the town of westport connecticut

THE TOWN OF WESTPORT CONNECTICUT
NOTICE TO BIDDERS
BID NUMBER 10-635T
Sealed bids for CISCO VOIP EQUIPMENT MAINTENANCE SERVICE will be received by
the Town of Westport until 2:00 P.M. EDT, FRIDAY, MAY 28, 2010 at the Finance Department,
Town Hall - Room 313, 110 Myrtle Avenue, Westport, CT 06880. No bids will be received after
said hour.
The bid opening will take place in the TOWN HALL AUDITORIUM IMMEDIATELY
THEREAFTER.
Copies of the bid documents and information may be obtained by telephoning John Kondub
in the Finance Department at (203) 341-1080 or downloaded at Town of Westport website
http://www.westportct.gov.
All bids are to be addressed to The Town of Westport, Finance Department – Room 313,
Town Hall - 110 Myrtle Avenue, Westport, Connecticut 06880 in a sealed envelope which is
clearly marked:
BID 10-635T: CISCO VOIP EQUIPMENT MAINTENANCE SERVICE
2:00 P.M. EDT, FRIDAY, MAY 28, 2010
The Town of Westport is an Affirmative Action/Equal Opportunity employer.
The Town of Westport reserves the right to waive any defects and informality in the bidding,
or in any bid to reject any or all bids for any reason whatsoever and to accept that bid deemed
to be in the best interest of the towns.
John Kondub
Finance Director
1
Town of Westport
Westport Public Schools
Westport Public Library
Request for Bid #10-635T
Cisco VoIP Equipment
Maintenance Service
Due Date: May 28, 2010, 2:00 PM
2
1. GENERAL INFORMATION
1.1 Introduction
The Town of Westport, Westport Public Schools, and Westport Public Library (collectively referred to as
the “Town”) are soliciting written bids for the Cisco VoIP Equipment Maintenance Service to serve their
facilities throughout the Town. The Maintenance Service requirements are described in detail in section
2 of this Request for Bid The Town invites bids for the Cisco VoIP Equipment Maintenance Service from
firms that have had experience in furnishing, installing and maintaining telephone systems in
municipalities and other organizations of similar size and complexity in the region, and that have the staff
capacity and expertise to do so for the Town.
The deadline for the submission of bid is EDT 2:00PM on May 28, 2010.
1.2 Submission of Bid:
To facilitate evaluation, submit 5 copies of your bid in a sealed package plainly marked “Bid #10-635T ,
Cisco VoIP Equipment Maintenance Service” to the following individual:
John Kondub
Town of Westport
Finance Department
110 Myrtle Avenue
Westport, CT 06880
1.3 Subcontractors
It is the Town’s intention to award a single contract for the work to be performed. Contractors may not
use the services of other contractors/subcontractors not named in the Contractor's proposal without prior
written permission from the Town.
1.4 Contractor Qualifications
Contractors shall provide historical and background information concerning their firms, including:
•
•
•
•
•
•
•
•
•
•
•
•
Name, mailing address, email address, telephone, and facsimile numbers of firm
Federal tax identification number
Amount of time in business
Number of employees locally and nationally
Number of Cisco VoIP systems installed by Contractor locally and nationally
SPIN Number
Location of Contractor’s s nearest maintenance facility
Number of technicians at closest maintenance facility trained and certified to maintain/install the
system proposed
Location of nearest parts depot for Cisco VoIP system
Location of nearest customer service center for Cisco VoIP system
If a public corporation, a statement confirming compliance with the provisions of the Sarbanes
Oxley act, signed by the corporation’s Chief Financial Officer
Copy of Contractor's most recent audited financial statement, annual report, bank references,
and/or other documentation used by your firm to indicate financial stability
3
•
Certifications or experience of technicians who will work on system
1.5 Contractor References
The Contractor must be able to demonstrate experience and capability in installation and maintenance of
the Cisco VoIP system, with other sites of similar size and scope. The Contractor shall provide a list of
customer references, with the following information:
•
•
•
•
•
•
Customer name and location
Contact person(s): name, title and telephone number
System size (stations, trunks, etc.)
System model number and software generic version in use at present
System installation date (by the Contractor)
Years system being maintained by the Contractor
At least five (5) such references shall be provided, preferably in New England.
