129] sBaIA1ag 90D) JeuoREPPY| ~rayger ap cio ausyu0> ys0r} ayewL SuIpeordn/Buipeojunogh ~-s0ulegyponouddy}\ sjequaisjrourpue anor} ~——s4009-3] suoniduosqns pue speojumop wate jeuonenp3| (21snw Jo Suyseysang / peojumog — gayi - #'1-7'E woRDas 50 uaIsUaIX® Ue) 391901 at UO ALA WO Arowan.oze inva zaiger| = —-howanrssr TIMI] saiaea| WaUipuRUy BA PpY OF SaaTAIDS| Tost jes0dorg 1509 885 ) To6t les08014 3509 285 Tost tesodare 1509 29s To6T jesodoug 3509 385 Tost lesodaig 3509 995 1O6T tesodaug 1509 995 TO6T les0doug 3505 295 TOGE Je50d014 3509 205 TOGT lesodo4g 3505 295 TOBE Iesadoig 3509 295 Boy” ‘oes aisvin pue Cav uonensia o8pix} '8}/2U:U! J0} Hew punogano pue punoqui| Sis0}y arewuy you13qU! pue auoyd 21 peo agap/pa19| uPJeD NGBg/NpaLD @ YIM ABUOW JuIpUES, ‘syuNoIDe Aress]LUUIGD ostId 104 S8D)A196 19jsueAN ADUOUL [e39U99 (.Supueg, 27°7'¢ vonsas) squauAed juawusaAdg op saut03sn9| ‘seas WwaTIT| vga Gat aan aan. aan, aay, o0't$ -oor0$ Tre se owes 360T- 3509 ON (00°S$-3509 ON osts 66°%$ oot stos SEES 00°08S oo's$ o0res-00'0$ os'os oL0$ Osos. ozs ooret$- 00'0$ aa aseypund sway! uo pases Washs Be yreg TEMEyoS BuOaY SUOMI] stonpoig pue wio3shs adeyaed axeMyos SuuonuoW 2]N0.32913 arshs aBey2eg azemyos juowaBeuey ase9| sadeyoed asemyos parejay wuawAeg siopurway wowed pundgind|. (souy pue S995 97) suowiAed woulwsen05 03 souinsucp pue swawhed uoRegolg pue Sjoleal ) rs0p] puog/yea! ‘anyuas saworsny anny ‘aoyuas sworsn9 osny ansaj9 unoxay) ~paga. aupadsa _.. Paeg-eoqiday| aa 20mg AyypuOWN| / “voneansy pied] spe 2IGaq aseajoy swojshs aBexpeq a1emyos Asessiusu09| wiaishs afeypeg s1emyos Sununosoy pue Junueg sapuayo} solleyed sxemajos payejay quauiAeg| S8qeUIY} 2 WAS: pue Atjurey pue spuaUs Ag paseysind swod) parejou Aress|usUCD| lama STATEWIDE MASTER SERVICE AGREEMENT FOR SERVICES OF INDEPENDENT. CONTRACTOR: AMENDMENT # 02 A Contract between the National Association of State Procurement Officials (NASPO) and the Multi Corrections Procurement Alliance (MCPA) Acting by and through the State of Nevada sing Division 515 E. Musser Street, Suite 300 Carson City, Nevada 89701 Contact: Ronda Miller, Purchasing Officer Phone: (775) 684-0182 © Fax: (775) 684-0188 E-mail: rimiller@ and JPay Inc. 12864 Biscayne Bivd, Suite 243 ‘Miami, Florida 33181 Contact: Entol Feldman, General Counsel Phone: (305) 577-5543 Fax: (305) 893-8895 Esmail: efeldman@ipay.c 1. AMENDMENTS. For and in consideration of mutual promises and/or their valuable considerations, all provisions of the original contract resulting from Reguest for Proposal #1901 and dated July 19, 2011, attached hereto as Exhibit B, remain in full force and effect withthe exception of the following: ‘A. To extend the current contract from July 31, 2018 to July 31, 2022 t@ allow vendors ample time to recoup their costs Yap exberon etd Current Contract Laneuage: 3. CONTRACT TERM, This contact stall be effective from August 1, 201) subject to NASPO/MCPA Board of Directors’ approval to July 31,2018, unless sooner terminated by either party as speviied in paragraph (20) Amended Contract Language: 3, CONTRACT TERM, This contract shal be effective from August 1, 2011 subject to NASPO/MCPA Board of Directors’ approval to July 31,2022, unless sooner terminated by either party as specified in paragraph (20). 2. INCORPORATED DOCUMENTS. Exhibit | (Original Contract) is atesched hereto, incorporated by reference herein and made part ofthis amended contract. REQUIRED APPROVAL, ‘This amendment to the original contract shall not become effective until and unless approved by the Nevada State Board of Exeminers, Revised: O74 State of Neda fan Stora Department of Adminecn Gover Pcatg Divan SSE ber Steet Soe 30 gS Canon iy. NV 49701 ‘ear SUBJECT: Amendment No, 5 to Request for Proposal No. 1901 DATE OF AMENDMENT: April 26, 2011 DATE OF RFP RELEASE: March 24, 2011 DATE AND TIME OF OPENING: May 4, 2011 @ 2:00 p.m. err 7 AGENCY CONTACT: Ronda Miller, Senior Buyer frmendmest i ss The following shall be a part of RFP No. 1901 for Inmate Kiosks. Ifa venc . 4 proposal and any of the information provided below changes that proposal, please submit the changes along with this amendment. You need not re-submit an entire proposal prior to the opening date and time. RFP EVALUATION COMMITTEE REVISION: Section 8.3.1; Part I: Technical Proposal, Copy to be sent to New Evaluator Warden Steve Hargett 40 Pippin Road/ PO Box 160 Newcastle, WY 82701 Phone: 307-746-4436 Attached file is complete list of evaluators: RFP 1901 USTOF EVALUATORS. pot Uf you are unable to access the above inserted file, ‘please contact Nevada State Purchasing at iohipurchasing state v.us foran emailed copy. ALL ELSE REMAINS THE SAME FOR RFP 1901. ‘Vendor shall sign and return this amendment with proposal submitted. NAME OF VENDOR AUTHORIZED SIGNATURE TITLE DATE RFP 1901 Aniendmient § ‘This document mast be submitted in the “State Documents” section/tab of vendors’ technical proposal Amendment 5 ‘RFP 1901 Page I off Ste of Nevada Brian Sandoval Deparment of Adminstration Governor Purchasing Divison S15 E-Musser Stet, Sie 300 Greg Smit, Carson City, NV 89701 Administrator SUBJECT: Amendment No. 4 to Request for Proposal No. 1901 DATE OF AMENDMENT: April 20, 2011 DATE OF RFP RELEASE: Mareh 24, 2011 = DATE AND TIME OF OPENING: May 4, 2011 @ 2:00 p.m. AGENCY CONTACT: Ronda Miller, Procurement Staff Mem vend + The following shall be a part of REP No. 1901 for Inmate Kiosks. Ifa vendor | a proposal and any of the information provided below changes that proposal, please submit the changes along with this amendment. You need not re-submit an entire proposal prior to the opening date and time. ADDITIONAL STATE INTENDING TO PARTICIPATE: Hawaii CLARIFICATION TO QUESTION 20 FROM THE STATE OF NEVADA: STATED: 20. How many electronic messages is the DOC receiving per year? + Incoming * Outgoing NV ~ None; NDOC currently does not allow electronic mail. SHOULD STATE: 20. How many electronic messages is the DOC receiving per year? + Incoming * Outgoing NV -NDOC currently allows incoming electronic mail. 12 month average is 5300 per month, ALL ELSE REMAINS THE SAME FOR REP 1901. ‘Vendor shall sign and return this amendment with proposal submitted, NAME OF VENDOR AUTHORIZED SIGNATURE TITLE DATE REP 1901 Amendment 4 ‘This document must be submited in the “State Documents” section/tab of vendors’ technical proposal Amendment 4 REP 1901 Page lof ‘State of Nevada ian Sova Depart cf Admin Governor Parsing Dvn SISE- Moser Set, Site 300 Steg Smith Canon Cay, NV HAE) Administer SUBJECT: Amendment No. 3 to Request for Proposal No. 1901 DATE OF AMENDMENT: April 15, 2011 DATE OF RFP RELEASE: March 24, 2011” ere DATE AND TIME OF OPENING: May 4, 2011 @ 2:00 p.m. Provence t™ 3 AGENCY CONTACT: Ronda Miller, Procurement Staff Memb: —.. The following shall be a part of RFP No. 1961 for Inmate Kiosks. If vendor has already returned a proposal and any of the information provided below changes that proposal, please submit the changes along with this amendment. You need not re-submit an entire proposal prior to the opening date and time, ANSWER TO QUESTION 11 FROM THE STATE OF VIRGINIA: 11, How many housing units are at each facility? VA DOC Housing Une ists ‘Wf you are unable to access the above inserted fle, ‘lease contact Nevada Stare Purchasing at sropurchiaperchasing stteux foran em ALL ELSE REMAINS THE SAME FOR RFP 1901. ‘Vendor shall sign and return this amendment with proposal submitted NAME OF VENDOR AUTHORIZED SIGNATURE TITLE DATE REP 1901 Amendment 3 }cument must be submitted in the “State Documents” section/tab of vendors” technical proposal Amendment 3 REP 1901 Page lof State of Nevada Brian Sanoval Deparanart of Adminisaton Governor Purchasing Divison SIE, Masser trex, Suite 300 Greg Smith Carson Ciy, NV 89701 Adiisuatr SUBJECT: Amendment No. 2 to Request for Proposal No. 1901 DATE OF AMENDMENT: April 14, 2011 DATE OF RFP RELEASE: March 24, 2011 DATE AND TIME OF OPENING: May 4, 2011 @ 2:00 p.m. AGENCY CONTACT: Ronda Miller, Procurement Staff Member The following shall be a part of REP No. 190] for Inmate Kiosks. 1fa vendor has already returned proposal and any of the information provided below changes that proposal, please submit the changes along with this amendment. You need not re-submit an entire proposal prior to the opening date and time, CLARIFICATION ON QUESTIONS FROM AMENDMENT 1: ere a STATED: Borwerchne t= 13, What is the total $ amount of trust fund deposits? NV- For the entire month of March 2011, our trust fund deposits, ODRC — Ave $3M/mo. Approx. $2,045,000 is deposited into the Offender Trust fund on @ monthly basis. WY - $998,786.79 (via mail room only). SHOULD STA‘ 13. What is the total $ amount of trust fund deposits? NV- For the entire month of March 2011, our trust fund deposits totaled $879,490.49. ODRC— Ave $3M/mo. VI- Approx. $2,045,000 is deposited into the Offender Trust fund on a monthly basis, WY - $998,786.79 (via mail room only). ANSWERS TO QUESTIONS FROM THE STATE OF ARIZONA: 1. Who is the Department of Corrections current Jail Management provider? AZ~N/A ‘Amendment 2 REP 1901 Page 1 of 5 5. 10. nt 12. 13. ‘Who is the current phone vendor? AZ - Evercom Securus. Who is the current commissary vendor? AZ - Keefe Commissary network. Will the DOC provide all necessary electric power and cabling for kiosks in cach facility? AZ-No, ADC will not provide all necessary electric power and cabling for kiosks in each facility. In Section 3.2.1.4 there is a requirement for the Ability to Translate information - what information is required to be translated? AZ - Translation services are not anticipated as necessary; bilingual instructions and menus (English/Spanish) would be necessary. In Section 3.2.1.6 there is a requirement for video visitation, does the DOC require this, service to be offered on a separate/ stand alone kiosk from the other applications? AZ - ADC does not require video visitation service. Section 3.2.2 what is the operating s application to run on? AZ - ADC does not have a designated operating system on which kiosk applications will be required to be run. stem designated by the DOC for the kiosks With all the varying types of kiosks, can a vendor respond with the types of kiosks they are able to provide? AZ - Yes. Will winning this RFP mean that the company that wins can install kiosks in Nevada DOC right away to take payments? AZ - N/A. Is this contract binding for all the DOC’s in the alliance? AZ- N/A. How many housing units are at cach facility? AZ - ADC has ten (10) state operated prison complexes and five (5) contracted private prisons in AZ -, with a total of 61 prison units (ranging from 1-8 units per prison complex). Housing Units range from 1-10 per prison unit. ADC currently has 284 Housing Units for state operated prisons and 30 Housing Units for contracted private prisons, for a total of 314 Housing Units. Deposit Services - How many transactions does the DOC process now? * Money order * Phone + Web + Walk-in AZ - or the Inmate Trust Account, ADC processes approximately 44,000 money order transactions per year; approximately 88,000 Western Union transactions per year; and approximately 24,000 initial inmate intake transactions per year. What is the total $ amount of trust fund deposits? ‘Amendment 2 REP 1901, Page 2 of 5 14, 1s, 16. 