HomeMy WebLinkAbout20252902.tiffResolution
Authorize Sole -Source Justification Pursuant to Interlocal Contract for Cooperative
Purchasing Membership and Approve Quote for Purchase of Intrado Viper
Hardware for Weld County Regional Communication Center (WCRCC) Position
Expansion and Replacement Workstations — Intrado Life and Safety Solutions
Corporation
Whereas, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
Whereas, Section 5-4-90 of the Weld County Code, Sole Source Purchases, allows for
procurement in which only one (1) vendor can supply the commodities, technology and/or
perform the services required by the County, and
Whereas, on September 24, 2025, the Board of County Commissioners of Weld County
approved Resolution #2025-2658, for the Interlocal Contract for Cooperative Purchasing
Membership, on behalf of the Purchasing Department, and Houston -Galveston Area
Council, dba HGACBuy, and
Whereas, the Purchasing Manager confirmed Intrado Life and Safety Solutions
Corporation is part of said Cooperative and Pricing is consistent with said Interlocal
Contract Cooperative Purchasing Membership, and
Whereas, the Purchasing Manager deems the Sole -Source Justification for Intrado Life
and Safety Solutions Corporation Pursuant to be in the best interest of the County, and
Whereas, the Board has been presented with a Sole -Source Designation Pursuant to the
Houston -Galveston Area Council, dba HGACBuy, Interlocal Contract for Cooperative
Purchasing Membership, and Quote for Purchase of Intrado Viper Hardware for Weld
County Regional Communication Center (WCRCC) Position Expansion and
Replacement Workstations between the County of Weld, State of Colorado, by and
through the Board of County Commissioners of Weld County, on behalf of the Department
of Public Safety Communications, and Intrado Life and Safety Solutions Corporation, with
further terms and conditions being as stated in said sole -source justification and quote,
and
Whereas, after review, the Board deems it advisable to authorize and approve said
sole -source designation and quote, copies of which are attached hereto and incorporated
herein by reference.
Now, therefore, be it resolved by the Board of County Commissioners of Weld County,
Colorado, that the Sole -Source Justification Pursuant to the Houston -Galveston Area
Council, dba HGACBuy, Interlocal Contract for Cooperative Purchasing Membership, be,
and hereby is, authorized.
cc. t Cron C'r P) , Pv R
ACT C Rw 1O 0)
t IIo,iIa5
2025-2902
CM0029
Authorize Sole -Source Justification Pursuant Interlocal Contract for Cooperative
Purchasing Membership and Approve Quote for Purchase of Intrado Viper Hardware for
Weld County Regional Communication Center (WCRCC) Position Expansion and
Replacement Workstations — Intrado Life and Safety Solutions Corporation
Page 2
Be it further resolved by the Board of County Commissioners of Weld County, Colorado,
that the Quote for Purchase of Intrado Viper Hardware for Weld County Regional
Communication Center (WCRCC) Position Expansion and Replacement Workstations,
between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County, on behalf of the Department of Public Safety
Communications, and Intrado Life and Safety Solutions Corporation be, and hereby is
approved.
The Board of County Commissioners of Weld County, Colorado, approved the above
and foregoing Resolution, on motion duly made and seconded, by the following vote on
the 27th day of October, A.D., 2025:
Perry L. Buck, Chair: Aye
Scott K. James, Pro-Tem: Aye
Jason S. Maxey: Excused
Lynette Peppier: Excused
Kevin D. Ross: Aye
Approved as to Form:
Bruce Barker, County Attorney
Attest:
Esther E. Gesick, Clerk to the Board
2025-2902
CM0029
Public Safety Communications
(970) 400-2895
1551 N 17th Ave
Greeley, CO 80632
Wednesday September 24th, 2025
To: Board County Commissioners
Re: Recommendation - Intrado Viper Expansion
The Weld County Public Safety Communications Department is desiring to
purchase Intrado Viper phone positions for the expansion/remodel project at 1551
N 17th Avenue. Intrado is the only vendor that produces these systems for their
own Viper product.
The Purchasing Division has verified and concurs with the sole -source designation
of this proprietary product as identified in Weld County Code Section 5-4-90 titled
Sole Source Purchases.
