Loading...
Agenda 10/14/2014 Item # 16E3 10/14/2014 16.E.3. EXECUTIVE SUMMARY Recommendation to authorize the utilization of the Western States Contracting Alliance (WSCA) contract No. 1907 as adapted by the State of Florida with Sprint Solutions, Inc. for a period of four years and authorize the Chairman to execute the Particpating Addendum OBJECTIVE: To provide cost effective cellular equipment and services. CONSIDERATIONS: In February 2008, Collier County issued RFP 08-5012 Cellular Communications and Equipment to provide staff with cellular communications in connection with their County jobs. Purchasing Staff received three (3) proposals from the marketplace. At the time there were four (4) national carriers who could provide the services. The new agreement, which was awarded to Sprint Solutions by the Board on February 26, 2008 Agenda item 16.E.4, standardized equipment, created a County-wide air time pool by consolidating the management of minutes in one (1) account and eliminated the "pay per use" items such as text messaging, downloadable ringtones, and several other items. Any exception to the plan is required to have a business case associated with the requested exception and final approval must come from the County Manager. Further, this agreement consolidated the billing account, thereby streamlining the review and payment process for operating departments. This four (4) year contract with Sprint Solutions provided for a first year's implementation savings to the County of $250,000; thereafter, the County has been able to negotiate additional savings due to this consolidated contract of approximately $35,000 over the remaining term of the agreement, along with the benefits of streamlined process cost savings for operating departments. Since 2008, there has been further consolidation in the cellular communications industry. Currently there are only three major carriers who can continue to provide the level of service that is required for Collier County. Purchasing Staff did a comparison of the rate structures offered by the competing carriers and found that the cost of service would significantly increase annually and would not provide the streamlined services the County requires. Purchasing staff has considered the recent consolidation of the marketplace and has determined that switching carriers at this time would increase the cost of the county's cellular phone program to prior levels and is not in the best interest of the County. The WSCA solicitation was competitively solicited to the major Carriers. Each offered their published rate structure with a flat discount off the plan. They also Packet Page -1279- 10/14/2014 16.E.3. offered equipment at no charge to Government entities. Sprint will allow for replacement phones at discounted rates should something occur. The other national carriers do not offer replacement equipment discounts for 18 months after the phone has been purchased. The utilization of this WSCA agreement, adopted by the State of Florida, will provide for the continuation of the uninterrupted service; consolidated billing with the retention credit that is applied to each month; and allow for additional equipment at no charge and transition of new technology as it becomes available. FISCAL IMPACT: Funds have been budgeted in the using departments, cost centers based on the number of units they use. The estimated annual cost of this service is $360,000.00 GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is legally sufficient, and requires majority support for approval. —JAK RECOMMENDATION: That the Board of County Commissioners approve the use of the Western States Contracting Alliance, as accepted by the State of Florida, for cellular communications services for a period of four years and authorize the Chairman to execute the Participating Addendum. Prepared by: Scott D. Johnson Procurement Strategist Packet Page -1280- 10/14/2014 16.E.3. EXECUTIVE SUMMARY Recommendation to authorize the County Manager and staff to use the Federal GSA schedules (i.e. Schedule 70 and 1122 Program); the State of Florida Contracts, Agreements and Price Lists; competitively solicited contracts by US Communities, Western States Contracting Alliance, National Intergovernmental Purchasing Alliance (NIPA), National Joint Powers Alliance (NJPA) public purchasing consortiums; and, competitive solicitations from State of Florida cities, counties, and other public municipalities (i.e. Sheriffs Association) for the efficient purchase of goods and services for the delivery of public services and for which funds were approved in operating budgets. OBJECTIVE: To obtain an efficient and effective approval process for utilizing pre-established competitive contracts