Item N1 N1
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
February 19, 2025
Agenda Item Number: N1
2023-3571
BULK ITEM: Yes DEPARTMENT: Sheriffs Office
TIME APPROXIMATE: STAFF CONTACT: Julia E. Todd
n/a
AGENDA ITEM WORDING: Amendment No. 2 to Grant Agreement No. S22-23-01-40 between
Monroe County and FL Department of Management Services (State Emergency Communications
Board) to extend the term of the Original Grant Agreement to end on 9/24/2025. All other terms and
conditions remain the same. The Amendment No. 2 will be retroactively effective to January 5, 2025.
ITEM BACKGROUND:
Currently, the parties seek to extend the term of the Grant Agreement so that it will end on 9/24/2025.
All other terms and conditions of the grant agreement will remain the same. The Amendment No. 2 will
be retroactively effective as of January 5, 2025, since that is the date that the Florida Department of
Management Services (Emergency Communications Board) approved the Monroe County Sheriffs
Office Change Request to extend the term through 9/24/25. The project (funded by the grant) is
substantially complete, but the Monroe County Sheriffs Office needs the additional time to finalize the
remaining administrative tasks.
PREVIOUS RELEVANT BOCC ACTION:
The Original Grant Agreement No. S22-23-01-40 became effective on January 19, 2023. On April 18,
2024, Grantee (County) was awarded additional funds by the State Emergency Communications Board,
and same was adopted through Amendment No. 1 to the Original Grant Agreement.
INSURANCE REQUIRED:
No
CONTRACT/AGREEMENT CHANGES:
Amend the term of the Grant Agreement from January 19, 2023 - March 24, 2025 to the newly
approved term: January 19, 2023 - September 24, 2025.
STAFF RECOMMENDATION: Approve.
3909
DOCUMENTATION:
Amend No. I and Original Grant Agreement S22-23-01-40.pdf
Amend No. 2 MONROES22-23-01-40 (Cnty Legal Apprd 1.13.25).pdf
FINANCIAL IMPACT:
None.
3910
Departrnen[of
MANAGEMENT
SERVICES ;J� 11
DIVISION/OFFICE® Division of Telecommunications; Bureau of Public Safety
BRIEF:AUTHOR of Valerie Wainwright
TOPIC: 911 Rural Grant Programs® Grant AmendmentSigning
RELEVANT : 365.172
LEGISLATIVE COMMITTEE JURISDICTION ® f
Monroe County
The purpose of this amendment is to increase the award amount from the Emergency
Communications Board to the Grantee. This amendment is necessary to cover the required cost for
necessary equipment that the vendor did not include in the original Scope of Work.
3911
STATE OF FL.OR11DA
DEPAR I MlEim"r OF MANAGEMENT SERVICES
AND
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
GRANT AGREEMENT NO., S22-23-01 40
AIMENDMEN"T"NO. I
This Amendment No,. I (Arneiriddent) to Grant Agreaernerat No. 8:22 23-01 40 ("Grant
Agreemenfl) is entered into by arid between the State of Florida, Department of
Maiii,iagement Services (Delpartrnent), and the Monroe County Board of Courilty
Comirnlis sign ers (Grantee), coflectivelly referibs' to herein as the '1-3artnes,"
wl 1111::,::iREAS, yarn Jarmary '19, 2023 Grantee was awarded $726,393 1.,..)y the State E9,11
Boar d,-
WlN 1111: On Apirill 18, 2024 the County submitted a grant change request tir.) iricrease
'the grant award by $45,175, which was approved by the Bo,.:Vd,
WHEREAS, the Parties wisf,i to arneind the (3rant Agreei,,nerit to rraflect the conrect grant
award arnount to $771,568;
W1 1ERIE11:011f111:::::1, un consideration Of Bell re MtUal promises contained herein, the l:::1artJ1es agr"(...%e
to the foilowiirig::
'I, I he term of tf-ie Gii-ant Agreement as January 19, 2023 throtigh Marcl,-i 24, 2025,,
2 Each person signing this Amendment warrants that he or she is dully auff-m ized, to do
so and to bfii--id the respective 1party,
3. Fhis Am ir indirnent is hereby made a part of the Grant Agreeimen't. All off-ier terms and
conditions of the Grant Agreement shall reirnalln in fulll foirce arid effect, ]Fhis
Amendment sets forth the entire undir�xrstandllng between 'the I'-Iarties with regard -to
the subject miatter hereof
4 1 Ihe eftctive date of this Arriendirriient is the date on wNclh the Board approved
Grantee's Award, as identified above.
Page I of 2
3912
SO AGREED by the Parties' authorized representatives on the dates noted below
Grantor: Grantee:
State of Florida Authorized County Official/Monroe
Department of an ment Services County, Florida.
Na lPedro Allende Name: Holly Merrill Raschein
/n Me. SecretarylDept of Management Title: Mayor
Services
.t.. . 7; Pt of
Date. 8/9/2024 to-
mesa.,
in Madok, Clerk
"man
By:
(3111-
As iDeputy. Clerk
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
Page 2 of 2
3913
Change Request
County: Monroe
Grant Number- s22-23-01-40
Date of Grant ® 01/19/2023
N/A
Extension Period.
Budg)t Line Item Change From Change To
ADD-
6)UPS -Rackmount 1000VA 0 $17,700.00
13)Tower UPS, I OOOVA, 670W 0 $16,900.00
4) Color Laser Printers 0 $8,700.00
Installation 0 $1,875.00
Total $45,175,0
Justification of Change:
Vendor failed to include these items in the original Scope of Work and Quote. After a recent review of
the project following a site visit by Vendor's representative, a careful review of the Quote showed
these items were missing. It was further determined that they are necessary and vital to this project and
should have been included in the original Scope of Work used for Grant s22-23-01440. Approval of
this Change Request will correct this error and provide the necessary additional funds to Monroe
County to pay for these vital additions to the project.
i 7 LO
Signature of Authorized Official Date
Approved:
Emergency Communications Board's Authorized Signature Date
Change Request 612021
3914
aw
Addendum Agreement
Case Number
CUSTOMER{' t a ("
The Monroe County She 3��-ee F o s s f iAddendum,
e
7 j ice Provider specifically identified ere` .
Marathon
State. FL e: 33050
AWkLAddress
StreetAddress: 25 Overseas
City: n
State:FL i Code:
CUSTOt ) lontact Information
totices
Name: L i JenniferDowns
Title: 911 r ' for Tifl : placation Sales Executive
Telephone: 05-3 2 Fax: - - Telephone: 6018268116 - -
Email: lwhite@keysso.net 'l: JD236u@att.com
Street Address: 2945 Overseas HWY Attention: Assistant Vice President
City:Marathon Set Address. 2 180 Lake Blvd.,Th Floor
State:FL Zip Code: 35 - i toState:GA Zipe: 30319
Rfth a cop t :
AT&TCorp.
e r,NJ 07921-0752
r Agreement Support Team
Email: ::: 11 II' `.
THE UNDERSIGNED PARTIES, AT&T Florida,("Company")and The Monroe County Sheriffs Office
("Customer"or"Subscriber"), hereby agree,as acknowledged eir appropriate signatures t out below,to
end and change Contract Service Arrangement( S )Agreement FL23-0247-00. This Addendum
Agreement is based upon the following terins and conditions well as any Attachment(s)affixed
appropriate lawfully filed and approvedtariffs which are by this reference incorporated herein.
Offer Expiration:This offer shall e ire :4/20/2024
This Pricing Scheduleprovides a one-time charge for purchase andinstallation 911 Public Safety
Answering Point equipment and software. The monthlyfor maintenance is also provided.
Warrarity Period.This agreement includes one year warranty on allss n installation.The
warrantycustomer first use of the operational system as deliveredwork.
After
twelve(1 )contiguouscommence
n
Page 1 of 7
AT&T and Customer Confidential Information
3915
eaut
Addendum Agreement
Case Number FL24-9006-00
TERM: This Agreement is for five(5)years
Upon mutual agreement of the parties,Customer may renew this Pricing Schedule to provide for an upgrade of the E911
equipment/service. An Upgrade is defined as a replacement of existing equipment to available newer technology at the
time of the request.
........... ........"'.......................................... ............................ ..................................................................................111-....................I'll.�Ill"".""",�,-���,����,�........ .............................
Pap 2 of 7
AT&T and Customer Confidential Information
3916
aw
Addendum Agreement
Case Number FL24-900e-00
Accepted by:
Customer:
The Monroe Cpwq She s ffic
By: MONROE COVNTY SHERIFFS OFFICE
01
100 AP 110 AS TO FORM:
Printed Nammn w.
...........
FVCK J. MCCULLAH
Title:
ate:D GENERAL COUNSEL
DATE:—— -----
214
.................
Company:
BellSouth
Telecommunications,LLC
d/b/a AT&T Florida
By: ........................
............
Authad mt, i zed SIS Linatuire.
Printed Name: Laura IlftraVe. s ....................................
Title: TT
Date., j.,?j-jj 21024........................
SN353K
——-----—-------------------- ..................................... .......
Page 3 of 7
AT&T and Customer Confidential Information
3917
Oiftt
Addendum Agreement
Case Number FL24-90DD-M
Option I of I
Batilpff ff[b NQn-R
I Hardware-Woftlationl $45,175.00 $.00 WMI
2 Hardware Mtoe-InIfial Contract2-annual $2185.00 $.00 WrT32
The USOCs.below are for future use,If required
3 Infrastructure Capitalization Charge-Equipment $25.00 $.00 WEENW
4 Infrastructure Capitalization Charge-Professional $25.00 $.00 WEENY
Services
6 Infrastructure Capitalization Charge-Equipment $.00 $25.00 V=97
6 Infrastructure Capitalization Charge-Professional $.00 $25.DD VW(x98
Services
........... ......................... ...............
Page 4 of 7
AT&T and Customer Confidential information
3918
Viaw
Addendum Agreement
Case Number FL24-ODOO-W
Option I of I
RATESANDCHARGES
NOTES.
The'NOTES' Section of the'RATES AND CHARGES'pages of the existing Special Service Arrangement is
replaced in its entirety with the following:
1. 7he Customer must subscribe to additional elements set forth in Us Agreement within the first twelve(12)months of
acceptance of the AgreemeriL The addition of elements after the initial twelve(12)month period will require a new Special
Service Arrangement.
2. Rates and charges herein are in addition to any applicable tariff rates and charges. Rules and regulations of the General
Subscriber Services Tariff apply.
3. This Agreement does not cover the following:
damages caused by disasters such as fire,flood,wind,lightning,or earthquake.
damages caused by unauthorized disconnects or de-powering of the equipment.
damages caused by power surges,under voltage,over voltage,brownouts,or ground faults caused by commercial AC
power and/or Customer provided generators.
damages caused by modifications to the equipment,unauthorized attachments,alterations,modification or relocation of
the equipment by an unauthorized person.
damage during shipment other than original shipment to the Customer.
damage caused by consumables or spilled liquids,impact with other objects.
damage caused by any other abuse,misuse,mishandling,misapplication.
damage caused by software viruses,however introduced. This Agreement does not include hardware or software
replacement that may be required by the introduction of software viruses or lost data regardless of the cause. Company
or its supporting vendors may assist in the repair or recovery efforts at current time and materials rates.
Except as provided in of 4 below,in addition,in the case of damage,loss,theft or destruction of the equipment
or software not due to ordinary wear and tear,the Customer shall be required to pay the expense incurred by the
Company in connection with the replacement of the equipment damaged,lost stolen or destroyed or the expense
incurred in restoring it to its original condition,
4. Hardware not provided by the Company will not be repaired,replaced or maintained by the Company even though
interconnected or integral to the Service. All Customer-provided equipment must be clearly marked and listed on a separate
worksheet- The Customer also agrees to obtain prior written approval from the Company before additional software is added
to the Service and agrees to pay current time and material charges for problems attjibutable to non-approved software.
5. Customer acknowledges that software instaRation is limited to the applications sold under this or other AT&T agreements.
6. Customer acknowledges that it has reviewed the proposed configuration and represents storage sizing is adequate for the
current site operations. Future operational changes or additional storage requirements may necessitate additional equipment
which wiU be billable to the Customer.
........................... ...................................... ................................... ......................
Page 5 of 7
AT&T and Customer Confidential Information
3919
Addendum Agreement
Case Number
Option 1 of 1
7. L I S
CUSTOMERA AND ALL 911 EMERGENCY SERVICE USERS THAT THE 911 EQUIPMENT
ANDIOR SERVICES BEING PROVIDED HEREUNDER, OR PREVIOUSLY SUPPLIED BYAT&T, IS NOT
CONNECTED AND WILL NOT BE CONNECTED TO ANY LOCAL (" A ')OR ANY OTHER
OUTSIDECOMPUTER NETWORK T' ,INCLUDING WITHOUT LIMITATIONNATIONAL
CRIME INFORMATION C ("CIC") OR S PROVIDED, T
CUSTOMER Y CONNECT SAID EQUIPM(ENT ANDIOR SERVICES TO THE CIC OR SIMILAR
AND ONLY IF SUCH CONNECTION IS EXPRESSLY APPROVED IN WRITING BY AT&T, WHICH APPROVAL
SHALL BE IN AT&T'SIAT&T RELIES ON' TMS REPRESENTATION By CUSTOMER IN
AGREEINGTO INSTALL A / A SAID EQUIPMENT AND ALL SERVICES THEREON.
AT&T MAINTAINS A STRICT I ('?SAP LICY") THATI T 11
EQUIPMENT ONLY IN A SECURE PSAP LAN,AND ONLY WHERE SUCH NOT CONNECTEDTO ANY
NETWORKOTTIER COMPUTER I E OF AT&T'S CONTROL. AT&TA
PSAP LAN TO A _ AT&T WILL IDENTIFY THE DEMARCATIONFOR TIM pSAp LAN,
BEYONDC ST AGREES THAT AT&T IS NOT RESPONSIBLE. IN THE EVENT CUSTOMER
CONNECTSPSAP LAN TO ANY OTHER COh4PUTER CONTRARY T 'S EXPRESS PSAP
NEIVORK SECURITY LICY (WHICH CUSTOMERACKNOWLEDGES IT HASCI ), AND
THE PSAPLAN IS INFECTEDS A RESULT OF SUCH ACTIONS, THEN ALL WARRANTIES,
AND MAINTENANCE AND SERVICE PROVISIONS AGREEMENT SHALL BE NULL AND VOID
AT&T DISCLAIMS ANY LIABILITYE G TO ANY PSAP LAN WHICH CUSTOMER OR ITS
AGENTS COMPUTER NETWORK CONTRARY To TEE PSAp NETWORK SECURITY
POLICY.
AT&TUNDER SUCH CIRCUMSTANCES, FOR THE PSAPLAN AT
CUSTOMER'S REQUEST, WHICHWILL BE BILLED ON A TIME AND MATERIALS BASISAT '
THEN-PREVAILING VIC FURTHER ES TO INDEMNIFY
AT&T HARMLESS FOR ANY DAMAGES TO OR CLAIMS BY ANY THIRD PARTY AGAINST
WHICH ARISE IN WHOLE OR IN PART FROM CUSTOMER!S CONNECTION OF THE 9 11 EQUIPMENT
AND/ORI
NETWORK OUTSIDE OF AT&T'S CONTROL, INCLUDINGLIMITATION THE NATIONAL
CIC.
a event that all or any part of this Agreement is terminated at the Customers request prior to the expiration of the
Agreement term,the Customer will be required to pay the applicable termination charge as stated in this Agreement. e
Agreement provisions concerning termination liability shall be inapplicable y state,county,parish,or municipal
governmental entity whenis in effect as a resultof action by such entity and through a duly constituted legislative,
administrative,or executive y:
1.a statute;
ordinance;
3.a policydirective;or
.a constitutional provision
whichrestricts or prohibits an additionalcontractual payment for early terraination ofa contvzt by any such entity,or agency
thereof,due to an unavailabilityof funding.When service is being providedi to the governmental entity for such
service becomes unavailable,the governmental entity may cancel the service without additional payment obligation.Absent
any official statute,ordinance,policydirective,or constitutional provision,the Customer shall be responsible for the
termination charge.
Page
e 6 of 7
AT&T and Customer Confidential In on
3920
aut
Addendum Agreement
Case Number ® 0
Option 1 of 9
All trademarks or service marks contained herein are the property of the respective owners.
There are no other additions,deletions,or changes to the above referenced eci 1 Service Arrangement included
in this Addendum. All other terras and conditions as previously agreed and acknowledged remain unchanged
in full force and in effect.
AGREEMENTEND OF ARRANGEMENT OPTION 1
Page 7 of 7
AT&T and Customer Confidential Information
3921
l,
21—
,%-w—opwor imp"'" aut vl(%vt,r um do'
UPS & Printers Equipment
for
Monroe County.. FL
(AT&T SOUTHEAST)
Quote Number.- 75614
Version:I
FebruarV 20,2024
3922
SitesSummary All
Item
COST
One Time
$45,175.00
m
756'14vi-Monrce County,FL
Page 2 of 4 February 20,2024
3923
Configuration -Key West
Description MY Cost per Total
Iiiu"
UPS Hardware
14414 UPS-RACKMOUNT,
1 V 2 $2,950.00 5,9 00
. 14410 Tower UPS,9 AAA,670 s $1,3I o $6,,500.00
Peripheral Hardware
9145.14 .._,.... . ._...m Color m s Printer m....w.w ......_ .. 1 . .._.mu.... _..... . .. .. .. . , �.I�il�--m
Il�r°ojnn iin���t�nllla ���rm
Project Installation 1 $�� Ii.tII Waoo
Configuration Parameters-Plantation
Description
Item
UPS Hardware
914414 IMPS-RACKMOUNT,1OODVA 2
14410 Tower UPS,1 VA,67O 6 $1,3 -ISO $7,800.00
Peripheral r ar
14514 Color Laser Printer 1 $2,175.OIO $28175M
Project Installations
Project Installation 1 $650.00 $650.00
Page 3 of 4 February 20,2024
3924
Configuration Parameters-Ocean Reef
Item# Description Qtv Cost r
Total
UPS Hardware' ,._.. _ .,..... Item
' .. ..
91-441.4 UPS,.WRAC MOU ,1000VA 2 $2,950.00 $5,900.00
.....1441 Tower UPS,10 A,670W1t 2 $1,300.00 2„60 ,
rRpheirW Hardware
4514
. .
1 ...-.._...__.. �p. .. lor.. .Laser Printer
..m..._.._... . .___..�. .1 �'.„ � (RRR... p 7 1 5.00
(Project InstaRation
Project.Installation 1 0. CV�
Configuration Parameters Marathon
NkLmalashm
tteun __..._ ...... _I escautmo�a ..... ........_ RLlst Price Sell! Total
Peripheral Hardware
914514 Color Laser Printer 1 $2,117 CC $2,1,11100
Project installation
Project IIrbsI:allllabiott $100. 1
.00.00
Total One Time Charge $45,175.00
75614 vl-Monroe County„FL
Page 4 of 4 Febnmry 20,2024
3925
AddiWwial Tenras and CwWitions fk!�r ikurM iiarid stalle Grvflt
222-23 D1 40
This Grant Agreement is entered into by and between the Florida Department of Management Services (the
"Department"or'DIVIS")and Monroe County BOCC("Grantee"),collectively referred to as the "Parties,"The
terms of this document supplement the terms and conditions contained in in W Form 1A,Application for the
E911 Rural County Grant Program or W Form 3A, Application for the 911 Grant Programs {hereinafter the
'Application"),and the Grantee's and letter.
1. GENERAL TERMS AND CONDITIONS
By executing this agreement,the Grantee agrees to the following.
1.1.The Application,the Grantee's award letter,and this document,including its attachments and exhibits
(hereinafter collectively referred to as the'Agreement'),contain all of the terms and conditions agreed
upon by the parties. If there are any conflicting provisions between the documents that make up the
Agreement,the following order of precedence applies:
1.1-L thisdocument,
1.1.2. Attachment 1,Audit Requirements for Awards of Assistance(with its Exhibit 1);
1.1.3. the Grantee's award letter,and
1.1.4. the Grantee's submitted Application.
2.2. In accordance with sections 365.172 and 365.173,F.S.®the Grantee shall perform the tasks specified
herein in accordance with the terms and conditions of this Agreement.
1.3.The term of this agreement begins on January 19,2023'and ends on March 24,2025.
1.4.The parties shall be governed by all applicable state and federal laws, rules, executive orders, and
regulations,including, but not limfted to,those Identified in the"Applicable Statutes and Regulations"
table below.Any express reference in this Agreement to a statute,rule,or regulation in no way implies
that no other statue,rule, or regulation applies. Failure to comply may affect the current grant award
and future grants awards.
1A1. The Grantee agrees to comply with the State of Florida Reference Guide for State Expenditures,
which can be obtained at:
1-5-This Is a cost reimbursement agreement, This Agreement shall not exceed the amount specified on the
Grante&s award letter, and payment shall only be issued by the Department after acceptance of the
Grantee's performance as set forth by the terms and conditions of this Agreement. No renewals of this
Agreement are available.
L6.The Grantee agrees to use the funds awarded under this Agreement only for costs directly incurred for
the grant project activities specified In the Application.Costs must be reasonable,necessary; allocable,
and allowable for the approved project and only incurred during the term of this Agreement
1.6-1. The Grantee shall refund to the Department any balance of unobligated funds that was advanced
or paid to the Grantee.
1.6,1 The Grantee shall refund any monies used for ineligible purposes under the laws, rules, and
regulations governing the use of these funds.
1.7 The Grantee agrees that the final request for reimbursement and supporting documentation for
incurred obligations shall be submitted to the Department no later than the term of this Agreement.
3926
2s AUTHORITY
The Department has been appropriated funds from the Emergency Communications ns Number E911 System Trust
to provide grants to counties fort e purpose f upgrading systems. The Department has the authority,
pursuant to section 282.702, F.S,to enter into this Agreement and to disburse the appropriated funds to the
Grantee under the terms and conditions set forth herein.
3® OSUGATION TO PAY
e State`s obligation to pay under this Agreement Is contingent upon an annual appropriation by the
Legislature and is subject to any modification its accordance with either Chapter 216, F.., or the Florida
Constitution.
4. MODIRCATION
4.1. The Scope of Work in the Application is hereby modified to specify the following eliuera le(s)o
Deliverable o. 1—Tasks to li Handling System
Performance Standard Documentation Financial Consequences
Complete all cork for the 1) Reimbursement ent claim in If Grantee fails to comply
System Replacement accordance with Section with any to of the award,
Project in accordance 15,below. i7 S shall take one Dr more
with the i3rantee's 2$ The Grantee shall submit of the fallowing actions:
contract with its vendor. copies of;
Grantee shall ottoch this a. Any contracts or 1.Temporarily withhold cash
contract,which stall purchase orders with payments pending correction
include redactions withvendors; of the deficiency by Grantee,
applicable exemptions for be Vendor invoices, 2. Disallow all or part of the
public records within e. Proof of payment to cost of the activity or action
vendors;and not in compliance;
lmu r r,'t a ut. d. Proof of receipt of 3. Wholly or partly suspend
deliverables. or terminate the current
award for the Grantee;
.Suspend or deny future
grant awards;or
5.Take other remedies that
may be legally available.
LD S will provide no
reimbursement for any
improvement that does not
meet the standards
established in this award.
TOTAL REIMBURSABLE AMOUNT NOTTO EXCEED$726, .
2
3927
S. CONTACT'S
5A.The Department's Grant Manager is responsible for enforcing performance of this Agreement's terms
and condlt ons and will serve as the Department's Faison with the Grantee. As paartof has or her du.ntles,
the Department's Grant Manager will:
5.1A. Monitor and document the Grantee's performance of the terms of this Agreement,vehlch may
include but shall not be limited to, aaruslte nrlsuts by WAS.staff, limited scope audits, or desktop
rnonitorund„
5.1.2.. Review all documentation for which tine Grantee requests payment;and
5.13. flecO ncele and verify all funds received against all funds expended during the period of this
Agreement and produce a final reconciliation report that identifies any funds paid in excess of
than expenditures incurred by the Grantee.
._....
The Department's Grant Managers responsible for the
admilnistratlorn'of this Agreementare:
JQV
Ej e Vf
"rut66a�na �„�. 2
5.2.The Grantee's Agreement, Manager is responsible for monitoring performance of this Agreement's
terms and conditions and will serve as tl'ne Grantee's Hal son with the Department. As part of h1s or her
duties, -the Grantee's Agreement Manager shall pprourhde all reports, as well as any other required
documents under 615Agreernent,to the E911 Board in accordance with Section 9.0 of the Application.
._._._........._._______ _.
The Granter's Agreement. Manager responsible for the
administration of this Agreement is: p
l.aura'White
.294S Overseas INR
, „ar snusu IF�, 15�
5.3, In the event that different managers or addresses are designated by either party after executl'on of this
Agreement, notice of the name,title,and address of the new manager will be provided to the other
party in writing. Such than es do not require a formal written amendment to the Agreement.
6. AUDIT REQUIREMENTS
6J.The Grantee shall retain all its records,financial records„supporting documents,statistical rerords,and
any other documents, including electronic storage media,pertinent to thnls Agreement in accordance
with the record retention requirements of fart V of Attachment 1,Audit IRequ lireirnents for Awards of
Skate Financial Assistance. The Grantee shall cooperate with the Department to facfljtate the
duplication and transfer of such records or documents upon the Department's request.
3
3928
6.2. The Grantee shall maintain books, records,and documents in accordance with the generally accepted
accounting principles to sufficiently and properly reflect all expenditures of funds provided by the
Department under this Agreement,
6.3.The Grantee shall comply with all applicable requirements of section 215.97,F.S., and Attachment 1,
Audit Requirements for Awards of.State Financial Assistance. If the Grantee Is required to undergo are
audit,the Grantee shall disclose all related party transactions to the auditor.
7. RECORDS
7.1 As required by section 215.97,F.S.,and Rule 691-5.006 Florida Administrative Code(F.A.C),the Department,
the Department of Financial services, and the Florida Auditor General, for any of their authorized
representatives, shall enjoy the right of access to any documents, financial statements, papers, or other
retards of the Grantee which are pertinent to this Agreement, in order to make audits, examinations,
excerpts,and transcripts. The right of access also includes timely and reasonable access to the Grantee's
per5annel For the purpose of interview and discussion related to such documents. This provision does not
limit the Department's authority to conduct or arrange for the conduct of additional audits or evaluations
of statefinancial asslstanceorlimIttheauthorityofanystateawardingagencyinspector general,the Auditor
General,or any rather State officfal.
7.2 The Grantee shalt rmalratain all records,inclbudin those pertainin to any and all contractors,subcontractors,
and consultants to be paid from funds provided under thisAgreernent and further Including documentation
of all program costs in a form sufficient to determine compliance with the requirements and objectives of
the Application,and all anther applicable laws and regulations,for the longer of five(5)years rafter the end
of the performance period specified in the table above and all pending matters or the period required by
the General Records .Schedules maintained by the Florida Department of state (available at;
7.3 If the Grantee's record retention requirements'terminate prior to the requirements stated herein, the
Grantee may meet the Department®s record retention requirements for this Agreement by transferring its
records to the Department at that time, and by destroying duplicate records in accordance with section
501.1.71.,F.S.,and,if applicable,section 119.0701,F.S. 'The Grantee shall adhere to established Information
destruction standards such as those established by the National institute of Standards and Techruology
Sperial pubkatior•i 00-86,"Guidelines for Media Sanitlzatlorn'(2006). .See 9nttE_LCsrc_nist. tear.
7.4 in accordance with section 216.1366,F-S.,the Department is authorized to inspect the.(a)financial records,
papers,and documents of the Recipient that are directly related to the Performance of the Agreement or
the expenditure of state funds;and(b)programmatic records,papers,and documents of the Reciplernt W hich
the Department determines are necessary to monitor the performance of the Agreement or to ensure that
the terms of the Agreement are being meet.The Recipient shall provide such records,papers,and documents
requested by the Department within 16 business days after-the request is made.
The Grantee,an agency as defined in,section 119.011(2), F.5„ must comply with the requirements of Chapter
119, F.S., in the performance of Its obligations under this Agreement. The Grantee roust also ensure that any
contractors and subcontractors that perform work pursuant to this Agreement comply with the requirements
of Chapter 119,F.S.,as applicable,
4
3929
9. LIABOUTY
9,L The Grantee is solely responsible to parties it deals with in carrying out the terms of this Agreement
and,subject to the limitation of section 768.28, RS,the Grantee shall hold the Department harmless
against all riairris of whatever nature by third parties arising from performance under this Agreement,
9.2.The Grantee, a subdivision as defined in section 768-28, F.S., agrees to be fully responsible for its
negligent or tortious acts or omissions which result in claims or suits against the Department and agrees
to be liable for any damages proximately used by the acts or omissions to the extent set forth in
section 768.28,F.S. Nothing in this Agreement is Intended to serve as a waiver of sovereign immunity
by the Grantee. Nothing in this Agreement may be construed as consent by a State agency or
subdivision of the State to be sued by third parties in any matter arising out of any contract.
10.EVENTS OF DEFAULT
If any of the following events occur(,Events of Default"),all obligations on the part of the E911 Board to make
any further payment of funds shall,if the Department elects,terminate and the Department has the option to
exercise any of its remedies set forth herein. However,the Department may make payments or partial payments
after any Events of Default without waiving the right to exercise such remedies and without becoming liable to
►make.any further payment.The Events of Default are;
10.1. d any warranty or representation made by the Grantee in this Agreement or any previous agreement
with the Department is or becomes false or misleading in any respect;
10.2. If the Grantee fails to keep or timely perform any of the obligations, terms, or covenants in this
Agreement or any previous agreement with the Department and has not cured them in timely
fashion;
10.3. If the Grantee or is unable or unwilling to meet its obligations under this Agreement;
10.4. If material adverse changes occur in'the financial condition of the Grantee at any time during the
term of this Agreement;or
10.5. If any reports required by this Agreement have not been submitted to the Department or have been
submitted with Incorrect,incomplete,or Insufficient Information.
11.REMEDIES
If an Event of Default occurs,then the Department shall provide a written notice to the Grantee,and,upon the
Grantee's fallureto cure the default within the thirty(30)calendar days,the Department may exercise anyone
�1)or more of the following remedies,either concurrently or consecutively,
11.1. terminate this Agreement.in accordance►pith Section 12,Termination,below;
11.2. withhold or suspend payment of aft or any part of a request for payment;
113. exercise any corrective or remedial actions,including but not limited to:
11.31.request additional information from the Grantee to determine the reasons for or the extent
of non-compliance or lack of performance;
13.3.2.issue a written warningto advise that more serious measures may be taken if the situation Is
not corrected;or
11.3.3.advise the Grantee to suspend,discontinue,or refrain from Incurring costs for any activities
in question.
Pursuing any Of the above remedies win not preclude the Department from pursuing any other remedies
available under this Agreement of at law or in equity. If the Department waives any right or remedy in this
Agreement or falls to insist on strict performance by the Grantee,it does not affect,extend,or waive any other
3930
right or remedy of the Department,or affect the later exercise of the same right or remedy by the Department
for any other default by the Grantee,
IL TERMINATiON
12.1. lermination Due_tothe Lack of Funds, If funds become unavailable for the Agreement's purpose,
such event will not constitute a default by the Department or the State. The Department agrees to
notifij the Grantee in writing at the earliest possible time iffunds are no Ilonger available. gn the event
that.any funding identified by the Grantee as funds to be provided for completion of the 1project as
descrilhed herein becomes unavailable, including if any State funds upon which this Agreement
depends are withdrawn or redirected,the Department may terminate this Agreement by providing
written notice to the Grantee. The Department will be the final authority as to the availability of
funds,
12.2_ fer in Lion for aarse. The Department may terminate this Agreement for cause after ten (10)days
nfa written notice,which-will be issued after the 30-day cure period ends. Cause incJu des,but is not
limited to, misuse of funds, fraud, lack of compliance with applicable rules, laws, and regulations,
failure to perform on time,or refusal to permit pub4caccessto any document,paper,letter,or other
material-subject to disclosure under Cnaptrr 1.19, F,5., unless exempt from Section 24(a)of Article l
of the State Constitution and section 119,07(1), F,S,, or applicable state or federal law, which the
Grantee created or received under this Agreement.
12,1 llEMtM19L for.9onwse rats , The Department may terminate this Agreement for convenience or
when it determines, in its sole discretion, that continuing the Agreement would not produce
beneficial results in line with the further expenditure of funds by providing the Grantee With thirty
(30)calendar days'priar written notice.
12.4. Mutual_'Termination. The parties may agree to terminate
this Agreement for their mutual
convenience through a written amendment of -this Agreement. The amendment will state the
effective date of the-termination and the procedures for proper closeout cif the Agreement.
Upon notice of-termination,the Grantee shall-
12.5.1,riot incur new obligations for the terminated portion of the Agreement'and
12.5.2 cancel as many outstanding Obligations as possible. Costs; incurred after receipt of the
termination notice are disallowed, The Grantee shall riot be relieved of liability to the
Department because of any breach of this Agreement by the Graintee. 'The Department may,
to the extern[authorized bylaw,withhold payments to the Grantee for the purpose of set-off
until the exact amount of damages due to the Department from the Grantee Is determined,
1.3. RESULTING THIRD PARTY CONTRACTS AND SUBCONTRACIrS
13.1. The Grantee may contract with third parties to perform work. The Grantee rernainsfuflyresponsible for
satisfactory completion of any and all work performed by any contractor and subcontractors.
1.11.1 If the Grantee contracts all or part of the work contemplated under this Agreement, including
entering kito contracts with vendors for services, it is understood by the Grantee that all such
contract arrangements shall be evidenced by a written document Containing all provisions
necessary to ensure the contractor's compliance with applicable state and federal laws- The
Grantee further agrees that the Department shall not be liable to the contractor forany expenses
or liabilities incurred under the contract and that the Grantee shall be solely liable to the
contractor for all expenses and liabilities incurrpd ander the contract. The Grantee, at its
expense,will defend the Department against such claims,
131. With the Grantee's approval, the Grantee's contractor may subcontract work performed, and the
Grantee's contractor will be fully responsVe for satisfactory completion of all subcontracted work.
3931
13.3, The Grantee agrees all Grantee contracts or subcontracts entered into pursuant to this Agreement shall
contain language requiring contractor(s)or subcontractor(s)who are paid from funds provided under
this Agreement(i) be bound by the terms of this Agreement, as applicable; and (ii) be bound by,arnd
corntain all provisions necessary r..o ensure the contractor's compliance with, all applicable state and
federal laves and regulations.
14. MANDATED CONDITIONS
14A. ` h!s Agreement shall be construed under the laws of the State of Florida,and venue for any act-ions arising
out of this Agreement shall be in the Circunit Court of Learn County.
141. if any provision of this Agreement, is in conflict with any applicable statute or rule or is unenforceable,
then the provision.shall be null and void to the extent of the conflict and shall be severable but shall nut
invalidate any other provision of this Agreement.
24.3. The Recipient and its contractors and subcontractors have an obligation to utilize the U.S.[Department of
Homeland Security's (DHS) E-Verify system for all newly hired employees in accordance with section
R,fii, F.S. The link to !-Verify is lntt vu s ' .cav e-verif , By executing this Agreement, the
Recipient certifies that it is registered w th,and uses,the E-Verify systems for Al newly hired errnpiayees
in accordance with section 449.095, F.S.The Recipient must obtain an affidavit from its,contractors and
subcontractors in accordance with paragraph (2)(b)of section 448.09S,F.S„and maintain a copy of such
affidavit-for the duration of the Agreement. The Recipient shall provide a copy of its EDHS Memorandum
of Understanding(MOU) to the Department's Agreement Manager within five (5) days of Agreement
execution.
This section serves as notice to the Recipient regarding the requnirements of section 44 095, F.S.,
specifically sub-paragraph(2)(c)1,and the Department's obligation to terminate the Agreement if it has
a good faith belief that the Recipient has knowingly violated sect .09(1), F.S,The Department will
promptly noatifythe Recipient andorderthe immediate termination of the contract between the Recipient
and a contractor and/or any subcontractors performing work on its behalf for this Agreement should the
Department have a grand faith belief that the contractor or subcontractor has knowingly violated section
4 09(1.),F.S.
14.4. In accordance with section 21.062 and 216.34s,F.s.,funds received under this Agreement are not to be
used for the purpose of lobbying or used to directly or indirectly influence legislation or any other official
action by the Florida Legislature,the judicial brand,or any state agency.
25 AMSCELIANEOUS
1S.1. Pa .nt Process. subject to -the terms and conditions established in this Agreement and the billing
procedures established by the Department,the Department agrees to pay the Grantee in accordance
with section 215.422,F.S. The applicable interest rate can be obtained at.
15.2. Invoicira . The Grantee shall submit all claims for reimburrsemernt and for progress payments, as
described in the Application, using Appendix IV, Financial Reimbursement of Expenditures Reporting
Form,to the Application.The Grantee may submit claims•tea the Renard as needed;however,the Grantee
shall not submit more tharn one claim per month. After receipt of the reimbursement claims, and in
accordance with the payment provisions established in this Agreement,the Department.shall disburse
the amount of funds approved by the Board,
15.3. invoice Detail. Invoices submitted by-the Grantee must fulfill Al requirements specified in the scope of
work and lnclunde all supporting documentation, when applicable. The Grantee shall also suibm t
invoIces in sufficient detail to fulfill all applicable requirements of the.State of Florida Reference wide
for state Expenditures.
3932
15.4. Intellectual ProDertv. Where activities supported by this Agreement result in the creation of intellectual
property rights,the Grantee shall notify the Department, and the Department will determine whether
the Grantee will be required to grant the Department a perpetual, irrevocable, royalty-free,
nonexclusive license to use,and to authorize others to use for State ova en purposes,any resulting
patented, copyrighted, or trademarked work products developed under this Agreement. The
Department will also determine whether the Grantee will be required to pay all or a portion of any
royalties resulting from such patents,copyrights,or trademarks.
IS.S.&gafflct of Interest. This Agreement Is subject to Chapter 112,F.S. The Grantee shall disclose the name
of any officer,director,employee,or other agent who is also an employee of the State. The Grantee
shall also disclose the name of any State employee who owns,directly or indirectly, more than a five
percent(W.)interest in the Grantee or its affiliates.
15.6. Non-Discrimination. The Grantee shall not unlawfully discriminate against any individual employed in
the performance of this Agreement due to race,religion®color,sex,physical handicap unrelated to such
arson's ability to engage in this work,national origin,ancestry,or age. The Grantee shall provide a
harassment-frea workplace, and any allegat® of harassment shall be given priority attention and
action.
153 EI ionic Funds Transfer roll ant,The Grantee agrees to enroll in Electronic Funds Transfer(EFT),
offered by the States Chief Financial Officer,within thirty(30)days of the date the last Party signed this
Agreement. Copies of the authorization form and a sample blank enrollment letter can be found at:
hIlp.� ww. lori rn dacfo.com Division AA en ors( Questions should be directed to the EFT Section
�
at(850)413-5517. Once enrolled,invoice payments will be made by EFT.
15.8. Suryiyal Any right or obligation of the parties in this Agreement which,by its express terms or nature
and context, Is intended to survive termination or expiration oft is Agreement,will survive any such
termination or expiration.
15.9. Notices. All notices fro both parties,outside of the notice of award and notices related tote business
of the E93.1 Board,shall be effective when placed in the United States,first class mail,postaike prepaid,
by registered or certified mail-return receipt requested,to the address in section 5 herein.
I hereby affirm my authority and responsibility for the use of funds requested. R
-mawmEcomry ATMRNE"OFF=
A" OYMASTOFMM
G Gra
ra
nA'M
t a._Ji1n L2 L 2_02 3
Mayor Pro Tam,Monroe County Board of County Commis
Kevin Madok,Clerk
B
Printed Name
............
As Deputy Clerk
Grantor
Department o anagement Services Date: 9/18/23
Pedr lende, Secrets ry of M� rvices
Printed Name
3933
A,'lPLJCA.II3LE S"TATUI IS 11119)REGU4;%'rMl':5
1"he Grantee and the,Depairunent shaff Ilaat goveyirked 4^ay aN appkaWe Stiate Ntwt fardel,-J "'JaL, and
u iegulafluiia;,W.Jud�ng those iident�fiik in wNs
flotida Statutes fF Sj
I 10 5 p v�ij hi Li�l�le d�;f,en;J I y
.4 215 34, F,S.-StAte fksnd!��noncoHectVe ftems;procedure
fi 215,4221, F,S, , flajrnevs,warrants, and Grwdres, pnxasshig tki,iie Lfisjp,.,Ie re50hflJolnl'Agt_ncy Or
Iwp xial!branch corn;Idlaur,
215,97,F,S,, Ncii-iida Skighe Audk Act
F,S. Aoreemenb,ftMrled wah Nlderil�ca'stW42,assi�,A-dnlcr-,
L Isl - - 1-1- - _111111 ,',111—
216301,f:,S,-Apprlo��Pria6ons;und�sbursecl hidarwes
216347,ll",S, -Msbl,irsenieQt of grants anl a:llds aprpiirop aaCons for rpro h"b'ted
2)6,3475, RS, Maxiirnuiiin rate of payment p:oi ser),rices fundpid umjleV C-,en�w Act Or
�nfvarded w noncompetitive basik,
2 16 181(16),F.5,-Ap III)r o ve d b�A ge t s fio r o p e rat�o�i! li d fixe 0 ca pi r a I lo u t a v
9273,02j,s, Record and mirentoryof czrtalln p�upmly
3, RS. PuNk, einilih, cviniiw� denia� oiii revoication ut �hp 4ght to tfainsact biWrucss vur9rh pjbkc
VS D�scrimfnaiilon�ldenW or re,ioixalbri ,of hfi:I�ghl R,Ua��5ao,ICWS44�:S- )Mth pubhr,,%�,td
F,S, -PrOilition aga�nst contractillip%w lllh scw�innzed Compaille.s
Chla_01 "r7, tear
jFpl 4 Ivr ' 1) r_e�o r�a 1� i n f T i;a't�o-ir0
,1T — _
Morldip Adn%Wstrative Code-(1-.A,r,)
Mornou'anda
. . .........
t CFO �Wclniorjndum %ki, O2 (2012 131� c0nilract zmd GraM Rlev�ew,-, vid H*Iated Payrneriit Proiressmig
C TO Memica aii'idurn No 2C(2019-2 Dj �CcwnpRance PipiqWrefvients for Agreams vA,,
qtate E911 PIAV. and E911 Board Stabjt a�id Rideq
sqitutes
C�%Apter3,15_5-,FlIS -Use ol"�'efeplW,�IC,5 00id/7=UrW�c,Machmes
Florida Admwaintrativa Cadu
Rule Glapter FOAk-6 .'hate F9.11 pkm,
G and °322 23...131 Gra�Lul n Award Date�0111 9/?i)23
Ca"dkM v( e r,a ca
3934
Attachment t
A tll1.'REQUI EftE T�
FOR AINARDS OIL STAFF
FINA 'a IA1 ASSISTANCE"
The administration of resources awarded by the Department of Management Services (Department) to toe
Grantee may be subject to auditsand/or monitoring by the Department as desorbed in this section.
li,, t'�a'rttttl'�Ita
In addition to revb&hs of audits conducted In accordance with section 215.97, FloridaStatutes(F. .),as revised
(See AUDITs below),monitoring procedures May include,NA not be limited to,on-site visits by Departirriient
limited scope audits,or other procedures. By entering into moils agreement, ft Grantee agrees to comply and
cooperate with any monitoring procedures or processes deemed appropriate by the Department. In the event
the Department determines that a Irrifted scope audit of the Grantee is appropriate,than Grantee agrees to comply
with any additional instructions provided by Department staff to the Grantee regarding such audit. The Grantee
further agrees to comply and cooperate with any Inspections, reviews, investigations, audits deemed
necessary by the Chia Financial Officer(CFO)or Auditor General.
AuDrr
Part I: State Funded
In the event that the Grantee expends a total amount of state financial assistance equal t0 or In excess of
$760,000 in any fiscal year of such Grantee(for fiscal years ending June 30, 2017, or thereafter), the
Grantee must have a state single or project-specific audit for such fiscal year in accordance h section
215.97, F. .; applicable males of the Department of Financial Services; and Chapters 10. (local
governmentalentities)and 10.65 (nonprofit and for-profit organizations), Rules of the Auditor General.
EXHIBIT 1 to this form lists the state financial assistance awarded through the Department by this
agreement In determining the state financial assistance expended in its fiscal year, the Grantee shall
consider all sources of state financial assistance, Including state financial assistance received from the
Department,other skate agencies,and other nonstate entifies. State financial assistance does not include
federal direct or pass-through awards and resources received by at nonstate entity federal program
scratching requirements.
1. For the audit requirements addressed its Part 11, paragraph 1, the Grantee shall ensure that the audit
complies with the requirements of section 215. 7(5),F,S, This includes ission of a financial reporting
package as defined by section 215.97(2), F. , and Chapters 10.550 (local governmental entities) and
10.650(nonprofit and for-profitorganizations), Rules of the Auditor General.
1 If the Grantee expends less than $750,000 in state financial assistance in its fiscal year(for fiscal years
ding June 30, 2017, or thereafter), err audit conducted in accordance `th the provisions of section
215.97. F, „is not required, If the Grantee expends less than$750,000 in state financial assistance in its
fiscal year and elects to have are audit conducted in accordance with the provisions of section 215.97s F,S_
the cod of the audit must be paid from the nonstateentity's resources(Le.,the cost of such an audit must
be paid from the Grantee's resources obtained from other than state entitles).
101
3935
Part If: Other Audft Requirements
NfA
Pan 11L Report Submission
1. Cop➢aa of financial reporting cD required rD D➢of this form shall be submitted d by or on behalf of
the Grantee dlMody to each of the following-
The IDepadment at each of the(offowwi ng addresses-,
Etectronto copies(preferred),E91 t Board ➢u rni rar,ntReparta, dmns_dt.gov
Or
Pa (1wd Y)
The➢ epartme nt of Management Services
Egt1 Board
0 Esplanade Way
Tallahassee PD,.32399
The Auditor General's Office at tha follovAng address:
Auditor General
Locall Government Nadu 2
Claude Pepper SuuIldoing,Room 40,11
111 West Madison Steel
Tallahassee,,Florida 14
Thi ua�dl�or rnaxal"a bsd trtt s:l ➢t r. nad providaa Dun cttions frartliluag an electronic py
of a financial reporting package.
2, Any reports,management letters,or other information re Wired in be sp.ibmttfed to the Department pursuant
to this agreerrient shall be submitted timely section 215.97,F. .,and CharAers 10.550(local grnaoer rrnarntal
arMi 10 50(nornpr forproM organizagons),Rules of the AudWx General,as applicable.
3. Grantees, are submitting financial reporting packagas-to the Department for audits done ire acoordance
M Chapters 10.550 (lineal goveirnmental entities) and 10,650 (nonprofd and fear-profit ruurgaunizabo na),
Rules of the Auditor General, should indicate the data that the report" ga was delivered to the
Grantee Din correspondence accompanying the reporting package,
Part : Record Retention
The Grantee alhaH retain sufficient records demonstrating its wrnpliance Broth the t rims of the award(s)and this
agreerriamt fair a period of five( )years from the data the audet report is issued,and afua➢l a1krN the,Department
or fta designee, the CFO, hoarAuditor Generag access to such records upon request. The Grant - small ensure
that audit working papers are made avallable to the Daps aril,or its designee, the CIAO„ cs Au.udotnr Geneiral
upon request for a period of five( )years from the.data the audit report is issued, uMess extended In writing by
the Department.
3936
Subjea to Section 215.97,F S.-
1, State Prqject A�
State Projert E 911 Smarr;truant ProLmn
SwvAwvding Agency:State,of flot1da,Mpartrnent OfManagEmcn,Szvices
Catalog of State Financial Assistance Title and Nurdber:72.002 Wirdess End I Stale GrElt ftogram
Atnow:$726,391-00
1. state Projed B-
AMA
Compliance Requirements Applicable to State Resources Awarded
Pursuant to tam Is Agreement Are as FoRows.
The comphanoe requirements are as staked in Grant.Agreement S22-23-01-40 bebNeen the Grantee and the
Department,entered in State FiscW Year 2022-2023,
121
3937
DowSign Envelope 10:11 3A7813-DgDB-4172-BFa6-2Eo3D27ABAD6
Floriclo E91 7 Board
4030 Esplanade Way
Tallahassee,FL 32399-0950
Tel:850-921-4204
Fax:850-488-9837
January 24,2023
Monroe County Finance Department
911 Remittance Fees
500 Whitehead Street
Key West,FL 33040
FED#: 59-6000749
Subject: Fail 2022 State®Reimbursement Grant Program
Dear Monroe County Finance Department.-
The to of Florida E91 I Board would like to congratulate you on your grant award for E911 revenue funds to
improve the E911 system serving your county.According to the Fall 2022 Cycle State-Reimbursement Grant
Program terms and conditions,grant funds shall be provided on a cost reimbursement basis.Please note,receipt oft is
letter initiates the start of the grant term.
Within the next two weeks,you should receive a grant award agreement for each grant awarded to your county.The
grant agreement has the details regarding funding rules for the state grant program that apply to your grant award.You
must return a signed copy of the grant agreement prior to the authorization to transfer funds from the Florida
Department of Management Services to your county.Please try to have the agreement signed and returned within 45
days of receipt
The followinz nrovides details concemina the Fall 2022 arant(s)to Monroe Countv:
galL-Number LS-FA/CFDA# AmmmUmugiul &dLAR2MUd
S22-23.01-40 72.002 $726,393,00 S726,393.00
$726,393.00 Call Handling System Replacement 1/19t2023
S22-23-01-41 72.003 $72,299.60 572,299.60
$72,299.60 flegionliGISRepaffitory 1/19/2023
Total Grant Awards- $798,692.60
Board Members: Denise Adkins- Laurene J.Anderson-Daniel Carroll Christine Cooper Karen Dearden
Chesley Dillon -Keith Godwin w Jason Shimko 1, Brad Swanson
3938
Do Sign Envelope ID,11 3A7813-DSDB.4172.BF86-2EO3D27AMD6
Fall 2022 State-Reimbursement Grant Program
Page Two
Recipients of awards of state and/or federal financial assistance are required to comply with the provisions of the
Florida Single Audit Act. To assist you,please reference sections S,6 and 7 of section 215.97 Florida Statute at the
following web site address:
The Board thanks you for your interest in 911 and improving public safety in Florida and your commendable efforts
towards enhancing your 911 system. It is our hope that your county continues to ensure further public safety
advancements in Florida.
Sincerely,
E pv D d by zst,SW'ILWS
9075AMU Denise AdOns,D4
Chairwoman
Florida E91 I Board
DA/KR
cc: Monroe County 911 Coordinator
3939
20230717-4915 FL23-0247-00
Contract ID FL2M2474
A T&T
SPecial&Wee Arrangernat
Agreemed
PCS ID: 20230717-055
This Special Service Arrangement(SSA)Agreement( Agreemenr,)is by and between BellSouth
Telecommunications,LLC d/b/aAT&T Florida,('Company'l and The Monroe County SherifFs Office
C'Customer"),and is entered into pursuant to Tariff Section A5 of the General Subscriber Services, This
Agreement is based upon the following terms and conditions as well as Attachment(s)affixed hereto and the
appropriate lawfully filed and approved tariffs which am by this reference incorporated herein.
I. Scope. Customer requests and Company agrees,subject to the to and conditions hereim to provide the
service described in this Agreement at the monthly and nonrecurring rates, charges,and conditions as described
in this Agreement(-Service").The rates,charges,and conditions described in this Agreement are binding upon
Company and Customer for the duration of this Agreement, For the purposes of the effer-tiveness of the terms
and conditions contained herein,this Agreement shall become effective upon execution by both parties. For
purposes of the determination of any service period stated herein,said Service period shall commence when the
Service is accepted by Customer or when the customer begins using the Service for its intended operational
use.whichever occurs first.
2. Additional Services. Company agrees to provide Customer notice of any additional tariffed services required
for the installation of the Service. Customer agrees to be responsible for all rates,charges and conditions for
any additional tariffed serviczs that are ordered by Customer.
3. Regulatory Considerations. This Agreement is subject to and controlled by the provisions of Company's or
any of its affiliated companies'lawfully filed and approved tariffs,including but not limited to Section A2 of
the General Subscriber Services Tariff and No.2 of the Federal Communications Commission Tariffand shall
include all changes to said tariffs as may be made f time to time� All appropria ff rates and charges
rom to i tar
shall be included in the provision of this service. Except for the expressed rates,charges,terms and conditions
herein,in the event any part of this Agreement confficts with the terms and conditions of Company's or any of
its affiliated companies'lawfully filed and approved tariffs,the tariff shall control.
4. Regulatory Approvals. This Agreement may be subject to the appropriate regulatory approval prior to
commencement of installation. Should such regulatory approval be denied,after a proper request by
Company,this Agreement shall be null,void,and of no effect
5. Cancellation-pficr to installation. If Customer cancels this Agreement prior to the completed installation of
the Service,but after the execution of this Agreement by Customer and Company,Customer shall pay all
reasonable costs incurred in the implementation of this Agreement prior to receipt of written notice of
cancellation by Company, Notwithstanding the foregoing,such reasonable costs shall not exceed all costs
which would apply if the work in the implementation of this Agreement had been completed by any.
6. Termination-Prior to Expiration of Service Period.If Customer cancels this Agreement at any time or to
the exPiTati0fl of the Service period set forth in this Agreement,Customer shall be responsible for all
termination charges- Unless otherwise specified by the tariff,termination charges are defined as all
remaining charges as a result oft minimum Service period agreed to by the Company and Customer and
set forth in this Agreement.
7. Choice of Law. This Agreement shall be construed in accordance with the laws Of the State of Florida
Page I of 11
ROME IV:I-DOIPYBB AT&T ILEC LEGACY SOUTHEAST vi 11321
RLR: 139270710009/2023 CT-Oww. T506q 04111/23
3940
CiOntmet 10 FL230247-00
AT&T
Special Service Arrangement
Agreement
S. Notices. Except as otherwise provided in this Agreement,notices required to be given pursuant to this Agreement
shall be effective when received,and shall be sufficient if given in writirtg,hand delivered,or United States mail,
postage prepaid,addressed to the appropriate party at the address set forth below. Either party hereto may change
the name and address to whom all notices or other documents required under this Agreement must be sent at any
time by giving written notice to the other party.
CQMM
BellSouth Telecommunications,LLC d/b/a AT&T Florida
One AT&T Way
Bedminster,NJ 07921-0752
ATTN; Mager Agreement Support Team
Email: mmjagj g In
330403110
Customer
'Me Monroe County Sheriffs Office
5525 College Road,Key West
FL 33040
9. Assignment. Customer may not assign its rights or obligations under this Agreement without the express written
consent of Company and only pursuant to the conditions contained in the appropriate tariff.
10. Seve rability. in the event that one or more of the provisions contained in this Agreement or incorporated within
by reference shall be invalid,illegat or unenforceable in any respect under any applicable statute,regulatory
requirement or rule of law,then sueh provisions sM]l bc considared inoperative to the extent of such invalidity,
illegality,or unenforceability and the remainder of this Agreement shall continue in fall force and effect.
I I. Merger Clause. Customer acknowledges that Customer has read and understands this Agreement and agrees to
be bound by its terms and conditions. Customer further agrees that this Agreement,and any ordem constitute
the complete and exclusive statement of the Agreement between the parties,superseding all proposals,
representations,and/or prior agreements,oral or written,between the parties relating to the subject matter of the
Agreement
12. Acceptance. Acceptance of any order by Company is subject to Company credit and other approvals.Following
order acceptance,if it is determined that:(i)the initial credit approval was based on inaccurate or incomplete
infortnation;or(fl)the Customer's creditworthiness has significantly decreased,Company in its sole discretion
reserves the right to cancel the order without liability or suspend the order until accurate and appropriate credit
approval requirements are established and accepted by Customer.
13. Taxes and Fees. All charges are exclusive of applicable fiederal,state or local taxes and fees. Company may invoice
and Custorner agrees to pay to Company amounts equal to any taxes resulting from this Agreement or any activities
hereunder including any and all sales and use ams,duties,or review imposed or permitted by any authority,
government,or governmental agency,exclusive of taxes on Company's net inwme. Customer will be responsible
for any ad valorem,property,or other taxes assessable on equipment on or after delivery to the installation site.
Page 2 of 11
ROME ID.I-DOIPY13B AT&T IL LEGACY SOUTHEAST 011321
RLR; 1392707 10 09109/2023 CT-Owner rp5O8q 04/11123
3941
Co*act ID FL2,M247-00
ATW
Special Servict Arrangement
Agreement
14• Risk of Lon or DanuV. All risk of loss or damage shall pass to Customer as to each item Of equipment on the date
of'delivery to ale Customer Service location.
15. Security interest. Customer grants the Company a Purchase money security interest in each item of equipment
or software. Customer agrees to execute any documents that am reasonably requested by the Company to
protect or perfect the Company's security interest,
16. Software License.
A) All software is and will remain the property of Company. Company,with respect to Company
developed software and to the extent authorized under the supplier licenses,gmats to customer a
personal,nontransferable and nonexclusive sublicense(without the right to further sublicense)to use the
software,subject to the following terms and conditions.
B) Customer shall 0)use the software only in conjunction with the particular Service for which the
software was initially furnished;(ii)use the software solely for Customer's internal business purposes;
(iii)not reverse engineer,decompile,disassemble,reverse translate or otherwise translate the software
into human readable fmTn,nor reproduce the software except for archival pm-poses;(iv)return the
software,together with all copies thereoC or with Company's written consent,destroy(or erase,if
recorded on an erasable storage medium)the software when no longer needed of permitted for use with
the Service for which the software was furnished;and(y)keep in confidence all information relating to
software and treat such information as the exclusive property and trade secret of Company or such
suppliers.
Q In addition to the above, he Company's suppliers require Customer to sign or otherwise agree to
separate licensing provisions directly with the supplier,Customer shall comply with such licensing
provisions.
17® Changes in Customer Ordem Changes to an order may only be made following agreement of Customer and
ODrapany to the change. Such change would not materially alter the original design,functionality or
implementation date. Appropriate documentation will be requimd so that additions or deletions may be recorded
and charges or credits issued. The Customer's ability to delete items from an order or to return equipment is
subject to Company's ability to return the equipment to the manufacturer. Restocking,aftipping and handling
charges will be assessed with reaped to any hems deleted or returned. -
A) Shipping Expedites. Unless otherwise agreed toby the parties inwTiting,Company will provide the
software and hardware one hundred twenty(120)days fioni the date that this Agivement is effective. if
requested by the Customer,Company will deliver the Service in less than one hundred twenty(120)days
provided 1hat the Customer pay reasonable expedite delivery charge that are incurred by Company. Notice
of those charges will be provided after the required delivery daft is determined by the Customer and the
Company.
B) Delivery Delays. Customer agrees to reimburse Company for all out-of-pocket expenses incurred by
Company if SeMce delivery is delayed by Customer. If the implementation is delayed,through no It of
the Company for ninety(90)days from planned implementation,the Company will have the option to
revise the pricing to dw thm ctment rates and to coiled all reasonable out of pocket costs for
implementation delays,storage and lost margins ftin Customer.
C) AddifionalequipmenL Customer acknowledges ffW the equipment requirements are based on the current
information provided by the Customer and are the best estimate of Customer and Company. If additional
Page 3 of I I
ROME ID:I-DOIPYBB AT&T ILEC LEGACY SWTHEAST v1 11321
RLR: 1392707 10 09JON023 CT-Ovmer rP506q 04111/23
3942
4!!!:� ContrW ID FL2M247-00
AT&T
Special Service Arrangwwrd
Agreefrient
equipment is requirecL Company Will Provide the equipment after the Customer's completion and
COMPany's acceptance of it written change order,which will include any additional charges to Customer.
D) customer acknowie*s that it has reviewed the proposed configuration and the custurnees facilities am
adequate for the Site Operations. Future Operadoml changes or additional requirements may necessitate
additional equipment which will be billable to the Customer. AT&T's Site Preparation Doomnent provides
customer with physical backroom space requirements fbr equipment cabinets. In additimI6 a site survey is
performed before equipment is installed.
18. Maintenance.
A) If aWlicable,maintenance service commences at the earlier of ffie Service acceptance or the date that the
Customer begins using the Service for its intended operatiorad purpose.Maimename may be provided via
repair,replacement,or upgrade of defective equipment at Company's option.If on-site manufactorer
service is required,it will be provided at Company's then current commmial rates.
B) This agreement Includes a one(1)year warranty on all system components including installation.The
warranty period begins at customer fust use of the operational system as delivered in the contract scope of
work-After twelve(12)contiguous months,the annual system maintenance will commence.The initial
term fOt mainftnance,once the one(1)yew warranty expires,shall be four(4)years for a con to of
five(5)years unless otherwise stated on the Order.The initial term shall be automatically renewed for
successive terrns of one(1)year each at Company's than-current rates.Either party may elect not to renew
maintenance service by giving the other party written notice at least thirty(30)days prior to the end of the
then-current tem.
19. Remedies and Damages Limitations.
A) The following limitations of liability represent a material inducement to the parties to enter into this
Agreement and to perform Orders at the stated price. If additional risks or undertakings were
contemplated by Company,the additional risks or undertakings woWd have been reflected in an
increased price. In contemplation of the price,Customer acknowledges that there is consideration for
the limitation of damages and remedies set forth above and as follows.
B) ANYTHING IN MS AGREEMENT OR ANY OTHER DOCUMENTS TO THE CONTRARY
NOTWITHSTANDING,NEITHER COMPANY,NOR ITS SUPPLIERS OR MANUFACTURERS,
SHALL BE LIABLE FOR ANY SPECIAL,CONSEQUENTIAL,EXEMPLARY,PuNmvE,
ECONOMIC,OR INDIRECT DAMAGES,INCLUDING WITHOUT LIMITATION LOST PROFITS,
LOSS OF DATA,TOLL FRAUD OR OTHER UNAUTHORIzED USE,OR LOSS OF USE. Ms
LIMITATION OF LIABILITY WILL APPLY WHETHER ANY CLAIM IS BASED ON
CONTRACT,WARRANTY,NEGLIENCE OR OTHER TORT,BREACH OF STATUTORY OR
OTHER LEGAL DUTY,PRINCIPLES OF INDEMNITY OR CONTRIBUTION,OR OTHERWISE,
WHETHER OR NOT THEY OR COMPANY HAD NOTICE OF THE POSSIBILITY OF SUCH
DAMAOES OCCURRINO. CUSTOMER!S,EXCLUSIVE REMEDY FOR ANY DEFAULT OR
BREACH OF ANY WARRANTY,EXPRESSED OR IMPLIED,SHALL BE LIMITED To REPAIR
OR REPLACENffiNT OF EQUIMENT OR REPERFORMANCE OF THE SERVICES AT
COMPANY'S EXPENSE OR RETURN OF THE DEPRECIATED AMOUNT PAID FOR THE
EQUIPMENT OR SERVICE IF REPERFORMANCF,REPAIR OR REPLACEMENT IS NOT
REASONABLY AVAILABLE.
Page4ofil
ROME ID:1-1301PYBS AT&T ILEC LEGACY SOUTHEAST Y1 11321
RLR 1392707100 CT-Owner: rp506qW11/23
3943
I
ik 1 4M, COMW 10 FL234247-00
A-r&, T
Special Service Arrangement
Agrewwt
20- Default by Customer. Upon any default by Customer under this Agreement including the refusal to accept
conforming equipment orervices,Company may exercise all remedies to which Company may be entitled at law
or in equity,including specific performance. Additi011ifty,Company may declare all sums due or to become due
hereunder immediately due and payable,and Company shall be entitled to recover all collection costs incurred,
including legal interesL In addition,for payments not received within thirty(3 0)days of the invoi letg,,
fee not exceeding the lower oforie and a half(1.5%)per month or the maximum rate allowed by law shall be
assessed on any past due invoice balance. Company shall not be obligated to perform Services hereunder if
Customer is in default of any of its Migafions under this Agreement for any Order. Upon Customer default,
Company may suspend or cancel any i i
outs t ding,unfulfilled Orden wthout n any way affecting its
this Agreement.IfCompany elects to con d an rights under
nue performing under any Order,Company's actions shall not
constitute A waiver of any default by Customer.
21 Contingencies. Company shall be excused from performance and shall not be liable for any delay or damage
caused,in whole or in paM by any occurrence beyond the reasonable control either of Company or of its
subcontractors or suppliers. Such contingencies include, out limitation,war,civil disobedience,delay in
trurisportation,failure by suppliers to deliver equipment,governmental action,terrorism,acts of any it party,
labor dispute.accident,fire,explosion,flood,severe weather or other acts of God,power failure,shortage of labor
or materials,or discovery of asbestos or other hazardous substance.
22. Confidentiality.
A) Except as set forth in this Sectiori,or as othcrwise expressly provided in this Agreement,each Party
agrees that(a)all information communicated to it by the other and identified and marked as
"confidential,"whether before or after the date hereof,(b)all information identified as confidentW to
which it has acoess in connection with the Services. Each party agrees to use the same means it uses to
protect its own confidential information,but in no event less than reasonable means,to prevent the
disclosure and protect the confidentiality of Confidential Information. No Confidential Information will
be disclosed by the recipient party without the prior written consent of the disclosing party,provided,
however,OW each party may disclose this Agreement and any disclosing party's Confidential
Information to those who are employed or engaged by the recipient party,its agents or those of its
affiliates who have a need to have access to such information in connection with their employment or
engagement,provided the recipient party notifies such persons of the obligations set forth in this Section
and such persons agree in writing to abide by such obligations.
B) The obligations set forth in subsection 22.A above will not prevent any party&om disclosing information
that belongs to such party or(a)is already known by the recipient party without an obfigation of
confidentiality other than under this Agreement,(b)is publicly known or becomes publicly known
through no unauthorized act of the recipient party,(c)is rightfully received from a third party,(d)is
independently developed without use ofthe disclosing party's Confidential Information or(e)is disclosed
without similar restrictions to a third party by the party owning the Confidential Information. If
Confidential Information is required to be disclosed pursuant to law,regulation,tariff or a requirement of
a govemmental authority,Or in connection with an arbitration or mediation,such Confidential
Information may be disclosed pursuant to such requirement so to as the party required to disclose the
Confidential Information,to the extent possible,Provides the disclosing party with timely prior written
notice ofsuch requirement.
Pages of 11
ROME ID:I-DOMBB AT&T ILEC LEGACY SOUTHEAST v1 11321
RLR- 1392707 10 09M12023 CT-Owner q)606q 04111)23
3944
ildftii Contract 10 FL23 7*
IIIV
AT&T
Special Service Affoogement
Agreement
Upon written request at the expiration or termination of an Attachment or order,to the extent allowed by
law,all documented Confidential Information(and all copies thereof)owned by the requesting party(if
previously received by the terminating party)will be retumed to the requesting party,with written
certification thereof its given to the requesting party. To the extent allowed bylaw,the provisions of
this Section shall remain in effect during the term of the Agreement and shall survive the expiration or
termination thereof for a period of our(4)years,provided that the obligations hereunder shall continue
in effectforany Confidential Information for so long as it Is a trade secret under applicable law,
23. Beneficial Use. Beneficial Use occurs when the Customer uses the Sa-Ace or feature of SerAce for its intended
operational purpose(excluding training or testing)prior to the full completion of acceptance testing("Beneficial
Use"). Upon commencement of Beneficial Use by Customer,payment requirements will begin and the Customer
shall assume responsibility for the use and operation of the Service. Customer may not commence Beneficial Use
without Company's prior written authodution,which may be withheld in Compan3es reasonable discretion.
Company is not liable for Service deficiencies that occur during unauthorind Beneficial Use. Customer
acknowl*es dmt service corrections and software changes can result in interruptions to normal system operations.
24® StatementofWark Customer's installation of Service will begin upon the development of a Statement of or
by Customer and Company.
25. Warranty Period.This agreement includes a one(1)year wan-dnty on all system components including insta,11ation,
Mw warranty period begins at Customer first use of the operational system as delivered in the contract scope of
work-After twelve(12)contiguous months,the annual system maintenance will commence.
26. This Agreement is not binding upon Company until executed by an authorized employee,partner,or agent of
Customer and Company. is Agreement may not be modified,amended,or superseded other than by a written
instrument executed by both parties,approved by the appropriate Company organization,and incorporated into
Company's mechanized system. The undersigned warrant and represent that the undersigned have the authority
to bind Customer and Company to this Agreement
Offer Expiration: is offer shall expire on:08108/2023
F-stimated service interval following acceptance date:Immediately aftcr acceptance
Page 6 of 11
ROME ID:I-1001PYN AT&T ILEC LEGACY SOUTHEAST A 11321
RLR- 1392707 10 OIA912023 CT-Owner rPS06q 0411123
3945
I III CoMr-ad ID FL23-0247-00
AT&T
Special ServIce Arrangement
Agreement
Service description:
This Special Service Arningement provides milestone charges for Purchase and installation of E91 I Public Safety
Answering Point(PSAP)equipment and software.The anntW rate for maintenance is also provided,
This Agreement is for five(5)years.
Upon mutual agreement of the parties,Custumer may renew this Agreement to provide for an upgrade of the E91 I
equipment/service.An Upgrade is defmed as a repI of e2risting equipment to available newer technology at the
time of the request.
Page 7 of 11
ROME ID,I-DO1PYBB AT&T ILEC LEGACY SOLITHEAsT vj 11321
RLk 1392707 10 ON912023 CT-Ownec rP5O6q 04111123
3946
Cwtrad D I~ 47a
peciaP Service Arrangement.
Agmement
FN WITNBSS WHEREOF,the parties hereto have caused this Agreement to be executed by their duly authorized
representatives on the dates set forth below.
Accepted by-,
Customer: ,
e Monre
By.
mi a � :
-AuthorizeaA - ature
� MONROE GUU� IFFI OFFICE
Printed IeT "°°°� 0 '�� p 0 APP D T(O FORM,
�����
J.MOCULLAH
Date: 0" /'--f Y/.0 GENERAL COUNSEL
_. ..:�
BellSouth Telecommunications,LLC /a AT&T Mori
Name:By.- 4 L 46 ftr ,do,e- g n a?'u r ep "a A d-
ftinted Laura Morales
Title: Contract Specialist, as signatory for AT&T
Date: 17 Jul 2023
ax142v
Pao 3 of 11
ROME ID:1- 1 B T i C Y T r11131
1392707 10 22 r: 1
1/23
3947
4zW;W Contrad ID FL23-0247-00
%=N8
AT&T
Special Seivkm err angement
Agreement
RATES A NO 0 HAR(3E8
I
EleM Rocurdng urges,MonHy W. as and USO..s for Va Service provided under,Uts
The Service(31omponeaft(aka nW,Non-
agremnant fiWed below.
................ ..................-
L_........_...._ ,..,.. . ........... ............. ..........
U80C Description �......_._ 6�M Unk Non- MW- 1111y
............ ................. ftcurting C harge Rate
.nt due upoin Gordracts`ign ature WPP32
WPP32-E91 I Equipment Payme r_— — _ "_ . "
.................................................................................................................................................................. $3669430 $.00
............ . ......................
WPP33 E911 EqWpment_Payment due urxm First Lh.w..' WPlID33 $73388,,60 i 070
.........................1-.1.. 1 1'...' .................... ..............- .............. ....................
rW�-EgllEq.dpment Paymeat due upon Cusborner R:X $IR3472.00 Acwptancp WP $
d_u_eur'x_)nContr_a ct,*jnatura 'UPP35 $11505.40........... .................. ........................... .. ........._..___ _.- 1..---,. $4()
...............
WPP36-Seftwae�..Payrnwit due Lqxxi Firsl Use WPP36 $2,010.80
............ ....................... ..........
IWP3i��S.'Uftwam-Payment dw- uPorli CuWomer A".,ptance WPP37
.................. ................ $57527.00 $.00
1 ......................
VVPP38-Insta'00on-Payment due upon Gmtn Rct S4naf.ure $19476 30
...........................................I..'.................................................... WPP38 $.00
............
WIT$38
WIR39 InGhjNdinn.......P-ayment due UpDn Pist Use ............ ......
..................................................................
W72H SMA/EvergreenI
W72H $.00
WTTW 00
ftital ............................ .....
kafi(m4 I '
$97382z
....................................
W731- Hardware Mtce W1W Conjrarg,I WTTTI $4597100
............................. .................... ................ _100
WrI'3C- Tftffingl $4963.20......... ...... ....... .............. .................... $'0�0
�7VM3D MWBAO $'00
WTTSD- TriiMng2
.................... . ......................... ...........................
Trairkg3 WTr3E $9928,40
...................................... ........................................................................ ............ ..........................................
..................6
.......... �')
Treuung4 WTT $24816.00 $.0.................................. ...................................
m rsi &fflwaia Mbos Inftlaf Contractl _$79 8 3 3-3 fi.......................................................................................................... .........................
VVW7M
......................................... uuNq a
........... WWW7M TO .SO
S ONE
WVWN-Solvdare
$41301030 $.00
.................... ..............................
ft_WW;_on . V�A $38X260
..................... ...................... ...................
les and charges above ana ki addiflon to any tariff rates and diaWs that may .....................
............. apply.
..........
...................................
Page9of 11
ROME ID:1-001PYBE
RLR: 1392707 10 09012023 AT&T ILEC LEGACY SOUTHEAST vi 11321
CT-Owner rp506q 001/23
3948
11611�zjj' Contrad ID FL&0247-00
AT&T
Special Semice Arra
Agreement
1. The Customer must subscribe to additional elements set forth in this Agreement within the first twelve(12)months
of azceptar=of the Agreement. The addition of elements after the initial twelve(12) can period will require a new
Special Service Arrangement.
2. Rates and charges herein are in addition to any applicable tariffratea and charges. Rules and regulations of the
General Subscriber Services Tariff apply.
3 This Agreement does not cover the following:
- damages caused by disasters such as fire,flood,wind,lightning or earthquake.
- damages caused by unauthorized disconnects Or de-powering of the equipment,
- damages caused by power surges,under voltage,ever voltage,brownouts,or ground faults caused by commercial
AC power and/or Customer provided generators.
damages caused by modifications to the equiprne authorized attachments,alterations,modification or
relocation of the equipment by an unauthorized person.
damage during shipment other than original shipment to the Customer.
damage caused by consurnables or spilled liquids,impact with other objects,
damage caused by any other abuse,misuse,mishandling,misapplication.
damage caused by software viruses,however introduced. This Agreement does not include hardware or software
replacement diat may be required by the introduction of software viruses or lost data regardless of the cause.
ComPanY or its supporting vendors May assist in the repair or recovery efforts at current time and materials rates.
Except as provided in Note 4 below,in addition,in the case of damage,loss,theft or destruction of the equipment or
software not due to ordinary wear and tear,the Customer shall be required to pay the expense incurred by the
Company in connection with the replacement of the equipment damaged,lost stolen or destroyed or the expense
incurred in restoring it to its original condition.
4. Hardware not provided by the Company will not be repaired,replaced or maintained by the Company even though
interconnected or integral to the Service. All Customer-provided equipment must be clearly marked and listed on a
separate worksheet. The Customer also agrees to obtain prior written approval from the Company before additional
software is added to tha Service and agrees to pay current time and material charges for Problems attributable to non-
approved software-
5, Customer acknowledges that software installation is limited to the applications sold under this or other AT&T
agreements.
6. Customer acknowledges that it has reviewed the proposed configuration and represents storage sizing is adequate
fort cumirt site operations. Future operational changes or additional storage requirements may necessitate
additiorial equipment which will be billable to the Customer,
® S
l )N5E,
-M ! IIIALLMINMS........ ....... NL
Page 10 of 11
ROME ID:1-DD1PYBB AT&T ILEC LEGACY SOUTHEAST vi 11321
RLR. 1392707 10 0910912023 CT-Owner rpBBSq 04111/23
3949
C0*8C1:ID FL 247-0
Diu
Special Service Arrangement
Agreement
CUSTOMER. WARRANTS TO AT&T AND ALL 911 EMERGENCY SERVICE USERS THAT THE 911 EQUIPMENT
AND/ORSERVICES PROVIDED HEREUNDER,OR PREVIOUSLYSUPPLIED Y AT&T,IS NOT CONNECTED
AND WILL NOT BE CONNECTED TO ANY L ("LAN") OR ANY OTIJER COMPUTER
NETWORK OUTSIDE OF AT&T'S CONTROL, INCLUDING WITHOUT LIMITATION NATIONAL CRIME
INFORMATIOId CENTER NETWORK VCIC") OR SIMILAR NETWORK; PROVIDED, AT CUSTOMER
MAY CONNECT S T ANDJOR SERVICES TO THE CIC OR SIMILAR NETWORK IF AND ONLY IF SUCH
CONNECTION IS EXPRESSLYAPPROVED IT BY AT&T,WHICH APPROVALTTALL AT&T'S
A TO INSTALL
AND/ORISC AT&T TCV I
MAINTAIN SAID EQUIPMENTALL SERVICES THEREON.
AT&T MAINTAINS A STRicr POLICY (-PSAP NETWORKSECURITY ICy") THAT IT WILL INSTALL 911
EQUIPMENT ONLY IN A SECURE PP AP LAM AND ONLY WHERE SUCH LA S ARE NOT CONNECrED TO A
NY
OTHER CDMPUTER NETWORK OUTSIDEAT 'S CONTROL AT&T WILL NOT INSTALL OR TERMINATE A
PSAP LAN TO A FIREWALL. AT&T WILL IDENTIFY THE DEMARCATIONFOR ,BEYOND
WHICH CUSTOMER AGREES THAT AT&T IS NOT RESPONSIBLE. rN THE EVENT CUSTOMER CONNECTS ITS PSAP
LAN TCANY OTHERCOMPUTER NETWORK, CONTRARY TO AT&T AT&TIS EXPRESS PSAP NETWORK SECURITY
POLICY C CUSTOMER ACKNOWLEDGES S RECEIVED AND READ),AND THE PSAP LAN I C
TED
OR DAMAGED AS A RESULT OF SUCH ACTIONS,THIEN ALL WARRANTIES,AND MAINTENANCEAND SERVICE
PROVISIONS THIS AGREEMENT SHALL BE NULL AND VOID AND AT&T DISCLAIMS ANY LIABILITY
WHATSOEVERLAT TO ANY PSAPLAN WHICH CUSTOMER ITS AGENTS CONNECT TO ANY OTHER
COMPUTERCONTRARY TO THE PSAP NETWORK SECURITYY.
UNDER SUCH CIRCUMSTANCES, AT&T WILL PROVIDE REPAIRS ICE THE PSAP LAN AT
CUSTOMEWS REQUEST, WHICH WILL BE BILLEDAT A7
THEN-PREVAILING SERVICES . CUSTOMER FURTHER AGREES To INDEMNIFY AND HOLD
AT&T HARMLESS FOR ANY DAMAGES To OR CLAIMS P T AT&T WHICH
WHOLEARISE IN PART FROM CONNECn0N OFT 91AND/OR
OUTSIDESERVlCES BEING PROVIDED HEREUNDER TO ANY LAN OR ANY OTHER COMPUTER NF
T ' CONTROL,INCLUDING WITHOUT LIMITATIONNATIONAL CIC.
8. In the event that an or any part of this Agreement is terminated at the Customer's request prior to the expiration o
the Agreement term,the Customer will be required to pay the applicable termination charge as stated in this
Agreement.The Agreement provisions concerning terminationliability 1 be inapplicable y state,co
parish,or municipal governmentalentity when there is in effect,as a result of action by such entity and through a duly
constituted legislative, ini five,or executive b y.
L a statute;
1ano s 8
.a policy dhwfive,or
4.a constitutional provision
which restricts; o f i 'o contractual PzYment for early termination of a contract by any sucentity,h or
agency , o v ' bil` of funding. service is providedd d' o ove entai
en*for such service becomesv "a le,the governmental entity y cancel the wvice withoutadditional
pa-wrient obligation.Absent any official statute,ordinance,Policy directive,or constitutional pro isi ,the Customer
shall be responsible for the termination charge.
All trademarks or service marics contained herein are the property of the respective owners.
Page 91 of 11
ROME 'I-WPYBB AT&T IIJEC EGA UT 4111 1
170710 CT-Owner.- rp=q 0 111
23
3950
MONROE COUNTY SHE RIFF's OFFIC-Ft
,.RJCIMD A. RAMSAY, SHERIFF
� �.. �� �����wmunmo m mruummmmuwmmw�mmuwmuur.moi mw.�auuw MONROE COUNTY
911 GRANT
APPLICATION FOR
FALL GRANT
PROGRAM 2022
rIWW
1
tl I
552.1 MKS.
_. . ...�
7001
..�
. 3951
MONROE
COUNTY' 911 GRANT APPLICATION
INDEX
I. MONROE COUNTYT APPLICATION
2. SCOPE OF WORK-Affachment 1.
3. DgrAILED COST BREAKDOWN HARDWARE—Attachment 2
4. PROPOSED PROJECT PLAN-Attachment 3
5. PROPOSED PAYMENT MILE STONES SCHEDULE-Attachment 4
6. BUDGET T=Attachment 5
7. FORM 6A ANNUALt
m CONVERGE ONE NO I '" .� -Attachment
3952
AppilicatiOn
County, group MONROE
of counties or
region
Total Amount Requested: $726,393.00
Project Title: fsez�i _bi verse Viper 7 Pray
t. Board of County, group of counties or DAVID RICE, MAYOR
region Commissioners Chair.
Mailing Address: 9400 Overseas Hwy.
Uite Y_'.Jw
10 a4iho n purport
city.., Mara-th on
State: Ill riid l a 3W3C15 ............
..........
Phone: 30�
Email Address-
2. County, group of counties LAURA WHITE
or region 911 Coordinator:
Mailing Address: 2945 d��rs"e'a_s1--iw"y"'
City: ---..... ............ ........................................
............ .........r--------------- ....... ................. ..... ............................................
State: Flodda Zp: 33050
...........
Phone: 2 89-6 0 3 5 F..a..x..:............3 1 0.5 2.M9607.8
Email Addyess- lwrhIt7ebkieysso.net . ........
3. Federal Tax ID Number: 59-6000453
Application and instructions for 9'1'1 Grvnt PrirViramv,revised Ju Ily 7021
W Fonn 3A,Incorporated by it rence In Fla.Admin.Code IR.60FPI-.5.003 911 Grant Programs
1115
3953
4. County, group of counties or region fact Information
Number of PSAPs 4
Number of Call-taking Positions per PSAP MCSO-8;KWPD-6;ORPS-2;
PSAP(s)in which grant funding will apply, MCSO,KWPD,ORPS, PK
a. Financial Information
1. What are the current annual costs for your 911 system(circuits, customer
records hardware and software, etc.) not including maintenance?
$104,923.32
H. What are the current annual costs for maintenance of items included in I?
$73,496.66
iii. Total amount of E911 fee revenue received in the preceding year,
$471,809-53
iv. Total amount of county, group of counties or region carry-forward funding
retained in the preceding year,
$0
v. Current total amount of county, group of counties or region carry forward
funding?
$0
A. Two-year maximum calculated amount for applied carry forward funding,
$0
vii. Minimum calculated amount for applied carry forward funding (Calculation
(Subtract the amount in 5 from the amount in 6).
$0
viii. Insert in Budget Report as "carry forward funds applied'
$0
Application and instructions-for 911 Grant Programs, itevisedJuly 2021
W Form 3A,incorporated lby reference in Fla..Adimin.Code R.SOM-5.003 911 Grant Programs
16 3954
5. Describe your county, group of counties or region's existing 911 system.
Include specific information on existing system equipment upgrades and when
the installation of this equipment was completed. Please Include the PSAP(s)
that the grant will be implemented at to Include the type of PSAP(s), primary
system, and number of position seats.
Monroe County's existing system is an 8 year old Legacy, Intrado VIPER, Power
911, Version 5.5. The system upgrade was completed in 2014, Monroe County
currently has 4 PSAPS; 2 PRIMARY, I Secondary and I Backup Center. In 2014,
both Plimaries and one secondary were upgraded with a new VIPER, Version 5.5,
Power 911, 5.5 SPL Telephone System for call taking. The Backup center was built
in 2014 and a V.O.W. was purchased and has been in use since 2014 for training
and emergencies. The new system will support 24 positions in MCSO (8)-Primary,
KWPD-Prlmary(6), OR-Secondary(2) and PK-Secondary(B). The current and new
VIPER equipment is and will be maintained by ATT.
6. Describe the scope of work fort proposed project Including any goal(s) and
objectives. Include the tasks to be performed as part of the project. Provide
scope of work In quantifiable units of deliverables that shall be received and
accepted. For each deliverable specify the required minimum level of service
to be performed and the criteria for evaluating the successful conripletion of
each deliverable. For any scope of work that includes milestones, please
describe in detail what deliverables are expected to be provided in each
milestone.
Proposed project:To replace existing,aging,8 year old,Legacy,VIPER 5.5 telephone
system with an On-premise Geo-Diverse, Viper 7—Two Nodes, call handling solution
that is Next Gen, NENA i3 compliant.A copy of the AT&T Scope of Work is attached
and incorporated by reference to this grant application package as Attachment I
&222HAXrotat ® sett} es a
Contract signed: September 2022
PO's released: October 2022
ATT Orders Issued: November 2022
Project Management Kick-off meeting: 1/16/2023
ATT Schedule and execute site survey: 1/23/23 -2/2/23
Order A N Circuits: 1/16/23
Install AVPN Circuits (estimates): 2/24/23 - 3/10/23
Shipment of VIPER Equipment: 2/1/23 -2/3/23
Installation of Viper Equipment: 2/7/23 -4/21/23
CCS Training: 4/17/23 4/25/23
A Training: 5/8/23 - 5/19/23
VIPER Training: 5/8/23 - 5/19/23
Cutover to VIPER. 6/6/23 -6/25/23
Testing Post-Cut: 6/25/23-7/25/23
Customer Survey/Acceptance: 7/26/23 - 7/29/23
Application and ins born for 911 Grant Programs,revised July 2021
W Form 3A,incorporated by reference in Fla.Admin.Code R.SOFFI-5.003 Oil Grant Programs
17
3955
Transition to Lifecycle: 8/1/23- 8/2/23
7. Justification of the need for the proposed project. Provide detailed information
on the existing system's/compo nets s is needs replacement. Document
the condition with details tojustily any system with an expected lifespan of less
than I r® Each component on the system, (memory, hardware (size of
drives) updates of software and/or replacement versions needed, standalone
equipment and additional upgrades include UPS In the requests.
The existing system is currently 8 years old and reaching end of life. The replacement
of the existing legacy Viper Telephone System is important use it is an aging
system, operating on Windows 7 and will be unsupported by the service provider for
repair and maintenance in the near future. In addition, this project would bring our
equipment into Next Gen NENA i3 compliance.
® Describe why your county, group of counties or region will not be able to
compI ete this project without this grant funding.
Monroe County is requesting state grant funds due to the county®s limited available
funding.
The loss of substantial income from the decrease in the 911 fee to (.40) forty cents,
has over time, significantly diminished our income and affected the county' ability to
purchase the necessary 911 equipment to provide the Next Gen 911 service that our
residents and visitors expect and deserve.
Because of the decrease, Monroe County does not have any available Carry Forward
Funds to offset the overall system costs.
This grant program is our best hope to Improve and upgrade our equipment In a timely
manner.
9. Describe the required steps with an anticipated time schedule it procurement and
payment milestones and a total project completion date,
Contract Signage TBD
Project Kick-Off 1/16/2023
Shipment of VIPER Equipment 2101/2023-2/3/2023
VIPER Equipment Installation 217/2023-4/17/2023
VIPER Training 5/8/2023-6125/2023
Cutover to Viper 61612023--6/25/2023
Post-cut Testing 6/25/2023-7/25/2023
Customer Acceptance 7/26/2023-7/29/2023
Completion 8/1/2023-8/2/2023
A copy of the Proposed Project Plan is attached and Incorporated by reference to
this grant application package as Attachment 4.
Application and instructions for 911 Grant Programs,revised July 2021
W Form 3A.Incorporated by reference in Fla.Ad min.Code R.13OFFI-5.003 911 Grant Programs
16 3956
Contract Signature 10% $72, 639.20
Delivery of Viper Equipment 20% $145,278.40
First Use 20% $145, 278.40
Customer Acceptance 50% $363,197.00
A copy oft Proposed Payment Milestones Schedule is attached and incorporated by
reference to this grant application package as Attachment 5.
10.If applicable, sole source justification must meet the state procurement
guidelines and chapter 287.057 (3)(c), F.S.
AT&T, current equipment vendor and provider since 2009, is the only vendor that has
certified E91 1 Field Engineering support technicians in Monroe County. They provide
support services to maintain the equipment located at all of our PSAPS and meet the
required SLA for support and services. The proposal used for the budget rel)ort and
this grant Is from our current service provider, AT&T. Two other van is were
contacted for bid but declined.A copy of their No Bid reply letters are attached.
a. A No Bid letter from Intrado is included with this Grant Application. Intrado does
not have any certified technicians available in Monroe County, Florida, to provide
requested support services to maintain the equipment and meet the required SLA
for support. A copy of the Intrado No Bid Letter is attached and incorporated by
reference to this grant application package as Attachment 7.
® A No Bid letter from Converge One is included with this Grant Application.
Converge One does not have any E91 I Field Engineering Coverage Technicians
in Monroe County, Florida, to provide acceptable SLA Coverage and response
times. A copy oft Converge One No Bid Letter is attached and Incorporated
by reference to this grant application package as Attachment 8.
11, If applicable, please include your previous service dates for any maintenance
or support services.
2M-Cur-rent Support and Maintenance for the 911 Viper System is provided by
AT&T. AT&T has been the 911 Viper Service provider in Monroe County since
installation in 2009.
Application and Instructions for 9 11 Grant Programs, revised July 2021
W Form 3A,incorporated by reference In Fla.Admin.Code R.OUFFI-5.003 911 Grant Programs
19 3957
12.Please submit the Budget Report.
Budget Report for Monroe County is attached and incorporated by reference to this grant
application package as Attachment 5.
A detailed cost breakdown of the Goo-Diverse Viper 7 is attached to the Budget Report
as Attachment 2.
13.Assurences
ACCEPTANCE OF TERMS AND CONDITIONS: The grantee accepts all grant terms and
conditions. Grantee understands that grants are contingent upon the availability of funds.
DISCLAIMER: The grantee certifies that the facts and information contained In this
application and any attached documents are true and correct. A violation of this
requirement may result in revocation of the grant and return of all grant funds and interest
accrued(if any), pursuant to the E9 11 Board authority and any other remedy provided by
law
NOTIFICATION OF AWARDS: The grantee understands and accepts that the notice of
award will be advertised an the Florida E9 14 we site,
MIAILNN[TENAN�CF IMPROVEMENT AND EXPANSION: The grantee agrees tl�at any
improvement, expansion or other effect brought about in whole or part by grant funds will
be maintained. No substantial changes or departures from the original proposal shall be
permitted unless the E91 1 Board gives prior written authorization. Any unauthorized
change will necessitate the return of grant funds® and accrued interest(if any)to the E91 I
Board,
The county, group of counties or region certifies that all applicable county, group of
counties or region procurement rules/procedures has; been et®
Failure to utilize grant funds as represented may jeopardize eligibility to be considered for
future funding.
14.Authority
-4
I hereby affirm my authority and responsibility for the use of funds requested.":--,
Cr, C7
Fri
<C_�
S CHAI OARD OF COUNTY COMMISSIONERS ;DA IGNATURE
OR COUNTY MANGER
I, Mmlavor David is
to Name James D. Molenaaro'O way'bmw'y"m"O-m"'E&wr
EST: KEVIN MADOK, CLERK Date.2022.1&04 06:27M-04W
Approved as to Form and Legal Sufficiency
James D. Molenaar
Asst. County Attorney
As D putt'CI k MONROE CouNTY ATTORNEY'S OFFICE
Application and instructions for 911 Grant Programs,revised Jury 2021
W Form 3A, incorporated by reference In Fla,Admim Code R. GOFFI-6.003 Oil Grant Programs
20
3958
AT TACHMENT 1
3"'cope of Work Monroe jj1r,buntya FL
fo 1v
AT&T/Intrado 'Vliper CHE On-Premilse
August 15, 2022
Jennifer Downs
601-826-8116
AT&T Public Safety Solutions
Mario Ruiz
954-806-2467
AT&T Public Safety Solutions
PropoUl Vail dLy Padod-7ha information and prklng contained in this proposel Is valid far a period of rdnatV(90)dris;from to date written an the proposer ae"r loss r n or
astanded In w0thm by AT&T Terism and CDtailliftsm—This proPosal Is Coruiltioned upon nagatiatharr and morcuiumn by the Pardes of a writtan agrooment coetaingag POP un 4$d dd
neutumov accopt"terms
and cgfldkbm.PtOPOld Prift—Prking proposani hmmin is based upon the spoelfro produetAervin mix and locatlom outlined in this proposed,end Is sA)oct to the standard terms srui
cmiditions of AT&T union otherwise stated heralm Aretchaffea at v2dmdons In AUTOoridand tarms and conditions and ft products,length Of term,saryicas,pootimm anNor disidgin
dawn Ood heroin may moult in different pricirg.Providers oftenfts—SUbsidloriss and offlitates of AT&T Inc.PFQV1dG Products and services under the AM brand.Whom required,in AT&T
ANkite outho4imed by the appreprim rallublaq authorkV WIII be the mrvk&Provider,COPYYWA NOUN end Haternen of Cormeriffelity-9 2029AT&T Intellectual Property,Ali r%hb
ftsarvvd.AMT,the AT&T logo,and all other AT&T morh contained herein are tradearcarks of AT&T Intellectual Pmporty andler AT&r aflififted comForsin,AR*Uw Inside;contained heroin
ffirethopmanyofthal,respective wer"M The contents ofthis document are unpublished,proprietary,and coninponthl and"my rat be Coined,disclosed,or used,In whole or In part,
wiffin"d dne express written ponniallon of AT&T Intellectual Praparty or offfilated conVanros,except to the extent required by law and insofar as Is reasonabli,necO5529Y In Orderta review and
.Iuaft the Information ountalruid herein.
3960
Monroe County, .-VIPER
Scope of Work
Ta ble of Contents
Scope of
r ..........................................a..........................................................................
Introduction.................................................................................. ..........................
Project .....a......®®....................®....... ...........
Scope of
Services.—,....____....... ......... ..........-............... ................ ......... .......
ProlectTime F .............................................................................................................
Responsibilities..................................................................................................... ....
ManagementProject
...............................................................................................
Solutioni ........................................................................................................7
Site ..................................___......................................................................7
Installation
..................................................... .........................................................7
Testand Turn-up... ........ ...... _...._....... ........... .......................... ....... .........
AT&
T 9-1-1 Resolution Cent r Support............................................... ...................
Customer
10
Responsibilities.................................................................................................
Site
Preparation i .........................................................................................
23
13 Customer Site Not Ready.....................................____........................................
What to
Expect Du ri n g th e Sitei it.....................................................................
Project 13
.........................................® _....................................... .....................
14
Change Control c ss..... ...................................................................................
14
Approval and Acceptance
................................................................................_...
14
Acceptance i i ...............................................................................................
14
Project
16
...................... ..........................................................................................
Assumptions.,................... ..........................___..... ...... ..............___......—...............
Pricing17
Isr i ....................................................................................................
19 Maintenance and r i ..........................................................................
Maintenance...............................................................................................®
Warranty 19
Information ........................................................®....., ..........................
APPENDIX 20
C ............a....................................... .......................
22
APPENDIX
. CHANGE REQUEST FORM.............................................................................
23
APPENDIX C: EQUIPMENT ORDER
LIST............... ........_...._.......__.....a,.......®....®
APPENDIX24
n NETWORK DIAGRAM ..................................................................................
25
APPENDIX E:
SITE ........................................................................................................
APPENDIX26
F®AT&T DESIGNATED ......................................................................
27
Customer Acknowledgement.....................................................................
Page 2
1` 7 Proprietary and Conilidential:The Information contained herein is for use i}by authorized
Pe n for general istributi®n and i In accordance with the a RA717 War om"AT&T 3961
reementor -Mclosure Agreement.
Monroe County, FL-VIPER CPJE
-Scope of Work
.............. .................... ................... ............
Szolcope af Work
Introduction
This Scope of or ("SOW") is attached tot Addendum and made a part thereof upon
execution. The Parties to this Scope of Work('SOW")are AT&T Corp. ("AT&T) and Monroe
County, Florida ("Customer"). Services and/or Equipment not specifically provided for
hereunder are outside the scope of this SOW. Change Control will be processed by the Parties
pursuant to Change Control Process described in this SOW
Project Overview
Solution Summary
AT&T issues this Statement of or (SOW)to implement lntrado/VIPER On-Premise Geo-
Diverse Call Handling Solution with Power 911.
Intrado's emergency response systems are designed to natively support emergency call
handling to meet the specific needs of emergency service providers and are engineered for high
performance computing(HPQ and public safety grade environments. The system's modular
design supports an array of design options that can be customized to provide enhanced fault
tolerance and geographic diversity to meet the operational needs of each customer. Based on
the non-proprietary Session Initiation Protocol(SIP)the system's IP based architecture
accommodates next generation NENA 3 and Text Messaging capabilities. Informat ion is
presented and processed through our highly intuitive and custornizable Graphical User
Interface that can be tailored to accommodate every agent role and preference®
Intrado's emergency response systems provide an end-to-end IP solution with no signal
conversion between the VIPER' (Voice over IP for Emergency Response) host and the Power
911' call handling positions, Based on an architecture that relies solely on IP connectivity,the
VIPER is ideally suited to support remote solutions and geographically distributed architectures.
Connectivity between sites is simplified and can be supported with a single data connection
without any loss in functionality.
The systems are highly scalable and are designed to support Multi-Agency/Multi-jurisdictTonal
operations. The modular design supports an array of design options that can be tailored to
meet the operational needs of each customer. As an end-to-end IP platform, VIPER and Power
911 are ideally suited to support the migration of PSAPs to Next Generation systems and
services as the NENA i3 standards evolve,
Page 3
AT&T Proprietary and Confidentiah The information contained herein is for use 1)by authorized
persons only,not for general distribution,and 11)in accordance with the applicable AT&T master Amr
Agreement or Non-Mc re Agreement. 3962
Monroe County, FL-VIPER CPE
-Scope of Work
.......... ............................................................................................................................................................ .............................._. .
All system telephony information is captured on the Po Configuration Forms. AT&T will
review these for with the customer. Customer will complete the indicating any changes
from the current design. This PPSS. Config includes such things as screen layout, button
labeling,line configuration, incoming&outgoing line information, Agency transfer, Agent login,
and so forth. The Power911 telephony configuration data will also be used to program the
VIPER telephone system. Queue buttons will need to be setup for 911,Admin, and Agency
Inbound.
Scope of Services
This project will replace the existing VIPER Solution with twenty-four(24) positions on the on-
premise geo-diverse VIPER solution,six (6) positions with two (2)VPN laptops In Marathon as
Host A,six (6)positions in Key West PD as Host B,two(2)remote positions in Ocean Reef, and
six(6) remote positions with two (2)VPN laptops at Plantation Key.
This system will be a VIPER multi-node on-premlse configuration to process call handling
transactions.All PSAPs will include, MapFlex 911, Power Metrics, TXT2 911 and provide ANI/ALI,
TDD capability and short-term IRR (instant Recall Recorder).
Project Scope Includes
Logging Recorders will have the ability to record analog by position, analog
administrative lines, and IP recording at the CH E position level® Monroe County will
contact their Logging Recorder vendor to verify what is Included with this contract.
Admin lines currently terminated an the VIPER AIM modules,appearing on PSAP
positions will remain.
CAD Data spills will remain in place locally at each PSAP as needed.
All positions will be equipped with a headset jack that will allow for 9-1-1 or Radio
communication through a common headset.
If required AT&T will install new CAT6 cabling to each workstation.
The existing"Viper on Wheels"will remain in place at the EOC facility and will
remain functional utilizing the existing CAMA trunks.9-1-1 traffic from the CAMA
can be re-routed to this system in the event of an outage.
Mapping uploads will be performed on a regular basis to alex®
Time will be provided by the Netclock provided by customer.
Customer CHE must be completely isolated from other IP networks,
Uplinks to AT&T routers must be Ethernet patch cables.
Uplinks to AT&T routers must be set to 10OMbps/full duplex.
AT&T will provide completed con fig forms to INTRADO no later than four(4) weeks prior
toinstallation® If AT&T is not provided all the required information, the project maybe
delayed, and additional charges may result.
Page 4
AT&T Proprietary and Confidential.The inforaotlon Contained herel n is for use 1)by au rharixed
persons only,not for general distribution,and 11)in accordance with the appikable AT&T MasterAI
Agreement or Non-Disclosure Agreement,
3963
Monroe County, FL- VIPER CPE
Scope of Work
The following are outside the scope of this Statement of Work and project scope, to Include,
but not limited try®
* Logging Recorder professional services or other cost,
* Dual entrance facility cost.
Pro
G ject "Time Frame
Estimated Start Date: <<ASAP>>
Estimate End Date: TBD
Start and End dates may vary without any responsibility of AT&T caused by certain
circumstances which may include, but are not limited to the following:
* Customer has circuits that must be installed prior to or in conjunction with Equipment.
* Delays caused by AT&T's suppliers and/or subcontractors or Customer suppliers and/or
subcontractors.
lull Customer not fulfilling their obligations as outlined in the Customer Responsibilities
section of this SOW.
AT&T not fulfilling their obligations outlined in this SOW.
Final confirmation of the Project schedule will occur once all lead times for Equipment and
resources are secured. Customer-requested expedited scheduling for the Project may incur
additional fees and charges.
..............
Page 5
AT&T iPrapriekary and Confiderl The information contained herein Is for use 1)bV authamed
persons only,not for general distribution,and iQ in accordance with the applicable AT&T Master A TU 3964
Agreement or hion-L4sciosure Agreement.
Monroe County, FIL_VIPER CPE
Scope of Work
AT&"T Responsibilities
AT&T will be responsible for executing the following activities,Activities not expressly included
in this SOW are outside the scope of this project and will be addressed as a Change Order to
this SOW or as a new project,
Project Management
ins of the Services for this Project,AT&T shall assign a designated AT&T Project Manager
from the AT&T Global Project Management organization.The AT&T Project Manager will be
responsible for AT&T Customer PSAP integration project planning. Throughout the process of
implementing the service,AT&T Project Management will collaborate with Intrado Safety
Services to participate In on-going Customer PSAP implementations.
The AT&T Project Manager's responsibilities are as follows:
1. Oversees the integration of a PSAP or PSAPs onto ATV/Intrado s VIPER CHE.
2. Hosts weekly customer project meetings to Include Intrado's Project Manager (Project
kickoff, ongoing, etc.),from which weekly updated project schedules Will be provided to all
parties,
3. Works with Intrado to create the Project Plan for PSAP integration,
4. Works with Monroe Co Sheriffs Office 911 Coordinator or designee to address all project
tasks.
5, Track and verify network to the PSAP for the CHE.
6. Works with Monroe Co Sheriffs Office 911 Coordinator or designee and applicable
supporting vendors(CAD. Recorder, etc.)to ensure PSAP integration.
7® Schedule AT&T Technical Field Services installation of equipment at PSAPs.
8. Works with Intrado to schedule Intrado Technical Field Technicians for install of equipment
at PSAPs.
® Coordinates and schedules pre-cutover testing with all stakeholders.
I ® Coordinates and schedules with Intrado,CCS Training,Administrator Training and User
Training.
11. Coordinates, schedules, and manages PSAP cutover(s).
12. Coordinates and tracks post cut over system acceptance until all associated criteria as
defined in this SOW are met
13, Work and track Post cutover issues,
Page 6
AT&T Proprietary and Confidentiah The Information contained herein is for use 1)by authorized
persons only,not forgeneral distribution,and III in accordance with the applicable AT&T Master
Agreement of Non-Disclosure Agreement. AMT
3965
Monroe County, FL- VIPER CPE
Scope of Work
.................... ...............
Solution Design
A Pre-planning and/or Call Flow Session will be convened with the Customer to discover and
share relative information concerning the Project before the work is started. Information
discovered during this session will be used during the configuration and testing portions of the
Project.
During the Pre-planning and/or Call Flow Session,AT&T and the Customer SPOC will review the
following items In preparation forte Project:
a, Site Review-The Customer Sites will be reviewed, emphasizing equipment location and
power requirements,potential data backup facilities, and cut-over requirements set
forth by the Customer.
101 Current Network Design-The current network infrastructure and IP addressing scheme
will be reviewed for compatibility with the planned system implementation and
adjusted or changed if deemed necessary.
Site Survey.-
AT&T Technicians will conduct an on-site site survey of the PSAP and/or Host location to
confirm that site criteria are met and note those which are not and will therefore require
remediation. Participation will consist of AT&T TSC, PM,SC,SSIM TECHS, Laura White and other
Monroe County representatives. AT&T will provide Monroe County Sheriffs is a written
copy of the recommended Physical and Electrical Requirements. Items to be confirmed during
this site survey include but are not limited to:
Backroorn &Dispatch:space and climate control requirements.
Powerand Environmental requirements.
Structured cable runs (LAN connections from backroom to 911 Operator positions).
Proper groue ding available.
ea Proper backboard space available as applicable.
Adequate dedicated power sources for the backroom and workstations.
Installation
AT&T will manage the following installation activities:
1. Provide Customer all power and environmental requirements for all Equipment In advance
of installation®
.............
Page 7
AT&T Proprietary and Confidential;The Information contained herein is for use 1)by authorized
per only,not for general distribution,and 11)in accordance with the applicable AT&T Master AT&T 3966
Agreement or Non-Disdosure Agreement.
Monroe County,FL-VIPER CPE
-Scope of Work
..................................
2® Confirm with Customer that any site readiness tasks have been completed and ter uire
circuits are provisioned and operational,
3. Verify network and system configuration with Customer SPOC prior to on-site Installation.
4. Coordinate with the shipping company to be able to provide the exact date the equipment
will arrive with at least 24 hours"notice tote AT&T Project Manager.
5. Unpack, inventory, and inspect AT&T provided Equipment at the Customer installation Site.
6. In mount and connect the Equipment into AT&T provided racks or the Customer's
existing racks and/or wallboards. Customer must ensure appropriate Equipment racks are
located at the agreed upon demarcation points.
7. Provide remote technical support for the AT&T on-site engineer and/or technician during
the installation, migration,cutover,and Implementation testing.
8. Configure and install all Equipment listed in Appendix C at Customer Site(s) as described in
the Project Overview section of this SOW.
9. Troubleshoot and replace hardware failures of new Equipment relating to the Installation
upgrade of the AT&T provided product,
10. Gather final equipment configurations, serial numbers, drawing mark-ups, and other'as-
buile records in printed and electrical format to forward to on-going support teams(9-1-1
Resolution Center,Global Network Operations center,etc.)and to the Monroe County
Sheriffs Office.
11.AT&T technicians and the I RADO technician will install the workstations and the new
monitors (customer provided) at each of the twenty-four(24)911 call-taking positions,
Test and Turn-up
AT&T in concert with Customer will manage all aspects of the testing and cutover(Test and
Turn-Up)functions applicable to the PS AP. Part of the Test and Turn-Up process will be meeting
the agreed upon PSAP acceptance criteria detailed in this Scope of Work.
AT&T 9-1-1 Resolution Center Support
The AT&T 9-1-1 Resolution Center is the single point of contact for the Customer and will
manage 9-1-1 Solutions related troubles,This will be accomplished by working With AT&T
partner centers as well as with solutions partners that maintain elements or equipment critical
to the delivery of 9-1-1 calls or location information. The AT&T 911 Resolution Center can be
reached 24 hours a day,7 days a week, and 365 days a year at 800-S53-2911.
Paged
AT&T Propriet"and confloentiap:The information contained herel n is for use I I by authorized
persons only,not for general distribution,and it)in accardarKe with the applicable AT&T Master ATW
Agreement or Non-Disdosure Agreement.
3967
Monroe County, FL- VIPER CPE
Scope of Work
The AT&T 944 Resolution Center is responsible for coordinating resources to ensure the
timely resolution and quick restoration of 9-1-2 services as specified in the Agreement,That
includes equipment/so-ftware located at the PSAP. In those instances where 9-1-1 service
cannot be restored in a timely fashion,the AT&T 9-1-1 Resolution Center will coordinate
contingency/reroute options with the Customer,to ensure 9-1-1 Its complete to a partner
Public Safety Agency or backup facility.
Where required and appropriate,the AT&T 9-1-1 Resolution Center and the Customer will
coordinate resource efforts and exchange necessary information,configurations,and reports to
expedite issue resolutions.
The AT&T 941-1 Resolution Center will investigate 9-1-1 impact associated with planned
maintenance events initiated by AT&T as well as with solutions partners and coordinate
contingency options vAth the Customer.
The AT&T 9-1-1 Resolution Center has pre-established relationships with other AT&T Vendor
partners to create an end-to-end solution for proactively monitoring network elements and
customer premises equipment critical to providing 9-1-1 service to the Customer.
Page 9
AT&T Preorletary and CordIdentlid.,The information contained herein is for use 1)by authorized
per only,notforgeneral dktrtbutkon,and 11)In accordance with the appOcable AT&T Master to- A W
Agreement or Non4xscbsure AVeernent. 3968
Monroe County, FL-VIPSR CPE
Scope of Work
........................ ............. ...............1.111111.............-............
Custorner Responsties
For AT&T to successfully implement the activities outlined within this SOW, the Customer is
responsible for providing the following to ensure the Project is completed on tim e and within
financial limitations,
1® Provide a Customer Project Manager and contact information.This is the Customer's Single
in of Contact ("SPOC") and shall act as the primary interface for the AT&T Project
r®This individual all have decision-making authority regarding day-to-day
management of the project, This individual shall also be responsible for defining any
additional Customer requirements, ensuring Site readiness, and implementing any adds,
changes or deletions in Equipment and/or facilities for each Site prior to installation of the
proposed solution. Customer will promptly notify AT&T if it changes the designated C®
2. Designate a technical point-of-contact that has detailed knowledge oft Customer's
network as well as policies utilized.
3. Monroe County may need to transfer their 911 calls to another PSAP for as long as needed
to accommodate various contractors and vendors needing to work In the dispatch room and
wiring closet.
4. Ensure that AT&T's request for information or documentation needed for this project Is
delivered within the agreed upon timeframe.
S. Provide input as necessary to AT&T for the development of the VIPER CHE solution specific
forms,spreadsheets, or templates, AT&T will provide forms, spreadsheets, or templates for
Customer to fill out with requirements sot solution may be properly configured.
o Some examples of Information that AT&T will work with the customer to gather
wouI d be items such as:
Customer contact information.
PSAP locations,equipment installed,software releases, etc.
Listing of wire line/wireline ESNs,Admin #s,trunk counts,AI Info, Star/Pound
codes, route lists,etc.
Confirmation of serving offices&connectivity from of service providers.
6. Provide authorized personnel on-site during Equipment installation,Test and Turn-up.
74 Keep AT&T informed of any information or changes, is may affect AT&T`s performance
of Services or require a change request in the scope.
8. For each Site to be deployed, provide local site contact name,telephone number, address,
and email for of a primary and backup local site contact.This is to facilitate local
scheduling issues, Equipment delivery confirmation, and other Site-specific details. These
individuals are accountable to provide any special Site access clearance, escort, safety
training or Information required.The local site contact shall interface with other
............
Page 10
AT&T Proprioetary and Confldential:The information contained herein Is for use 1)by authorized
persons only,not for general dMabution,and 1)in accordance with the applicable AT&T Master AT&T
Agreement or Non-Disclosure Agreement, 3969
Monroe County, FL- VIPER CPE
-Scope of Work
organizations as required. This information is to be provided to the AT&T Project Manager
for each Site.
9. Provide a signature sign-off(see Site Acceptance Form,Appendix A)as concurrence of Site
completion for each Site where AT&T has provided Services under this SW
10, Provide a list of users,security levels and access privileges. Define the system
administration,security policies and any of special requirements to be implemented in
the system.
11.As specified for each Site, ensure that proper environmental conditions specified by product
manufacturer are in place.This includes but is not limited to adequate power and
grounding. AT&T shall not proceed with the Equipment installation until Customer has
made such modifications and changes as required.
o General Facility Requirements
* Secured storage for AUT-supplied equipment shipped to the Customer Facility
for storage prior to installation.
* Safe,locked, and limited access to the equipment room, including adequate
security to prevent the of computer equipment.
* The necessM consent from the landlord,the building owner,the mortgager,
and/or any other it parties having an interest In the installation site,to install
the system and to assist in obtaining any other necessary approvals and permits
for same.
Access to current computers and related technology,telecommunications
equipment, and any other services and materials that may be reasonably
necessary for installation.
24 x 7 access for problem isolation.
o Equipment Room Requirements
In Equipment room floor must be capable of supporting 104 pounds per square
foot.
0 Equipment room must bed , clean, and well ventilated.
a Equipment room must be well lit, easily accessible, and free from excess
vibrations.
a Identification of space where the equipment rack will be located so that it does
not receive consistent building traffic.
o Power
The Customer is responsible for providing power,ground, and environmental
controls for the Equipment to be installed in the equipment room, as follows:
Two (2) dedicated 110 volt/20-amp power feeds are required with A& B feed
(separate power source)and receptacle plug type NEMA L520R twist lock.
Pap 11
AT&T Propriletary and Conflidentlk The information contained herein Is for use 1)by authorized 3970
persons ordV,not for general distribution,and P)In accordance with the applicable AT&T Master AT&T
A2mementor Ivan-Disdosure Acreement.
Monroe County, FL-VIPER CPE
-Scope of Work
............ ..... ...................... ....................................................-................. .......................... ...................... ..........
Any metallic component that is part of the Customer PSAP infrastructure
(such as equipment racks, ladder racks,enclosures,cable trays, etc.) must be
bonded to the grounding system.
IN If a facility-based UPS is available, it can be used-if it is sized appropriately to
account for additional amperage requirements to the Service.
o HVAC
The facility will have adequate HVAC controls, monitoring, and redundancy.
Cooling for maximum heat output under full load is 4,000 BTU/hour.
HVAC systems must maintain constant dry bulb temperature between 68*- 77*
Fahrenheit.
Relative humidity between 40%and 5 %®
Surge/lightning protection.
12. Facilitate the Interface with Customer's equipment vendors during the installation and
testing to make network changes required to make the equipment&services operational.
For example: engage Voice Recorder or Radio vendor as needed.
13.Assume responsibility for the condition and/or readiness of inside facility Cable Plant or its
ability to transport ors ain proper electrical and optical data signals as required by the
operational specification requirements for the Equipment. Verify all necessary cabling,
power, and grounding is delivered and installed prior to the installation date.
14. Update the configurations of those devices and sites that are not identified in this SOW that
must communicate to the Equipment deployed as part of the Services provided in this SOW,
AT&T will or with Monroe County Sheriff s Office to ensure proper connectivity in
addition to installing and verifying the operation of all equipment not provided by AT&T.
15.Interface with Customer's network vendors during the installation and testing to make
network changes required to make the data/voice network operational. For example: order,
install and to all non-AT&T data and voice circuits prior to the installation at
16.Provide remote access to the Customer network via VPN for PowerMetrics.
17.Assume sole responsibility for all existing data files and/or file structures,their storage,
backup,and recoverability.
18. Provide all cabling required connecting downstream local area network devices to the
Equipment.
The Customer is required to provide a safe work environment and ensure that all Customer
Responsibilities have been met or will be completed by the agreed upon date. The Customer
must be prepared and have appropriate staff designated to test and accept service on mutually
agreeable due dates.
.......... ...................
Page 12
AT&T proprietary and Confidlentlah.The information contained herein is for use 1)by authorized
person5 only,not for general distributioN and 0)m accordance with the applicable AT&T Master AT&T
Agreement or Non-Dhxlosure Agreement. 3971
llftnroe County, FL-VIPER CNE"
- Scope o,f Work
...........-.............
Site Preparation Delays
AT&T will negotiate a Project schedule with all parties to enable service completion as close to
the Customer's desired date as possible,however,any changes to plans or any delays
associated with site preparation can have a corresponding impact to the service delivery date.
Customer Site Not Ready
The Customer must have their site ready by the negotiated ready date to avoid any delays in
providing the requested service. If delays are anticipated,the Customer should contact their
AT&T Project Manager(PM) as soon as they are aware of the problem,to allow for work forces
to be ro-ascheduled.
What to Expect During the Site Visit
To facilitate a successful Site Survey, please review the following recommendations:
0 On the date of the Site Survey,the SPOC must be on site to assist the AT&T
representatives with the Site Survey.
0 After the Site Survey is completed, it is critical that the SPOC addresses all site
requirements in a timely manner.
0 There are no additional charges based on site survey results.
Page 13
AT&1r Proprile"and Confldential:The information contained herein is for use 1)by authorized
persons only,not for general distribution,and 11)in accordance with the applicable AT&T Master AT&T
Agreement or Non-Disclasure Agreement,
3972
Monroe County, FL-VIPER GPE
-Scope of Work
.............. ..........................
R40 OQM
ject (-,ioverna rice
Change Control Process
AT&T and Customer will manage all changes to this SOW through a written change
request process (""Change Control Process"). Either Party must submit change requests
to the SOW document in writing via for at Appendix B.
The party requesting the change must submit a written request to the other party and
the receiving party shall issue a written response within five (5) business days of the
receipt of the request, including whether the receiving party accepts or rejects the
request and/or any changes to the Terms and Conditions,pricing, performance
schedule, or all. Once agreed, both parties must execute the document.
Post Cutover Approval and Acceptance
Upon the system operating without a major Malfunction for thirty(30)consecutive days,AT&T
shall present the Post-Cut over Site Acceptance For (Appendix A)to Customer for signature
upon completion of the Sery ice(s), by site or by Project as the Parties may agree. Customer
shall have five (5)business days from receipt of the Site Acceptance Form to execute it or not®
AT&T In writing of Its reasons for rejection("Rejection"). in the event there is no response from
Customer within the five(5) business days,the Services shall be deemed Accepted. in the
event of a Rejection,AT&T shall address the issue(s) within ten (10) business days of receipt of
the Rejection notice and will then resubmit the Site Acceptance For per the above procesi
Time to address any quality of service or re-work issue(s) may be extended by mutual consent
of the Parties;however minor discrepancies in Installation or Implementation shall not serve to
delay Acceptance.
Pre and Post System Cutover Acceptance Criteria
installation shall be deemed complete when the System is in operating condition (Cut live).
Minor omissions not materially affecting System functionality shall be noted and shall be
promptly remedied by AT&T shall not postpone acceptance.
The System will be deemed accepted and Monroe County will sign an Acceptance Letter,when
Monroe County and AT&T agree that the following criteria have been met. Agreement shall not
be withheld unreasonably.
4 Post Syste utover Acceptance
Page 14
AT&T Proprietary and confidential.The information contained herein is for use 1)by authorized 3973
persons only,not for general distribution,and 11)in accordance with the applicable AT&T Master
AT&T
Monroe County, FL®VIPER CPE
Scope of Work
o RELIABILITY—Once the System has been cut over and has been in constant use
as the primary source of 911 call processing,for 30 consecutive days without a
major Malfunction,it will be formally accepted by the Monroe County Sheriffs
Office. "Malfunction" shall be defined as occurrences during is any system
outage or feature of the System Nils to operate and such failure to operate
causes one or more 9-1-1 calls to go unanswered or causes an unreasonable
delay in answering one or more 9-1-1 calls.
o if the system has a major Malfunction,the system acceptance clock resets to 0
days and the acceptance period starts over
Pre-Cultover Testing and Acceptance
• FEATURES-The System provides all features and capabilities listed in this
Scope of Work and in the Agreement.
• TRANSMISSION LEVELS®The quality and level of transmission meet published
specifications of the System.
• TRUNK SIGNALING—AT&T tests and observation of the AT&T Central is
trunks at the PS AP demonstrate that:
49 The System seizes and releases trunks without hang-ups, lockups,or
unintended disconnects.
In Proper signaling of tandem connections that cause both called and calling
party to disconnect.
Mill Calls can be transferred via AT&T CAMA to each agency on the transfer
list®
* CAI) INTERFACE—The interface tote CAD system is transmitting ANI/ALI data
accurately,
* EQUIPMENT INSTALLATION AND GROUNDING-All wiring,grounding, and
interface equipment Installation has been completed, and is in accordance with
industry standards,
* SYSTEM ACCESS AND SECURITY LEVELS—Each station line has been
demonstrated to provide the defined access and restrictions and,the call-
handling application software and client server operating system restricts or
allows access according to the agreed criteria.
........................
Page 15
AT&T Proprietary and Confidential:The inform"cin contained herein is for use 1)by authorized
perwns only,not for general distribuUnn,and 11)in accordance with the applicable AT&T Master 3974
aM
AT&T
ARreernant or Non-Disrlasum Agreement
Monroe County:, FL-VIPER CPE
Scope of Work
.....................................—
* TRAINING—AT&T Will present® training program for PSAP call takers to the
Monroe County personnel.
* DOCUMENTATION-System documentation (AT&T Binder) Is complete and on
file with Monroe County in hard copy and in electronic.
PRE-ACCEPTANCE PUNCH LIST-All deficiencies noted by the vendor and/or Monroe
County have been corrected by the vendor, except for a punch list is Monroe
County agrees are only made up of"minor items"that should not impact acceptance
(agreement not to be vAthheld unreasonably).
POST ACCEPTANCE PUNCH LIST-All deficiencies noted by the vendor and/or Monroe
County Sheriffs Office have been corrected by the vendor,except for a punch list which
Monroe County Sheriffs Office agrees are only made up of" inor items'that should
not impact acceptance Jagreement not to be withheld unreasonably).
Project Contacts
Customer:
Laura White Monroe County NG 911 Coordinator (305)289-6035 lwhite@keysso.net
Julie Todd Monroe 911 Database Coordinator (305)289-6035 JTodd@keysso.net
Tim GundI h TGRA 911 Consultant 321-704-3153 tgundlachra@smaii.com
AT&T:
Esther Martin Client Solutions Exe 305-582-9541 em6388 an.corn
Mario Ruiz 1 Client Solutions Exe 954-806-2467
tt.com
Jean Claude Rizk.-,.1.Reg ion al Sales Director 404-769-0612 .4 JrSS03@a
Jennifer Downs ApRli5atlon Sales Exec 3 601-826-8116
Rose Roque Service Consultant 214-527-018?, rr676
Silvia Diaz 561 aSd5805@att.com
T��chnical Sla.les.Consultant 2 --------
Page 26
AT&T Proprietary and Confidentiah The information contal nLd herein is for use 1)by authodred
persons early®nut for general d5tributlon,and IQ In accordarxe with the applicable AT&T Master Anr
Agreement or Non-Disclosure Agreement. E-1
3975
Monroe County, FL-VIPER CPE
Scope of Work
...... .......... ........... ............. ..................-
Assurript!"ons
This SOW, including but not limited to the rates and charges, is based on the following
assumptions. If any of these assumptions are found to be inaccurate Or invalid,AT&T shall
Provide Customer with the changes to the scope,tasks,deliverables or terms and conditions of
this SOW via the Change Control Process described in this SOW.
I. Customer will comply with all responsibilities identified in the Customer Responsibilities
section herein. In addition, Customer takes full responsibility and liability for the accuracy of
all information supplied to AT&T by Customer and/or its representatives upon wh is AT&T
relies on in the performance of this Agreement.
2. All changes or amendments tothis SOW will be mutually agreed to in writing per the
Change Control Process and signed by the authorized representatives of both parties on
Final presentation. AT&T will not perform any out-of-scope changes without prior written
authorization and approval from the Customer's authorized contact.
3. Unless otherwise described within this SOW, no assumptions are made regarding existing
power backup systems. Customer should evaluate the impact a power failure may have on
end-user abilities to place and receive on calls, Including access to emergency services.
4. AT&T will not move or tin-rack any existing non-AT&T equipment fort is Project unless
otherwise noted in this SOW.
5, The following services are not covered under this SOW,
a. Support or replacement of Equipment that is altered, modified, mishandled,
destroyed,or damaged by natural causes, or damaged due to a negligent or willful
act or omission by Customer or use by Customer other than ass eci In the
applicable AT&T-supplied documentation,
® Services,software, or hardware required for software or hardware problem
resolution resulting from third party products or causes beyond AT&T's control.
c. Any upgrade not identified in this SOW but required to run new or updated
software.
6. Some re mediation not specifically provided as a component of AT proposed solution
that are identified because of the site surveys will be the responsibility of the Customer and
additional charges may apply.
7. The Customer will inform AT&T of any potential hazardous material location (asbestos,lead
paint,etc.).
Page 17
AT&T Proprietary and ConfkkMbl:The information contained herein is for use 1)by authorized
persons anily,not for general distribution,and 11)in accordance with the applicablee AT&T Master
Agreement or Non-VhWosure Agreement. 3976
Monroe County, Fi---VIPER CPE
SCOPS Of Work
Pricing Terms and Condiltions
AT&T has designed a premise based o-diverse, VIPER call handfingsolution and has
configured the solution to Include 24 total positions.
Marathon 6 Positions
Key West 6 Positions
Ocean Reef 2 Positions
Plantation Key 6 Positions
Laptops 4 Positions
Inclusive of Hardware,So ware, Installation, Maintenance,Training, Power trios, TXT2 911,
Replacement of equipment Over term and Software updates as available through the term of
the associated signed contract,
1=On-Pre Geo-Djverye r'Pcr-Non-Amorl&gd
24posklons
......... Uantit
Descr'Rd Total Cho Ns--musn motn Products Included: Recurrinp. Non-Recanin
Marathon.Ocean Root KeY West,Plantation Key,
Lma to
E911 Yearl 2-5 Bill monal I
.............
Software 381, �L0(
0.0 IL
Hardware Maintenance $103,365.0(
—.4 626
$00
------- $687.0
Softww,e maintmance $41236.0(
SMA/E —------------- .781
,652
Installation
Fran
S0.0
------- U0 $1932390(
$
0—n y
w,
TOTAL CHARGES(all 24 positions):
ANNUAL TarAL. SX29,417.36 annually $72613.93.00
Page 18
ATUPropdataFy and CarAdential.The Informatbon contained herMn Ls for use p)by authorked
persons only,not forgenerai distrlhut6om,and 10 In accordance With the appllcableAT&T Master
Agreement or Non-Disdosure Agreement. AT&T
3977
Monroe County, FL- VIPER WE
Scope of Work
"Mentdine AT&TViper Refresh 2022
Description
® -Contra nature Mutual Execution of the Contract 10%
Equipment $3 r 94s30
Software $11,505.40
,Installation $ 9,47 .3
Training
$4p93„ .
Sub-total $72,639.20
Upon Delivery—DeliveryViper Equipment on Customer premiss
Equipment $73,388.60
Software $23,010.80
Installation $38,952.60
'lir a nru8 $9, 2 ,4
Sub-total $14S,27SAO
n 3-First Use
Equipment .$73,388.6
Software $23,010.80
Installation $38,95160
Training $9,926A0
.Sup total $14S,278.40
ro 4-Customer Acceptance Project Complete&Acceptedby Customer
S
Equipment $183,47100
Software $57,527. 0
Installation $97,38 0
Training � $24.,816.00
Gaga 29
AT8kTPropdaurywWconfwentwii,,rhe Graffornution contained herewn k for use P)by autGawked
Pemom only,not for ga ¢ fth-daub ark and QM 8rW?'dancewkhthegppHC3We AT&T Muter
¢ent or Non- r a Agreement, 3978
Monroe County, FL-VIPER CPE
Scope of Work
....................................................1.111.11_1,............... ........... ............... .................................
sub-total $363,197.00
Aetw ial Clhar s Costs for all lira
AT&T Proposes a total of seven (7)ASE circuits:
c two (2)—20MBASE circuit from Cloud to the Marathon HostA
a two (2)—20MBASE circuit from Cloud tothe Key West Host B
o one(1)-10MB ASE Circuit from Cloud to can Reef PSAP
c two (2) -10MB ASE Circuit-from Cloud to Plantation Key PSAP
Includes Monitoring and Management by AT&T.
* AT&T recommends two(2)ASE circuits per site, except for Ocean Reef PS AP.
* The following are final charges for the ASE circuits pending pricing.
Location Port/CIR RT Quantity Per ASE Total MRC
Host A-Marathon PSAIP IG/20 2 $ 748.48 $ 1.497.92
Host 8-Key West Pl) I1 /20 2 $ 748.48 $ 1.497.92
Ocean Reef PS AP 100/10 1 $ 439.00 $ 439.00
Plantation Key PSAP IG/10 2 e, CAD nn d 298.00
o Network Router and Monitoring Fee for Edge Devices to Include seven (7)ASE routers -
$242/month per router for a total of$1,694 per month.
Maintenance and Warranty Information
AT&T Maintenance
Monroe County has purchased AT&T E911 Labor for the five- year term of the contract. AT&T
agrees to respond to trouble reports seven days a week, twenty-ibur hours a day, with an
anticipated 4-hour response times. Customer understands and agrees that "response' means
the acknowledgement by an AT&T employee or subcontractor of the report, and not resolution
of the reported trouble. Customer shall make the first report of each instance of trouble-to the
page 20
AMT P y ropilatorand ConfidwhOok The Information wntained herein h;for use 1)by ButhodZed 3979
Persons amid,not for neperal distribution.and U)in acfvrda nce with the amkoble AT&T Master AkaTwr
Monroe County,FL-VIPER CPE
- Scope of Work
............................ ......................_',..................... ........ ............ ..................... ............. ................................................................................�.................... .__.�.......................1.111111111111-..'..............................
AT&T E911 Resolution Center(800-553-2811). Local, on-site maintenance will be provided by
technicians dispatched by the 911 Resolution Center.
Ser%Ace affecting maintenance is inclusive of labor involved of all fixes/patches, ®s
technician visits, etc.
Warranty Information
AT&T will pass through to the Customer all manufacturer warranties. In general, and without
alteration of any specific provision to the contrary, INTRADO warrants to the original purchaser
of INTRADO public safety product(s)such as the System that the product(s)will be free from
defects in material and workmanship for a period of 60 months from the date of shipment from
INTRADO war cility under normal use and service,subject to all the conditions of
the warranty as set forth In the warranty documents (the "Warranty Documents"'). The
Warranty Documents will be provided to Customer separately. Customer agrees to seek all
rights, recourse and redress emanating from the Warranty Documents directly from INTRADO
and not from AT&T. AT&T disclaims all warranties, express and implied, including without
limitation warranties of merchantability and fitness for a particular purpose.
INTRADO's standard warranty statement is as follows:
For the term of the Warranty extending from the date of shipment, INTRADO warrants the
equipment to be free from defects in material and workmanship. If during the term of the
warranty the product should prove to have material or workmanship defects, INTRADO will
repair,or at its discretion, replace the defective equipment. No equipment of any kind may be
returned without prior authorization and specific shipping instructions from INTRADO and
INTRADO cannot accept any responsibility for material returned without such authorization.
INTRADO's standard Warranty period for products covered by this agreement will be twelve
(12) months from the date of installation. This warranty does not apply to defects or
malfunctions caused by abuse, accident,modification,negligence,disaster such as fire,flood,
wind,and lightning or any other damage not resulting from defects in material or workmanship
or reasons beyond the control of INTRADO.
This warranty is in lieu of and excludes all other warranties expressed or implied including but
not limited to the implied warranty of merchantability or fitness for a particular purpose, There
are no warranties is extend beyond this limited warranty and in no event shall INTRADO be
liable for loss of anticipated profits, incidental or consequential damages, loss of time or other
losses incurred in connection with the operation, possession,or use of the equipment.
INTRADO guarantees the availability of service assistance, re is and equipment spares for a
minimum period of eight (8)vears after equipment delivery. When cis personnel are
Page 21
AT&T PrOPrietaq Mid OmBdOntlah The Information contained hereln is for use 1)by authorized 3980
persons only,not for general dIlstribution,and 11)in occordonre with the applicable AT&T Master
Monroe County, FL- VIPER CPE
-Scope of Work
unable to solve a technical difficulty involving a specific E9-1-1 unit,a team of specialists may be
reached for telephone consultation around the clock. it should be noted that this commitment
cannot be extended to third-party computer components, is are subject to industly
standard component availability standards®
AT&T will be extending the Warranty of this system hardware for a period of 60 months in
concurrence with the terms of the contract and will replace ffiled components that fail under
normal use excluding Force Majeure.
Page 22
A proprietary and CmWetWoft The information contained herein is for use 1)by authorized
persons only,not for general distribution,and 11)in accordance with the applicable AT&T Master AT&T
Agreeraent or No"Isclosure Agreement. 3981
Monroe County, -VIPER
-Scope of r
APPENDIX as E �dall��,,
FLORIDA:
PROJECTEa
.�n�� _ .. ilCorrr, e l 0011 Date
r rr Illrr cri flour a Illl,rrr rlur�ui
A. _..
1
CustomerAcceptance:
(Authorized res ntative)
(Typed or Prince e)
(Title)
(Date)
Page 23
AT&T Proprietary and confidential.The Information contained herein is for use i)by authorized
persons only,not for general butt ,and 6)In accordance with the applicable AT&T Master mrw 3982
Agreement or Non Disclosure Agreement.
Monroe County, VIPER
Scope oF Work
APPENDIX .m a aftE REQUEST I
C
hange Request it, ate f Request:
rp j t r l do
Change Priority:
Mature of the Chainp Request:
(please list specific details explaining the Change):
To be wmpleted bV-the Project Manager:
Impact of Change on the Project(project time,delivery dated Pricing,work orders,etc.)
I[Provide a description of the impact of the change(increase in duration,delay lrn,stairtd cut-over date change,
ad d depernde cy„additional resources req u&red change to design,change t baseline solution,ether]
�tes us ltiunal lei uatlatnm _>� .. 7_
�Addido nal charges for changes es requested Qbff apprica yle)
CILLISTOMER AT&T
By, _
'y- _
( u�therized__.Agent or Representative)........_ (Authorized_Agent or Representative)
(Typed or Printed Name)__.._._.__._. - (Typed or Printed Name)
(Title) (7i l )
_..__.__. (Date) (Date)
page 24
AT&T Proprietary and Confidenthl,the inforinaflon c®rnained herein is for use 1)by authorized
persons only,rKA for general distribu i ,and lip In accordince Wrth the apple ble AT&T Master
Agreement Or NW-Di sure Agreement. 3983
- 'cope of Work
&XW
A IW.�t I X ,m���y Q „ PoLL I xnt III I ni n. .wnil,R LIST
MMM
MMW
9128171BB 7 Foot Cabinet Prebuilt Buildingck
2 911830 VIPERGateway Chassis
911834
912716/48 Cisco 0X® ST5-L 48 port switch(with stacking module)
P20124/11 BackupDisk Solution for Windows Server(Rack-Mount)
1 P1019311 Power Metrics Advanced-Data CoII or:single
20 914102/BB IWS Workstationrebus u! iBlock
20 913850/S ! S Viper Enabling Kit(Sonic)
40 PIOD97 2 "LED Backlit Monitor
4114/1 IWS Laptopwith ack c
913850/S ! S Viper Enabling Kit(Sonic)
2 914961 I WS Server RACK Bundle-Type
1 MF-HW a Flex Server Hardware
MF-HWBU MapFlexBackup Server Hardware
P10299 KVM Hardware
Z 912W7 4 Foot IT Cabinet
4 912716/24 Cisco O - TS-L 24 portswitch(with stacking module)
1 914963/BB ObjectServer with Device Master
1 7 7 SHELF® RACK MOUIYT,19 U,ADJUST "- ",VENTED,
2 71 s,BLACK
F- -LC MapFlex Server Hardware-Low Capacity
Page 25
AT&T Propdataq and confidential.The information co fined herein is for use 1)by authorized
persons only,not for general distribution,and 1i)in accordance the applicable AT&T Master mr
Bement or Non-Disclosure e 3984
MOM
r
�a an
fill
m AL
ea
1 � a
r �
IF
m
00
FP
xa ��
8
w
fill
Elf
3
a w
v
m
3985
C
I
R
m �
CL
lu
LL
e
Ul
A F
Q
_O
w 6
5 A
C
d
® A
® V 7
C C
06
41 C A
OW
p®
J J CL G
J,
u
w
LL
INOW
��URUWUII0.4
oil
U-J
y�
811W
uj
1 Qry
i/ m a
CLL my
L
7
3986
Ifonrue County, R,.�VIPER CIPE
-SCE PG of Work
........................................... ................................... ................................. ..........................
APPENDIX F.- AT&T DESIGMA-rED HOLIDAYS
CMMBNMMNNNNU=���
New Year's Day January I
Memorial Day Last Monday in May
Independence Day July 3
Labor Day Ist Monday in September
Thanksgiving Day 4th Thursday In November
Day After Thanksgiving 4th Friday in November
Christmas Day December 25
Page 29
Jars uarV3,2022 AT&T Preia"etary and confidedual.The information contained herein Is for use 1)by authorized
Pe--—IV,not for gewal distribution,and IQ in rdance with the appilcable ATW Mager
Agreement or Non-Disclosure Agreement, OAT&T 3987
Monroe County,, FL.,,.,VIPER CPE
one of Work
Customer Acknowledgement
This Scope of Work between AT&T and Monroe County, FIL shall become effective when signed
by authorized representatives of both parties and provides detailed information and
considerations that must be taken into account for successful implementation of the solution
within the Customer's network.
Customer, by signing below,(I) indicates that the Scope of Work has been read and the terms
outlined within have been accepted.
Monroe County,FL AT&T
By: ............. . ............. ...................... Bly:..—.........
(Authorized Agent or Representative) (Authorized Agent or Representative)
..............
(Typed or Printed Name) (Typed or Printed Name)
(Title) (Title)
(Date) (Date)
Digitally signed by James D.
James D. Molenaar
Molenaar Date:2022.1 M04 08.25:32
-04'00'
Approved as to Fonn and Legal Sufficiency
James D. Molenaar
Asa County Attorney
MONROE CouwrY ATToRNEY's OFFICE
.......... ......... ..............
Papge 29
January 3,2022 AM Proprietary and Confidential:The information contained herein Is for use 1)by authorked
persons only,notfor general distribution,and 9)in accordance with the appkable AT&T Master me&
Agreement or Non-Disclosure AVeement. i0 AT&T 3988
ATTACHMENT 2
(AT&T O OE COUNTY,FLORIDA-VIPIER TWO NODES.
UNIT CHARGE NRC TarAL NRC CHARGE
SunmarV MARATHON XIEY NODE 1
Modail Desulption
VIPER
91291'/m 7 Foot CaWept Prebuft Bulldurag Block I � S29J68.00 $29R1 „
01)
911SIP 9-1-I ingress yda SBp-l nsa par srltaasn ,pp^^,yA M
YP
__ � .iRggy m '�^p679.�G1'
911930 VIPER GatewayOassusG-3-.__ 1 _ $1,255„00 $1,255
912911./tl APPlicadw Server 6;s tuanru-__ess tucense
Upgrade 7
$0.00 ,$0.00
912912J U Access l..l rn 0p mde 0 $O.00 $0.00
9118 AIM 63 4 $1,330.79 $5,32117
912726/48 Cbco C29 X-48 S-L 48 part mdtch(with stmcking —
Power 919 Setup
913100JU Power 91.1 CBuprat and Server ce%toms••
_ Up racla
$0.00 ,$Ip.00
91 152 aw r 11 Add-On Recorder for Radio QQT99) 6
$568.50 $3A1.0.9
IP:101144/tt ft*up Dislk SolutJontor Windows Server�Rarl,-
u nt) _..__ 5,387,00 $5,387,00
Power Imefts
_Setup _ .
P1019 /1 Power Mattrdcs Advanced.Data Capleirt¢aro sun&__
pDDM 1
$6,015_
011drutar Setup
917910/U ePrlinWr Software Upgrade
$0.00
MapFlex Saftweire
MF SR'Y-WC MapFleu Server ILUcernse Conversion -10 ns) 1
Rr F-1) S'•C0W MapFlex 9-1-1 CR LiCILuCera Conversoaru 0 ��pp pp @prq0 9�p
$'1.N'WP9CBn�.S �p' Ro 7w7
IMF-DMS-00NV MapFbex 9•1-1 Client License Conversion 2
...��.�.__ 1R49& 5 $2,992..09
F-DP-NEW IMRPNex GM Oata(Prep-New System or Major
Versiwsrn Up$rade 1
--------— . _.. $3,7 0.00 $3.76LLOO
TXT29-1-I.Setup IF
�CC01CF4 TCCPr FeaperFSA
$2R95&7 $2A550.7
9 410]/u3U3 M WIS Workstation Prebaallt Baa6Vdurng Block
$2, 2.5 $15RSa,�S
9 S VO per Eanak hag Kit(Smic) Eo- _ ,$3,089.34 $18R53 ,d
p1.—_ 7 24"LED Baclkla't V�aarcptrcar _ :t $i9Ea.�a., 0 $7_._.. ......... ._.m. .....�..m.m.m.m._„._»..1565, . _._.. P
u �
9141 t4/1 WS Laptop With � v.._ 2 $ ®923 09 '$7 4x.17
924121/1 WS Workstation-Software and Configuration _2 $4105
9LI152 Pay er 912 Arkin-On RecoMer for Radio(rFRR) 2 $568.30 $1, 37„i
9138.50/S WS tripper Enabling rit(Sonic) 2 089.34 6 yy6B
91 pP � 9-1-1 Iftress via MP-Ucense per p sptbsaua 2
r 911 Hardware
924961 pWWS Server RACK Bundle-Type B $9,311.00 $9,3111,
00
MF-HW
_ MopW.x Server Ha irdware $10N295. 9 y10, o
00
MF-HW DID MapFlax BackupServer Hardware 1 7,129,25
XVM 57,129.25
P102.98 KVIM Hardware � • N3 gM 2 $.3d5 .92
- ----------
IMWCwk Equipmmint and SaMcm
914148 IFd IIp Alpplianee __... _ 2 $2„29720 $2.297.20
Staging
9. S2 Front Room EgWpgment Staging m per Pos'ubo n 6 $ 75,99 $2,255.95
508— Front Roarrn Equipment Stoong-Per P�Mdcn 2 $37.5 $75L98
950853 Back Room Equipment Staffing-.Per Cabinet 2 $2N 32 $2N 3L94
ProjLwet
Survey __..
P103.13 Ptr+jed Survey&per,Wte) Il
$2y7�7.. $2N707.14
P 10319 Uving Expgrwe per Day Per Person 3 $375.9.9 $1,127.97
PM351 mauve Fee per Person t $2,255 95 a235.95
•$2N2S5, 9 $2N2 .99
PAtb URi Professional Sr icesj1perDay) $2p70 .223 $13,53549
P2�3L9 Wing Upenbe Per Day per ps rsasn 7
P1035 t Travel Fpe per Person .. $2y25SAS $2„255.95
di'donal Insta Nation SerWces
Professpr nW Sa Mces(per Daye x $2,707.14 S5,4 .2
P10329 Livingppen peri y per Par.= 2 S375.99
°rrai ning Mces
.__
93ap73 S9 Administrator"Prainin; _ 1 $2�255 8
96D80k _ Mis r°Puatunpnpx - 2 _- $2yx.5.5a95 $4,511,90
P.$ 4 I apaFi 9-2- Adrn&rVpytr tear'Fir inpru L $2,255.9s $2,255.95
P103L9 ILiW ng Expense e n per[Day per Person 6 $375,•99 _.
P7tt3"i� Travel Fee per Perwn
3991
GCS Traludng
P10087 CCS Training $2,255.95 $2,255SS
P103.19 ILiving Expense per Day per Person 3 $375.99 $1,127S7
P20351 Travel Fee per Person'— 1
$2,2155.95 $2,255SS
Prole
Mama nt.
Prolect Management Ser*e% $10 552.72 510,SS172
Marathon Key-Node 1,
W2,443.73
Surnma 0CFAN RM
VIPER
q12890/96 Media VJt Pr ruff Buildft Black t $0.00 $0.00
9:121511P — 9-2.-lTng—ress Tla SIP-Lirense per position 2 $446.68 $Snm
912807 4 Foot rr Cabinet 1 $5,70140 S5,703A6
91.2211/U Applicatflon.Seyver Po:�ftfoxl ss License
Upgrade 3
912812/U PBX Amess Lkense Upgrade 2 $0,00 $040
912716/24 Cisco C2,960X-24ml 24 part switch(with stmN*lng
moduie) 2 $4,990,48 $9,980.9s
Poweir 911 Setwp -----
93.31W/U Pmver 9,11 Client and Server AcCess License-
-- Upgrade 2 $0.00 S0.40
923IS2—----- Power 911 Add-On Recorder for Radio PTRRJ 2 $568.50 $1,137.00
-�1496i/SR Objct Ser,.,r with Device Master 1
$8,637.48 $8„637.48
Power metvics
P20.192 Power Metuics,Advanced-Spivice set-up-.No
RDD 1
$3,385,97
MapFl softwaft --
MF-DMS-CGNV aUrp@ -1-1 Ciient ticense Comerslon $1,496.45 2,992.89
TXT29-1-1 Setup 5
TCCOTF4 TCC Provisioning Chanffe Fee per Pw 1 $2,557,50
$Z557.50
IWS Was rk9stions —
914102/0 OWES Workstation Prebidt BuWlng Mock 2 $2,64158 $5,28515
9Ws Vippr Enabling rit(Sonic) 2
$3,089.3-4 $6,178.68
PIOD97 24'LED aacWft Wre.—Jtof 4
$665.40 $2,661..S9
Object Server Raffdware -
E10787 SHEX,RACK.MOUNT."IV,Ity,ADTU-S-T-1-9'�—30'",
VENTED,1-151M,BILACK 2 $312.A9 $312.89
KVM Hardwam
P10298 KVM Hardware -----— 6 Il
q $3,384.91
3992
Stalling
9509.52 Front Room Equipment,15tagling Position 2 $375M $751.98
950953 Back Room Equipment Staging-Per binet 1 $2,631.34 $2,631.94
Project Surmy
P10313 PrPoct Survey(per Site) 1 $2,707.14 2,707.14
Living Expense per Day per Perwin 2. $375.99 $375.99
Insialleldo Services
P20314 Professional srrvkcas(per Dayl 2 $2,707.14 $5,414.28
P.103.19 Uvino Expense par Day per Pemn 2 $375.99 $75.1.98
Addilgowl Midabudon semloas
P1031 Is I Pralessional Seraces(per Hour) 2 $45119 $90238
P10.319 Living Expense per Day per Pe 4 $375-99
Travel Fee per Person I $2,25&9S $2,2.55„ S
Trainhq SenAces
196=1 user"trainling $2,255,95
7P3,0329 Llifing Eveitse per Day per Ppmn 3 $375.99 S1,127.97
P10351 Trave�Fee per Person $2,255,95 $2,25.5.95
gyro--;c—t
prof Via. SerVces
— -----L $3,325.15 S3,325,85
Ocean Reef, -Remote
$79,373.00
SUMM*rV KEY WEST NODE 2
VIPER
9.1:2817/Bs 7 of Calblner PrelWft Building Mack .1 $29,267.91 $29,167.91
9wlp 94-1 Irwress via SUP-License per position 6 $446.68 $2,68047
911830 $1,254,75 $L254.15
912811/U
912812AJ
$0.00 $M00
911834
3 $1,3X 79 $3,992.38
912726/24 Mco C2960X-24TS-L 24 part switch[with.Mackiu%
2 $4,990.48 Ageags
Power 9U.SaWlp
9-L3100/u Power 911 Client and Sosrweir cc License-
Upgrade 6 $0.00 $040
913" 2 11*ower 91.1 Add-Oin Recorder for Raft(ITRR) 6 $56950 $3,410.99
914961 WS Senter RACK Bundle-Type 8 1 $9,31030
P10114/R Backup Disk Sdudan for Windom Server(Rack- I
———------------- $5,386.54 $5,386.54
3993
Power Made$ u
1 19S�iPower Metrics van b DM Co9ecton single
RC1DM-Server C1ass $10,527A 6 $10,527.76
qpflnter sgtup
917 a10/U eFfinterSaftmre Upgrade
$U1,. 0
MapFlex Swftare
MF-SRV-IDIC mapFlex Server Ucense-Conversion�6-10 w
Pos.BQion,4 '
$5,25636 SS 256.36
MF 1S-CONW MapFfex9- -1 MentU C4,9rdversPon $ „4 PAS $8,978.67
MF-DP-BIWgW#J MapFUex GS Data Prep-New Sysmm or Major
1renio4 Upgrade �
__- $3,760a3 $3 7603D
A.m.I,ep
TCCOTF4 TM Provisonft Change F per PSAP � � $Z556,74 $2,556„74
JWSWarkstatlons
241.021818 IWS yWOrkStabon Prebu t UtukUVdhg Blu 6_ 2,642-58
$15m65S
923S,SU S IWS Viper Ena Nne UCUt QSonacp 6
N $3,089-94 $16fl53644
p1 .97 20 LED 13ackUft Monitor _ 12 $665A0 $7,984.36
MapFkx H ar reMF- MapHex Server Hardware-Low Capadt.y 2 $4,7:52,33 $9,505.66
E20787 SHELF,RACK MOUNT,19',1WI,ADJUST IVY 38",
VENTIED,17SCb,BLACK 1 $3.5.2..69 $312.89
ICVm Hardware
Network f4ulprnent and
914.14 _ FCrevrafl priers - $ x2 7.20 $2,297.20
Stood
2 IFront Rom EgWpwaent Staging-Per Position F, $375.99 $ ,25S. 5
9.5 3 Back Raramra EqOpment Staging-Per biirart 1 $ 631..9 $2b631.94
pry u __ _�,. �. .__.�.. .....
Ivey
P10313 ftlect Survey tPer Site) � 2,'7d11u 14 �� .$2,.707R14
P20319 Wng Expense per Day per Person W
3
375.99 1,1-27 97
P10 S1 µ Travd Fee per G rson 1 _ 2,251Sw95 _$2,25S,95
1 $7.a255.95 $Im25,5n9S
P10314 _.. VlmfessnonW SerAcems 8pDay) � 5 � $2,707.14 $23,5.35M
PiU93i9 UvIng Expense per Day per IPeorson 7 $37&99 $2,63-5 94
p .351 Travel Fee per Peron 1 $2,255,95 $2,255,95
3994
AddWomall Mesta boon
F8103.14 ProfessionW SerOces(per Day) _._..._ 2�. .�..._..�._.,
Diving Expense,per Day Persona
p1p351 - $37"5M $1,503.97
_"Trave)Fee per Person
_5
2,25Sa 5 $2,255.95
Tra' n Servers
960,780 _ AdministratorTrapnning $2,255.95
96U� A UV r'TrWnnI n3 _ _ 2,2„�5.95
$2,255.9,.5 4,521,
P10090 Wpl p 9-2-1 Adrmffi strator 3aaprspling _ 1 $2,2M95 $2,255.95
p10319 Living Expense per Day per person 6 $ 2
55.95
P10351. Travell W per Person 1 _ $2,2,55.95 _ 2,255.95
P10319
_ LIVing Expense per Day per Person 3 � 7 99
$1,12�a97
P10351 Travell Fee per Person `gg� 5y�a�pppplIee
2, � a wN2A2�eAvu1J
9505.10 _ � I'miactManagementSepAces --------
-- $6,909.32 $8,90432
lKey 'jade 6
Summary PLANTAWN KEY REMOTE
VUIP SMIAR —_
912 /BB Urearla Kit Pranbui Dull l ng Black k
$95,R
e�F
911sip 1.
.. 9-1- ingramYWMIP-I-U nseperposition _ 6 _.�..... $446A6 � .S2A '7
912811 _ Applkabopi Server U,Ua:omie 7 $769.60 ---
__ ao2
912812 PBX,�Amess U.6rm.se 6 $562. _ _ $3,4.92.23,
Pftmer 912 Setup
913100 _ Power.911 Server Access Lice. 4 Il � ,$10, 20.16 S10, 20.16
9131S2 Power 911 d-On Recorder for 9adtl o(U7AA) 6 $563,50
3,410.99
91:31 a Power 911 esCppennt5 Lice 6
2,566.64 _ %399a32
Power MetrIcs Setup
P10192 Power Metria Advanced-Service set-up-No
RDD 1 ,5$ .
mapRexSoftwa
W-DIMS-C XV _ AAapIFR 9-1'-1 Client License Cornvetsion 6_ $1, 36. ,E _ 6s973s67
IF NV MapFlex 9-1-1.Client U tense(Conversion ~� .2 51n�96a 5 2,992.9
2-1 Setup Dees
TCCOT 'rCC provisioning Change Fee per PSAP A $�.�D
$0.00
II rS Wadmutions
3995
32�2d� in
WS Worlmlation Prebuft Buildft iNock 6 $2,642.58 $IS,855..45
91365 IWS Viper Enabling Kok(Sonk) 6 $3,08934 $19,S36.,04
WW1 24"1XID BackIft Monitor 12 $66MD $7,98416
Laptops
914114/1 Ma Laptop with badqpack 2 $.%921,09 $7,842-17
9.1412VI WM WOrkstadon-Soo re and Configu Jon 2 $410.$9 .5821.27
913152 Poweir 911 A d-On Recorder foo Wio(FRR) 2 $568so 41--innn
9.W. 504 iWS V Per Enaysiing Wt(.Strafe) 2 $3,089.34 '56,178.69
911sip 9-1.1 ingmso,Wa SW-Lkerise per posWan 2 $446.68 $893,36
KVM lqs are
PIOBB KVM Hardware
.1 $0.00 $0.00
Staffing
9SM52 Front Room Equipment swing lPer Position 6 $375.99 $2,255.95
950852 Front Roarn Equipment Staging-Per Position 2 $375.99 $751.98
95,08513 Back Room Equipment gogfiwS-Per Cabinet. 1 $2,631.00 $2,63140
Prq)ectSuray
P10313 Project Survey(per Re) 1 $2,707.00
PUB19 Wng Upense per Day ppr Person 1 $375.99 $375-99
81'aullation serWces
P10314 Professlonal S ek&%(pcq-DaV) 6
P10319 ILiviing Rpemse per DaV per Person 9 $328.99 SZ631-94
P.103511 TravW Fee per Person 1 $2,255.9.5 $2,25545
Additional ktitaflatlkin SeMm
W>3O314 ProfesAci nap SerVirsn fi3er Day 2 $2,707.14 $5,414.28
P10319 Wrig Expense per Day per IPersorn 4 $3,75.99 $1,503.97
P10351 Travel FSP per Person 1 $2,255a95 $2,255.95
Trakdog Senrkxs
9FA)BOI U r raining I
$2,235.95 $2,255.95
PIOaI9 Uving Fxppnse par Day per Per.son 3 $375.99 $1�127.97
P10351 Travei Fee per Pers 1 $2,255.9.5 $2,255.95
Project IManagentent SenAces
Project Managpinent Services
q7.970.00
plantation KPV Remme
$171,522.67
Totah $726,393.00
3996
3997
�ak+C„c,r'�.
DRAFT PLAN a „ r
AT&T VIPER MULTI-NODE
y
The Project Plan is an integrated document used to define what the project will achieve and ; r
out. It is intended to be a living document,progressively elaborated as more details unfold,and u ated thro
life of the project as changes occur.
1 Scopes
Imp
plerrten tion c a utli- a e iverse Vi r stern Sri rr�o esfor onroe un , L, Proje Includes
locations,orderl aet AV circuits for each locatlor�,and VP tos,
LocationInformation:
In
-Marathon Key 2756 Overseas Hiehway,Marathon,FL
Plantation Key 50 H1 h1point Road,Tavernier, FL
Ocean�es
11i an eel rive, North Key West, FL
1 Me
l�d, s+, �"'�
Phases:Project
Phase/Cut r n I ion
Contract Sid R a project to a authorized b MonroeCounty, AT&T Project Manager has been as
signed
as f January t ,2 23.
Project Kick Off The formal kick-off/project coordination will e held on January " 2 dependentthe c ntract ing.signedg a call ill over in etail the imple en ti n upgradand/ r installing the llo ing system compo nts,
livery/Ins aliation of VIPER equip en at all to ti ns 7'rack r the Bos
locations; "racks for all other locations; 'monitors, 2 -button keypads)
Power etrics/ apFle
Ordering AVP s/install AVP s
Site Survey Dates
Installation of routers and other equipment
:Eqp eftt DeIive e AT&T Project Manager will work with Intrado,Monroe County and AT&T Tech to
finalize date r equipment delivery. The AT&T Tech will be onsite at each location to
receive an invento the equipment.
I plementatlon Phase a Project na er will coordinate with various AT&T intra� e art ants,vendors and
Monroe County for implementation of aforementioned plan to include multiple dates.
Specifically,AT&T Technicians and Intrado"technicians,who will conduct the.site visit and
provided site requirements if needed.AT&T Technicians and Intrado will install hardware.
Intrado will configure and install the Viper system t each location to include Pourer 91,
Power Metrics,TXT2 912,and MapFlex. Intrado will conduct CCS Training,Adrnin Training
and User Training,AT&T Technicians and Intrado Technicians and Trainers will be onsite for
ergo live".
Test/Acceptance The Project Manager will work with AT&T Technicians,Intrado and Monroe CountV to
irtm le ant the test and a etance lams/ce list revlousl iven o the cus rner,
Completion rpce the deliverables have been install and o ac!alI handed o to ctrst er,the rcj
Manager,will start the completion phase.The Project Manager will provide Monroe County
with a completion notice detailing deliverables and handoffto We Cycle
Manage ent/ ain enarlce"Service Executive, Henry Anchet&
3998
AllrichftrPeotwel AT&T and the ra nhe!terro are realsterel trademarks of AT&T Intellectual Prop ,
PROJECT PLAN — MO
AT&T VIPER MULTI—NODE
1 tl
Projectilest s: dependent upon contract signing subject to change dependingupon vendor aIslf
and PSAP avails
law I� stlComments status
Kkk-off➢ e
Schedule a
Order AVPN Circuits 1/16/23
........................................
Install AVPN Circuits(estimates) 2
Shipment of VIPER Equipment
Installation of'Vip r Equipment
CCS Training
Admirn Training 5/ /23-S/19/23
VIPER Training s/ — /19/2
C to erto VIPER / /23--6/2 /23
Testing Post-Cut 6/2 /23—7/25/23
Customer,Survey/Acceptance / / 3--7/29/ 3
Transition to Lifecycle R/ /2 — /2/23
Disdalmer
This Is a non-binding document ed by T y ➢mg tru fact➢➢tate the partles'discustions, Nothing set forth in Mis document constitutes a kwl rkM or,obIP Moss
Orb the Pan of~AT&T or Grange county. The 4egal rtgks and ebt" urns of the paities with respect to this proposed project and with respect to the servicas that
may be knPlentented or disommected under this pnoposed project to the extentt➢nat anyu become binding,vWU be set forth in am AT&T master Agreement and/or
un ctq rn ). Twos project plan is not intended bye the poeties to modft waive or supplement and does not modify,waive or supplement any of tim parties,
or obligations under the Agreement
,02016 fn AT&T 1nteUe=W Property.All rights resenred,AT&T and the:Globe logo arervgisteredtradernarks of f T&T➢ntcl ua1 3999
ATTACHMENT 4
AT&T
Payment SchedWe-,AT&T Vilper Refiresh 2022
..............
Description Each
No.1 -Contract Skm'lure Mutual Execution aflifte Contract 10%
Equipment $36,694,370
saftware
In s taflation $1.1,505.40
$19476 30
Training
$4,96120
Sub-total $72,639.20
No.2 Upon Delivery Deilvery of Viper Fquipment on Customer Premise—20%
Equipment $73,388.60
Software $23.F0:10.80
Installation $38,952.60
Training $9,926.40
Sub-total $.145,278.40
No.3,. IFS Use—20%
Equipment $73,388 60
Software $23,020.80
Installation $38,952.60
TraWng $9,926.40
Sub-t*W $145,278.40
No-4.-Customer Acceptwme Projoct Complete&Accepted by Customer
Equipment $183,472.00
Software S57,527,00
Installation $97,382.00
Training $24,816.00
Sub-total $36.3,197.00
'Total $726,393.00
4001
ATTACHMENT 5
° "" R`
• � R �
0 mit
�4
CD 0
CL
R. o _ ad
6.
cu
N
CL
w�
SD 0
® SG
CL
C1
cr
CL
CL
CD
CL
00
t�
m
$�
z b
`. CDm
ID
m CD
CD
Ca
9
CD
CD
CD
0
� n
^4
�t
CD CL
ii
W e,s
C:OL . . . L
Li
4003
ATTACHMENT 6
1 crnty nr Fiscal Year 1
tAiY51
Wireless Revenue27
Non-WirelessFey Revenue 1 , 13
1. e it li , IP)
Pre-Paid venue
T t 1 Fe Revenue 1 Forward F v Calculation
5 It + It + Its
Fee Revenue Expenditures, E:::55E]
ME MEN=
owable Carry Forward11 Allowable ( % of Its 5)
Limited by Para 365.173(2)(d). Florida
10 Actual rr Forward t Assure amount i
E:::Eless
l��� to
than (<) Item#9
Carry Forward
ry E:::E
11
12 PrepareesJulia Todd
13 Prep rr° Title/Position 911 Database Coordinator
14 Telephone Number 305-28MO35
16 Preparees Email jtodd@keysso.net
1 t 11/ 1
Incorpormtod by refewca In Fin F1 m
1I Fiscal Information qua a for my Catry Forward Funds A E=eft Fmalfing
4005
4006
Intrad .0"P'
8/1112022
Laura White
11 Coordinator
Monroe County Sheriffs Office 10600 Aviation Boulevard Marathon , FL 33050
Ms. White,
In regards, to the Monroe County Viper upgrade bid, at this time Intrado Life and Safety Solutions
Corp, does not have certified technicians available in your area that could provide the requested
support services in a timely manner and meet the required SLA for support.
As such,, it this letter serve as our official no bid response for this system upgrade request,
Sincerely,
Brian Elvington
Brian Eivington
Sr. Account Executive I Intrado Life and Safety Services 404.926.9260 1 beivington@intrado.com
4007
ATTACHMENT 8
Julie Todd
From. Brian Kelley<bkelley@convergeone.com>
Sent: Thursday,August 4,2022 WAS AM To: TGRA t
cc Laura White,julia Todd
suqed" fSPAMICAUTION:External it-Subi.-Re: Monroe County Viper Upgrade
Tim
Good morning,Thank you for reaching out on this OPPOrtunity�Unfortunately,Convergeone will not be bidding on this
particular upgrade Project due to our lack of E911-Field Engineering coverage for Monroe CoountV�We would not be able
to Provide acceptable SLA coverage and response times for the County.
I'M currently out of the Office On PTO,but upon my return on t
Tuesday he 9th I Will draft and send a "no bldff letter for
the County grant application,
Thank you for reaching out to COnverge0ne for this OPPOrtunity.
Regards,
Brian
BRIAN M KELLEY
VICE PRESIDENT- PUBLIC SAFETY SALES
o 720 279 5812
M 303 570 7057
8690 Concord center Drivcs I EnglewDOd, CC)8011.2
convergeonexorn
4009
/
\
� E 2
7 { I ƒ
I ! £
� E
\ � �
( m f
� ■ / /
E ! g =
� ƒ §
$ � #
) } } ) k 2 7
2
4010
STATE OF FLORIDA
DEPARTMENT OF MANAGEMENT SERVICES
AND
MONROE COUNTY BOARD OF COUNTY COMMISSIONERS
GRANT AGREEMENT NO. S22-23-01-40
AMENDMENT NO. 2
This Amendment No. 2 (Amendment) to Grant Agreement No. S22-23-01-40 ("Grant
Agreement") is entered into by and between the State of Florida, Department of
Management Services (Department), and the Monroe County Board of County
Commissioners (Grantee), collectively referred to herein as the "Parties."
WHEREAS, on January 19, 2023 Grantee was awarded funds by the State Emergency
Communications Board (hereinafter "Board");
WHEREAS, on April 18, 2024, the Grantee was awarded additional funds by the Board;
WHEREAS, on January 5, 2025, the Grantee, by and through the Monroe County Sheriff's
Office, submitted a change request to extend the term of the Grant Agreement, which
provides a new end date of September 24, 2025, and same was approved by the Board.
WHEREFORE, in consideration of the mutual promises contained herein, the Parties agree
to the following:
1. The term of the Grant Agreement is January 19, 2023, through September 24, 2025.
2. Each person signing this Amendment warrants that he or she is duly authorized to do
so and to bind the respective party.
3. This Amendment is hereby made a part of the Grant Agreement. All other terms and
conditions of the Grant Agreement shall remain in full force and effect. This
Amendment sets forth the entire understanding between the Parties with regard to
the subject matter hereof.
4. The effective date of this Amendment is the date on which the Board approved
Grantee's Change Request, as identified above (to wit: January 5, 2025).
[Remainder of Page Intentionally Left Blank]
Page 1 of 2
4011
SO AGREED by the Parties' authorized representatives on the dates noted below:
Grantor: Grantee:
State of Florida Authorized County Official/ Monroe
Department of Management Services County, Florida.
By: By:
Name: Name: James Scholl
Title: Deputy Secretary/Dept of Title: Mayor
Management Services
Date: Date:
(Seal) A pprr vvd BmS w kqzall town,"ufft°mciency
Attest: Kevin Madok,Clerk
va ,Lewis
Assmsmanr County Attorney
As Deputy Clerk Date 1/1,/2
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
Page 2 of 2
4012