17. 18, 19, 20. 21. 22. 23. 24, 26. AZ - For the Inmate Trust Account, ADC deposits approximately $36 million per year from money orders, western union, and initial inmate intake and approximately $18 ‘million per year from inmate wages. Would the DOC climinate taking money orders and allow vendor to provide lockbox services for money orders? AZ - Not at this time; however, this may be negotiable as a contract amendment. Does the DOC process Parole and Probation payments? If so how many transactions of each of the following? * Money order + Phone + Web + Walk-in AZ - ADC processes approximately 13,500 Money Orders per year for parole payments. ADC does not process probation payments. ‘What is the total $ amount of trust parole /probation payments? AZ - Approximately $708,700 per year for parole payments. ADC does not process probation payments. How many inmates are released per year? AZ - In Fiscal Year 2010 (July 1, 2009-June 30, 2010) the AZ - Department of Corrections released 20,571 inmates. ‘What is the average amount an inmate is released with? AZ - $225.00. Does the DOC give inmates money upon release “gate money”? AZ- Released inmates are provided $50 in “gate money” for their first release only. How many electronic messages is the DOC receiving per year? * Incoming * Outgoing AZ - Inmates do not send or receive electronic messages. The volume of incoming, outgoing and internal electronic messages is not tracked, How many paper photos does the DOC receive per year? AZ - Unknown; this information is not tracked, How many photos can each inmate have at one time? AZ-A maximum of thirty (30) photos per inmate. Video Visitation - Will the inmates allow families to visit remotely (from home)? AZ-No. Will the DOC consider reducing their visitation to video only? AZ-No. Does the DOC want inmate kiosks for visitation placed in housing units/pods or in separate area exclusive for Video Visitation? AZ - ADC does not anticipate utilizing video visitation at this time, Section 3, 2nd paragraph: As the procurement may result in more than one contract, would multiple vendors be selected to provide the same service(s) at the DOC or would awarded vendors be selected to provide only one or several services listed under the procurement? ‘Amendment 2 RFP 190. Page 3 of 5 21. 28, 29. 30. 31. 32. 33. 34, 35, 36. AZ~ N/A. Section 3, 3rd paragraph: As vendors may propose on one or more of the system requirements, will the DOC award individual services to different vendors? For example, will one vendor be awarded the email service and another vendor awarded the inmate banking service? AZ- N/A, Section 3, 4th paragraph: Can Participating States award the contract to a vendor that was not awarded the DOC contract? AL- NAL Section 3.1.1: Js the DOC looking for a solution that incorporates each of the four kiosk types or one kiosk with all of these features? If the vendor's solution combines all four types into one kiosk, how should this be represented in the Cost Proposal? AZ - N/A Section 3.2.1.2.2: Will the DOC accept a deposit kiosk solution that does not accept checks? AZ- Yes. Section 3.2.1.10, Application Architecture: Is the DOC looking for the vendor's platform and whether or not the subsections apply? AZ- Yes. Section 3.2.1.11.1 = Which DOC applications would the vendor need to interface with? AZ - ADC has separate applications for the inmate telephone system (Securus), inmate banking system, inmate store system, and the ADC AIMS offender management system. For each of these, the vendor will be required to adhere to a standard format for integration. Section 3.2.1.12: Should the vendor propose the vendor's preferred method of connectivity or is the DOC looking for the vendor to provide one or more methods? AZ ~ ADC would want the vendor to propose the preferred method of connect ‘would reserve the right to review and approve proposed method of connectivity. but Section 3.2.2: Would the DOC be open to the vendor’s designating the kiosk’s operating system as it is already proven in the ficld? AZ~ Yes. Section 3.2.3.9: Is the DOC looking to view this information on the vendor’s system? AZ~ Yes. Section 3.2.3.9: What offender management system does the DOC use? If it is not a proprietary system, will each party be responsible for their own integration costs? AZ - The ADC AIMS offender management system is a proprietary system. ADC will require a standard format to be adhered to for integration; therefore there will be no integration costs for the vendor. Amendment? HH RFP 1901 Page 4 of 3 37. 38. 39. Section 3.2.4.3: Is the DOC looking to customize just the text of the error messages or something else? AZ- Unknown at this time until a determination can be made to the nature of the error messages being reported. Section 3.2.5.1: Is the DOC seeking to view the vendor's remote management? AZ- Yes. Section 3.3 Is the DOC willing to share network bandwidth with the vendor? Would the vendor be allowed to install additional bandwidth (i.e. T1)? AZ - ADCis open to discussing shared bandwidth with a vendor, dependant on location, and bandwidth requirements. Vendor may also be required to install an appropriate circuit, ALL ELSE REMAINS THE SAME FOR RFP 1901. Vendor shall sign and return this amendment with proposal submitted. NAME OF VENDOR AUTHORIZED SIGNATURE TITLE DATE RFP 1901 Amendment 2 ‘This document must be submitted in the “State Documents” section/tab of vendors’ technical proposal ‘Amendment 2 ‘RFP 1901 Page S ofS Suateof Nevade Department of Adminstration Purchasing Divison SIS E, Musser Ste, Site 200 Caran City, NV 8701 SUBJECT: DATE OF AMENDMENT: DATE OF RFP RELEASE: DATE AND TIME OF OPENING: AGENCY CONTACT: Brin Sandova Govemor Greg Sith ‘Administer Amendment No. 1 to Request for Proposal No. 1901 April 13, 2011 March 24, 2011 May 4, 2011 @ 2:00 p.m. Ronda Miller, Senior Buyer pre frrmemamerd | ‘The following shall be a part of REP No. 1901 for Inmate Kiosks. Ifa vendor has aucauy rerumed a proposal and any of the information provided below changes that proposal, please submit the changes along with this amendment. You need not re-submit an entire proposal prior to the opening date and time. The States abbreviation precedes the individual States answers. Answers without State abbreviation applies to ALL States. RFP REVISION: Section 8.3.1; Part I: Technical Proposal is amended to Nine (9) identical copies. Additional copy to be sent to: Arizona Evaluator Dene! Pickering, Chief Procurement Officer Arizona Department of Corrections 1645 West Jefferson Street, Ste 4401 Phoenix, Arizona 85007 Attached file is complete list of evaluators: ‘Amendment 1 A FP 1901 UST OF EVALLATORS. pat I.you are unable to access the above inserted file, ‘lease contact Nevada: te Purchasi state nus ‘for an emailed copy. "RFP 1901 Page 1 of 12 QUESTIONS: 1. Whois the Department of Corrections current Jail Management provider? Who is the DOC Jail/Inmate management system provider? If there is no third party provider how is information including inmate name, number and location managed and how would the kiosk software vendor access this information? NV -Syscon Justice Systems. OHIO - The Ohio Department of Rehabilitation & Correction (ODRC) uses its own web- based Department's Offender Tracking System with support from Diversified Systems, Inc. Depending on the information required, ODRC may provide a flat file via SFTP with relevant inmate data, such as inmate number, inmate name, dob, etc. Virginia DOC provides in-house offender management for offenders sentenced to state- responsible sentences. We do not provide management to offenders in local jails. WY - Internally developed. 2. Whois the current phone vendor? AZ - Evercom Securus, NV - Century Link IC Solutions. ODRC - Global Tel*Link. VI - Global Tel-Link WY ICS. 3. Who is the current commissary vendor? AZ- Keefe Commissary network, NV ~ Self operated. ODRC provides commissary services on-site at all but one facility, which is serviced by a neighboring institution. Application is CACTAS, by Cashless Systems, Inc. VI- Keefe Commissary WY - Cashless Systems Inc. (Cactus). 4, Will the DOC provide all necessary electric power and cabling for kiosks in each facility? NV-~ Existing capabilities and needs will be determined on a site by site basis. ODRC will provide electric power and cabling as necessary; however, wireless communication is preferred, and ODRC will not provide communication cabling. VI- Yes WY- Yes. Amendment 1 REP 1901 a “Page 2 of 12 5, In Section 3.2.1.4 there is a requirement for the Ability to Translate information - what information is required to be translated? NV—At minimun, instructions and directions must be available in English and Spanish, however, we are looking for vendors to provide additional creative solutions in this area. ODRC ~ any instructions / user interfaces that people would need to read in order to understand how to correctly operate / use the kiosk to accomplish their tasl WY - Instructions and directions must be available in both English and Spanish. In Section 3.2.1.6 there is a requirement for video visitation, does the DOC require this service to be offered on a separate/ stand alone kiosk from the other applications? NV ~ The Department is seeking a wide range of options so the best solution for video visitation needs can be identified. Security concerns and convenience to the public will be key elements of importance for the DOC. ODRC may choose to have video visitation on separate kiosks from the other applications based on the number of kiosks per inmate and the facility design/ayout, security, and available space. VI~ Nota requirement but we foresee a need for a kiosk dedicated to video visitation depending on the volume of the service WY - Either alternative would be acceptable. WDOC would not require it at this time. Section 3.2.2 What is the operating system designated by the DOC for the kiosks application to run on? NV — Linux, specifically SuSE for integration with our current network and Microsoft Windows. ODRC ~ kiosk O/S does not matter as long as it is secure, stable, kept up-to-date, and allows applications to interface. VI- We have no specific designation but the system must be secure. WY - Microsoft Windows. With all the varying types of kiosks, can a vendor respond with the types of kiosks they are able to provide? NV Yes; if a vendor has multiple kiosk solutions, please provide them. The Department is looking for the best combination of options available, ODRC — they can, with the understanding they may not be selected if other vendors are able to provide all types. WY - Yes. ‘Will winning this RFP mean that the company that wins can install kiosks in Nevada DOC right away to take payments? No. ‘Amendment 1 ‘RFP 1901 Page 3 of 12 10. Is this contract binding for all the DOC's in the alliance? No; each participating state will need to complete a participating addendum with the vendor(s), including Nevada, This is not a mandatory contract. ODRC ~ No; depending on the contract, ODRC may choose to negotiate a separate contract, pull out of the project completely, or issue a separate solicitation, WY No. 11. How many housing units are at each facility? NV ~ Exact configurations can be made available; each Institution/Camp is configured differently, however NDOC has approximately 125 housing units of 100 inmates each. ODRC—Depends on the facility and definition of “unit”; varies from 2 to approximately 48 per faci VI- We do not have housing unit information at this time. This attachment shows a list of each facility and their population count in February 2011 and could be used to determine potential need. i Monthly Population Suen. you are unable to access the above inserted file, se contact Nevada Siete Purchasing at ‘foran emailed copy. WY - WMCI~ 15, WSP — 15, WWC- 9, WHF - 3, WHCC ~ 5. 12. Deposit Services - How many transactions does the DOC process now? + Money order + Phone + Web + Walk-in NV ~ For the entire month of March 2011, we had a total of 9,286 transactions through lockbox and money transfers, The NDOC currently does not allow phone, web or walk- in deposits. ODRC - Ave 65,000 / month; 60/40 split between money orders and other receipts. VI- Approx. 27,200 transactions a month come from the mail (money orders) Approx. 4,600 transactions a month come from electronic funding vendors Approx. 150 transactions a month come from visitors WY - 10,789 (via mail room only). 13. Whatis the total § amount of trust fund deposits? NV- For the entire month of March 2011, our trust fund deposits totaled $879,490.49. ODRC- Ave 83M/mo. Approx. $2,045,000 is deposited into the Offender Trust fund on a monthly basis. WY - $998,786.79 (via mail room only). ‘Amendment T z ‘RFP 1901. Page 4 of 12 14, Would the DOC eliminate taking money orders and allow vendor to provide lockbox services for money orders? NV ~ Possibly; the NDOC currently has lockbox services, however we will look at all solutions presented through the RFP. ODRC- Yes, but only if there is no additional delay in posting funds to inmate accounts and there is no additional charge to depositors, inmates, or ODRC. VI~ We would consider this option and would like to see the vendor provide a creative solution as to how this can be accomplished, The cost must be equitable for families. WY ~ Maybe. 15. Does the DOC process Parole and Probation payments? If so how many transactions of each of the following? « Money order + Phone + Web + Walk-in NV- Currently, payments are collected through our inmate payroll system. NDOC does not accept money orders, phone payments, web payments or walk-ins for P&P payments, ODRC ~ No; those payments are processed by a contracted vendor, RMS. Number of transactions not available at this time. VI - Those transactions are processed at each Probation and Parole district office. Information of that nature is not collected centrally. WY-No. 16, What is the total § amount of trust parole /probation payments? NV ~ Fiscal year to date (7/1/10 through 4/4/2011) $95,204.58 Parole and Probation payments haye been collected through the inmate payroll system. ODRC ~ approximately $66,00U/month. VI - Those transactions are processed at each Probation and Parole district office. Information of that nature is not collected centrally, WY - N/A. 17, How many inmates are released per year? NV— Average 5,580 inmates are released per year (465 per month) ODRC - 25,000, VI ~ Average 13,000. WY- 778. 18. What is the average amount an inmate is released with? NV- $176.92 ___ ODRC- $103.00. ae ie ‘Amendment 1 ‘REP 1901 Page 5 of 12 19. 20. 2. 22. 23. VI- The average parole/discharge check is approx. $105 WY ~ Variable. Does the DOC give inmates money upon release “gate money"? NV-NDOC provides release assistance “gate money” for indigent inmates upon release. ODRC- Yes, if the offender is released under certain circumstances. VI - If the Trust balance funds do not total $25.00, sufficient money will be added to reach that amount, This includes offenders that are being released from incarceration but are not going directly into the community. For offenders that will remain under incarceration such as being transferred to work release or being released to a detainer, the facility does not need to supplement offender funds to mect the $25.00 discharge allowance. WY - Yes - $6/meat'travel period & bus fare. How many electronic messages is the DOC receiving per year? + Incoming + Outgoing NV~ None; NDOC currently does not allow electronic mail. ODRC- 25,000. VI- None at this time, WY — None. How many paper photos does the DOC receive per year? NV- Unknown ODRC does not track that number. Virginia DOC does not track this information. WY -Do not record. How many photos can each inmate have at one time? NV- Unknown ODRC ~ not limited. VI ~ Offenders may receive no more than five (5) 4”x 6” photographs at any time. Offenders may have a reasonable amount in their personal property as long as they can be stored in their locker or cabinet. WY - 40 in cell. ‘Video Visitation - Will the inmates allow families to visit remotely (from home)? Amendment I ae REP 1901, Page 6 of 12 24. 25. 26. 27. NV~ This solution would be considered as long as the visit could be recorded. Security concerns will be measured along with convenience to the public in evaluation all proposals. ODRC will allow visits from home as long as there is a “kill-switch” option that allows ODRC to immediately terminate the visit if necessary for security reasons. VI- Not at this time — families participate in video visitation by a remote location in the community. See website for more information: hitp:/www.vadoc. virginia gov/offenders/prison-life/videoVisitation shim WY-- Yes with permission and availability. Will the DOC consider reducing their visitation to video only? NV—No. A combination will be utilized but contact visitation cannot be eliminated. ODRC-— Not at this time. VI- Not at this time WY-No. Does the DOC want inmate kiosks for visitation placed in housing units/pods or in separate area exclusive for Video Visitation? NV~A combination; in disciplinary segregation units, the kiosks would be in the units with the capability to roll them to in front of the cell. In general population units, the kiosks could be located in visitation, the units is a program room, or another designated area, ODRC - Depends on the institution and available space. VI- In the housing units — may explore other locations depending on volume of visits. WY -No. Section 3, 2nd paragraph: As the procurement may result in more than one contract, would multiple vendors be selected to provide the same service(s) at the DOC or would awarded vendors be selected to provide only one or several services listed under the procurement? NV— twill depend on the State and the service. ODRC prefers to select a single vendor for the same or several services. However, if in the best interests of the state, ODRC may select different vendors for each service. VI- N/A. WY ~ Multiple. Section 3, 3rd paragraph: As vendors may propose on one or more of the system requirements, will the DOC award individual services to different vendors? For example, ‘Amendment 1 RFP 1901 Page 7 of 12 28. 29. 30. will one vendor be awarded the email service and another vendor awarded the inmate banking service? NV - Depending on the State and the service required. Each State may negotiate their own contracts. ODRC - if an award is made, it will most likely be to a single vendor who can provide the services ODRC needs; however, it is possible multiple awards may be made if that result is most beneficial to the state, VI- N/A. WY ~ Yes. Section 3, 4th paragraph: Can Participating States award the contract to a vendor that was not awarded the DOC contract? NV- Depending on the State and the service required. This is not a mandatory contract. ODRC- ¥es, and states may choose to no longer participate. VI- N/A. WY - Maybe ~ it would require justification and approval from state purchasing. Section 3.1.1: Is the DOC looking for a solution that incorporates cach of the four kiosk types or one kiosk with all of these features? If the vendor's solution combines all four types into one kiosk, how should this be represented in the Cost Proposal? NV - Each kiosk type proposed should have an associated cost proposal; unless one kiosk could support a turnkey and an outside kiosk, however a stand alone may not contain the enclosure and the hardware only would not contain the software. ODRC is looking for a solution that provides turn-key, stand-alone kiosks for interior use. For Ohio, therefore, proposing an outside, turn-key, stand-alone kiosk may be cost- prohibitive. If a bidder provides only one type of kiosk, it should be listed under each type of kiosk solution. VI- One Kiosk type with all features. WY - Each Kiosk type should be specified with an associated cost. If a single kiosk can provide all services then a breakdown of costs per service would be helpful since we wouldn't necessarily want all of the services available and would not want to have to pay _for things we aren’t using. Section 3.2.1.2.2: Will the DOC accept a deposit kiosk solution that does not accept cheeks? NV — We will look at all solutions presented through the RFP. ODRC- ¥es. VI- Yes. Amendment 1 REP 1901 Page & of 12 31 ae 33. WY— Maybe. Section 3.2.1.10, Application Architecture: Is the DOC looking for the vendor's platform and whether or not the subsections apply? eee 3.2.1.10.1 is open architecture; yes, the DOC wants to determine if the vendor applications have open architecture, 3.2.1.10.2 is Documented Interface API and tool kit ad; yes, the DOC wants to determine if the vendor applications have documented Interface API and tool kit ad. 3.2.1.10.3 is Custom changes to the Interface API; yes, the DOC wants to know if the vendor can make custom changes, however at what cost? ODRC-~ Yes. VI- We are looking for a platform in which we can connect to other systems that we work with. WY - This is what we would like to know for each subsection: 3.2.1.10.1 ~ applicable or not 3.2.1.10.2 ~ available for use by DOC and/or other vendors DOC uses for services. 