for the purchase of goods and services which are included in operating department budgets. CONSIDERATIONS: Per the Board's Purchasing Policy (Section XIV: Cooperative Purchasing and Governmental Contracts), and in an effort to secure the effective and efficient procurement of goods and services, Purchasing staff recommends the use of contracts, agreements and price lists that have been competitively solicited through the consortiums or public agencies as described in the above caption. The Federal Government has passed the "E-gov Bill" allowing state and local governments to make purchases using the GSA Schedule 70 for Information Technology needs. The Federal GSA contracts offer public agencies products and services for the lowest guaranteed prices at the terms and conditions established by the government. The State of Florida, Department of Management Services, Division of State Purchasing administers statewide contracts and agreements for use by Florida State agencies, local governments, educational institutions, and other entities as defined in 60A-1.005, Florida Administrative Code. Statewide contracts and agreements enable eligible users to pool their buying power to lower total costs and reduce administrative burden while complying with Chapter 287 Florida Statutes governing the purchase of products and services. Statewide contracts and agreements include state term contracts (STC), alternate contract sources (ACS), state purchasing agreements (SPA), RESPECT agreements, PRIDE agreements and Insurance Coverage Program agreements. Florida Statute Section 163.01, known as the Florida Interlocal Cooperation Act of 1969, permits local governmental units to make the most efficient use of their powers by enabling them to cooperate with other public agencies on a basis of mutual advantage and thereby provide services and facilities in a manner and pursuant to forms of governmental organization that will accord best with geographic, economic, population, and other factors influencing the needs and development of local communities. That is, a Florida public agency may exercise jointly with any other public agency of the State, of any other state, or of the United States Government any power, privilege, or authority which such agencies share in common and which each might exercise separately. Purchasing cooperatives (US Communities, Western States Contracting Alliance, National Intergovernmental Purchasing Alliance (NIPA), National Joint Powers Alliance (NJPA) have a number of advantages, including, but not limited to: • Aggregated buying power of public agencies; • Solicitations are in fact competitive in the market with pricing offered being the guaranteed lowest for the commodity or service; Packet Page -1281- 10/14/2014 16.E.3. • More favorable terms to the County with respect to freight, shipping, service and warranties, etc; • Streamlined processes for both Purchasing and operating staff; • Generally, more timely buying event; and • More streamlined processes for vendor community. The solicitation process for these contracts generally entails: • A public agency recommends a product, service or solution; • A well recognized and full service government agency serves as the Lead Public Agency. The Lead Public Agency prepares and issues a competitive solicitation on behalf of the thousands of public agencies • The solicitation is advertised nationally. • The solicitation includes language allowing all states, local governments, school districts, and higher education institutions, other government agencies and nonprofit organizations to use or "piggyback" on the contract. • The Lead Public Agency and public procurement professionals evaluate submitted proposals and make recommendation for award; • The Lead Public Agency monitors and evaluates supplier performance with feedback from the states, local governments, school districts, and higher education institutions, other government agencies and nonprofit organizations. While there are broad contracts in place, there is a clause whereby the vendor is obligated to follow the agencies' standard purchase order terms and conditions. These agreements leverage the purchasing power of the Federal government and the State of Florida, including its subagencies, municipalities, and counties to provide best value pricing. A list of purchases made in fiscal year 2013 is attached. Purchasing staff recommends the use of these agreements for local funded purchases (and limited and approved grant related purchases), and is requesting Board approval to utilize the aforementioned purchasing agreements for fiscal year 2014 with no further action by the Board as long as operating departments have budgeted for the goods and services obtained from these agreements. FISCAL IMPACT: Operating departments have accounted for expenses in their fiscal year 2014 budgets for the procurement of goods and services for delivering public services using these agreements. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. The current Purchasing Policy provides that in authorizing purchases under these types of agreements, the Purchasing Director must determine that the terms and conditions of the purchase are competitive in the market and favorable to the County. Based on my conversations with the Purchasing Director, the Purchasing Director shall review these Government Contracts seeking the most favorable terms for each intended purchase. With that understanding, this item is approved as to form and legality, and requires majority support for approval. -JAK RECOMMENDATION: That the Board of County Commissioners authorizes the County Manager and staff to use the Federal GSA Schedules; the State of Florida Contracts, Agreements and Price Lists; competitively solicited contracts by US Communities, Western States Contracting Alliance, National Intergovernmental Purchasing Alliance (NIPA), National Joint Powers Alliance (NJPA) public purchasing consortiums; and, competitive solicitations from State of Florida cities, counties, and other public municipalities (i.e. Sheriff's Association) for the efficient purchase of goods and services for the delivery of public services and for which funds were approved in operating budgets. Packet Page -1282- 10/14/2014 16.E.3. PREPARED BY: Joanne Markiewicz, Interim Director, Purchasing Attachments: • 2013 Cooperative Purchases • GSA IT Schedules (excerpt) • State of Florida State Contracts, Agreements and Price Lists (excerpt) • US Communities (excerpt) • Western State Cooperative Purchasing Organization (excerpt) • National Intergovernmental Purchasing Alliance (excerpt) • National Joint Powers Alliance (excerpt) Packet Page -1283- 10/14/2014 16.E.3. EXECUTIVE SUMMARY Recommendation to authorize the County Manager and staff to use the Federal GSA schedules (i.e., Schedule 70 and 1122 Program), the State of Florida Contracts, Agreements and Price Lists, competitively solicited contracts by US Communities, Western States Contracting Alliance, National Intergovernmental Purchasing Alliance (NIPA), National Joint Powers Alliance (NJPA) public purchasing consortiums, competitive solicitations from State of Florida cities, counties, and other public municipalities (i.e., Sheriffs Association; Transit Consortium Bus Procurement Contract) for the efficient purchase of goods and services for the delivery of public services and for which funds were approved in operating budgets; and authorize the County Manager or the Purchasing Director to sign user agreements or contracts associated with these purchases. OBJECTIVE: To obtain an efficient and effective approval process for utilizing pre-established competitive contracts for the purchase of goods and services that are included in operating department budgets. CONSIDERATIONS: Per Section 18 of Ordinance No. 2013-69, the Collier County Purchasing Ordinance (Standardization, Cooperative Purchasing Organizations and Governmental Contracts), and in an effort to secure the effective and efficient procurement of goods and services, Purchasing staff recommends the use of contracts, agreements and price lists that have been competitively solicited through the consortiums or public agencies as described in the above caption. The Federal Government has passed the "E-gov Bill" allowing state and local governments to make purchases using the GSA Schedule 70 for Information Technology needs. The Federal GSA contracts offer public agencies products and services for the lowest guaranteed prices at the terms and conditions established by the government. The State of Florida, Department of Management Services, Division of State Purchasing administers statewide contracts and agreements for use by Florida State agencies, local governments, educational institutions, and other entities as defined in 60A-1.005, Florida Administrative Code. Statewide contracts and agreements enable eligible users to pool their buying power to lower total costs and reduce administrative burden while complying with Chapter 287 Florida Statutes governing the purchase of products and services. Statewide contracts and agreements include state term contracts (STC), alternate contract sources (ACS), state purchasing agreements (SPA), RESPECT agreements, PRIDE agreements and Insurance Coverage Program agreements. Florida Statute Section 163.01, known as the Florida Interlocal Cooperation Act of 1969, permits local governmental units to make the most efficient use of their