Cinnaminson Township

Similar documents
REQUEST FOR PROPOSALS Hydraulic Excavator. Surry County Public Works Department Hydraulic Excavator

Township of Lumberton

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Request for Proposal Skid Steer May 17, 2017

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

Snow Removal Services Request for Proposals December 1, April 30, 2019

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

P R O P O S A L F O R M

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

REQUEST FOR QUOTATIONS

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

SUBCONTRACT CONSTRUCTION AGREEMENT

INVITATION TO BID (ITB)

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Procurement Coordinator, Greenville Utilities

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

Project Name, Improvement District No. Improvement District Number

W I T N E S S E T H:

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

CONTRACT for PLUMBING REPAIR SERVICES

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

METROPOLITAN ENTERTAINMENT & CONVENTION AUTHORITY REQUEST FOR PROPOSAL Foodservice Equipment April 10, 2019

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

CITY OF GAINESVILLE INVITATION TO BID

REQUISITION & PROPOSAL

THIS WARRANTY APPLIES ONLY TO 2015 AND LATER YEAR MODELS OF NEW K-TEC SCRAPERS ( K-TEC SCRAPER ).

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less

CABOT One City Plaza, Suite B P.O. BOX 1287 Cabot, Arkansas FAX

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

( X ) INVITATION FOR BID VENDOR: BID OPENING:

AGREEMENT BETWEEN OWNER AND SELLER

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

CONSTRUCTION CONTRACT

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR QUOTATION

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

BID # Ambulance E450 Van Chassis

SUBCONTRACTOR AGREEMENT

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

PATROL VEHICLES FOR THE MACON COUNTY SHERIFF S OFFICE

PROPOSAL LIQUID CALCIUM CHLORIDE

FACILITY USE AGREEMENT BETWEEN [NAME OF GROUP] AND PURDUE UNIVERSITY CONTRACT #

Request for Quotation

Town of Lee Septic Tank Pumping Services

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

COUNTY OF OSWEGO PURCHASING DEPARTMENT

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

Standard Interconnection Agreement for Customer-Owned Renewable Generation System kw

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

INTERCONNECTION AND OPERATING AGREEMENT

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

CONSTRUCTION CONTRACT EXAMPLE

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

APPENDIX A. Main Extension Agreement (MEA)

Request for Bid/Proposal

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

BID DOCUMENTS FOR. WTP VFD Replacement Bid

RICE UNIVERSITY SHORT FORM CONTRACT

TERM CONTRACT PRICE SCHEDULE (Revised: Nov 03, 2009) PEOPLESOFT ITEM NUMBER (proceeded by 9 zeros)

Nissan 5.0L Cummins. Up to 60HP Gain. AgDieselSolutions.com

Request for Quotation

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

Quote Name: Furnish and Install New Drainage Outfall Pipe and Inlet

ALL TERRAIN SLOPE MOWER

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina REQUEST FOR BID. One (1) Hydraulic Excavator

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. for. Well #17 Rehabilitation, Pump and Motor Inspection and Repair. BRUCE KILMER Mayor

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

SAFETY FIRST GRANT CONTRACT

FORM OF TENDER 21/2016 SUPPLY AND DELIVER UP TO THREE (3) NEW ZERO-TURN RIDING MOWERS

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

EXHIBIT G. Insurance Requirements. [with CCIP]

Sayreville Housing for Seniors Corporation Gillette Manor

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

MASTER SUBCONTRACT AGREEMENT

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Transcription:

Cinnaminson Township PUBLIC WORKS DEPARTMENT 1601 Union Landing Rd. Cinnaminson, NJ 08077 856-829-6703 Fax 856-786-9604 TODD M. DAY Superintendent of Public Works Township Engineer KAREN T. ZLOTNIK Recycle Coordinator Clean Communities Coordinator MUNICIPAL BUILDING 1621 Riverton Road Cinnaminson, NJ 08077 (856) 829-6000 Fax (856) 829-3361 ERIC SCHUBIGER Township Administrator LISA PASSIONE Township Clerk QUOTE PACKAGE FOR HYDRAULIC EXCAVATOR, COMPACT TOWNSHIP OF CINNAMINSON BURLINGTON COUNTY, NEW JERSEY JANUARY 2019 January 23, 2019 Todd M. Day, P.E. N.J. License No. 39845 Date