3.2.1.10.3 ~ applicable or not and at what cost Section 3.2.1.11.1— Which DOC applications would the vendor need to interface with? NV - NOTIS - Nevada Information and Offender Tracking System, inmate banking system, inmate stores system, and other applications as required by the Department. ODRC ~ DOTS (Department's Offender Tracking System), CACTAS (Cashless Commissary and Trust Accounting System), telephone system (GTL); all interfaces must be coordinated with appropriate current vendors. ODRC will not be responsible for any costs associated with the interface/s. VI.- We work with a number of systems from offender management, phones, commissary, to smaller stand-alone systems. WY - Cashless Systems Inc. ~ Cactus, WDOC’s offender management system, other windows/web apps as the agency deems appropriate. Section 3.2.1.12: Should the vendor propose the vendor's preferred method of connectivit or is the DOC looking for the vendor to provide one or more methods? NV - The vendor should provide creative connectivity solutions that will work with institutions, while maintaining security requirements. If multiple options exist, these should be separately identified. ODRC ~ Propose vendor's preferred method and include other methods vendor is able to provide. VI ~ Web Services is our connectivity method. WY - More than one option - Vendor to provide connectivity options that will work with their kiosks ie, DSL, T1, ete. ‘Amendment 1 RFP 1901 Page 9 of 12 34. 36. 37. 38. Section 3.2.2: Would the DOC be open to the vendor's designating the kiosk’s operating system as it is already proven in the field? NV - The DOC will took at all solutions presented through the RFP. ODRC- Yes. VI- Yes. WY Maybe. Section 3.2.3.9: Is the DOC looking to view this information on the vendor's system? NV - Either on the vendors system or through a web interface. ODRC would prefer to view the information through a vendor-supplied method. Whether that is on the vendor’s system or using software supplied by the vendor and installed on ODRC systems matters only in that s/w installed on ODRC systems must be transferable to other ODRC systems by ODRC staff without requiring vendor intervention or assistance. Either method must allow ODRC 24/7 access to monitor Kiosks. VI- Yes, We want to understand all internal connections, WY - Either on the vendors system or through some form of web interface. Section 3.2.3.9: What offender management system does the DOC use? If it is not a proprietary system, will each party be responsible for their own integration costs? NV NDOC uses Syscon Justice Systems for their offender management system. It is 4 proprietary system. ODRC uses the Department’s Offender Tracking System, which is currently serviced by Diversified Systems, Inc. The vendor will be responsible for any and all integration costs. VI- We have a proprietary system and we will be responsible for integration costs, WY - Internally created. Section 3.2.4.3: Is the DOC looking to customize just the text of the error messages or something else? NV ~The error message as well as any instructional and prompts be customized as needed. ODRC — primarily text. VI- We would like to have input for the text. WY ~ Both, Section 3.2.5.1: Is the DOC seeking to view the vendor's remote management? NV- Yes. We would like to see the vendor’s remote management system. Amendment 1 REP 1901 Page 10 of I2 39. 40. 4 42. 43. 44. ODRC does not seek to view the vendor's remote management; ODRC seeks to use the remote management tool to minimize the time its staff must spend managing the kiosks. VI- Yes, we want to understand how this will take place. WY- Only as necessary for the maintenance of security/control of access to the system by the inmates. Section 3.3 Is the DOC willing to share network bandwidth with the vendor? Would the vendor be allowed to install additional bandwidth (.e. T1)? NV - The DOC has limited available network bandwidth; it varies by location, The awarded vendor will need to work with the DOC and the Department of Information Technology (DoIT) to implement a desired solution. Any proposal should not degrade existing network capabilities of the DOC. ODRC prefers a wireless network be installed by the vendor. ODRC should be able to also use that wireless network as needed, VI- We are willing to share network bandwidth and the vendor is not allowed to install additional bandwidth. DOC would be responsible for adding any additional bandwidth. WY - WDOC will not be able to share. Vendor will need to install additional resources. Section 3.7 If the vendor is a distributor (and not the manufacturer) of the MP3 player, can a shorter warranty period be proposed for the MP3 player? NV We will look at all solutions presented through the REP, however if the warranty is not competitive, the vendor runs a risk. ODRC-No; the vendor must be able to cover the player for the specified length of time. VI- N/A. WY - Maybe. Section 8.3.3 / Attachment E: As only the State of Nevada receives a copy of the cost proposal and four Participating States are also evaluating the proposals, how is the evaluation process performed? Are each evaluator’s scores weighed evenly? Nevada will provide the “Cost” to the evaluators upon completion of scoring the Technical Proposals. Item #5 on the Sample Score Sheet is said to correspond to “Section 7, Project Costs.” However Section 7 is entitled “Payment.” Please clarify. Item # § should correspond to “Section 6, Project Costs”. Will you consider leasing the equipment over a two or three year period with end of term options of return, purchase for fair market value, or continue leasing at a reduced rental? Yes. Attachment D, question #1 refers to copiers. Please clarify. ‘Amendment | RFP 1901 Page IT of 12 Please provide attached document to your references. ‘Attachment D.doc Ifyou are unable to access the above inserted fle, please contact Nevada State Purchasing at srepurchi@purchasing.statenvus ‘for an emailed copy. ALL ELSE REMAINS THE SAME FOR RFP 1901. Vendor shall sign and return this amendment with proposal submitted. NAME OF VENDOR AUTHORIZED SIGNATURE TITLE DATE RFP 1901 Amendment 1 ‘This document must be submitted in the “State Documents” section/tab of vendors” technical proposal Sansa REP Ig] Page of State of Nevada Department of Adminstration Purchasing Division SISE: Musser Strea, Suite 300 Carson City, NV 89701 REP The State of Nevada Purchasing Division on behalf of National Association of State Procurement Officials (NASPO) and the Multi-State Corrections Procurement Alliance (MCPA) Reguest For Proposal No.1901 for INMATE KIOSKS Release Date: March 24, 2011 Deadline for Submission and Opening Date and Time: May 4, 2011 @ 2:00 P. For additional information, please contact: Ronda Miller, Procurement Staff Member (775) 684-0182 CITY for the Deaf or Hard of Hearing: 1-800-326-6868 Ask the relay agent to dial 1-775-684-0182/V.) This document must be submitted in the “State Documents” section/tab of vendors’ technical proposal See Page 22, for instructions on submitting proposals. Contact Information Company Name _ Address City State Zip Telephone (__) Fax (_) E-Mail Address: Prices contained in this proposal are subject to acceptance within calendar days. Contact Person Print Name & Title Page 1 of 65 TABLE OF CONTENTS 1. OVERVIEW OF PROJECT / SCOPE OF WORK .... 2, ACRONYMS/DEFINITIONS .. |. PROJECT DEFINITIONS .. |. PROJECT TERMS AND CONDITIONS........-- . COMPANY BACKGROUND AND REFERENCES........ . COST... 7. PAYMENT......... 8. SUBMITTAL INSTRUCTIONS.... 9, PROPOSAL EVALUATION AND AWARD PROCESS... 10. TERMS, CONDITIONS AND EXCEPTIONS... 11, SUBMISSION CHECKLIST.. Attachment A ..... Attachment B. Attachment C ...0 Attachment D....... Attachment E. Attachment F. Attachment G Attachment H Attachment I... Attachment J...... Attachment K Attachment L.... Attachment M. Attachment N ... Inmate Kiosks REP No. 1901 Page 2 A Request for Proposal process is different from an Invitation to Bid. The State expects vendors to propose creative, competitive solutions to the agency's stated problem or need, as specified below. Vendors may take exception to any section of the RFP, except Section 4 Project Terms and s. Exceptions should be clearly stated in Attachment B (Certifie: nce with Terms and Conditions of RFP) and will be considered during the evaluation process. The State reserves the right to limit the Scope of Work prior to award, if deemed in the best interest of the State NRS §333.350(1). /Prospective vendors are advised to review Nevada's ethical standards requirements, including but] not limited fo, NRS 281A and the Governor's Proclamation, which can be found on. the| Purchasing Division’s website (http://purchasing.state.nv.us). 