powers by enabling them to cooperate with other public agencies on a basis of mutual advantage and thereby provide services and facilities in a manner and pursuant to forms of governmental organization that will accord best with geographic, economic, population, and other factors influencing the needs and development of local communities. That is, a Florida public agency may exercise jointly with any other public agency of the State, of any other state, or of the United States Government any power, privilege, or authority that such agencies share in common and might exercise separately. Purchasing cooperatives such as: US Communities, Western States Contracting Alliance, National Intergovernmental Purchasing Alliance (NIPA), and National Joint Powers Alliance (NJPA), have a Packet Page -1284- 10/14/2014 16.E.3. number of advantages, including, but not limited to: • Aggregated buying power of public agencies; • Solicitations are in fact competitive in the market with pricing offered being the guaranteed lowest for the commodity or service; • More favorable terms to the County with respect to freight, shipping, service and warranties, etc; • Streamlined processes for both Purchasing and operating staff; • Generally, more timely buying event; and • More streamlined processes for vendor community. The solicitation process for these contracts generally entails: • A public agency recommends a product, service or solution; • A well recognized and full service government agency serves as the Lead Public Agency. The Lead Public Agency prepares and issues a competitive solicitation on behalf of the thousands of public agencies • The solicitation is advertised nationally. • The solicitation includes language allowing all states, local governments, school districts, and higher education institutions, other government agencies and nonprofit organizations to use or"piggyback" on the contract. • The Lead Public Agency and public procurement professionals evaluate submitted proposals and make recommendation for award; - The Lead Public Agency monitors and evaluates supplier performance with feedback from the states, local governments, school districts, and higher education institutions, other government agencies and nonprofit organizations. While there are broad contracts in place, there is a clause whereby the vendor is obligated to follow the agencies' standard purchase order terms and conditions—that is, the vendor would be required to follow Collier County's purchase order terms and conditions. These agreements leverage the purchasing power of the Federal government and the State of Florida, including its subagencies, municipalities, and counties to provide best value pricing. A list of purchases made in fiscal year 2014 (10/1/13–7/31/14) is attached. Purchasing staff recommends the use of these agreements for local funded purchases (and limited and approved grant related purchases), and is requesting Board approval to utilize the aforementioned purchasing agreements for fiscal year 2015 with no further action by the Board as long as operating departments have budgeted for the goods and services obtained from these agreements and authorize the County Manager or Purchasing Director to sign user agreements or contract associated with these purchases. FISCAL IMPACT: Operating departments have accounted for expenses in their fiscal year 2015 budgets for the procurement of goods and services for delivering public services using these agreements. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. The current Purchasing Ordinance provides that in authorizing purchases under these types of agreements, the Purchasing Director must determine that the terms and conditions of the purchase are budgeted and the use of a cooperative purchase agreement is in the best interests of the County. Based on my conversations with the Purchasing Director, the Purchasing Director shall review these Government Packet Page -1285- 10/14/2014 16.E.3. Contracts seeking the most favorable terms for each intended purchase. With that understanding, this item is approved as to form and legality, and requires majority support for approval.