Intrado has quoted the following:
• $503,540.07 for equipment, installation and services for new positions
and to upgrade existing equipment.
Therefore, the Weld County Public Safety Communications Department is
recommending approval of the agreement with Intrado for a total of
$503,540.07
Sincerely,
Tina Powell
Director
2025-2902
0/7.1
CM002q
Single-Source/Sole-Source
Justification Form
Complete this form to request a waiver from the Weld County procurement process. Completing
this form does not guarantee that the proposed vendor will be approved The Purchasing
Division may require additional information. It is the requestor's responsibility to provide all
the required information and documentation indicated on this form. Concurrence of the Chief
Financial Officer or designee shall exempt item(s) from the quote and bid process and result in
an approved Single -Source or Sole -Source procurement. However, purchases over fifty
thousand dollars ($50,000.00) will also require concurrence from the Board of County
Commissioners for such approval.
Requesting Department
Name:
Vendor Name:
Public Safety Communications
Intrado
Request for (Check One):
X Sole Source: The ONLY known source for unique products & services with no other
options available. Sole Source is a procurement term employed when there is no
competitive marketplace for the requirement, i.e., the product or service needed is available
only from one (l ) source.
Single Source: The term "Single Source" refers to procurement of products or services
from one (1) selected supplier, even though there are other suppliers that provide similar
products or services. It is at the sole direction of the county in the interest of compatibility
and consistency of goods and services.
A. Explanation for Single/Sole Source Need
Select one or more of the following statements (check the box) to support why the contract
request attached and noted above should be a single/sole source purchase. ANY selection
requires explanation in the additional space provided.
1. Public Emergency
❑ Is there a bonifide public emergency such as a natural disaster or catastrophic event?
❑ Has there been a declared state of emergency in which these goods and services will be
needed?
O Is there an immediate health or safety concern?
2. Item Only Available Through a Single or Sole Source as follows:
❑ Does independent research through internet searches or discussions with subject matter
experts corroborate that the item is available only from a single source?
X Does the request demonstrate the uniqueness of items or services to be procured
from the proposed contractor or vendor (e.g., system compatibility or patent issues, etc.)?
❑ Does the request demonstrate and support how it determined that the item or service is
only available from one source (e.g., market survey results, independent agency
research, patented or proprietary system)?
❑ Does the request demonstrate a significant need for contractor's expertise linked to the
current project (e.g., knowledge of project management, responsiveness, experience
of contractor personnel, and/or prior work on earlier phases of project)?
X Items sold through single vendor only, no other comparable vendor available.
X Must match existing piece of equipment. Available only from the same source of
original equipment.
O Upgrade to existing system. Available only from the producer of this system who sells
on a direct basis only.
❑ Repair/Maintenance service requires expertise in operations on unit. Necessary parts
unavailable from any source except original equipment manufacturer or their
designated servicing dealer.
❑ Service(s) provided by the vendor are unique and therefore competitive bids are not
applicable as clearly detailed below.
O Other vendors available, but do not meet end user requirements as clearly detailed
below.
❑ Competitive bidding is possible but will not yield value for reasons clearly defined
below.
O Other reason
3. Inadequate Competition
❑ Does the request adequately describe the efforts to competitively contract for this item?
For example, were requests for proposals or bids conducted and what was the nature
of the responses?
❑ Does the request adequately describe the efforts to ensure the contract pricing is fair and
reasonable?
❑ Does the request provide results of a market survey to determine competition
availability or explained why no survey was conducted?
4. Conflict of Interest/Suitability/Procurement Standards (justification must
address all items)
❑ Does the request ensure there is no conflict of interest with the proposed vendor?
❑ Does the request indicate that the Excluded Parties List (SAM.gov) was checked and
that the proposed vendor has not been debarred from receiving federal funds?
❑ Does the request include evidence that the requested procurement waiver is in
compliance with the applicable grant funds?
Explanation for section (A) is required for ANY selected statement. Information provided might
include research performed or subject matter expertise detailed to justify the use of this particular
vendor. This must clearly indicate why the proposed vendor is the ONLY vendor that will meet
your requirements. Please attach supporting documents and additional pages, as required.
