Loading...
HomeMy WebLinkAboutItem K02 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE Mayor Michelle Lincoln,District 2 The Florida Keys Mayor Pro Tem David Rice,District 4 p Craig Cates,District I James K.Scholl,District 3 -� Holly Merrill Raschein,District 5 Regular Meeting May 20, 2026 Agenda Item Number: K2 26-19715 BULK ITEM: Yes DEPARTMENT: Sheriffs Office TIME APPROXIMATE: N/A STAFF CONTACT: Julia E Todd AGENDA ITEM WORDING: Approval of no match E-911 Grant Application for AT&T's Installation, Configuration and Engineering of Call Handling Equipment to Next Gen Core Services. ITEM BACKGROUND: The attached Grant Application for submission to the State of Florida 911 Emergency Communications Board requests $60,253.53 for the installation, configuration and engineering of new equipment required to complete the transition of the 911 communications systems. During the transition, AT&T determined additional services were necessary to configure, test and install new equipment required on the Intrado VIPER 7 call handling system to interface with the existing Motorola system. The project is expected to take several weeks. The application is for the current State Grant Cycle to be reviewed at their July Board Meeting. The deadline for submission is June 12th. The BOCC has previously approved E-911 Board grant applications for the transition and upgrade of the County 911 system. PREVIOUS RELEVANT BOCC ACTION: On October 19, 2022, grant number S-22-23-01-40 was approved and on October 26, 2023, grant number S-25-24-01-15 was approved. INSURANCE REQUIRED: CONTRACT/AGREEMENT CHANGES: STAFF RECOMMENDATION DOCUMENTATION: Grant Application for ATT Installation, Configuration and Engineering work. FINANCIAL IMPACT: This is an application for a no match grant. Effective Date: Expiration Date: Total Dollar Value of Contract: Total Cost to County: Current Year Portion: Budgeted: Source of Funds: CPI: Indirect Costs: Estimated Ongoing Costs Not Included in above dollar amounts: Revenue Producing: If yes, amount: Grant: County Match: Insurance Required: MONROECOUNTY 1498.3040.342 f,jg rA5-..F.orrrJ STATE GRANT APPLICATION Check here if this is part of a regional project. County ' Project Title MONROE Configuration of Call Handling Equipment to NGCS Amount Procurement Method Requested E)Single 1;mirre $60253.53 Procurement Letter Letter from County ProWrerneot Deoartryient confirming thatt,procurement was based on Section 287,057(3)(c),Florida Statutes. (57 kb) Cost Analysis Cost Analysis showing the considerition of tyre allowability,necessity and reasonableness of all cost elements. f.tb`] ANAL YSIS 1-0T,.A &INTRAD. f!d.).ZjfX('9 kb) Quote t7,2 kb) 1. Chair, Board of County Coimmissioners Street 7280 Overseas Hwy Line 2 City ' County Marathon Monroe County 0UtFJdE?Of Florida,choose"Other' State Zip Code FLORIDA 33050 Room Attention #2 Michelle Lincoln,Mayor 2. Couinty 911 Coordinator Street , 2945 Overseas Hwy Line 2 City , County Marafficin Monroe County Outside of Florida,choose"Other" State Zip Code FLORIDA 33050 Room Attention N/A I.a Ll K a W mite I FederalTax ID Nurnber 5960007ri3 4. County fact iriforririatillciiiiii A.Number of PSAPs P.Number of call-taking positions per PSAP 4 AlIl calIl taking positlons- lVA61,PK6, KW6,0R2 C.PSAP(s)in which grant funding will apply 4 5. Financial inforry-tation A)Current annual costs for 911 systerns B)Current annual costs for maintenance $466272.37 $175347.14 What are the current annual costs for your 911 sy%tern(circuits,customer record:, What are the current annual costs for maintenance of items included in I? hardware and software,etc,)not including mainterance? Q Total amount of 911 fee revenue received Cu)Carry-forward funding retained $524733.68 MOO Total amount of 911 fee revenue received in the preceding year. Total amount of courity carry-forward funding retained in the preceding year. E)Current carry-forward funding F)Two-year maximum Calculated amount for applied carry-forward $157420.10 funding. Current total amount Of County carry-forward funding. $314,840,21 ?times the amount calculated on your Form 6A,item 9,in rule 60FF1 5.00& G)Minimum calculated amount for applied carry-forward funding H)Insert in Budget Report $58461.31 $0.00 Minimum calculated amount for applied carry forward funding calculation Insert in budget Report as'carry-forward funds applied'. (subtract the amount in E from the amount in F,1. 