SCOPE OF WORK Quotes MUST BE RECEIVED BY 5:00 PM, FRIDAY, FEBRUARY 1, 2019, via fax or email addressed to Todd Day, Township Engineer at (856) 786-9604 or tday@cinnaminsonnj.org. The specifications contained herein are intended to describe a HYDRAULIC EXCAVATOR, COMPACT for use by the Township of Cinnaminson Public Works Department for general excavation. A complete unit ready for use shall be delivered to the Township no more than ninety (90) calendar days from the signing of a contract. Successful Bidder will be required to supply at least one (1) hour of operation, maintenance and service training for the engine, transmission, body and related support systems for the equipment. Training must be completed at delivery of the equipment. The Bidder shall guarantee that all articles of equipment including all parts thereof are of first quality throughout. The Bidder further warranties all equipment, and all parts thereof against any defects of workmanship, design, construction and materials, and guarantees to repair or replace without cost of the owner, any article that has become defective, in service and not proven to have been caused by negligence on the part of the user for a period of twelve (12) months from the date of acceptance by Township. Service under the guarantee and, subsequent to the expiration of the guarantee, service required as part of the maintenance of the equipment shall be available from a shop operated by the Bidder, or under the control or contract with the Bidder. There shall be a twenty (20) working day trial period for each piece of equipment, during which time the equipment will be used, prior to final acceptance by the Township. During this 20-day period, the Bidder shall immediately remedy any and all faults in the new equipment brought to the Bidder s attention by the Township. Equipment shall be delivered with all specified components included and with a full charge of all fluids. Complete service and parts manuals (engine, transmission, chassis and wiring) will be supplied at the time of delivery. One (1) set of all belts and filters (oil, air, transmission, fuel and differential) for the complete unit to be provided to the Township at delivery. These specifications are meant to be complete and informative. They are not assumed to be exhaustive. All items required to make a complete, finished, working unit must be included whether specified or not. If a Bidder has questions about the specifications, the questions should be addressed, in writing, to the Township Public Works Department in advance of the bid opening. Responses, in writing, will be made available to all Bidders. Warranty service will be the responsibility of the successful Bidder. If service is required during the warranty period, the supplying vendor shall be responsible for towing the vehicle for warranty repairs if the equipment cannot be driven. The specified items are to be provided exactly as described, unless an equivalent or approved equal are acceptable. The term APPROVED EQUAL applies to the equipment, parts, performance, documentation, training and accessories. Equal or Better will be judged by the Township. If a Bidder declares that an item is Equal or Better, then they are required to provide demonstrations, written explanations, and/or comparisons, as well as written technical and performance data with quantified, verifiable conclusions to support their claim. Failure to submit the complete information prior to the bid opening will result in the immediate rejection of the entire bid.