1, OVERVIEW The State of Nevada, Purchasing Division on behalf of the National Association of State Procurement Officials (NASPO) and the Multi-State Corrections Procurement Alliance (MCPA) is seeking qualified manufacturers to provide Inmate Kiosks for NASPO/MCPA. and all participating States. Vendors will provide and manage a system that will allow offenders in designated correctional facilities access to automated services with little or no assistance of staff. The National Association of State Procurement Officials is a national association of Chief Procurement Officers that has established a procurement cooperative for state government departments, institutions and political subdivisions (i.c., colleges, school districts, counties, cities, etc.) for the NASPO Member States and territories of the United States. Under terms of the NASPO Cooperative Memorandum of Agreement all fifty states and the District of Columbia may participate in this potential contract at their option and in accordance with their statutory requirements and rules. Obligations under contracts that result from this cooperative procurement are limited to those states and other eligible purchasing entities that execute a Participating Addendum. Financial obligations of Participating States are limited to the orders placed by the departments or other state agencies and institutions having available funds, Participating States incur no financial obligations on behalf of political subdivisions. Unless otherwise specified in the solicitation or by Participating States the resulting master price agreement(s) will be permissive. Traditionally Department of Corrections (DOC) provides services to inmates located within its Institutions/Facilities across the state, Most of these services are requested by the inmates through DOC staff, requiring a significant staff time investment to complete transactions. Permitting inmates to obtain these services electronically in a secure correctional environment with litte staff assistance will greatly improve the efficiency of both correctional and free-staff, allowing for a more efficient operation. ‘The process for this solicitation and eventual contract is as follows: © The RFP will be drafted and issued by the State of Nevada; Inmate Kiosks RFP No. 1901 Page 3 ‘© The RFP process will governed by the Laws and Codes of the State of Nevada; © A recommendation of award will be issued by the State of Nevada, based on the Evaluation Committee's results, to the NASPO Directors; © If approved, the Master Service Agreement will be executed (Attachment C) by the Successful Vendors and the State of Nevada; «Each state must then execute a Participating Addendum (Attachment H) with any unique Terms and Conditions. It is the awarded vendors’ responsibility to negotiate with each participating state. Upon award vendor(s) must work with the state’s existing commissary/inmate banking company i.e. Cashless Systems, This RFP contains a multi-state scope and may result in more than one contract, The resulting contract(s) will be for a contract term of five (5) years, subject to approval of the NASPO Board of Directors anticipated to be June 1, 2011. 2. ACRONYMS/DEFINITIONS For the purposes of this RFP, the following acronyms/definitions will be used: Confidential Any information relating to the amount or source of any income, profits, losses or Information expenditures, including data relating to cost or price submitted in support of a bid or proposal. The term does not include the amount of a bid or proposal. See NRS §333.020(5)(b). Division Nevada Department of Corrections (NDOC), Evaluation An independent committee comprised of a majority of state officers or employees Committee/ established to evaluate and score proposals submitted in response to the RFP Sourcing Team pursuant to NRS §333.335. LOL Letter of Intent - notification of the state's intent to award a contract to a vendor, pending successful negotiations; all information remains confidential until the issuance of the formal notice of award. Lead State The State of Nevada and its state agencies, officers, employees and immune contractors as defined in NRS 41.0307. May Indicates something that is not mandatory but permissive. NAC ‘Nevada Administrative Code Nevada The lead state for the purpose of this RFP NRS Nevada Revised Statutes NOA Notice of Award - formal notification of the state’s decision to award a contract, pending Examiners’ approval of said contract, any non-confidential information becomes available upon written request. NASPO The National Association of State Procurement Officials (NASPO). Tamate Kiosks RFP No. 1901 Page 4 Participating State Proprietary Information Public Record RFP Shall/Mus/Will Should State Subcontractor Successful Vendor Trade Secret Vendor WSCA State(s) that have indicated intent to participate or who have executed a Participating Addendum, Any trade secret or confidential business information that is contained in a bid or proposal or included in a particular contract. All books and public records of a governmental entity, the contents of which are not otherwise declared by law to be confidential (see NRS §333.333 and NRS ‘§600A.030(5)) must be open to inspection by any person and may be fully copied or an abstract or memorandum may be prepared from those public books and public records. Request for Proposal - a written statement which sets forth the requirements and specifications of a contract to be awarded by competitive selection NRS $333.020(7). Indicates a mandatory requirement. Failure to meet a mandatory requirement may result in the rejection of a proposal as non-responsive. Indicates something that is recommended but not mandatory. if the vendor fails to provide recommended information, the State may, at its sole option, ask the vendor to provide the information or evaluate the proposal without the information. The State of Nevada and its state agencies, officers, employees and immune contractors as defined in NRS 41.0307. Third party, not directly employed by the vendor, who will provide services identified in this REP. This does not include third parties who provide support or incidental services to the vendor. ‘The organization/individual that is awarded and has an approved contract with the State of Nevada for the services identified in this RFP. Information, including, without limitation, a formula, pattern, compilation, program, device, method, technique, product, system, process, design, prototype, procedure, computer programming instruction or code that: derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by the public or any other person ‘who can obtain commercial or economic value from its disclosure or use; and is the subject of efforts that are reasonable under the circumstances to maintain its secrecy. Organization/individual submitting a proposal in response to this RFP. The Wester States Contracting Alliance (WSCA) is a cooperative group- contracting consortium for state government departments, institutions, agencies and political subdivisions (.¢., colleges, school districts, counties, cities, etc.,) for the States of Alaska, Arizona, California, Colorado, Hawaii, Idaho, Minnesota, Inmate Kiosks RFP No. 1907 Page 5 Montana, Nevada, New Mexico, Oregon, South Dakota, Utah, Washington and Wyoming. WSCA is a subset of the National Association of State Procurement Officials. (NASPO). NASPO is a non-profit association dedicated to strengthening the procurement community through education, research, and communication. It is made up of the directors of the central purchasing offices in each of the 50 states, the District of Columbia and the territories of the United States, 3. SCOPE OF WORK In accordance with NRS 333.333, “Each request for proposals must include minimum requirements that the successful vendor must meet for the awarding of a contract pursuant to the provisions of this chapter. A contract may not be awarded to a vendor who does not comply with the requirements set forth in the request for proposals.” All successful vendors must meet the requirements of this section. ‘This procurement contemplates a multi-state scope and may result in more than one contract. In determining an award, factors considered include but are not be limited to, pricing, range of applications offered; the favorability of the terms under which the vendor will do business; other vendor programs, capabilities, and product characteristics judged to provide additional value or administrative cost savings to the Participating States. While the primary purpose of this solicitation is to select a vendor(s) who can meet the needs of Participating States, vendors may propose on one or more of the system requirements as indicated below. Vendors must clearly describe any geographical limits (e.g, by state name) if proposing a geographical area less than that of all Participating States. A Participating State may evaluate and select a vendor judged to be in the best interests of the state involved. Administration of any such award(s) will be done by each of the Participating Stato(s) involved. Violation of, or conflict with any codes or standard requirements throughout this RFP must be brought to the attention of the Participating States DOC’ institutions/facilities prior to bidding, as each state operates slightly different as a result of the security levels at the locations. It will be the awarded vendor's responsibility to provide proof to all Participating States’ all sales/use taxes has been paid. 3.1 KIOSKS 3.1.1 Kiosk Solutions 3.1.1.1 Turnkey Kiosks = all hardware and software necessary to provide any related services the vendor provides. 3.1.1.2 Stand Alone Kiosk - all hardware and software necessary to provide unattended transaction processing of applications. Inmate Kiosks RFP No. 1901 Page 6 312 3.1.1.3 Outside Kiosk - located outside and be able to withstand weather and the elements; rain, snow, wind, sun, etc. Kiosks should withstand temperatures from -20 degrees to 110 degrees with up to 100% humidity. 3.1.1.4 Hardware Only Kiosk - all related hardware as needed to implement kiosk solution, Kiosk should contain a touch screen; however, a durable security centered keyboard will also be considered especially supporting disabled inmates who could not access the kiosks. Note: If proposing this type of kiosk, vendor to be responsible for the project, with a sub-contractor(s) as needed to complete the installation as quoted. Kiosk Enclosure The successful vendor shall provide a kiosk design to be of standalone style for inside/outside locations. The kiosk enclosure/housing needs to be self contained, rugged and secure. No crevices that can enable inmates to damage or spill into the enclosure and damage the kiosk. This requirement is not mandatory and will be determined by the type of kiosk proposed. If there are no enclosures, vendors are to explain in detail the plan for ‘mounting and security of the hardware. Kiosk enclosures may, but not limited the following: 3.1.2.1 Heavy duty locking mechanisms, hinges, door mechanisms capable of resisting inmate tampering and vandalism. 3.1.2.2 Hardware must be contained in the kiosk enclosure, 3.1.23 The kiosk should have the ability to be anchored to the floor and or the wall. The vendor shall ensure that each kiosk can be easily unsecured from the floor or the wall by authorized personnel. 3.1.2.4 The kiosk enclosure must be of a neutral color and easily cleaned. 3.12.5 The kiosk shall not bear company names or logos. 3.1.2.6 Pictures, artist renderings and drawings of the proposed kiosk design shall be included with the proposal. 3.1.2.7 Vendor must enstire that battery-backed alarms with detectors on all openings are implemented where entry might be forced. Kiosk alarms must be: ‘© Manually set to ring for a period of time with shrill alarm; ‘© Capable of activation/deactivation at a remote location designated by the institution; and Proven not to provide false signaling regarding remote alarm. 3.1.2.8 Kiosks must have sealed opening(s) for power and phone lines as needed. 