Within the last 3 years, the Contractor shall have installed:
•
•
At least three (3) installations of 1,000 or more extensions
At least three (3) installations in a multi-facility, networked environment
The Town may make any investigations as it deems necessary to determine the ability of Contractors to
perform the work, and Contractors shall furnish the Town all such information and data for this purpose
as the Town may request. The Town reserves the right to reject any bid if evidence submitted by or
investigation of such Contractor fails to satisfy the Town that such Contractor is properly qualified to
carry out the obligations of the Contract contemplated herein and to complete the work contemplated.
1.6 Reservation of Rights
The Town reserves the right to:
• Reject any and all proposals received in response to this bid for any reason and to accept any bid
deemed in the best interest of the Town.
• Waive or modify minor irregularities in proposals received.
• Utilize any and all ideas and suggestions submitted in the proposals received.
• Adopt all or any part of a Contractor’s proposal in selecting the optimum configuration.
• Negotiate with multiple Contractors responding to this bid to serve the best interests of the Town.
• Should the Town be unsuccessful in negotiating a contract with the selected Contractor within 10
days of notice to award, the Town may begin contract negotiations with another Contractor in
order to serve and realize the best interests of the Town.
1.7 Exemption from Taxes
Purchases made by the Town of Westport are exempt from payment of Federal Taxes and Connecticut
Sales and Use Taxes. Such taxes must not be included in the bid price of all items or materials
permanently
1.8 Contract length
The Cisco VoIP Equipment Maintenance Service contract will start July 1, 2010 and expire June 30,
2011.
4
If the Town is satisfied with the maintenance service, and subject to an appropriation by its
Representative Town Meeting of an amount sufficient to fund an additional twelve (12) month period, the
Town may renew the Cisco VoIP Equipment Maintenance Service contract for such additional term.
1.9 Bid Security
a) Each proposal must be accompanied by a Bid Bond. The Bid Bond furnished as bid security must be
duly executed by the Contractor as principal and have as surety thereon an approved surety. It must be in
an amount equal to fifteen percent (15%) of the total estimated bid, as a guarantee that should the
Contract be awarded to the Contractor s/he will, within ten (10) days after approval by the Board of
Selectmen, execute such Contract. The Bid Bond shall be in the form of the specimen hereto annexed.
b) The surety on the Bid Bond must be a corporate surety licensed to sign surety bonds in the State of
Connecticut and listed by the U.S. Treasury Department in its latest list as a qualified surety acceptable to
the U.S. Governments. No Bid Bond will be accepted if the amount is less than fifteen percent (15%) of
the total estimated Bid, or if the amount exceeds the limit for which the U.S. Treasury Department has
qualified the surety for any one bond.
c) Bid Bonds will be returned within forty-eight (48) hours after the Town of Westport and the Contractor
have executed the Contract.
1.10 Non-discrimination in Employment
The Contractor shall agree and warrant that in the performance of the contract he/she will not discriminate
against any person or group of persons on the grounds of race, color, religion, or national origin in any
manner prohibited by the laws of the State of Connecticut.
1.11 Conflict of Interest
The Contractor represents and warrants that the proposal is not made in connection with any other
contractor and is in all respects fair and without collusion or fraud. The Contractor further represents and
warrants that he/she did not participate in any part of the bid development process, had no knowledge of
the specific contents of the bid prior to its issuance and that no agent, representative, or employee of the
Town participated directly in the Contractor’s proposal preparation.
2 CISCO VOIP EQUIPMENT MAINTENANCE BID REQUIREMENTS
2.1 Warranty Coverage
The Contractor will serve as a single point of contact, and provide the name, address and telephone
number of the individual to contact when maintenance is required. The Contractor shall further provide
escalation procedures and contact names and numbers to be used when normal maintenance procedures
are not adequate to resolve problems.
2.2 Response time
Hardware and Software Maintenance
The Contractor shall provide maintenance services on a 7x24 basis. The Contractor will respond to
Major System Failures within two (2) hours. Response time is defined as the amount of time for a
5
qualified technician to arrive on the Town’s site. For the purposes of this bid, a Major System Failure is
defined as any failure that affects the following:
• 10% of station equipment out of service
• 10% of network services out of service
• Any building out of service
• Any system node (as defined by the specific architecture implemented) out of service
• Any attendant position out of service
• Any peripheral system (voice mail, call center, call accounting)
• Failure of any integration functionality between systems installed under this contract, or between
systems installed under this contract and other existing systems
• Any failure whatsoever which reasonably affects the ability of the Town to respond to any
emergency situation, or which substantially impedes the Town’s ability to operate, as determined
by the Town.