6. �Describe the existing systeim Describe your county's existing 911 system.Include specific information on existing system equipment upgrades and when the installation of this equipment was completed.Please include information about any PSAP for Which the grant funding is intended,to include the type of 11 Build:211(p) primary system,and number of position seats. Monroe County cutover all. 4 PSAP's in 2024 to an Intrado, GLo-Diverse Viper 7.0 call handling system.. System final acceptance was 4/8/2025., In April 2026, upgrade to SP4 was required and installed in order to complete and enable transition to Next Gen Core Services with Motorola. We have 6 positions at Marathon, Plantation Key and Key West, 2 positions at Ocean Reef. Marathon, Key West and Ocean Reef are Primary PSAP'S., Plantation Key is Secondary. t he above text field for the existing system description is iimired to 4,000 characters.'I'o submit a longer description,you may upload a document file. Drag and drop a file here or click to browse.Maximum upload file size:200MB '7. Describe the scope of woirlk Describe the scope of work for the proposed project including any goal(s)and objectives,Include the N',is-,ks to be r*rforn oed as part of the project. Provide scope of work in quantifiable units of deliverables that shall be receiveti arid accepted.For each deliverable,specify the required rninifflUrn level of service to be perforrned and the criteria for eva(Aati,ig the successful completion of each deliverable.For any scope of work that includes milestones,describe in detail what deliverables are expected to be provided in cach milestore. The ATT and Intrado Scope of Work for Installation, Configuration and Engineei,,ing, work for transition of 911 Viper, Call Handling Equipment to Next Geri Core Services is a rnandatory, necessary and critical part of the Next Get) Core Services project we are currently working to complete. Midway thru the Next Gen Core Services project, it was determined by ATT that in order to facilitate the transition to Next Geri Core Services with Motorola, a quote was required to complete the work and to charge the county for this work in the amount of $60, 253.53, The above text field for the scope of work cipscripflon is lirniled to 4,000 characters. lo submit a longer description,you may upload a document file. Drag and drop a file here or click to browse.Maximurn upload file size:200MB 8.justification of the need for the proposed project Provide detailed information on existing systern corril)onerts being replaced,indkiding`,Drdware,software,standalone eqUiprnent including UPS, and any additional upgrades to the systiern.Docurne,it the condition of cor-riporients with an expected lifespan less than one year. T'his is the first Grant opportunity since AT&T determined that this AT&T and Intrado Installation, n, Configuration and Engineering work was required to complete the Next Geri Core Services project. This N' R project has been delayed multiple times by Vendors ATT & Intrado. The ATT and Intrado Installation, Configuration and Engineering work for transition of Viper Call Handling Equipment to Next Gen Core 1� Services Scope of Work is critical and a necessary part of the Next Gen Core Services project we are currently working to complete. Midway thru the project, it was determined by ATT that in order to facilitate the transition to Next Gen Core Services with Motorola, a quote was required to complete the work and to charge the county For this work in the amount of $60, 253,53. After significant delays by B;111111.26)S.828(p) 9.Justification of grant funding Describe why your county will not be able to cornplete this project without this grant fundirg. As a Medium County, this is the First Grant Opportunity since the AT&T and Intrado :Installation, Configuration and Engineering Scope of Work was signed. The significant amount of $60, 253,53 was an un-anticipated, additional expense and because there was no advanced notice from vendor, until we were c well within the project, that we would be required to pay that much, it was not budgeted 'for. Invoicing by Vendor NTT is pending completion cif project and has not yet been received. We do riot have any Carry Forward Funds to apply to th.Ls project and I believe that this does riot qualify -l'or the use of Carry Forward Funds even if we did have them because it does riot qualify as a capital project. Because of ATT Vendor's delays, we are anticipating additional (,::osts to be incurred arid were not able 10. Project timeline Describe the proposed project Urneline.Include procurernent and payrneril rnilestones and as target project coripletion date. Project timeline has a Target Completion date is May 2026, barring any additional project delays. Invoicing is pending completion of project.. The above text field for the project tirneline description is lirnited to 4,00C characters,TO Submit a longer description,you may upload a document file. Drag and drop a file here or click to browse,MaxirnUnr upload filesi7e 200MB 11. Single or sole souirce justification, if applicable I'applicable,sole source justificauon Irrnust Meet the state pi ocurerne-)t guidelirie.s and chapter 287,057(3)(c),F.S This is sole source because this grant request is for additional engineering support needed to support our existing Viper, 7.0 Call Handling Equipment to transition to Next Gen Core Services as required by the State and meets the state procurement guidelines within Chapter 287.057 (3)(c). Pursuant to grant requirements, attached is a copy of the Procurement Process Approval letter. 12. Previous seirvice dates, if applicable If applicable,include your previous service dates for any rnainterrance or support services. There are no previous service, dates, 13. Budget reports Year 1 , System:Hardware,Software,Equipmerit,&Labo(10) 0 1.Item Unit Price Quantity otal Amount Prol'essional Services Installation $3106.55 6 $18,63930 r. Priority Subcategory PRIORITY 3:Implement and maintain next get wrati.. 2.Item Unit Price Quantity Total Amount Living Expenses per person per, day $43136 4 $1,725.44 Installation Priority Subcategory PRIORITY 3:Implerneo and maintain next generati.. aoe 3.Item Unit Price($) Quantity Total Amount Travel Per Person-Installation $2588,80 1 $2,588.80 Priority Subcategory PRIORITY 3:Implement and maintain next generati.. IQ, 4.Item Unit Price($) Quantity Total Amount Remote Installation Support Service (Dail.y) $2588.80 8 $20,71 0A0 Testing and Cut Priority Subcategory PRIORITY 3:Implement and maintain next generati.. 5.Item Unit Price($) Quantity Total Amount Project Management Services Marathon $823,24 1 $82124 Z Priority Subcategory PRIORITY 3:Implement and maintain next generati.. j 6.Item U n I Price Quantity otal Amount Project Management Services - Key West $667.91 1 $667.91 4: M.'A'328?0 Priority Subcategory PRIORITY 3:Implement and maintain next generati.. 7.Itern , Unit Price Quantity Total Amount Project Management Services . Ocean Reef $508.70 1 $SO82 70 Priority Stjhcalegory PRIORITY 3:Implement and maintain next generati.. 0 S.Item I Unit Price($) Quantity Total Amount Project Management Services - Plantation Key $5W70 1 $508.70 Priority Subcategory PRIORITY 3:Implement and maintain next generati.. 9.Item Unit Price Quantity Total Arnount AT&T Engineering Support-Whitelisting, $500.00 1. $2,000.00 firewall and router work. Priority S'ubcaTegory PRIORITY 3:Implement and maintain next generati.. "1 10.Item Unit Price($) Quantity otal Arnount Living Expenses per person per day $431 A6 4 $1,725.84 Installation Priority Subcategory System Subtotal $49,898.33 Services:Training,Maintenance,and Warranty Itern11) 0 1.Item Unit Price($) Quantity total Amount CCS Training.-Online Configuration of the $2588M 4 $10,355,20 Viper Priority Subcategory PRIORITY 3:Implement and maintain next generati.. Service Subtotal $1 0,355.20 Year Budget Total $60,253.53 Overall Project Total $60,253.53 Carry Forward Funds Applied $0 00 Overall Project'TotM Less Carry foirvvard AppIlled $60,253.53 | � 14.Assurances 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 corect Avin|otion 'of this requirement may result in revocation of the grant and returnreturnofaU grant funds and interestinterestaccrued (if any), pursuant ' eEmargencyCommunicotinno8oanJau\hohtyandanyothernamedypmvidedby|mw. NOTIFICATION OF AWARDS: The grantee understands and accepts that the notice of award will be advertised on the Florida 911 wobeite. MAINTENANCE OF IMPROVEMENT AND EXPANSION:The grantee agrees that 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 vN|| nec�ss�a� tha �tumofgren� Emergency Communications Board gives prior written authorization. Any unauthor ized change bnds, and accrued interest(if any)\othe Board. The county certifies that all applicable county procurement rules/procedures has been met. Failure to utilize grant funds as represented may jeopardize eligibility to be considered for future funding. 14.Authority I hereby affirm my authority and responsibility for the use of funds requested. SIGNATURE CHAR BOARD OF COUNTY RSORCOUNTYMANAGER Date Printed Name Position 1G + a �e;(��w��r+Uium�'RIrIITn" TO Florida Emergency ommunic tions Board FROW Jilli n r nn y- lack Monroe CountySheriffs Office Finance Director DATE: April 30, 202 11 J 1.1 Procurement Purchase Approval Re: AT&T and I trado Installation, Configuration ation and Engineering Work for Transitic;n of Viper P uipment.to Next Gen Core Services Scope of Work Pursuant to ection.2 7,057(3)(c), Florida ,tuts the procurenrent ofthe AT&T and ntrado Installation, Configuration and Engineering Work fir Transition of Viper Equipment to text Gen Core Services Scope ofWork; conforms to the procurement process as a Sole Source of the Monroe County Sheriff's Offices requirements and Section 2 7.057(3)(c), Florida Statutes. have attached. a copy of the statute and marked the appropriate section that applies t this purchase as evidence. 1, Jillian Cra ey-Black, Monroe County Sheriffs Office Finance Director, attest that the above referenced purchase is an allowable expense under Florida Statue 297.057 ( )(c). ,R 4iff Harr r a4rn�y_BIacUc Monroe County Sheriff's Office Finance Director i k A iory ear ih}a„oo ,a„1.,ri ., C/) > -a n m -o cn 1> m --i CD < ch 3 120 cn CD jr-n (D CD = n 0 M rTj w CD w CD CD CD 0 -0 CID �4 z CD Cn (D �z C'D ED M cn m (D cry (D 0' t cn 0 CD C/) 3 -0 0 (D 0 _0 CD 0 z -0 cn 1 0 cn 0 = cn_ 0 �-4 < o cn (D V) (p -0 (D m M U) 0 :D 0 cn (D (D < Ic CD 0 z 0 OL U) z Cu z CL > r- n < m z m m i22 �z C: L, C, CD Do z m CO n 00 Cl P,, M M M (.n CD CD 0 Lq z by Gay C) C> 0 CD ol - - 4., cay P, n 00 C) 0 I V 9�, p co �-A , Gil b . (D 0 C) C) Cn 00 > 0 —M !o 1-4 Scope of Work IVIonroe County Sh(I'Miff"'s Offiq:e AII&,T' a n d I i,,l t i ad,�,,,i IIhst,flIa'don, CDnfigurathm �r,)nd EE iigj rte&�,rig or December 16, 2025 Mario Ruiz 954-806-2467 AT&T Public Safety Solutions Jennifer Downs 601-826-8116 AT&T Public Safety Solutions Monroe County Sheriffs Office olf Introduction This Scope of Work("SOW") is attached to the Addendum and made a part thereof upon execution. The Parties to this Scope of Work ("SOW") are AT&T Enterprise, LLC. ("AT&T) and Monroe County SherifFs Office, 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 Work (SOW) to installl, configure and work with AT&T Engineering and Intrado for the Motorola Next Generation Core Services (NGCS) and ESInet project.AT&T and its supplier lintrado will work with the Sheriff to configure, test and install any new equipment required on the Intrado VIPER 7 call handling system to interface with the Motorola NGCS. Scope of Services All work has been quoted as Normal Business Hours ("NBH"),which refers to Services provided 8am to 5pm Monday through 11=1riday local time,excluding AT&T Designated Holidays.Any work required after Normal Business Hours ("aNBH"), which would include Services provided after 5prn Monday through Friday local time and all-day Saturday and Sunday, excluding AT&T Designated Holidays would incur additional costs and scheduling time, Services may be quoted with both Nl3H and aNBH to meet the project requirements upon mutually agreed upon timelines. AT&T Designated Holidays are referenced in Appendix F. The following are outside the scope of this Statement of Work and project scope, to include, but not limited to: Coordination and scheduling with Motorola NGCS and Monroe County Sheriffs for the cutover(s) as it relates to the Intrado VIPER 7 Call handling hardware upgrades. Call handling software upgrades. Call handling Text to 9-1-1 service. Internet Service for AT&T remote monitoring, CAD professional services for Key West Police Department or other cost, Logging Recorder professional services or other cost, Equature support services will be standing by remotely Pag,e 2 AT&T Maruiroe County Shedff's Office Dual entrance-facility cost. r o iq, III:,t 1�0 i M e r c,�/",J Estimated Start Date: 1/26/2026 Estimate End Date: 2/13/2026 Start and End dates mayvary 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. Customer or their provider of NGCS not fulfilling their obligations as outlined in the Customer Responsibilities section of 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 3 AMT, Monroe County Sheriff's Office �b �` 151;.� �111 ` o�d� 1 �YI(�` ��, AT&T will be responsible for executing the following activities. Activities not expressly included in this SCOW are outside the scope of this project and will be addressed as a Change Order to this SOW or as a new project. Project In support of the Services for this Project, A:T&T shall assign a designated AT&T Project Manager. 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 Irntrado and Motorola to participate in on-going Customer PSAP irrnpl rrn rntatiorns meetings. The AT&T Project Manager's responsibilities are as follows: 1, Oversee the integration of a PSAP or PSAPs onto the Motorola NGCS solution. 2. Will attend weekly customer project meetings to include lrntrado's Project Manager r (Project kickoff, ongoing, etc.), from which weekly updated project schedules will be provided to all panties. 3. Mork with Monroe County Sheriffs Office 911.Coordinator or designee to address all project tasks for AT&T and Irntrado. 4. Schedule AT&T Technical Field Services installation of network equipment at PSAPs. S. Help to coordinate and schedule testing for AT&T Tech n icians, Engineering and Irntrado Technicians with all stakeholders. . Coordination and scheduling Motorola NGCS cuatover(s) as It relates to the Irntrado VIPER 7. 7. Ensure AT 's GeoLink database has been updated after each PSAP has been cutover, . Ensure that the Viper 7 Service Pack 4, as well as the requested palm-for installing Service Pack has been submitted to the unroe County Sheriffs Office for approval and signature by Sheriff Rick Ramsay. Solution I ft A Pre-planning and/or Calll Flow Session will be planned with the Customer and Motorola project personnel. Pige I k Installation Monroe County, Stmirlff'�; Office AT&T and Intrado will manage the following installation activities: 1. Provide remote technical support for the AT&T on-site engineer and/or technician and Intrado on-site or remote technician during the installation, cutover and implementation testing. 2. AT&T and Intrado will provide CCS configuration,AT&T managed networkdevice(s) con-figuration,on-site configuration work, on-site and online support for testing and cutover. 3. Gather final equipment configurations, serial numbers, drawing mark-ups, and other"as-built" records to forward to on-going support teams (9-1-1 Resolution Center, Global Network Operations center, etc.)as they relate to the intrado VIPER. AT&T will require network connectivity information from Monroe County Sherifrs Office and/or its 14GCS supplier Motorola to ensure the GeoLink database is up to date. Test and Turn-up Customer and Motorola will be the primary project managers for this cutover as it relates to the network conversion to Motorola NGCS, AT&T will provide project management support for coordination of Intrado and AT&T,technicians for testing and cutover(Test and Turn-Up) by Motorola for each PSAP. Part of this Test and Turn-Up process will be meeting the agreed upon PSAP acceptance criteria detailed in this Scope of Work and mutually agreed upon by all parties. C u s t o i­ir­i,et R e s p o 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 time and within financial limitations: 1. Provide a Customer Project Manager and contact information.This is the Customer's Single Point of Contact("SPOC") and shall act as the primary interface for the AT&T Project Manager.This individual shall 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 SPOC. 2. Designate a technical point-of-contact that has detailed knowledge of the Customer's network as well as policies utilized. 3. Ensure that AT&T's request for information or documentation needed for this project is delivered within the agreed timeframe. Page 5 ArIAT' Nlonroe County Sheriff's Office 4. Provide input as necessary to AT&T for the development of the Motorola solution specific forms, spreadsheets, or templates.AT&T will provide forms,spreadsheets, or templates for Customer to-fill out with requirements so that solution may be properly configured, if needed. 5. Provide authorized personnel on-site during Configuration,Test and Turn-up, 6. Keep AT&T informed of any information or changes,which may affect AT&Vs performance of services or require a change request in the scope. '7. For each Site to be deployed, provide local site contact name,telephone number, address,and email for both a primary and backup local site contact. This is to facilitate local scheduling issues 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 organizations as irequuired.This information is to be provided to the AT&T Project Manager for each Site. 8. Provide the AT&T Project Manager a minimum of ten (10) business days' notice for scheduling Equipment configurations for AT&T Engineering. Cancellation or rescheduling with less than five (5) business days' notice may be subject to AT&T's Resched0e/Cancellation Charges. 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 SOW. 10. 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 Configuration until Customer has made such modifications and changes as required. 11. Assume responsibility for the condition and/or readiness of inside facility Cable Plant or its ability to transport or sustain 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. 12. 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. 13. 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 -test all non-AT&T data and voice circuits prior to the installation date. 14. Provide remote access to the Customer network via VPN. Page 6 AMIl' Monroe Cm intvSheriff's .office 15. Assurne scale responsibility for all existing data files and/or Me structures, their storage, backup,and r coverability. 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 miust be prepared and have appropriate staff designated to test and accept service on mutually agreeable due dates. Site Preparation l s 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 th it 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 (PIM)as scorn as they are aware of the problem,to allow for work forces to be re-schedeuledm Page 7 AT&T fufloriii°u)pCoiLio,iby ,'5heu'iff's Off ice o,j e c rt o v,,/,/,,,/,x,,,,r n c 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 form 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. Approval and Acceptance AT&T shall present Site Acceptance Form (Appendix A)to Customer for signature upon completion of the Service(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 notify 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 Form per the above process, 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. Acceptance Criteria The Test Plan, -that will be provided by Motorola which should be provided to AT&T and Intrados should provide an overview of testing and a list and description of test cases-for the implementation of the services. The objective for this test plan is to demonstrate the network and call processing equipment readiness to receive 9-1-3-traffic using the Motorola service. Test participants include PSAPs and AT&T, Intrado and Motorola. Motorola will manage the testing process and coordinates all test calls documented in the Test Plan. The testing is scheduled in accordance with PSAPs availability.The PSAP may be asked to provide a resource to answer the test calls and to.provide documentation (i.e., screen prints and recordings)for certain calls.AT&T will be on-site and Mtrado will be remote. ATU Monroe County Sheriff's Office C, Customer Laura White MCSO Director Emergency Comm, 305-4U7-4228 lwhite@keysso.net Julle Todd MCSO 911 Database Coordinator 305-289-6035 JTodd@l(eysso.rwt: Tim Gundlach TGRA 911 Consultant 321-704-3153 tgundlachra@gmaii.com AT&T.- Esther Martin Client Solutions Executive 305-582-9541 em 6388@ att,corn Mario Ruiz Client: olutions Executive 954--806--2467 mr2673@a,tt.coni Dustin Alexander Regional Sales Director 214-991-0049 da5917@att.com Jennifer Downs Application Sales Executive 3 601-826-8116 jd236u@att.com Henry Ancheta 9-1-1 Service Executive 954-806-1152 ha2216@a-tt.com Page"9 AT&T Monroe County Sheriff's Off ice L 1, 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. All parties will comply with all responsibilities identified in this document 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 which AT&T relies on in the performance of this Agreement. All changes or amendments to this SOW will be mutually agreed to in writing per the Change Control Process and signed by the authorized representatives of both parties upon final presentation. AT&T will not perform any out-of-scope changes without prior written authorization and approval from the Customer's authorized contact. 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 phone calls, including access to emergency services. AT&Twill not move or unrack any existing non-AT&T equipment for this Project unless otherwise noted in this SOW. The following services are not covered under this SOW: 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 as specified 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, Any upgrade not identified in this SOW but required to run new or updated software Re:(Project Management#8) Some remediation not specifically provided as a component of AT&T's proposed solution that are identified because of the site surveys will be the responsibility of the Customer and additional charges may apply. The Customer will inform AT&T of any potential hazardous material location (asbestos, lead paint,etc,). Page 10 ..... l ..r Contract 1& 5361668 Morwoo County Sheriff's Office Pr�,'i�� awaredong I ;1 11 ilililillilillililillIiiiiiiiiiiiilililI 1111111111 111 911 Agency: Monroe County 9)erin Office Quote Date:I Contact: Laura White Quote Expiration Date: I Email: LWhite@keysso.net 911 Application Sales Executive: Jennifer Phone#: 305-289-6035 911 Technical Sales Consultant: BrentTrease Iyrofessional SenAces(peo Day)-Installation 2 $3,106.55 ... .................................................................................................................................................................. LIvIng I..xpense per Day pet Persai.ln,�txllabon 4 $431.,-.6 ...........................................—.1.... ........................ .................................................I......................................................................................................................................... P10351 Iravd Fee PeA Pemn-In5tolladon 1 $2,588.80 $2,58830 ............................................................................................................................................................................................................................................................................................................................................................................................................... P1.0294 Rea�ote InstaHation Supput Service(Dady).Testing and Cit 2. $2,5M.80 $5,177,60 .............................................................................. P10087 CCS IraInhg-Onfine ConfiguraUon of tl'ie VrPf..-R V,588.80 $2,58&80 .................................................... ...................................................................................................................................................................................................................................................................................... 950510 Pro�erft,Management SffAces $823.24 $823,2..4 ...._...................................................................................................................................................................................'..-.............................................................. ........................................................... ..............................................- AF1 PROSVCS W&I EingineerIng Support-whtdiArg,firewall and router mml� 11 $500,00 ------------------i 2 ............................................................................. 2 ................................................................................... 2 $2,a8r7.837 $5,177,60 .................................................. ....... ... ............... ................... 1 $2,588,80 ................................................................................................................................................................................................................................................................................................................................. ............................... ........................................... 95051.0 Project. Managanent&Ykcs $667.91 .......................................................................................................................................................................................................................................................... ........................................................ Al G PROSV(,.,S Af&T EngineerIng Suppoft whtdisbry�,fiiewall and route vxwk $ 01 $500.00 III P10314 11atio I') $3,106SS $3,106,55 .................................................................................................... .................................................................................................................................—....................................................................... . ... .......... P10319 $431,46 $431.46 ........................................................................................................ ..............—.................................................................................................................................. P 10291 ting and 2 $2588,80 $5,177. ........................................................................................................................... ............................................................................................ P1.0087 R 1 $2,588,80 $2,58&80 ..................................................................................................................................................j...................................................................................................................................................................................................... 950510 F'rEd ManagernentServices ................................................................. $508,70 $508.70 ............................... o g ..................................................... ........................................................................................... AfTPROSVCS ATFM Eine j pg $50UO $5(a00 P10314 eirvIces(per Day) Imtallatioi'i $3,106.55 $3,10&55 ..................—.. .......................................................................................................................................................................................................................................................................................................................................... ...................................—..................... P10319 r Day per Pergon-Inst4adon :1 $431.46 $431.46 I............................................................... P10294 ..............................................................." .n......S.....u....p....p.....o....r....,..SoNice(Daily)-testing and Q..It 2 $2,58HO $...5.....,...1....7.....7.....,...F ................................................................................... g $2,588,8..k..0P10087 Ane CwfIurabon of the VIPI:R $2588.80 .... ................................................................1.......................................................................................................................I............................................................................................I...............................................................