3.1.2.9 Kiosks have adequate ventilation to include fans if needed for components. 3.2 TECHNICAL ENVIRONMENT Inmate Kiosks RFP No. 1901 Page 7 3.2.1 Kiosk Applications At minimum, the operating system/applications ‘should allow the Participating States DOC the ability to modify. Vendor shall ensure each kiosk is maintained ‘on the most current version of the vendor's systems of operation, with no more than two versions at any one-time across all kiosks. Vendor shall provide the method of insuring inmate ID security. Methods could include fingerprint scan, or other biometric possibilities, ID card scanning (magnetic or barcode), and or voice options. (Refer to section 3.3 of this REP) Vendors to describe in detail the ability to provide at minimum the following functionality within their software applicatio 3.2.11 3.2.1.2 Email/Secure Messaging — Incorhing/outgoing is screened by the system using keyword search before download is allowed. Keyword screening would evaluate risk level of e-mail. Unacceptable or questionable (moderate to high risk) e-mail is held or staged at a central location computer for DOC approval before it is available for offender delivery or download. At minimum; Keyword search may be edited at any time, Offender email must be storable by vendor or transferrable to DOC Storage. 3.2.1.1.1 Email services, including, restrictions of senders/receivers, and keyword search capabilities on both incoming and outgoing messages. Please give your ability to provide the above. 3.2.1.1.2 Capability for the DOC to manage email approvals at either an institution level as well as a state level. 3.2.1.1.3 Systems ability for the email to include photos. System to allow for separate view of photos from messages and the ability to reject/accept any combination of those. NOTE: Photos will increase stress on the network. 3.2.1.1.4 Estimated impact of email/messaging on the DOC network. 3.2.1.1.5 Provide a plan for data lines should capabilities at the institutions be limited as a result of this implementation. 3.2.1.1.6 Internet access/direct e-mail reply is not allowed within the ‘Nevada Department of Corrections. Vendor to detail how this could be managed with their systems, 3.2.1.1.7 Vendor to propose both viewing and printing options available for the proposed kiosk. Inmate Banking - Many of the DOC’s currently have a system to accept electronic funds transfers. If available, vendors shall provide their capability and system to provide Electronic Funds Transfer. The vendor must outline the process for verification via all methods, such as debit card, credit card, or money order. Inmate Kiosks RFP No. 1901 Page & 3.2.13 3.2.1.4 3.215 3.2.1.6 3.2.1.7 3.2.1.8 NOTE: Vendors that accept credit cards must specify that they meet all card requirements for the processing of transactions. Nonpayment of credit card transactions will not be the responsibility of the DOC. 3.2.1.2.1 Exchange data with the DOC Inmate Banking System: including but not limited to bank balances and transaction information. Vendor to describe any limitations to the information can be presented to the inmate through the Kiosk. 3.2.1.2.2 Kiosks installed in the visitation area shall be limited to deposits only and to include cash, checks, and credit cards. 3.21.23 Enforce ability to. maintain minimum and maximum deposit levels. Machine to have the ability to print deposit receipts. 3.21.24 Describe security features that insure accurate deposits, ie., ‘wrong account numbers. 3.2.1.2.5 Security - Provide the method of insuring inmate ID security. Vendors to provide their ability to provide bio- metrics, magnetic card readers, or other forms of security. Inmate Grievances - (Internal complaint routing) Vendor to provide internal document routing between inmate kiosk and DOC staff. If this currently does not exist, is there potential for future expansion in this area? Ability to Translate Information ‘© Spanish/English-English/Spanish; © Translate Applications/Information from English to other languages. Inmates Commissary 3.2.1.5.1 Ordering commissary items directly through the kiosk. 3.2.1.5.2 Provide holiday or package program orders for the inmates. 3.2.1.2.3 Interface purchases with the inmate banking system. Video Visitation 3.2.1.6.) Requirements for data transfer for video visitation. 3.2.1.6.2 Estimated impact of video visitation on the DOC network. 3.2.1.6.3 A plan for data lines should capabilities at the institutions be limited as a result of this implementation. 3.2.1.6.4 Vendor to propose recommended visitation time constraints. Inmate Scheduling Vendor to provide any scheduling capabilities i.e. inmate medical appointment scheduling, MP3 — Download / Purchasing of Music Vendor must be able to customize music catalog for approval by institutions by State. Inmate Kiosks REP No. 1901 Page 9 3.2.1.9 3.21.10 3.2111 3.2412 3.21.81 Ability to download with and without direct access to the internet; 3.2.1,8.2 Secure MP3 music downloads solutions; 3.21.83 Offer a large variety of titles and genres available for : purchase; 3.2.1.8.4 Altemative methods that allow the inmates to search and choose music (to place in a queue) without being connected to the kiosk. This includes the ability to choose order of preference and deleting selections in the queue; 3.21.85 Download/data retrieval times; 3.2.1.8.6 Security features and if features can be disabled upon release for normal use. This includes any locking features to prevent music sharing, etc. Vendor to describe theft prevention features; 3.2.1.8.7 Capabilities of the actual MP3 player to be used. Are there base/upgraded versions? What is the min/max gigabyte capacity? 3.21.88 Describe power features and how recharging of the player is achieved; 3.2.1.8.9 Must be able to provide inmate with transaction data/account balance; 3.2.1.8.10 System to be able to catalog inmate songs in a database; the ability for the inmate to manage his total music library; 3.2.1.8.11 Player must be clear to provide viewing of internal components; 3.2.1.812 DOC must have the capability to approve all music available to purchase on the catalog; and 3.2.1.8.13 Vendor must have contractual rights to distribute digital media from major music labels or other entertainment fields to provide reasonable volume of acceptable media content, Phone Time Usage Capabilities for the kiosk to provide tracking of phone time usage. Application Architecture 3.2.1.10.1 Open source application, 3.2.1.10.2 Documented Interface API and tool kit ad. 3.2.1.10.3 Custom changes to the Interface API. Interfacing 3.2.1.11.1 Vendor to detail their capability to interface vendor's applications to DOC applications. 3.2.1.11.2 Security and capability when interfacing to DOC applications. Communications Kiosks to support communications via: + Cable + Wireless Inmate Kiosks RFP No. 1901 Page 10 3.2.2 * DSL © Other 3.2.1.13 Scalability Vendor to recommend number of inmate to kiosk ratio and how their system can adjust based on changing inmate populations. Provide all assumptions used to identify required computing power and/or hardware. Software Requirements The successful vendor shall provide a kiosk application that will run on an operating system designated by the DOC and is capable of being upgraded. ‘The successful vendor shall allow for additional applications to be added as determined necessary by the DOC. Upon mutual agreement between the vendor and the DOC, additional applications can be added via change order to the kiosk while this contract or its extensions are in effect, at the department's option, Vendor must provide any and all upgrades that become available during the term of the contract. 3.2.21 Third Party Acquisition of Software: vendor shall notify the Department in writing if its intellectual property, business, or all of its assets are acquired by a third party. 3.2.2.2 Title of Software: Vendors submitting a proposal represents and warrants that it is the sole owner of the software or, if not, the owner, has received all legally required authorizations from the owner, Vendor to provide the following documentation: + Term of software license, + Rights to Computer Software. 3.2.2.3. Touch screen monitor shall reduce the ability to read the screen when viewed from the side to prevent others from viewing displayed information. Touch screen shall not require scrolling. System Architecture 3.23.1 The capability for the development of future applications and implementing these applications. on the proposed hardware configuration, 3.23.2 Vendor shall ensure that the system architecture is scalable and designed to easily and inexpensively accommodate changes (future applications, ete) resulting from DOC rules and workflows, 3.2.3.3 Vendor must allow for the kiosks to be data linked within an institution, and best case to be linked throughout the Department, 3.2.3.4 Provide the capability of producing reports, including but not li to: ‘+ Use and statistical reports by function, (i.e., Banking queries, store sales, phone time, etc; and Accounting reports, ed Inmate Kiosks ‘RFP No. 1907 Page 1] 3.2.4 3.2.3.5 Provide a kiosk application that will run on a operating system designated by the DOC and is capable of being upgraded. 3.2.3.6 Touch screen buttons and font sizes large enough to be easily read by the majority of customers. Provide kiosk application instructions to the inmates which are clear and to the point, with no large blocks of text. 3.2.3.8 Vendor shall ensure each kiosk is maintained on the most current version of the vendor's systems of operation, with no more than two versions at any one-time across all kiosks. 3.2.3.9 Kiosk Operational Statistics to include: © Atminimum, internal operational software. © Ability to look at up-time logging data and monitor kiosks. Full monitoring capabilities; KVM/Power. 3.2.3.10 Data transfer in your operating system. Please include specification for eXtendable Markup Language (XML) or other standard interface options, to tie in a kiosk-based application with offender management systems, Customer Interaction Messages Messages to be available in English and Spanish. Vendors are to describe in detail the following: 3.2.4.1 Transaction processing messages; 3.2.4.2. What messages prompt the inmate during their time on the kiosk; 3.2.4.3 Error message, can the error message be customized? 3.2.44 Does functionality include instructional prompts? 3.2.4.5 Transaction processing messages to indicate what messages prompt the inmate during their time on the kiosk. This should include error messages. + Can the error message be customized? * Does the functionality include instructional prompts? Remote Management At minimum, remote Keyboard/Video/Mouse (KVM) reset is required. 