—SRT RECOMMENDATION: That the Board of County Commissioners authorizes the County Manager and staff to use the Federal GSA schedules (i.e. Schedule 70 and 1122 Program), the State of Florida Contracts, Agreements and Price Lists, competitively solicited contracts by US Communities, Western States Contracting Alliance, National Intergovernmental Purchasing Alliance (NIPA), National Joint Powers Alliance (NJPA) public purchasing consortiums, competitive solicitations from State of Florida cities, counties, and other public municipalities (i.e. Sheriffs Association; Transit Consortium Bus Procurement Contract) for the efficient purchase of goods and services for the delivery of public services and for which funds were approved in operating budgets; and authorizes the County Manager or the Purchasing Director to sign user agreements or contract associated with these purchases consistent with the requirements of the Purchasing Ordinance. PREPARED BY: Joanne Markiewicz, Director, Procurement Services Attachments: - 2014 (October 1, 2013–July 31, 3014) Cooperative Purchases • GSA IT Schedules (excerpt) • State of Florida State Contracts, Agreements and Price Lists (excerpt) • US Communities (excerpt) • Western State Cooperative Purchasing Organization (excerpt) • National Intergovernmental Purchasing Alliance (excerpt) - National Joint Powers Alliance (excerpt) Packet Page -1286- 10/14/2014 16.E.3. EXECUTIVESUMMARY Recommendation to affirm the use of the State of Florida contract for mobile communication services with Sprint and Verizon so that payments may be issued for accrued invoices. OBJECTIVE: To authorize payment for outstanding invoices accrued since June 2014. CONSIDERATION: The Purchasing Ordinance 2013-069, Section 18, allows for the Board to annually approve a list of authorized purchasing cooperative organizations and/or agreements if it is determined to be in the County's best interest. On June 26, 2012, Item 16 E1, the Board of County Commissioners approved the use of the State of Florida adopted Western States Contracting Alliance (WSCA) with Sprint Solutions [contract DMS-1011-008; effective January 19, 2012 through January 18, 2017]. Sprint, Verizon and AT&T are participating contractors on that agreement. On September 10, 2013, Item 16 E13, Emergency Medical Services brought forth an item to utilize Verizon as their carrier given recent challenges with Sprint service. In that executive summary, staff indicated that the use of the State approved Verizon contract may be used by other departments/divisions on a case by case basis if compelling business needs were demonstrated. The Verizon Amendment #1 was executed by the Board of County Commissioners (and signed by then Chair Hiller) on September 10, 2013. On December 10, 2013, Item 16E11, the Board authorized the County Manager and staff to use the Federal GSA schedules (i.e. Schedule 70 and 1122 Program), the State of Florida Contracts, Agreements and Price Lists, competitively solicited contracts by US Communities, Western States Contracting Alliance, National Intergovernmental Purchasing Alliance (NIPA), National Joint Powers Alliance (NJPA) public purchasing consortiums, competitive solicitations from State of Florida cities, counties, and other public municipalities (i.e. Sheriff's Association; Transit Consortium Bus Procurement Contract) for the efficient purchase of goods and services for the delivery of public services and for which funds were approved in operating budgets. On September 9, 2014, Item 16 E4, the Board once again approved a very similar executive summary allowing for the use of State of Florida contracts as long as operating departments budgeted for the services. On June 5, 2014, the County's Information Technology Department staff requested quotes under the State of Florida contract [contract DMS-1011-008] as there were a number of major service deficiencies raised from County staff members regarding the Sprint coverage. The major cell phone carriers (on the State of Florida contract) participated in the quote process, with Verizon and Sprint providing the overall best coverage and lowest cost for the County. Operating departments were offered to update their cellular phone services based on the overall best value to the department; most departments opted to enroll in the coverage and cost program offered by Verizon under the State of Florida contract. The result of that quote process is attached. Cellular telephone bills were reviewed by operating department directors for June and July for accuracy; discrepancies were resolved and the Information Technology staff presented Verizon invoices to the Clerk for payment on September 12, 2014. At the request of the Clerk of Courts, Packet Page -1287- 10/14/2014 16.E.3. and in an effort to have past Verizon service bills paid, staff is requesting that the Board of County Commissioners affirm the use of the State of Florida contract for mobile communication services with Sprint and Verizon and authorize payment for past invoices accrued since June 2014, and, payment for future invoices. FISCAL IMPACT: Operating departments have budgeted for cellular phone usage in operating budgets in fiscal years 2014 and 2015. GROWTH MANAGEMENT IMPACT: There is no growth management impact as a result of this executive summary. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires majority vote for approval. — CMG RECOMMENDATION: That the Board of County Commissioners affirms the use of the State of Florida contract for mobile communication services with Sprint and Verizon so that payments may be issued for accrued invoices. Prepared by: Mike Berrios, Director, Information Technology Joanne Markiewicz, Director, Procurement Services C: Executive Summary 6/26/2012, Item 16E1 Executive Summary 9/10/2013, Item 16E13 Verizon Amendment#1 Signed by Chair on 9/10/2013 Executive Summary 12/10/2013 Executive Summary 9/9/2014, Item 16E4 Cell Phone Quote Results Packet Page -1288- 10/14/2014 16.E.3. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.E.16.E.3. Item Summary: Recommendation to affirm the use of the State of Florida contract for mobile communication services with Sprint and Verizon so that payments may be issued for accrued invoices. Meeting Date: 10/14/2014 Prepared By Name: MarkiewiczJoanne Title: Director-Purchasing/General Services,Purchasing&General Services 9/28/2014 1:55:29 PM Submitted by Title: Director-Purchasing/General Services, Purchasing&General Services Name: MarkiewiczJoanne 9/28/2014 1:55:30 PM Approved By Name: MarkiewiczJoanne Title: Director-Purchasing/General Services,Purchasing&General Services Date: 9/28/2014 2:04:54 PM Name: BerriosMike Title: Director-Information Technology,Information Technology Date: 9/29/2014 8:10:51 AM Name: GreeneColleen Title: Assistant County Attorney, CAO General Services Date: 9/29/2014 2:04:39 PM Name: PriceLen Title: Administrator-Administrative Services, Administrative Services Division Date: 9/29/2014 2:09:18 PM Packet Page -1289- 10/14/2014 16.E.3. Name: KlatzkowJeff Title: County Attorney, Date: 9/30/2014 8:48:43 AM Name: KimbleSherry Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 9/30/2014 2:50:55 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 10/6/2014 1:30:20 PM Packet Page -1290- 10/14/2014 16.E.3. 9/10/2013 16.E.13. EXECUTIVE SUMMARY Recommendation to approve a Participating Addendum to the Western States Contracting Alliance (WSCA)for wireless services provided by Cellco Partnership d/b/a Verizon Wireless. OBJECTIVE: To provide for an alternate wireless carrier to improve wireless communication capabilities. ti CONSIDERATIONS: On June 26, 2012, Agenda Item 16.E.1 the Board of County Commissioners approved the utilization of the Western States Contracting Alliance as (WSCA) adopted by the State of Florida with Sprint Solutions, Inc. Verizon is also a participating contractor under WSCA. Emergency Medical Services (EMS) has experienced challenges with communications that have affected the ability to perform various tasks necessary for the critical delivery of Emergency Medical Services. The following are examples of how Verizon services will improve the EMS mission. • Improved alternative dispatch notification. • Improved navigational aid. • Improved ability to consistently reach EMS resources for ongoing dispatch comments while responding to an emergency. • Enables EMS command staff to reach EMS field crews through other means so as not to tax the current radio system infrastructure. It is anticipated that transferring wireless service to Verizon will improve system reliability in wireless connectivity while simultaneously achieving some savings due to reduction in equipment needs. The County has created a pooled service package with its primary wireless provider to achieve cost savings and the same arrangement will be made with Verizon to ensure a cost contained service. Based on current service requirements. Staff recommends use of the Verizon network for EMS. Approval of use of this contract for other departments/divisions will be made on a case-by-case basis when a compelling business need is demonstrated. FISCAL IMPACT: Funds for wireless services are currently budgeted with each cost center. LEGAL CONSIDERATIONS: This item is approved as to form and ieeality. and requires majority vote for Board approval.—SRT Packet Page -1625- . Packet Page -1291- 10/14/2014 16.E.3. 9/10/2013 16.E.13. GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact resulting from this action. RECOMMENDATION: That the Board of County Commissioners: 1. Approve a Participating Addendum to the Western States Contracting Alliance (WSCA) for wireless services provided by Cellco Partnership d/b/a Verizon Wireless; and, 2. Authorize the Chairwoman to execute the attached Participating Addendum. PREPARED BY: Artie Bay, Supervisor, Emergency Medical Services Admin. Attachments: Participating Addendum Packet Page -1L25- Packet Page -1292- 10/14/2014 16.E.3. 