— I.............................................................................. 95051.0 Project Managernenl:Sawes i $508.70 $508.70 .................................................................................................................................................................................................................................................... ............................ ...............................................................................— A-FFPR:OSVU:.; 91FAT liingIneedng Sup[ml whiteIisting,firewall and routerwank $500.00[ $50(100 ..... .............................................................................. MEEME MERM. 12, Page�L Al&T" Nflrrnroe County Sheriff"s Office l 1 0 1 i� Monroe County Sheriff's Office: PROJECT NAME: �...i iri tfty ",'ie aices es� piptioin�itK icx,@'hf,nr� Vat ..... . ..... ..... .....�„ ... _ .... „ ,....... _.. __, �.... ....... ..._._ j 4.....�......, ...., II ............................................ .. .. .,.,..... j .... .... ...................... ............................ ..... .............................................. f ................................ . .. .......... ....... ......................................................... ..., _............,. ... _ ... ... .................................................. . ........... „. ........... .. _.. ...._._.. ........................................................................... ..... ..... ................ ...... ........._... ........................................................................................................... i i Customer Acceptance: (Authorized Representative) (Typed or Printed Name) (Title) ....... ... .... ...... ..._.... ................ (Date) Page.32 AT&T Monroe Couirrity Sheii-�&rs Office � , X ll' :AP�P "jDf I " LUD ........M I V I pp CI a n p Request Dat e of Request A:r&"r Requestor: Project Toi'aclflrig M Change I)Horrty�! .......... ..... ................... ------ Nature of the Change lkeiquest� .............. ...................................... ...................................... ...... (Please list specific details explaining the Change): '1'o be completed by the Project ManagerW Impact of Change on the Project(Project time,delivery date,pricing,work orders,etc.): [Provide a description of the impact of the change(increase in duration,delay in start,cut-over date change, added dependency,additional resources required change to design,change to baseline solution,other] Notes or,Additional Irifixi"irnatroin: Addibonal charges for chwiges requested(of appbcable) ..................... ...................................................... ............................................................................................................................. ("I{31 OAVH If1 XF&I' ............... ................................................... By: By: IP-1 -'Ii- .............................................................. ................................. (AuthoHzed Age nt:or Representative) Jennifer P Downs Laura White (Typed or Printed Name) Public Safety 911 Applications Account Manager ....................... ................... Director Emergency Communication's............... (Title) 12/19/2025 (Date) (Date) .......... Page 1.3 AT&T Monrc)e Counity Sheriff's Office I ))i Ll INJD X C: E P M E N T' 0 R D,-' R L I ST' Page 14 AT&T Monroe Co"Tity Sheriff s Office 80 Overseas Highway, Marathon Marathon FL 33050 Nude Key 1604 N,Roosl:wek ek'd,Key Mlest West FL IIK 40 110 Anchm 1A ve,f4oi,th K'e,jj, Ocnall Reef argro 111,3303 7' fltant,&Oln Key ;0 ifigh Prdi,i�Road,'TavemillO H 3°V070 ...... .. ............. . ............................. ............... . .............. ......... ... AM.T P r [r D" AYE NJ S New Year's Day January Martin Luther King's Day January President's Day February Memorial Day Last Monday in May Independence Day Jug y Labor Day 1.st Monday in September Th a n ksgivi ng Day 4th Thursday in November Day After Thanksgiving 4th Friday in November Christmas Day December 25 Page 1.6 u s, r"r rrk w I e d e m e n t*ateon � no g This Scope of Work between AT&T and the Monroe County Sheriffs Office 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, (1) indicates that the Scope of Work has been read and the terms outlined within have been accepted. 47 Monroe County Sh eriffs Offic AT&T ........... BY: ............ ye;nYY owym�.................... Sheriff Rick Ramsay ,12! (Authorized Agent or Representative) Jennifer P Downs Sheriff Monroe County Florida Rick Ramsay (Typed or Printed Name) 911 Application Sales Specialist ................... ................ 12/19/2025 (Date) (Date) MONROE F-4iENFFS OFFICE to APPROvit Aar TO F:ORM: PATH CK J. PA,-CLXJ AH DATE: Page 17 A T&T