3.2.5.1 | Vendor to detail remote management capabilities, To include the following: Monitoring; Diagnostics; Error resolution; Software problem assistance; Intelligence reporting; Application and software updates and upgrades; and Rebooting and controlling the remote kiosks from a central location. Inmate Kiosks RFP No. 1901 Page 12 3.27 3.2.5.2 Remote management should be set through a security access designation. Software Provisions 3.2.6.1 3.2.6.2 3.2.6.3 3.2.6.4 3.2.6.5 Vendor shall provide any and all software upgrades that become available during the term of the contract, Third party Acquisition of Software - The vendor shall notify the department in writing if its intellectual property, business, or all of its assets are acquired by a third party. Title of Software ~ By submitting a proposal, the vendor represents and warrants that it is the sole owner of the software or, if not, the ‘owner, has received all legally required authorizations from the owner, Term of sofiware license. Rights to Computer Software. Hardware Requirements Vendor must describe the capability for the development of future applications and implementing these applications on the proposed hardware configuration. Vendors to describe in detail the ability to provide the following: 3.271 3.2.7.2 3.2.7.7 3.2.7.8 Vendor shall provide for all electrical equipment to operate on a regular 120 volt, 60 hertz, AC power and be “UL” or equivalently listed and be certified by a Nationally Recognized Testing Laboratory to be compliant with the FCC regulations. Monitors must be Energy Star Compliant with a minimum level of EPEAT Bronze. Monitors must be a minimum of 17” in size across the diagonal, having an associated graphics control board with video drivers. Monitor must be able to withstand operating temperatures of 110 degrees and 100% humidity. Describe alternatives for offenders with disabilities. i., Large print options; Text reader options for the blind; Assistive key-stroke functionality for paralyzed offenders. Vendor to propose solutions that would assist the visually impaired. Each kiosk must have a touch screen video display monitor capable of displaying digitized photographs, graphics, and videos, etc. Touch screen monitor must be secure, safe and capable of withstanding heavy usage in a correctional environment. It must be scratch resistant. Vendor must provide any special care required to Keep the screen clean, and prolong the viewing and usage life expectancy. Touch screen monitor shall not be of the “overlay” or “membrane” type. Ifa “surface acoustic” or “capacitive” technology is not utilized, the vendor must provide an explanation of why another technology is being proposed. Touch screen monitor must reduce the ability to read the screen when viewed from the side to prevent others from viewing displayed information, Inmate Kiosks RFP No, 1901 Page 13 33 34 SECURITY REQUIREMENTS ‘Vendors to describe in detail how the following security requirements will be performed: 3.3.1 33.2 33.3 334 335 3.3.6 System must be able to support secure wireless, if required by using facility. Kiosks may or may not connect to DOC information technology infrastructure. Vendor to detail plans to support their proposal both ways Incoming e-mail is screened by the system using keyword search before download is allowed. Keyword screening would evaluate risk level of e-mail. Unacceptable or questionable (moderate to high risk) e-mail is held or staged at a central location computer for DOC approval before it is available for offender delivery or download. * Keyword search may be edited at any time. © Offender email must be stored by vendor or transferrable to DOC storage. Internet access/direet e-mail reply is not allowed within the Nevada Department of Corrections, Vendor to detail how this could be managed with their systems. MP3 music downloads ~ Player connects and accepts downloads only from the secure kiosk, No direct access to the intemet within the Nevada Department of Comrections. Vendor to detail plans to support their proposal with and without direct access to the internet. Recording Video Visitations Vendor must have contractual rights to distribute digital media from major music labels or other entertainment ficlds to provide reasonable volume of acceptable media content. MAINTENANCE/SERVICE 34.1 Software Modification by the vendor and Release Management. 3.4.1.1 Department initiated modification to the software; the vendor shall provide the following: * Timely cost estimates; and * Reasonable delivery date for enhancements, as mutually agreed upon. 34.1.2 The vendor will prepare software releases and stages for testing, validation and acceptance in a test environment. The Department will perform testing for authorization to proceed prior to migration to production environment. 34.13 The vendor shall propose, provide, and describe their solution for change management. These must include at a minimum: Version number; Description of the change; How the change was initiated (ic. user or system support); Person requesting the change; Person responsible for the change; and Date and time of the change. Tnmate Kiosks RFP No. 1901 Page 14 35 34.14 34.15 3.4.1.6 34.17 34.18 3.4.1.9 3.41.10 REPORTING 3.8.1 3.5.2 3.53 Vendor to provide maintenance and service plan to include frequency and speed of maintenance, Downtime shall not extend past a 24 hour period. ‘The successful contractor must provide support for the equipment Monday through Friday 8:00 am to 5:00 pm in participating state's time zone. Vendor must provide the toll free number for agency to call when service is needed. Maintain levels of service and machine installation at no cost to state. ‘No additional installation cost for changing out machines that need repair or replacement. The vendor will coordinate its service schedule in advance with the institution. If ownership of equipment shall remain with the contractor, the state shall provide reasonable measures against loss by pilferage or destruction. The vendor shall be responsible for any expenses required for the repair of the equipment. The successful vendor must provide following support services for equipment placed within state buildings, that include but are not limited to: ‘© Unlimited phone support; ‘+ Updates and upgrades; ‘© Security-related updates to their proposed solution, which may be called updates, upgrades, patches, service packs, hot fixes, or workarounds, Vendor must include in their proposal reporting capabilities for machines to be provided, to include but not limited to the following: Processing time per transaction; ‘Number of transactions per day; Offender purchases; The number of an individual’s purchases; Transactions rejected and rejection reason; The source and amount of deposits to offender accounts; Use and statistical reports by function. (i.e. Banking queries, store sales, phone time, etc; and * Be able to provide custom reports as may be requested by individual participating entities. Describe in general, the level of sophistication and complexity, custom usage report data that you can provide to the participating entities. Vendors should provide a sample report with their proposal, Reporting shall be provided in the format required by MCPA/NASPO Reporting Forms (Attachment N). The following usage reports shall be submitted for the respective quarter: © A quarterly summary of equipment sold. Inmate Kiosks RFP No. 1901 Page 15 3.6 3.7 38 A quarterly summary by category. Reports are to be submitted to the lead State in the format required by MCPA (Attachment N). Reporting Dates: 38 Quarter — July ~ September ~ due by November 15" 24 Quarter — October — December ~ due by February 15 3 Quarter — January — March — due by May 15" 4% ~~ Quarter — April — June — due by August 15" TRAINING Vendor to provide all training materials and user manuals. SYSTEM WARRANTY Equipment must carry a minimum one (1) year warranty that it is free from defects in material and workmanship. If defects are identified, the successful vendor agrees to repair or replace defective parts promptly on a like-for-like basis without additional cost to the customer. Any and all items failing during the warranty period will be replaced promptly free of charge. Upon significant failure, the warranty period will commence again for a minimum 90 additional days. Significant failure shall be determined by the Participating State Contract Administrator. DEPARTMENT OF CORRECTIONS REQUIRMENTS 3.8.1. Security 3.8.1.1 Upon approval of the contract and prior to the start of work, each of the staff assigned by the contractor and/or subcontractor to this project may be required to sign non-disclosure agreements to be determined by each participating State. 3.8.1.2 All non-disclosure agreements shall be enforced and remain in force throughout the term of the contract. 3.8.1.3 All employees of vendors entering prison grounds must adhere to NDOC Security Regulations (Attachment K). 3.8.2 Work Area/Project Preparation Prior to commencement of work, the awarded vendor shall ensure that: ‘© Arrangements have been made for any disposal of waste materials per Scope of Work; All tools, equipment and materials are on hand; and Any applicable worker training has been completed and documentation is on site required. 3.8.3 Health and Safety Standards Inmate Kiosks RFP No. 1901 Page 16 3.83.1 The awarded vendor shall comply with all applicable federal, state, and local requirements for protecting the safety of the contractor’s employees, building occupants, and the environment. 3.83.2 ‘The awarded vendor must comply with all Federal, State and Local rules and regulations. 3.84 Employee Background Clearance Requirements Upon contract award, and at least four (4) days prior to beginning work, the awarded vendor shall submit a completed Contractors Background Check Applications (Attachment M), Consent for Release of Criminal History Records form (DOC560) for each employee who will be working on this project (unless previously cleared for the Site Visit) Note: No personnel entering the correctional facilities may be ex-felons. Forms must be sent to: NDOC Contracts Attn: Martha Simas P.O. Box 7011 Carson City, NV 89701 Phone: (775) 887-3319 / Fax: (775) 887-3343 Email: msimas@idoc.nv.gov Faxes or e-mailed forms will be accepted, but the original form must be sent by US postal mail within three (3) days or clearance may be revoked. 3.9 OPTIONAL/OTHER SERVICES ‘Vendor may submit additional options. Options must be listed in detail. 