For Non-major Failures at the following locations the contractor shall provide maintenance services on a
7x24 basis and will dispatch a technician to the site to diagnose problem within (4) hours to:
• Town Hall
• Fire Headquarters
• Fire Station 4
• Fire Station 5
• Fire Station 6
• Police Headquarters
• Staples High School
• Westport Public Library
For Non-major Failures at the following locations the contractor shall provide maintenance services on a
7x24 basis and will dispatch a technician to the site to diagnose problem by the beginning of next
business day to:
• Coleytown Middle School
• Bedford Middle School
• Coleytown Elementary School
• Greens Farms Elementary School
• Kings Highway Elementary School
• Long Lots Elementary School
• Saugatuck Elementary School
• Curriuclum Office
• Facilities Office
• Highway Garage
• Waste Water Treatment Plant
• Parks & Recreation
• Senior Center
All service calls will conclude with configuration restoration to condition prior to failure, security policies
checked, and verification equipment has IP address and is on network testing of applications.
2.3 Equipment Replacement
During the maintenance agreement period, any equipment that must be replaced as a result of conditions
covered under warranty will be replaced with new or refurbished equipment with warranty of the same
make and model.
6
2.4 Routine Repairs
During the maintenance agreement period, any other routine repairs will be completed before the end of
the next business day. All routine repairs should be scheduled to meet each location’s business need prior
to the repairs.
2.5 System Failure
In the event of a Major System Failure, whether due to circumstances covered under warranty or the
maintenance agreement, or due to Acts of God or nature, or any other cause, the Contractor will have a
replacement system readily available, which can be installed and operational within 48 hours to provide
rudimentary telephone service to the Police and Fire Department.
2.6 Preventative Maintenance
As part of the maintenance agreement, the Contractor shall perform on a monthly basis a performance
review of all networking equipment and voice server. This review shall include, but not be limited to, the
interface performance statistics, provider carrier transition, and server performance issues such as to
memory usage, hard disk usage, and server health statistics.
The Contractor shall perform routine, preventive maintenance on the system on a quarterly basis for the
software upgrade (both major and minor patch releases). The date and time for all software upgrade
should be scheduled to meet each location’s business needs prior to the maintenance work.
Contractor will describe in detail its preventive maintenance program, and provide written documentation
of the results of the preventive maintenance to the Town appointed designee.
2.7 Performance Monitoring
The Contractor shall provide performance monitoring of the system primary components and peripheral
systems as part of the maintenance agreements. If this function is optional, provide pricing separately.
Contractor will provide written documentation of the monitoring in summary form on a quarterly basis to
the Town appointed designee.
If there is an option for the Town to log in and view the performance monitoring dashboard independently
of the Contractor, Contractor shall provide details of the service and if optional, provide pricing
separately.
2.8 Remote Diagnostics
The Contractor shall have a remote diagnostics and maintenance capability that permits the Contractor to
monitor system performance, and perform routine diagnostics and maintenance from a remote
maintenance facility, and will identify the location and capabilities of this facility.
