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