End user explanation:
This is for the purchase of Intrado Viper computers for the expansion of the 911 Communications
Center. We currently have Intrado Viper computers and our server and backhaul is Intrado. There is
no other vendor that sells compatible equipment.
B. Establishment of the Reasonableness of the Price
Select one or more of the following statements (check the box) to indicate why you feel the
accepted non-competitive price was fair and reasonable. ANY selection requires explanation in
the additional space provided.
❑ The quoted prices compare favorably to market prices, or to previous prices obtained and
found to be fair and reasonable, which were paid for the same or similar items on:
(Date) (Contract No.)
❑ The vendor has certified that the prices offered are equal to or lower than those offered to
any government agency or private institution for both like items/services and quantities.
(Includes published educational discounts)
❑ Independent sources indicate that this price is reasonable (i.e., Public Contracts, etc.)
X Other reason
Explanation for section (B) is required for ANY selected statement. Information provided might
include a catalog price page, pricing for similar products or other price comparison information
gathered to justify price reasonableness. Please attach supporting documents and additional
pages, as required.
End user explanation:
Intrado is part of a cooperative by the name HGAC. The pricing provided coincides with the
HGAC cooperative pricing. However, while working through Weld's membership to HGAC they
advised the Weld County Procurement Dept that they cannot process our application until they
finish a software upgrade. Because of this delay, the sole source is being requested to keep our
Public Safety Communications remodel project on track. We will complete the cooperative process
as soon as possible for future purchases with Intrado.
C. Requestors Attestation.
I certify that to the best of my knowledge I have investigated and found that the above reasons
and explanations justify this contract request as a single/sole source procurement, and that price
reasonableness is adequately confirmed. I am the individual who has gathered and provided this
detailed information and any further questions regarding these details can be directed to my
attention.
Signature ? ` '� Date
Print Name Tina Powell
Title
10/16/2025
Director of Public Safety Communications
D. Department Head Attestation.
I certify that to the best of my knowledge I have investigated and found that the above reasons
and explanations justify this contract request as a single/sole source procurement, and that price
reasonableness is adequately confirmed.
Signature / .fre Date 10/16/2025
Tina Powell
Print Name Title
Director of Public Safety Communications
E. CFO/Purchasing Attestation:
XJustification appears appropriate.
❑ Justification appears inappropriate. Department representative has been
advised the status of the order. Explanation is attached.
Signature
P!!OZ
Print Name 1"ob1 Trs1
G. BOCC Attestation:
Date
)o- +b 2a25 -
Title ('a 0 /newt Miq'v5 f.Z
Contracts for Sole -Source and Single -Source Purchases over $50,000 must be placed on a Board
of County Commissioners meeting agenda for consideration/approval of the Single -Source or
Sole -Source procurement.
0INTRADO
Company Name: Intrado Life & Safety Solutions Corporation
Position Expansion and Replacement Workstations
for
Weld County, CO
(Direct)
Quote Number: 65406
Version: 9
August 30, 2024
The terms and conditions available at https://www.intrado.com/legal-privacy/terns/call-handling as of the date of this Quote will apply
to this Quote, unless the parties have entered into a separate mutually executed agreement, or Customer is purchasing under a
cooperative purchasing agreement. The terms of this Quote will govern any conflict with the above -mentioned terms, and Customer's
issuance of a purchase order for any or all of the items described in this Quote will constitute acknowledgement and acceptance of such
terms. No additional terms in Customer's purchase order will apply. This document contains confidential and proprietary information of
Intrado, and such information may not be used or disclosed without prior written consent.
Summary - Node A
Item Price
Systems
Services
Maintenance
$362,698.75
$65,132.57
$75,708.75
Total:
$503,540.07
Year Systems Professional Recurring Maintenance
Services Services Services
Year 1 $362,698.75 $65,132.57 $75,708.75
Totals $362,698.75 $65,132.57 $75,708.75
Totals
$503,540.07
$503,540.07
Copyright 2024 Intrado Life & Safety Solutions Corporation
65406 v9- Weld County, CO Page 2 of 10
August 30, 2024
Configuration Parameters - Node A
Site Configuration
Total Additional Positions
SIP
3rd Party PBX Licenses
VIPER ACD
Add-on for Radio Recorder
AntiVirus
Setup Fees
13
Included
Not Included
0
Included
13
VIPER
Power Stations
Power 911 Setup
MapFlex Software
Sentry Setup
Critical Spares
Freight Charges
Professional Services
$20,816.25
$174,375.00
$123,045.00
$24,277.50
$1,560.00
$5,625.00
$3,800.00
Staging
Installation Services
Project Management Services
Maintenance
$9,200.00
$24,840.00
$40,292.57
Total Protection Services
On -Site Maintenance
Sentry Monitoring Service
Copyright 2024 Intrado Life & Safety Solutions Corporation
65406 v9- Weld County, CO
Page 3 of 10
$34,775.00
$39,243.75
$1,690.00
August 30, 2024
Site: Node A
Item#
Description
Qty List Price Selling Price Total
VIPER
911SIP 9-1-1 Ingress via SIP - License 13 $495.00 $371.25 $4,826.25
per position
912811 Application Server License 13 $995.00 $746.25 $9,701.25
912812 PBX Access License 13 $645.00 $483.75 $6,288.75
Subtotal $20,816.25
Power Stations
913870/BB Sonic Edge Bundle
31 $7,500.00 $5,625.00 $174,375.00
Subtotal $174,375.00
Power 911 Setup
913100 Power 911 Client and Server 13 $11,990.00 $8,992.50 $116,902.50
Access License
913152 Power 911 Add -On Recorder 13 $630.00 $472.50 $6,142.50
for Radio (ITRR)
Subtotal $123,045.00
MapFlex Software
MF-DMS-ENT MapFlex 9-1-1 Client License 13 $2,490.00 $1,867.50 $24,277.50
(41 or more positions)
Subtotal $24,277.50
Sentry Setup
P10233 ELM Class 2
13 $120.00 $120.00 $1,560.00
Subtotal $1,560.00
Critical Spares
913870/BB Sonic Edge Bundle
$7,500.00 $5,625.00 $5,625.00
Subtotal $5,625.00
Staging
950852 Front Room Equipment 32 $287.50 $287.50 $9,200.00
Staging - Per Position
Subtotal $9,200.00
Installation Services
P10314 Professional Services (per Day) 12 $2,070.00 $2,070.00 $24,840.00
Subtotal $24,840.00
Copyright 2024 Intrado Life & Safety Solutions Corporation
65406 vS, Weld County, CO Page 4 of 10
August 30, 2024
Project Management Services
950510 Project Management Services
$0.00 $40,292.57 $40,292.57
Subtotal $40,292.57
Freight Charges
FREIGHT Shipping and Handling
$0.00 $3,800.00 $3,800.00
Subtotal $3,800.00
Total Protection Services
P10349 Total Protection Service, 13 $2,675.00 $2,675.00 $34,775.00
Primary Position - Year 1
Subtotal $34,775.00
On -Site Maintenance
950999/ONS1-3/1 On -Site Maint, (per position / 13 $3,018.75 $3,018.75 $39,243.75
per year for 21+ positions) -
Year 1
Subtotal $39,243.75
Sentry Monitoring Service
915138/1 Sentry Monitoring per Node 13 $130.00 $130.00 $1,690.00
per Year - Year 1
Copyright 2024 Intrado Life & Safety Solutions Corporation
65406 v9- Weld County, CO Page 5 of 10
Subtotal $1,690.00
Total $503,540.07
August 30, 2024
Notes
1 Quote for services/position hardware replacement for 18 existing positions for Node A site for Weld County, CO,
as well as adding 13 new positions. Quote assumes site is running VIPER 7. The new positions will be
staged/shipped at the same software rev as the existing positions. Quote includes one SPARES Power Station.
Quote assumes sufficient port space availability for the new positions otherwise additional charges may apply.
Quote assumes install will be handled by Intrado Non -Dedicated On -Site Maintenance staff. Additional assistance
may incur other costs.