16E13 PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE NCE WIRELESS SERVICES 2012-2016 Administered by the State of Nevada(hereinafter "Lead State") MASTER PRICE AGREEMENT Cellco Partnership d/b/a Verizon Wireless Contract Number: 1907 (hereinafter"Contractor") And Participating Entity Name: Collier County BOCC (hereinafter"Participating Entity") 1. Scope: Verizon Wireless ("Contractor") and the State of Nevada, for itself and on behalf of the Western States Contracting Alliance ("WSCA" and/or"Customer"), have entered into a Master Service Agreement #1907 ("Contract") with an effective date beginning on April 10, 2012. This addendum covers the WIRELESS SERVICES for use by state agencies and other eligible entities authorized by that state's statutes to utilize state/entity contracts. 2. Participation: Use of specific WSCA cooperative contracts by agencies, political subdivisions and other entities (including cooperatives and non-profits) authorized by an individual state's statutes to use state/entity contracts are subject to the acknowledgement of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the State Chief Procurement Official. Pursuant to WSCA rules and policies, entities in those states without a State PA to the Master Contract are eligible to participate in this contract,to the extent permitted by their state and local procurement laws and regulations. INDIVIDUAL CUSTOMER: Each State agency, political subdivision or other entity acting as a Participating Entity,that purchases products/services will be treated as if it was an Individual Customer. Except to the extent modified by this Participating Addendum, each agency, political subdivision or other 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 agency, political subdivision or other entity will be responsible for its own charges, fees, and liabilities. Each agency, political subdivision or other entity will have the same rights to any indemnity or to recover any costs allowed in the contract for its purchases. The Contractor will apply the charges to each Participating Entity individually. The Individual Customer agrees to the terms and conditions of the Contract including the disclosure of limited account information as part of the contractual reporting requirements to WSCA and/or the Participating Entity for purposes of monitoring the contract and calculating the administrative fees. . 3. Intentionally Omitted. 4. Lease Agreements: NONE GP Packet Page -1293- 10/14/2014 16.E.3. 16E13 5. Primary Contacts: The primary contact individual for this participating addendum are as follows(or their named successors): Lead State Name Teri Smith, Purchasing Officer Street Address 515 E. Musser St, Suite 300 City, State, & Zip Carson City,NV 89701 Telephone 775-684-0178 Fax 775-684-0188 E-mail Contractor Name Celico Partnership d/b/a Verizon Wireless Street Address 8350 East Crescent Pkwy, Attn: RJ Fenolio City, State, &Zip Greenwood Village, CO 80111 Telephone (702) 283-2200 Fax (866) 917-8701 E-mail Participating Entity Name Collier County Board of County Commissioners: Attn: Purchasing Department Street Address 3299 East Tarniami Trail City, State, &Zip Naples, Florida 34112 Telephone 239-252-8407 Fax 239-252-6586 E-mail 6. Subcontractors: NONE 7. Purchase Order Instructions: All Purchasing Entities issuing valid Purchase Orders will be bound by the terms and conditions of the WSCA Master Agreement including, without limitation,the obligation to pay Contractor for Service and Equipment provided. The parties acknowledge and agree that orders submitted to Contractor from a Purchasing Entity through the Purchasing Entity's Business Procurement Card are authorized Purchase Orders under the WSCA Master Agreement. 8. Price Agreement Number: All purchase orders issued by purchasing entities within the jurisdiction of this participating addendum shall include the Participating State contract number: [N/A] and the Lead State price agreement number: 1907 c°��' Packet Page -1294- 10/14/2014 16.E.3. VL. 1 .2 This Participating Addendum and the Master Price Agreement number 1907 (administered by the State of Nevada) together with its exhibits, set forth the entire agreement between the parties with respect to the subject matter of all previous communications, representations or agreements, whether oral or written,with respect to the subject matter hereof. Terms and conditions inconsistent with, contrary or in addition to the terms and conditions of this Addendum and the Price Agreement, together with its exhibits, shall not be added to or incorporated into this Addendum or the Price Agreement and its exhibits, by any subsequent purchase order or otherwise, and any such attempts to add or incorporate such terms and conditions are hereby rejected. The terms and conditions of this Addendum and the Price Agreement and its exhibits shall prevail and govern in the case of any such inconsistent or additional terms within the Participating State. 