3.10 DOCUMENTATION 3.10.1 Detailed technical system documentation and system design specifications, descriptions of all proposed kiosk hardware and software, operating instructions, footprints, power and environmental requirements, model numbers, makes, serial numbers, electrical and grounding requirements, temperature and humidity ranges, software components and features, etc. 3.10.2 As applicable, prior to production implementation, the successful vendor shall provide to the DOC detailed technical system documentation, detailed system design specifications, descriptions of all proposed kiosk hardware and software, operating instructions, footprints, power and environmental requirements, model numbers, makes, serial numbers, electrical and grounding requirements, temperature and humidity ranges, software components and features, etc. 4. PROJECT TERMS AND CONDITIONS 4.1 Contractual Special Terms and Conditions Inmate Kiosks RFP No. 1901 Page 17 4.1.1 Participating Addendum ~ Individual Participating States may, through a Participating Addendum, limit: 4.1.1.1 The awardees; 4.1.1.2. Available financial vehicles; 4.1.1.3 Equipment Groupings, segments, models, standardized configurations, available accessories, available software; 4.1.1.4 Exclusion of geographical arcas; 4.1.1.5 As well as additional items as deemed necessary by the Participating State, 4.1.1.6 States may also, through the Participating Addendum, expand or restrict these options for Participating Political Subdivisions. 5 COMPANY BACKGROUND AND REFERENCES 51 PRIMARY VENDOR INFORMATION ‘Vendors must provide a company profile. Information provided shall include: 5.1.1 Company ownership (sole proprietor, partnership, etc). 5.1.1.1 Incorporated companies must identify the state in which the company is incorporated and the date of incorporation. Please be advised, pursuant to NRS §80.010, incorporated companies must register with the State of Nevada, Secretary of State's Office as a foreign corporation before a contract can be executed between the State of Nevada and the awarded vendor, unless specifically exempted by NRS §80.015. 5.1.1.2 The selected vendor, prior to doing business in the State of Nevada, must be appropriately licensed by the Office of the Secretary of State pursuant to NRS §76. Information regarding the Nevada Business License can be located at http://sos.state.nv.us. Vendor's must provide the following: * Nevada Business License Number © Legal Entity Name Is “Legal Entity Name” the same name as vendor is doing business as? [ ] Yes [ ]No If “No,” provide explanation. 5.1.2. Disclosure of any alleged significant prior or ongoing contract failures, contract breaches, any civil or criminal litigation or investigation pending which involves the vendor or in which the vendor has been judged guilty or liable with the State of Nevada. 5.1.3 Location(s) of the company offices and location of the office that will provide the services described in this RFP. 5.1.4 Number of employees both locally and nationally. 5.1.5. Location(s) from which employees will be assigned. 5.1.6 Name, address and telephone number of the vendor's point of contact for a contract resulting from this RFP. 5.1.7 Company background/history and why vendor is qualified to provide the services described in this RFP. Tnmaie Kiosks RFP No. 1901 Page 18 53 5.1.8 Length of time vendor has been providing services described in this RFP to the public and/or private sector. Please provide a brief description. 5.1.9 Has the vendor ever been engaged under contract by any State of Nevada agency? [ ] Yes [ ] No If Yes,” specify when, for what duties, and for which agency. 5.1.10 Is the vendor or any of the vendor’s employees employed by the State of Nevada, any of its political subdivisions or by any other government? [ ] Yes [ ] No If*Yes.” is that employee planning to render services while on annual leave, compensatory time, sick leave, or on his own time? 5.1.11 Resumes for key staff to be responsible for performance of any contract resulting from this RFP. 5.1.12 Financial information and documentation to be included in Part III of vour response in accordance with the Submittal Instructions. 5.1121 Dunand Bradstreet number $.1.12.2 Federal Tax Identification Number 5.1.12.3 ‘The last two - (2) years and current year interim: Profit and Loss Statement Balance Statement REFERENCES Vendors should provide a minimum of three (3) references from similar projects performed for private, state and/or large local government clients within the last three years. Vendors are required to submit Attachment D, Reference Form to the business references they list. The business references must submit the Reference Form directly to the Purchasing Division. It is the vendor's responsibility to ensure that completed forms are received by the Purchasing Division on or before the proposal submission deadline for inclusion in the evaluation process. Business References not received, or not complete, may adversely affect the vendor's score in the evaluation process. The Purchasing Division may contact any or all business references for validation of information submitted. 5.2.1. Client name; 5.2.2 Project description; 5.2.3 Project dates (starting and ending); 5.2.4 Technical environment; (i, Software applications, Intemet capabilities, Data communications, Network, Hardware) 5.2.5 Staff assigned to reference engagement that will be designated for work per this RFP; and 5.2.6 Client project manager name, telephone number, fax number and e-mail address. SUBCONTRACTOR INFORMATION 5.3.1 Does this proposal include the use of subcontractors? Yes No Unknown If “Yes”, vendor must at the time of Participating Addendum: 5.3.1.1 Identify specific subcontractors by state and the specific requirements of this RFP for which each proposed subcontractor will perform services. Inmate Kiosks RFP No. 1901 Page 19 Note: All Cost Proposals shall be submitted to the State as a separate, sealed package and clearly marked: “Cost Proposal in Response to RFP No. 1901”, please refer to the Submittal Instructions for further instruction, The Vendor(s) shall report contract utilization and pay-an administrative fee of .5% of the total kiosk spend to MCPA, paid quarterly. The MCPA/NASPO directors approved the level of the administration fee, and the fee is not negotiable. The administrative fee is to be paid quarterly within 60 days of the end of the quarter (See section 3.5 of the RFP for Reporting Schedule). In addition to the MCPA administrative fee, some NASPO and non-NASPO states may require that a fee be paid directly to the state on purchases made by procuring entities within that state. For all such requests, the fee level, payment method and schedule for such reports and payments shall be incorporated in a Participating Addendum that is made a part of the contracts. The Vendor(s) may adjust pricing accordingly for purchases made by procuring agencies within the jurisdiction of the state. Any such price adjustment shall not exceed the dollar value of the additional fee. All such agrecments shall have no affect whatsoever on the MCPA fee or on the prices paid by the procuring agencies outside the jurisdiction of the state requesting the additional fee. Vendors must provide detailed fixed prices for all costs associated with the responsibilities and related services. Clearly specify the nature of all expenses anticipated. Cost must be submitted on Attachment L.. All pricing must be FOB destination regardless of state. The State will not be liable for any costs in preparation of a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities responding to this RFP. Vendor shall report to the Lead State any price reduction, discount or other more favorable terms offered to any Purchasing Entity, and the awarded vendor agrees to negotiate in good faith to reestablish ceiling prices or other more favorable terms and conditions applicable to future orders. 7. PAYMENT Commission/Revenue If applicable per proposal, describe the commissions that will be paid to the Department for the use of the system and music downloads. 7.1 Payment of commissions must be made on a monthly basis, to each participating state by check or money order. (See attachment L) 7.2 Additional details related to commission payments, due dates, penalties for late payment, tc, will be clarified in each participating addendum, Purchase 7.3 Payment for the contracted service will be within 30 - 45 days upon receipt of invoice and the Customers approval. Tamate Kiosks ‘RFP No, 1901 ‘Page 20 74 15 ‘Successful vendors will invoice the customer in each Participating State directly with that customer paying the vendor or their authorized distributors directly. ‘No additional payment will be authorized due to labor, materials, equipment, or any other extra costs necessary to meet codes, standards, and regulations. 8 SUBMITTAL INSTRUCTIONS 8.1 8.2 In lieu of a pre-proposal conference, the Purchasing Division will accept questions and/or ‘comments in writing regarding this RFP. The RFP Question Submittal Form is located on the Services RFP/RFQ Opportunities webpage at hitp://purchasing state.nv.us/services/sdocs.htm. Select this RFP number and the “Question” link. The deadline for submitting questions is April 5, 2011 at 2:00 pm., Pacific Time. All questions and/or comments will be addressed in writing and responses e-mailed or faxed to prospective vendors on or about April 12, 2011. RFP Timeline TASK DATE/TIME Deadline for submitting questions April 5, 2011 at 2:00 p.m. Answers to all questions submitted available on or about April 12, 2011 Deadline for submittal of Reference Questionnaires April 29, 2011 @ 5:00 pan. Deadline for submission and opening of proposals May 4, 2011 @ 2:00 p.m. Evaluation period May 5 ~ May 25 ‘Vendor Presentations (approximate time frame) May 24, 2011 Selection of vendor on or about May 24, 2011 NOTES: These dates represent a tentative schedule of events. The State reserves the right to modify these dates at any time. The State also reserves the right to forego vendor presentations and select vendor(s) based on the written proposals. 8.3 Proposal submission requirements: 8.3.1 Vendors shall submit their response in three (3) parts as designated below: Part I:_ Technical Proposal One (1) original marked “MASTER” sent to State of Nevada Purchasing Division. Eight (8) identical copies ~ One (1) each of these copies to be sent to the sourcing team listed in Section 8.3.3. ‘One (1) identical copy on CD (Note: CD must be labeled accordingly and in a case.) sent to State of Nevada Purchasing Division. Inmate Kiosks ‘RFP No. 1901 Page 21

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy