Loading...
HomeMy WebLinkAboutP-21-098 T-Mobile Agreement..pdf G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) County of Fresno INTERNAL SERVICES DEPARTMENT Facilities • Fleet • Graphics • Purchasing • Security • Technology PROCUREMENT AGREEMENT Agreement Number P-21-098 April 1, 2021 T-Mobile USA, Inc. The County of Fresno (“County”) hereby contracts with T-Mobile USA, Inc. (“Contractor”) to provide Wireless Data, Voice, and Accessories in accordance with (i) the text of this Procurement Agreement Number P-21- 098 (“Agreement”), (ii) Attachment “A”- NASPO ValuePoint Master Agreement # MA176 (“Master Agreement”) administered by the State of Utah, and (iii) Attachment “B” - County of Fresno Participating Addendum (“Participating Addendum”), by this referenc e all made a part hereof. TERM: This Agreement shall become effective April 1, 2021 and shall remain in effect through March 31, 2024. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum ord er quantity. The County reserves the right to increase or decrease orders or quantities, subject to the terms and conditions of the Master Agreement. CONTRACTOR'S SERVICES: Contractor shall provide the products and services as described in Attachment “A” attached, at the rates set forth in Attachment “A”. ORDERS: Orders will be placed on an as-needed basis by County of Fresno Internal Services and Sheriff's Office under this Agreement. PRICES: Prices shall be in accordance with the Master Agreement. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of two hundr ed thousand dollars ($200,000.00). DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno . All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. INVOICING: An itemized invoice in duplicate shall be mailed to requesting County department in accordance with invoicing instruc tions included in eac h order referencing this Agreement. Invoice terms shall be Net 30 Days. TERMINATION: The County reserves the right to terminate this Agreement upon thirty (30) days written notice to the Contractor. In the event of such termination, the Co ntractor shall be paid for satisfactory services or supplies provided to the date of termination. 333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 * The County of Fresno is an Equal Employment Opportunity Employer * DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Page 2 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or munic ipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. LIABILITY: The Contractor agrees to: Pay all claims for damage to County property in any manner arising from and caused by Contractor's operations under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This polic y shall be issued on a per occurrence basis. County may require specific coverage including complet ed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Business Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Profess ional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollar s ($3,000,000.00) annual aggregate. D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance : Contractor shall obtain endorsements to the Commercial General Liability insurance including the County of Fresno, its officers, agents, and employees, individually and collectively, as ad ditional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insur ance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein, with respect to the negligent acts or willful misconduct of Contractor. This insurance shall not be cancelled without a minimum of thirty (30) days advance written notice given to County. Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, a s required herein, to the County of Fresno, Internal Services Department, 333 W. Pontiac Way, Clovis, CA 93612, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance includes the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such c overage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein, with respect to the negligent acts or willful misconduct of Contractor; and that this insurance shall not be cancelled without a minimum of thirty (30) days advance, written notice given to County. DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Page 3 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) In the event Contractor fails to keep in effect at all time s insurance coverage as herein pr ovided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Commercial General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County . Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performin g its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the r ules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees . Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally -required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of th is Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Subject to any rights Contractor may have under the Master Agreement to assign the Master Agreement, neither party shall assign, transfer or s ub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party, which consent will not be unreasonably withheld. AMENDMENTS: This Agreement (which includes the Master Agreement and the Participating Addendum) constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. Subject to any rights that Contractor may have to amend the Master Agreement with the consent of the Lead State, this Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding Attachment "A"); (2) the Participating Addendum, and (3) Attachment “A”. GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the law s of the State of Califor nia. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An “electronic signature” means any sy mbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1) a digital signature; (2) a faxed version of an original handwritten signature; or (3) an electronically scanned and transmitted (for example by PDF document) of a handwritten signature. DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Page 4 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force a nd effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital s ignature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1) through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or USPS. Please refer any inquiries in this matter to Chanvathei Lonh, Purchasing Technician, at (559) 600-7110 or clonh@fresnocountyca.gov . FOR THE COUNTY OF FRESNO Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:CL Gary Cornuelle Digitally signed by Gary Cornuelle Date: 2021.05.20 14:05:58 -07'00' DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Page 5 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) ORG No.: 8905, 31112425 Account No.: 7042, 7281 Requisition No.: 8905210773, 3111218043 CONTRACTOR TO COMPLETE: Company: T-Mobile USA, Inc. Type of Entity: Individual Limited Liability Company Sole Proprietorship Limited Liability Partnership X Corporation General Partnership 12920 SE 38th Street Bellevue WA 98006 Address City State Zip (425) 383-4000 David.Bezzant@T-Mobile.com TELEPHONE NUMBER FAX NUMBER E-MAIL ADDRESS Print Name & Title: David Bezzant – Vice President for T-Mobile Government Signature: Legal Approved by: ________________________________ T-Mobile USA, Inc. Legal Department ACCOUNTING USE ONLY (02/2021) DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 5/21/2021 5/21/2021 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Attachment A ATTACHMENT "A" MA176 Link Please use link provided to view all documents pertaining to Naspo ValuePoint Master Agreement, MA176, as administered by the State of Utah and is hereby incorporated by reference as P-21-098 Attachment “A”. https://s3-us-west- 2.amazonaws.com/naspovaluepoint/1566246169_NASPO%20ValuePoint%20Wireless%20Dat a%20Voice%20and%20Accessories.pdf%20-%20signed%20(2).pdf DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Attachment B G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) ATTACHMENT "B" NASPO ValuePoint PARTICIPATING ADDENDUM WIRELESS, DATA, VOICE AND ACCESSORIES Led by the state of Utah ________________________________________________________________________________________ Master Agreement #: MA176 Contractor: T-MOBILE USA, INC. Participating Entity: COUNTY OF FRESNO 1. Scope: This Participating Addendum ("PA") covers the NASPO ValuePoint Wireless, Data, Voice and Accessories Master Agreement No. MA176 led by the State of Utah, as amended (“Master Agreement”) for use by state agencies and other entities, as provided in the Master Agreement, and as more specifically detailed in Paragraph 2, “Participation,” below. There were four categories included in the solicitation: Category 1: Cellular Wireless Services Category 2: Equipment and Accessories Category 3: Turnkey Wireless and IoT Solutions offered as a Product Category 4: Alternative Wireless Transport Options Contractor was awarded Categories 1, 2, 3A, and 3C. Participating Entity has elected to participate in Categories 1, 2, 3A and 3C (unless indicated otherwise) Unless otherwise agreed to by the parties herein, this PA shall be coterminous with the Master Agreement including any renewals or extensions to the Master Agreement. 2. Participation: This PA may be used by the County of Fresno Internal Services and Sheriff's Office (collectively “Purchasing Entities”). It will be the responsibility of the Purchasing Entity to comply with any DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Attachment B G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) legal or regulatory provisions applicable to the Purchasing Entity. A Purchasing Entity may issue individual releases (“Purchase Orders”) against this PA on an as-needed basis. 3. Participating Entity Modifications or Additions are contained in the Procurement Agreement Number P-21-098, to which this PA is attached. 4. [intentionally omitted] 5. [intentionally omitted] 6. Purchase Order Instructions: Any Purchase Order, Order or T-Mobile approved funding document used to order Products and Services shall be in accordance with and subject to the NASPO Master Agreement #MA176. As a pre-condition to ordering T-Mobile Services and Products under the NASPO Master Agreement, T-Mobile will require Participating Entity to provide a Purchase Order, Order or signed funding document. 