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
© Copyright 2026 Paperzz