9. Compliance with reporting requirements of the "American Recovery and Reinvestment Act of 2009" ("ARRA"): If or when contractor is notified by ordering entity that a specific purchase or purchases are being made with ARRA funds, contractor agrees to comply with the data element and reporting requirements as currently defined in Federal Register Vol. 74 #61, Pages 14824-14829 (or subsequent changes or modifications to these requirements as published by the Federal' OMB). Ordering entity is responsible for informing contractor as soon as the ordering entity is aware that ARRA funds are being used for a purchase or purchases. Contractor will provide the required report to the ordering entity with the invoice presented to the ordering entity for payment. The contractor, as it relates to purchases under this contract, is not a subcontractor or subgrantee,but simply a provider of goods and related services. Purposely Left Blank `G1J Packet Page -1295- 10/14/2014 16.E.3. 16E13 The undersigned represents and warrants that he/she has the power and authority to execute this PA, bind the respective Participating Entity, and that the execution and performance of this PA has been duly authorized by all necessary parties IN WITNESS WHEREOF,the parties have executed this Addendum as of the date of execution by both parties below. Participatin• Entity- Collier Coun BOCC Contractor: Cellco Partnership d/b/a Verizon Wireless By: / G By: f d Name: G-; gia A. Hiller Name: Todfl Loccis. o Title: Chairwoman Title: Executive Director, Enterprise and Government Contracts Date: q \ o k\3 Date: q/2V70 13 [Additional signatures as required by Participating State] ATTEST' D1M_1Ol '.)BROCK, CLERK sig,., •, ppro e as • + and legaii 11++II��t�22 __ Item# ott R.Teac , Deputy County Att.• AgendallE3 Date Date ci--- -15 ''ecd DepuiLN„� Packet Page -1296- 10/14/2014 16.E.3. � o o 0 N o o O 3 !L N a c° co co m _0 ° E Y n a) N N °) w C ? M E O N O O 0 N (C) (O C Ur ° a) ° O a) O co 7 O N O O _ O -7 C d 0 a) �> C'1 C7 a c ° O• ci o c w c m o E ° o m .a •` V + + ° a) E 3 'a O a O.; 0 0 Q. V (C a) (p .Q a) c 7 C = O) 0.r a) 7 0 -3 C C 0 a7 C a7 _C oa a) 0 9 O) t/1 a) a a) MEA 'E E m °(» as u9 > U > •. e" ti - N C 0 t� N C > U > La N N '7 .c N >, as _ a) 0� � W o — o rn U m -6 00 cC� � ° c O c� • •C a) E (a U U Cs1 .0 ° a 05 — N m to �° .r of E 7 °'• .D N a) O) d N = L co C r '°O N (a C - o `O rn Q) a j N N ] N 2 C m o N,0U' - a7 O N > U d of va c as E J ( 0147 N. n.m = o Ea m M p CD u09 � et , � co E co m cans ° a) c -0 2 N U •g 0) 0) a.) ---• E c --• •- rn a) La 0 2 o"ova va o 8 v G °) 0z O .°c cu 0 cc; N2 o- o o o Eo ° - o m c n u9 d (D d N F- (a a) (C) to = (f9 69 (fl fn N E 2 N > a) c7 a) N N N 1 y o) a) a). C c c O p C ) n N N 0) r � C.1 a) ( a) C C O C O E 5 C E.- ? E y N O _ N N N ' m r N yL ° a C r w CO G N E O 3 C -. U a 00 X O I) w ) ° � C N N m O O N Y O 'C C C C — O )t0 ' a) IC a N•` a a O ' C ° w — N y .D m N C) O C a) a a a) ° O C CO a a (a O C y U , d a . E v a a 8 a) al i O c ? J m E a cr,- ) a E (n m J .E J ._E a o ,5 O~ 3 m O o u o a a) c co- o ai a) c a)ao c aa a a) o c o c m m o z c m a; c - 3 - E c - '- E o o m c . co o m o o 9 c as •- 12- ii.), C N ' ° O N C • _ C a � ` ° a y• N • ° C O To C M E 4 ' ° C O M 7 () ` O u)us E E co U U o 69 E E as U U o us = us E E m U ss us u9 -c o a) .5 O C O ) C •V O O O 0 a C a > V O O O N r r r N N = (n ua F- N a o v (a p N � N .° - 5: '-1123 E it U LL a) c4 O O y @ O a) a) N o = co Q C U m 0 o c o o m a o � c N CO 7 V O) a) o a) y N CD U N CO as Q c C - a) > v ' n c E ( a) E ° n o a o o U a H &D O aim - _ c a) — m c c °) .- > m a -, m t (a d cr,� Q ° co a0 _ °) _ 70m (» us us a c CD n n » 7 E 330ac) E 690 . mmoEw � o 0 O o a a O a) a) a) Q C N o C C F- O C Q 0> 0 a) o O .2 n E 3 O O ° O R co a) F ° O a) @ O r Y -- d • u9 us Hi d9 69 u9 (fl Q N C .0 U .3 d 5 U N 0) 0.) C• v v o a) ° V V O o O a m C• () _ (D ((j O O r O > ( O O O O (7 (7 co co co O � V (` O O m m N E m o a a) C 69 (fl EA (A 63 Vj EA L a) O U c C p,Q) a O N a) (i) r CO i0 a Q) a) m C C a C y n oo C d O > 0 rn o m r r r r E > O ° >. O c c .c a) o r C a) a) as n > o.m 0 To' N d a) m E O) to b c 69 us 69 (9 (» (s (fl Y co a o 3 al E m N Ur To as U as co a a s N a) 0 a) N N >..a 'U o a E V O co C 0 C 0 a N = N N I j U V . . O C a) ° c a C n f0 3 N- O � O C c --jr; E o a) 0 E E a o Y m a) Lc) a) U °) o v I o m m a, c_ (1.3 0... 3 dr a) a) E 2 a) o (a o 0 -o LL (6 °- U 0 m a) Y .- N r@ (6 (a �' O r a) c 2 d p P- p a 0 if Q c >_ C c o ns a) --) U c T E c a) a) O 'CO U o a n O .O O d — N •M Lo co N- Q d Packet Page -1297-