3 CISCO VoIP EQUIPMENT LIST FOR MAINTENANCE
3.1 Town of Westport Sites
Site Address
Town Hall 110 Myrtle Avenue
Police Headquarters 50 Jesup Road
7
Fire Headquarters 515 Post Road East
Fire Station 4 555 Riverside Avenue
Fire Station 5 66 Center Street
Fire Station 6 61 Easton Road
Highway Garage 300 Sherword Island Connector
Waste Water Treatment Plant 4 Elaine Road
Parks & Recreation 260 Compo Road South
Senior Center 21 Imperial Avenue
3.2 Westport Public Schools Sites
Site Address
Board of Education 110 Myrtle Avenue
Staples High School 70 North Avenue
Bedford Middle School 88 North Avenue
Coleytown Middle School 255 North Avenue
Coleytown Elementary School 65 Easton Road
Greens Farm Elementary School 175 Morningside Drive
Kings Highway Elementary School 125 Post Road West
Long Lots Elementary School 13 Hyde Lane
Saugatuck Elementary School 170 Riverside Avenue
Curriculum Office 136 Riverside Avenue
Facilities Office 1 Canal Street
3.3 Westport Public Library
Library 20 Jesup Road
3.4 The Cisco VoIP equipment list is as follows:
Location
Address
Product
Fire
Headquarters
515 Post Road
East
CISCO2851CCME/K9
Fire
Headquarters
Fire
Headquarters
Fire
Headquarters
Fire
Headquarters
515 Post Road
East
515 Post Road
East
515 Post Road
East
515 Post Road
East
CISCO2801V/K9
MCS7825H3K9-CMB1
Fire
Headquarters
Fire
Headquarters
SN
FTX1220A11R
FTX1221Z1SL
JAB12230145
VG224
FHK1210F1D3
VG224
FHK1212F2FH
515 Post Road
East
VIC2-4FXO
FOC1219311J
515 Post Road
East
VIC2-4FXO
FOC121931B7
Description
2851 Voice Bundle w/
PVDM2-48,FLCCME-96,SP
Serv,64F/256D
2801 Voice
Bundle,PVDM2-8,SP
Serv,64F/256D
Unified CM 6.0 7825H3 Appliance, 0 Seats
24 Port Voice over IP
analog phone gateway
24 Port Voice over IP
analog phone gateway
Four-port Voice
Interface Card - FXO
(Universal)
Four-port Voice
Interface Card - FXO
(Universal)
Qty
Price
year
1
1
1
1
1
1
1
1
8
Price
year
2
Location
Address
Product
Fire
Headquarters
515 Post Road
East
VWIC-1MFTT1
Fire
Headquarters
515 Post Road
East
CON-ESWM607825
Fire Station 4
555 Riverside
Avenue
C1861-SRSTF/K9
Fire Station 5
66 Center
Street
C1861-SRSTF/K9
Fire Station 6
61 Easton Road
C1861-SRSTF/K9
Police
Department
50 Jesup Road
CISCO2851CCME/K9
Police
Department
Police
Department
Police
Department
Police
Department
Police
Department
Police
Department
Police
Department
Police
Department
Police
Department
Highway
Garage
Waste Water
Treatment
Waste Water
Treatment
50 Jesup Road
CISCO2801V/K9
MCS7825H3K9-CMB1
50 Jesup Road
VG224
50 Jesup Road
VG224
50 Jesup Road
VIC2-4FXO
50 Jesup Road
50 Jesup Road
VIC2-4FXO
VWIC-1MFTT1
50 Jesup Road
PVDM2-32
50 Jesup Road
50 Jesup Road
300 Sherwood
Island
Connector
CON-ESWM607825
C1861-SRSTF/K9
4 elanie Road
C1861-SRSTF/K9
4 elanie Road
VG224
SN
Description
1-Port RJ-48 Multiflex
Trunk - T1
ESSENTIAL SW Lic
Unified CM 6.0 7825
Software
Applnc 1000 seats
Cisco 1861 Integrated
Services Router FTX1224Y0YX Router+ 8 port switch
Cisco 1861 Integrated
Services Router FTX1224Y0YY Router+ 8 port switch
Cisco 1861 Integrated
Services Router FTX1219Z08C
Router+ 8 port switch
2851 Voice Bundle w/
PVDM2-48,FLCCME-96,SP
FTX1150A32Q Serv,64F/256D
2801 Voice
Bundle,PVDM2-8,SP
FTX1225Z0CG Serv,64F/256D
Unified CM 6.0 7825JAB12230147