2 Customer to provide the following peripheral equipment, as required:
Additional Backroom Equipment Required:
Two (2) modems to ALI Database (If not using ESInet/i3)
Amphenol cables and punch blocks
A high-speed internet-based VPN Connection for Remote Monitoring and Maintenance must be provisioned.
Additional Power IWS Equipment Required:
Each IWS position requires sufficient CAT5e/CAT6 Network Cabling (3 per position) not normally supplied by
Intrado, to reach the Network Switches in the back room.
3 Total Protection Service provide:
• 24/7 VIPER Alarm (NOC) Monitoring
• 24/7 Remote Technical Support
• Access to all product software updates, enhancements, and new feature releases.
• Access to all future Call Handling platform upgrades at no additional cost
• Hardware repairs and hardware updates to ensure the Intrado VIPER system is operating at peak
performance for the duration of system life cycle.::
• Anti -Virus Update Service
• OS Update Service
• Cisco IOS updates for standard Intrado supplied Cisco LAN switches
Conditions not covered under this Service offering
• Installation support for Call Handling platform upgrades. Installation services can be purchased separately
from Intrado.
• Assistance with third -party software or hardware not provided by Intrado.
• Assistance with user configuration, usage scenarios, and items covered in standard end user training or
operating manuals provided to the customer. Support for these subjects is available through purchase of
end -user training curriculum.
• Assistance with Geographic Information Systems (GIS) data updates performed by the end user or resulting
problems.
• Replacement of non -operational hardware not provided by Intrado.
• Replacement of non -operational workstation monitors.
• Hardware items deemed to be non-functional as a result of abuse, Force Majeure or other actions.
4 Sentry fees do not include Intrado monitoring of the site's performance via the Sentry system.
The Sentry Monitoring System has been configured to monitor all Intrado provided hardware which has an IP
address. This includes, but is not limited to, Servers, workstations, A9C, network switches, routers, etc.
Copyright 2024 Intrado Life & Safety Solutions Corporation
65406 v9- Weld County, CD Page 6 of 10
August 30, 2021
5 Professional Services: This quote represents an estimate of labor costs to perform the work described in this
quote. lithe amount of labor needed to correct the issue can't be accomplished time allotted in this quote,
Intrado will contact the customer representative before performing additional labor. If the actual labor to
perform the work is significantly less than the amount quoted, the final charge may be adjusted.
6 Comprehensive Project Management
This is a service offered to partners that do not have a Project Manager assigned to the project, where Intrado's
Comprehensive Project Management (CPM) provides a Project Manager that coordinates all project activity.
The CPM provides complete, end -to -end project management support and services that could include on -site
support, project documentation, formal reporting, as well as coordination of deliveries both internally as well as
with the partner and the end customer.
The CPM level of service includes all services in the basic level plus the following:
Site survey is reviewed (or initiated and then reviewed) to verify that site and system environment are
ready for installation
• Scope of Work is completed (includes a Project Schedule of key dates)
• Review system design
• Site and/or network diagram are completed as required
• 3rd Party contractors included in the sales order are contacted and managed
Project kick-off meeting is scheduled with the end customer and held via conference call or optionally on
site
Comprehensive risk assessment and mitigation planning
• Overall project coordination
• Weekly project status meetings are scheduled, led and documented
• Customer configuration for staging is collected and communicated
• Equipment staging (if ordered) and shipping is managed"
• Coordinate on -site delivery
• Equipment receipt and inventory is validated
• Intrado resources are scheduled and managed with project implementation and cut -over requirements
• Maintain all project related communications and documentation
• Complete Site Book for delivery to end customer at time of handover to service
• Variable: Project Manager Presence on -site (with additional per day and travel cost components). This is
typically required for project kickoff (if on -site), final site evaluation, and cut -over project management
services
7 On -site Support Services are primarily designed to assist with issues that require system expertise in
troubleshooting and restoration at the customer's location.
On -site Support Services include travel costs and time and labor related to the service incident. Also included in
the service are quarterly on -site preventative and routine maintenance reviews (four per year) of the customer's
Intrado system. These maintenance visits can include the installation of routine updates to software. Training,
configuration changes, reprogramming and system upgrade labor are not included in this offering, but are
available for purchase.