7. Individual Customer: Each Purchasing Entity placing an order under this Participating Addendum will be treated as if it was an Individual Customer. Except to the extent modified in this Participating Addendum, each Purchasing Entity will be responsible for compliance with the terms and conditions of the Master Agreement; and they will have the same rights and responsibilities for their purchases as the Lead State has in the Master Agreement. Each Purchasing Entity will be responsible for its own charges, fees and liabilities. Each Purchasing Entity will have the same rights to any indemnity or to recover any costs allowed in the contract for its purchases; and Contractor will apply the charges to each Participating Entity individually. The Individual Customer agrees to the terms of the Participating Addendum, including the disclosure of limited account information as part of the contractual reporting requirements to NASPO ValuePoint and/or the Participating Entity for purposes of monitoring the contract and calculating the administrative fee, if any. 8. Primary Contacts: The primary contact individuals for this Participating Addendum are as follows (or their named successors): Contractor: Name: David Bezzant, Vice President, T-Mobile For Government Address: c/o T-Mobile USA, Inc., 12920 SE 38th Street, Bellevue, WA 98006 Telephone: (425) 383-4000 Fax: Email: David.Bezzant@T-Mobile.com DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Attachment B G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) For Legal Notice to Contractor – send a copy to: Name: Legal Department, T-Mobile USA, Inc. Address: c/o T-Mobile USA, Inc., 12920 SE 38th Street, Bellevue, WA 98006 Participating Entity: Name: Gary Cornuelle, Purchasing Manager, County of Fresno Address: 333 Pontiac Way Telephone: Clovis, CA 93612 Fax: (559) 600-7110 Email: gcornuelle@FresnoCountyCA.gov 9. Software Terms and Conditions: Purchasing Entities that acquire software shall be subject to the license agreements distributed with such software; however, in the event of a conflict in language between an end user license agreement (EULA) and the Master Agreement, the language in the Master Agreement will supersede and control. In addition, any language in a EULA which violates a Purchasing Entity’s constitution, statute or other applicable law will be deemed void, and of no force or effect, as applied to the Purchasing Entity. 10. Pursuant to Amendment No. 2 of Master Agreement No. MA176, upon execution of this PA, the parties agree that this PA will supersede and replace any existing Participating Addendum(s) executed by the Participating Entity under either: 1) the NASPO ValuePoint Master Agreement #1907 between the State of Nevada and Contractor; or 2) the NASPO ValuePoint Master Agreement #1907 between the State of Nevada and Sprint Solutions, Inc., (“Existing 1907 Participating Addendums”) as of this PA Effective Date, subject to the terms herein. The Existing 1907 Participating Addendums will be terminated in their entirety as of this PA Effective Date. 11. Technology Evolution: 11.1 In the normal course of technology evolution and enhancement, T-Mobile continually updates and upgrades its Services, Products and networks. In some instances, these efforts will result in the need to ultimately replace or discontinue certain offerings or technologies. In such event, T-Mobile will undertake such efforts in a customer-focused and commercially reasonable manner. Accordingly and notwithstanding anything in the PA to the contrary, T-Mobile reserves the right, in its sole discretion, after providing the notice set forth in subsection 11.2 below, to (a) migrate Purchasing Entity to a mutually agreed upon replacement technology unless, within the notice period described in subsection 11.2 below, the Purchasing Entity opts to discontinue its Service, Product, network standard, or technology; or (b) discontinue any Service, Product, network standard, or technology without replacement without either party being in breach of the PA or incurring early termination DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0 PROCUREMENT AGREEMENT NUMBER: P-21-098 T-Mobile USA, Inc. April 1, 2021 Attachment B G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-098 T-MOBILE\CONTRACTS & AMENDMENTS\P-21-098 T-MOBILE AGREEMENT (T- Mobile CLM 1040985 Legal Final 5-18-21_LR) liability relating to the discontinuance of the affected Service, Product, network standard, or technology. 11.2 If T-Mobile takes any action set forth in subsection 11.1 above, T-Mobile will provide no less than 60 days’ advance notice reasonably designed to inform Purchasing Entity (if affected) of such pending action. The form of T-Mobile’s notice may include providing written notice to any address (a) T-Mobile uses for billing the Purchasing Entity, (b) set forth in Purchasing Entity’s Order, or, if (a) or (b) are unavailable, (c) listed in the PA for Participating Entity. Customer agrees that such notice is reasonable and sufficient notice of T-Mobile’s pending action. For questions on the Participating Addendum or NASPO ValuePoint cooperative contracting process, please contact the NASPO ValuePoint Cooperative Contract Coordinator assigned to this Portfolio, as provided on this Portfolio’s webpage at www.naspovaluepoint.org or the NASPO ValuePoint team at ccc@naspovaluepoint.org. Contractor - email a fully executed PDF copy of this document to:PA@naspovaluepoint.org To support documentation of participation and posting in appropriate databases DocuSign Envelope ID: C02FE7C8-84E0-4A86-88FA-08582FE7CEC0