H3 Appliance, 0 Seats
24 Port Voice over IP
FHK1210F1CW analog phone gateway
24 Port Voice over IP
FHK1210F1D0 analog phone gateway
Four-port Voice
Interface Card - FXO
FOC12193145
(Universal)
Four-port Voice
Interface Card - FXO
FOC121931J8
(Universal)
1-Port RJ-48 Multiflex
36189865
Trunk - T1
32-Channel Packet
Voice/Fax DSP Module
ESSENTIAL SW Lic
Unified CM 6.0 7825
Software
Applnc 1000 seats
Cisco 1861 Integrated
Services Router FTX1224Y0YW Router+ 8 port switch
Cisco 1861 Integrated
Services Router FTX1219Z08N
Router+ 8 port switch
24 Port Voice over IP
FHK1222F3SK analog phone gateway
36305618
Price
Qty year
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
9
Price
year
2
Location
Parks & Rec
Parks & Rec
Address
260 Compo
Road South
260 Compo
Road South
Product
C2801SRST/K9
VIC24FXS/DID
SN
FTX1224Y152
FOC12166C3N
Parks & Rec
260 Compo
Road South
260 Compo
Road South
Senior Center
21 Imperial
Avenue
C1861-SRSTF/K9
FTX1225Y0QY
Town Hall
110 Myrtle
Avenue
CISCO2801V/K9
FTX1221Z1SN
Town Hall
110 Myrtle
Avenue
MCS-7825-H3IPC1
MX281901EB
Town Hall
110 Myrtle
Avenue
MCS-7825-H3IPC1
MX281901HA
MCS-7835H2K9-UCA1
MCS7825H3K9-CMB1
MCS7835H2K9-CMB1
Town Hall
110 Myrtle
Avenue
110 Myrtle
Avenue
110 Myrtle
Avenue
110 Myrtle
Avenue
110 Myrtle
Avenue
110 Myrtle
Avenue
Town Hall
Parks & Rec
Town Hall
Town Hall
Town Hall
Town Hall
Town Hall
VIC2-2FXO
FOC12200FD8
VIC2-2FXS
FOC12163DLR
2UX82403KB
JAB12230146
JAB1226014E
PVDM2-48
VG224
FHK1210F1CY
VG224
FHK1222F3SH
110 Myrtle
Avenue
VIC2-4FXO
FOC12193140
VIC2-4FXO
VWIC-2MFTT1
FOC121931Z9
Town Hall
110 Myrtle
Avenue
110 Myrtle
Avenue
Town Hall
110 Myrtle
Avenue
CON-ESW2VN10PK
Town Hall
36458224
Software
Description
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
Serv,64F/256D
Price
Qty year
1
1
4 port FXS or DID VIC
Two-port Voice
Interface Card - FXO
(Universal)
1
2 port FXS VIC
Cisco 1861 Integrated
Services Router Router+ 8 port switch
2801 Voice
Bundle,PVDM2-8,SP
Serv,64F/256D
HW Only MCS-7825H3 with 2GB RAM and
Two 160GB SATA HD
HW Only MCS-7825H3 with 2GB RAM and
Two 160GB SATA HD
7835-H2 Unity
Connection 2.x
Appliance
Unified CM 6.0 7825H3 Appliance, 0 Seats
Unified CM 6.0 7835H2 Appliance, 0 Seats
48-Channel Packet
Voice/Fax DSP Module
24 Port Voice over IP
analog phone gateway
24 Port Voice over IP
analog phone gateway
Four-port Voice
Interface Card - FXO
(Universal)
Four-port Voice
Interface Card - FXO
(Universal)
2-Port RJ-48 Multiflex
Trunk - T1
Essential Software
Support _Unity -10
Pack
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
120
10
Price
year
2
Location
Address
Product
Town Hall
110 Myrtle
Avenue
CON-ESWCN2300US
Town Hall
110 Myrtle
Avenue
CON-ESWEYER2X1K
Town Hall
110 Myrtle
Avenue
CON-ESWM607825
Town Hall
110 Myrtle
Avenue
CON-ESWM607835
Town Hall
110 Myrtle
Avenue
CON-ESWR20SVRK9
Town Hall
110 Myrtle
Avenue
CON-ESWYER2X100
Town Hall
110 Myrtle
Avenue
CON-SASUOM2XKS
Board of
Education
110 Myrtle
Avenue
C2801SRST/K9
Staples HS
70 North
Avenue
CISCO3845CCME/K9
Staples HS
70 North
Avenue
CON-ESWM607835
LIC-CM6.07835=
MCS7835H2K9-CMB1
Staples HS
70 North
Avenue
70 North
Avenue
70 North
Avenue
Bedford
Middle School
88 North
Avenue
C2801SRST/K9
Coleytown
Middle School
255 North
Avenue
C2801SRST/K9
Staples HS
Staples HS
VG224
SN
Description
Essential Software
Support Unity -300
Software
Users Licenses
Emergency Responder
ESW 1000 User
Software
Licenses
Essential SW Lic
Unified CM 6.0 7825
Software
Applnc 1000 seats
Essential SW Lic
Unified CM 6.0 7835
Software
Applnc 2 500 seats
Essential SW
Emergency Responder
Plus Initial 100 User
Software
Licenses
Emergency Responder
ESW Additional 100
Software
User Licenses
Operations Manager Software Application
Software
Support
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
FTX1221Y1P3
Serv,64F/256D
3845 Voice Bundle w/
PVDM2-64,FLCCME-240,SP
FTX1210A4J9
Serv,128F/512D
Essential SW Lic
Unified CM 6.0 7835
Software
Applnc 2 500 seats
License Unified CM
6.0 7835 Appliance,
Software
2,500 seats
Unified CM 6.0 7835H2 Appliance, 0 Seats
24 Port Voice over IP
FHK1212F2FA analog phone gateway
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
FTX1221A3XW Serv,64F/256D
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
FTX1220A0ZJ
Serv,64F/256D
Price
Qty year
1
1
1
1
1
1
4
1
1
1
1
1
1
1
1
1
11
Price
year
2
Location
Address
Product
SN
FTX1222A101
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
Serv,64F/256D
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
Serv,64F/256D
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
Serv,64F/256D
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
Serv,64F/256D
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
Serv,64F/256D
2801 VSEC Bundle
w/PVDM2-8,FLSRST-24,Adv IP
Serv,64F/256D
Cisco 1861 Integrated
Services Router Router+ 8 port switch
2851 Voice Bundle w/
PVDM2-48,FL-SRST96,SP Serv,64F/256D 1
FOC12202M5S
4 port FXS or DID VIC
1
FOC12202M6V
4 port FXS or DID VIC
Two-port Voice
Interface Card - FXO
(Universal)
1
Coleytown
Elementary
65 Easton Road
C2801SRST/K9
FTX1222A0ZY
Greens Farm
Elementary
17 Morningside C2801Dr. South
SRST/K9
FTX1220Z0ZG
Kings Highway
Elementary
125 Post Road
West
C2801SRST/K9
FTX1220A0ZL
Long Lots
Elementary
13 Hyde Lane
C2801SRST/K9
FTX1222A0ZZ
Saugatuck
Elementary
170 Riverside
Avenue
C2801SRST/K9
FTX1222A100
Curriculum
Office
136 Riverside
Avenue
C2801SRST/K9
FTX1224Y14Z
Facilities
Office
1 Canal Street
C1861-SRSTF/K9
FTX1243Y082
Library
20 Jesup Road
Library
20 Jesup Road
Library
20 Jesup Road
C2851-SRSTF/K9
VIC24FXS/DID
VIC24FXS/DID
Library
20 Jesup Road
VIC2-2FXO
Description
Price
Qty year
1
FOC12154ED5
1
1
1
1
1
1
1
1
1
4. Annual Maintenance Costs
4.1 Pricing Format
4.1 (a) Pricing for the proposed system must be provided in summary format on the above sheet, and in
detail, by building.
4.1 (b) Pricing will also separately identify costs to be incurred by the Town, Schools, and Library. See
Section 4.4., 4.5 and 4.6.
12
Price
year
2
4.2 Pricing Timeframe
It is required that all pricing and provisions of the Contractor's proposal remain in effect for a minimum
of 90 days from the submittal date.
4.3 Authorized Signature
Proposals must be signed below by a representative of the Contractor authorized to commit the Contractor
to the quoted price and all of the terms and requirements stated in the Request for Bid. Contractor’s
signature below signifies compliance with all the terms and requirements of the Request for Bid.
4.4 Annual Maintenance Costs for Town of Westport $
a. Total of Hardware Maintenance Cost $
which includes 35% of all Town Hall location hardware Cost $
and all other town sites Cost $
b. 32% of Total of Essential Software Warranty Cost $
c. Total of Preventative Maintenance Labor Cost $
d. 50% of Total of Performance Monitoring Cost $
4.5 Annual Maintenance Costs for Westport Public Schools $
a. Total of Hardware Maintenance Cost $
which includes 65% of all Town Hall location hardware Cost $
and all other school sites Cost $
b. 65% of Total of Essential Software Warranty Cost $
c. Total of Preventative Maintenance Labor Cost $
d. 50 % Total of Performance Monitoring Cost $
4.6 Annual Maintenance Costs for Westport Public Library $
a. Total of Hardware Maintenance Cost $
b. 3% of Total of Essential Software Warranty Cost $
c. Total of Preventative Maintenance Labor Cost $
4.7 Total of Bid Price $
Company: ___________________________________________________
Bidder’s Signature: _______________________________ Date: ______________
Bidder’s Name & Title: ___________________________________________________
Company Address: ____________________________________________________
City, State, Zip Code: ____________________________________________________
Telephone: ____________________________________________________
Fax: __________________________________________________
13
\
APPENDIX
BID BOND
TOWN OF WESTPORT
WESTPORT, CONNECTICUT
KNOW ALL MEN BY THESE PRESENTS
THAT WE,
of the Town of
, County of
State of Connecticut, as PRINCIPAL, and
, and
, a corporation
organized and existing under the laws of the State of
, and duly authorized to
transact a surety business in the State of Connecticut (hereinafter called the "Surety"), as Surety, are
held and firmly bound unto the Town of Westport, as Obligee, in the sum of:
($
)
lawful money of the United States of America, for the payment of which, well and truly to be made
to the Obligee, we bind ourselves, our heirs, successors and assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, whereas the Principal has submitted
herewith to the Town of Westport, a Proposal dated
TOWN BID # 10-635T
attached, which is
, in Westport, Connecticut
14
NOW THEREFORE,
(a) if such Proposal is rejected; or in the alternative,
(b) if such Proposal is accepted and the contract is awarded to the Principal, and the Principal enters
into a written agreement when required by the Obligee, with such surety bonds as shall be
acceptable to the Obligee for the payment of all labor and material used in the performance of the
work, then this obligation shall be null and void; otherwise the same shall remain in full force and
effect, and the Principal and Surety hereto agree to pay to the Obligee all damages sustained by the
Obligee, including, but without limiting the generality of the foregoing, the difference between the
amount of the Principal's Proposal submitted herewith and the amount for which the Obligee may
contract with another party to perform the work covered by such Proposal if the latter amount be in
excess of the former, subject, however, to the following conditions:
1.
The liability of the Principal to pay to the Obligee the damages sustained by the Obligee as a
consequence of the Principal's failure to enter into the agreement is not limited to the
amount of this bond, and
2.
The obligation of the Surety hereunder shall be the full amount of the Principal's liability,
reduced by any amount paid by the Principal on account of such liability, but not more than
the amount of this bond in any event.
3.
The Surety, for value received, hereby stipulates and agrees that the obligation of said
Surety and its bond shall in no way be impaired or affected by any extension of the time
within which the Town of Westport may accept such bid; and such Surety does hereby
waive notice of any such extension.
15
IN WITNESS WHEREOF, WE HAVE SET our hands and seals this
day of
A.D. 20
.
(L.S.)
WITNESS
PRINCIPAL
By:
(L.S.)
WITNESS
(If the Principal is a Corporation or Partnership, so indicate, as well as title of officer signing this bond on its
behalf.)
(L.S.)
WITNESS
SURETY
By:
(L.S.)
WITNESS
Note: If an individual signs as agent for a Surety Company, he must also submit a Power of Attorney
enabling him to act on behalf of the Surety Company, as well as a statement of its financial condition, and a
copy of the corporate resolution authorizing the issuance of bonds.
16
ACKNOWLEDGEMENT OF PRINCIPAL
STATE OF
COUNTY OF
SS
PERSONALLY APPEARED
FOR
, 20
signer (s) and sealer (s) of the foregoing instrument and acknowledged the same to be
deed, before me.
free
act
and
Commissioner of the Superior Court
Notary Public
My Commission Expires
ACKNOWLEDGEMENT OF SURETY
STATE OF
COUNTY OF
SS
PERSONALLY APPEARED
FOR
, 20
signer(s) and sealer(s) of the foregoing instrument,
being thereunto duly authorized, and acknowledged
the same to be
free act and deed, and the free act and deed of said corporation, before me.
Commissioner of the Superior Court
Notary Public
My Commission Expires
17