On -Site Support Services options include the designation of a technician dedicated specifically to the customer's
deployment(s), or alternately a non -dedicated resource available for use with other customers. Intrado may
engage third -party vendors to provide the On -Site Support Services.
Copyright 2024 Intr.° Life & Safety Solutions Corporation
65406 v9- Weld County, CO Page 7 of 10
August 30, 2024
8 MapFlex is a 9-1-1 call mapping application which locates incoming calls on a map display using customer GIS data
and call location data received from the call handling system.
Customers are required to provide their GIS data for provisioning within MapFlex and are required to maintain
their GIS data unless Intrado has been contracted to manage the data on the customer's behalf.
GIS Services Included with MapFlex Deployment
• MapFlex GIS Data Preparation services (creation or re-creation of the customer's GIS data package prior to
Final Acceptance)
• Remote MapFlex Configuration services
Post -Deployment GIS Services Included Under an Active Maintenance Services Agreement
• Creation or re-creation of a GIS data package potentially required in support of software "break fix"
• Other GIS data professional services potentially required in support of a bug fix related to software
Post -Deployment GIS Services Not Included Under an Active Maintenance Services Agreement
• MapFlex GIS Data Preparation services (following the initial system setup and installation)
• MapFlex Data Update Service (one-time or recurring)
Re-creation of the GIS data package or other GIS data professional services performed in support of a MapFlex
version upgrade
Copyright 2024 Intrado Life & Safety Solutions Corporation
65406 v9- Weld County, CO Page 8 of 10
August 30, 2024
Terms
VENDOR NAME
Intrado Life & Safety Solutions Corporation
Include quote number
and customer EIN/Tax Identification Number
on P.O.
SUBMIT P.O. erd-ordermanagementteam@intrado.com
PRICING
DISCOUNT
SHIPPING TERMS
INVOICING
DELIVERY
VALIDITY
COPYRIGHT
All prices are in USD
Taxes, if applicable, are extra.
Handling and Shipping charges are extra unless specified on the quote.
Maintenance and Recurring service discounts will be applied proportionately to each year of service
purchased. If services are cancelled for future years, no refund or credit will be issued relating to
such discount.
FCA (Montreal), INCOTERMS 2023
If Intrado is not performing Installation, software and equipment will be deemed accepted when
Intrado has completed its shipping obligations. If Intrado is performing Installation, then Customer will
provide Intrado with a written notice of acceptance or rejection, based on a Severity Level 1 or 2
failure (as defined in the Maintenance and Support terms), within ten calendar days after Intrado's
notice of System Cutover ("Notification Date"), which acceptance will not be unreasonably withheld
or conditioned. If Customer does not accept software and equipment, it will notify Intrado in writing
within ten calendar days of the Notification Date, and will specify the Severity Level 1 or 2 failure.
Intrado will use commercially reasonable efforts to promptly diagnose and correct all identified
failures, and the acceptance process will be repeated until acceptance occurs. If Customer fails to
provide written notice of rejection as stated above within the time stated above, acceptance will be
deemed to have occurred. "System Cutover" will mean the first date that software and equipment is
used for live call -taking or dispatching. If software and/or equipment are being installed at multiple
sites, the above acceptance process will apply to each site. The date of acceptance of the first site will
be referred to as "Final Acceptance." Services will be deemed accepted when performed. If
installation is not purchased, then all fees will be invoiced on shipment. If installation is purchased,
Customer will be invoiced according to the following terms:
• 30% on acceptance of Customer's Order
• 30% on shipment
• 30% on System Cutover
• 10% on Final Acceptance
TBD
Quote expires on October 24, 2024.
However, part numbers beginning with Q, such as QXXXXX, constitute unique third -party
components. These components, including model and price, (i) may be subject to change at any time;
and (ii) are non -cancellable, non-refundable, and non -exchangeable at any time.
The information contained in this document is proprietary to Intrado Life & Safety Solutions
Corporation and is offered solely for the purpose of evaluation.
Copyright 2024 Intrado Life & Safety Solutions Corpora t on
65406 v9- Weld County, CO Page 9 of 10
August 30, 2024
Optional Signature Page
Customer can purchase the products and services in this Quote by:
Issuing a purchase order for the Total Amount of the quote
OR
- By signing below
Intrado Quote Number: 65406 Version: 9 Date Issued: August 30, 2024
Total Purchase Amount (Not including Optional Products or Services): $503,540.07
Please check one: Bill the Total Amount Upfront: Bill Annually: _X_Weld County will hold
first invoice payment until project is
formally scheduled based on construction
completion estimated date 9/2025. _
Customer is committing to the Total Purchase Amount listed above.
ACCEPTED AND AGREED:
Customer Entity Name: Wunty, CO
:::minaPowe!
Title: _Director of PS Cornmunicatio(nss
Date Signed: 11 ( L M( --)P/'
By signing above, Customer acknowledges and agrees with the terms of the box checked below:
A customer purchase order is required to pay any invoice relating to this quote. Customer acknowledges that
Intrado will not ship any equipment or software, or commence any services, until it has received customer's corresponding
purchase order.
X A customer purchase order is NOT required to pay any invoice relating to this quote. The signature above authorizes
Intrado to ship, provide services, and invoice customer.
The terms and conditions available at https://www.intrado.com/legal-privacy/terms/call-handling as of the date of this Quote will apply to this Quote,
unless the parties have entered into a separate mutually executed agreement, or Customer is purchasing under a cooperative purchasing agreement. The
terms of this Quote will govern any conflict with the above -mentioned terms, and Customer's issuance of a purchase order for any or all of the items
described in this Quote will constitute acknowledgement and acceptance of such terms. No additional terms in Customer's purchase order will apply. This
document contains confidential and proprietary information of Intrado, and such information may not be used or disclosed without prior written consent.
Copyright 2024 Intrado Life & Safety Solutions Corporation
65406 v9- Weld County, CO Page 10 of 10
August 30, 2024
-o
t Form
Entity Information
Entity Name*
INTRADO LIFE & SAFETY INC
Contract Name*
POSITION EXPANSION REMODEL 1 551
Contract Status
CTB REVIEW
Entity ID*
@00018544
O New Entity?
Contract ID
10011
Contract Lead *
TPOWELL
Contract Lead Email
tpowell@weld.gov
Parent Contract ID
Requires Board Approval
YES
Department Project #
Contract Description"
THIS IS AN AGREEMENT TO PURCHASE THE HARDWARE REQUIRED FOR THE EXPANSION OF 1 551 FOR THE 911
COMMUNICATIONS CENTER VIPER PHONE SYSTEM
Contract Description 2
Contract Type"
AGREEMENT
Amount*
$503,540.07
Renewable*
NO
Automatic Renewal
NO
Grant
IGA
Department
COMMUNICATIONS
Department Email
CM-
Communications@weld.g
ov
Department Head Email
CM-Communications-
DeptHead@weld.gov
County Attorney
GENERAL COUNTY
ATTORNEY EMAIL
County Attorney Email
CM-
COUNTYATTORNEY@WEL
D.GOV
Requested BOCC Agenda Due Date
Date* 10/23/2025
10/27/2025
Will a work session with BOCC be required?*
HAD
Does Contract require Purchasing Dept. to be
included?
NO
If this is a renewal enter previous Contract ID
If this is part of a MSA enter MSA Contract ID
Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts
are not in OnBase
Contract Dates
Effective Date
Termination Notice Period
Contact Information
Review Date*
10/27/2026
Committed Delivery Date
Renewal Date
Expiration Date"
10/27/2026
Contact Info
Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2
Purchasing
Purchasing Approver Purchasing Approved Date
Approval Process
Department Head Finance Approver Legal Counsel
TINA POWELL RUSTY WILLIAMS BYRON HOWELL
DH Approved Date Finance Approved Date Legal Counsel Approved Date
10/20/2025 10/21/2025 10/21/2025
Final Approval
BOCC Approved Tyler Ref #
AG 102725
BOCC Signed Date Originator
TPOWELL
BOCC Agenda Date
10/27/2025
Hello