SPECIFICATIONS Unit bid shall be currently advertised and produced model with all the latest standard features whether or not called for in these specifications. Standard equipment shall be defined in current manufacturer s literature. (Provide current brochure / specifications of the unit bid) Indicate compliance with checking either a YES or NO answer. A 'YES' answer indicates 100% compliance with the entire statement. Manufacturer's bid is allowed to meet, or exceed, stated specifications, unless otherwise quantified. Explain all 'NO' answers in detail in the section at the end, clearly referencing the relevant non-conforming item(s) by section and item number. A) GENERAL COMPLIANT? YES NO 1. Construction duty, track-type crawler compact excavator, Short Radius. 2. Comply with SAE recommended practice or ISO standard. 3. X-frame undercarriage, rubber or steel track capability. 4 Backfill blade with float, boom offset, double/single acting auxiliary hydraulics. 5. Lockable tilting, one-piece hood for ease of service to engine. 6. Lockable tilting, one-piece hood for ease of service to MCV. 7. Central grease location for boom offset cylinder, swing gear and swing bearing. 8. The excavator will be new, unused, and manufacturer s current production model. All items categorized, as standard equipment on the equipment specification sheet will be provided. 9. Thumb ready stick with additional circuit relieve valves. 10. Machine monitoring system to protect key areas. B) SEAT/OPERATOR PLATFORM 1. Full suspension seat with two-inch seat belt. 2. Enclosed cab with heat and air conditioning. 3. Non-slip floor mat, seat and controls one unit, seat and controls separate adjustment. 4. Removable lower bottom window (with cab storage), sliding right side window. 5. Intermittent window wiper. 6. Hydraulic safety lock outs on console. 7. ISO pattern change valve electrical, easily switched from operator s seat. C) DASH INSTRUMENTATION 1. Instrumentation shall include: engine preheating, engine oil pressure, coolant water temperature, battery charge, Air, fuel and hydraulic filter restriction, digital and analogue hour meter s, fuel gauge.

D) WORKING EQUIPMENT 1. Boom, standard arm and standard bucket configuration. 2. Machine operating weight shall be a minimum of 8,554 lbs (3,880 kg). 3. Ground reach minimum of 18-2 (5533mm). 4. Minimum digging depth of 11-3 (3,131mm). 5. Dump height of 11-0 (3,347mm). 6. Lift capacity at 9-8 (3m), radius at ground level of 1,131 lbs (513kg), blade up 360 rotation. 7. Swing speed of 9 rpm. 8. Boom offset of 76 left and 56 right. 9. Bucket breakout force minimum of 32.89kn (7,394lbf) ISO 6015. 10. Dipper tear out force minimum of be 23.71kn (5,330lbf) ISO 6015. 11. Ground pressure minimum of 5.2 psi. 12. Cab on rubber tracks. E) ENGINE 1. Minimum 3 cylinders. 2. Meet U.S. Federal Emissions standards T4f (stage 111B). 3. Air Cleaner: Dual element, replaceable inner element and restriction indicator. 4. Fuel Filtering: Two stage system utilizing a water/sediment separator and filter element. System shall be self-bleeding. 5. Lubrication: Full-flow pressure lubrication with spin-on filter cartridge. 6. Net Horsepower Output: Minimum 23.1 HP (17.2Kw) at 2,200 RPM. 7. Throttle Control: Eco mode electric. 8. Cooling System: Air to fluid coolers side by side mounted. 9. Auto Idle and Auto Shut Down with adjustable timer s. F) ELECTRICAL 1. System voltage shall be 12 volt. 2. Battery shall be of a heavy duty design rated at 74 Ah. 3. The alternator shall produce a minimum of 60 amps. G) UNDERCARRIAGE 1. X-Frame design having sloped side members for easy cleaning. 2. Tractive effort shall not be less than 6,969 lbf (3,100daN). 3. Minimum ground clearance of 0 11 (285mm). 4. Five bottom track rollers, one top track roller.

H) HYDRAULIC SYSTEM 1. Open center, load sensing, variable displacement total power control hydraulic system with axial piston pump for independent movement of functions. 2. Minimum hydraulic flow shall be 27.2gpm (103l/min). 3. Main hydraulic system pressure shall be minimum 3,191psi (22Mpa). 4. Oil Cooler shall be side by side mounted for easy access. 5. Boom cylinder extension, dipper cylinder retraction, and off set cylinder both sides shall have end of stroke dampening (cushioning). 6. Boom offset cylinder shall be left mounted. 7. Pipe work shall be high pressure hydraulic tubes treated against corrosion, externally mounted for easy service and less wear. 8. Swing motor shall be a direct drive radial piston hydraulic motor equipped with multidisc brake and hydro-sensor shockless hydraulic valve. 9: Single and double acting hydraulics with piping to arm 10. Three Eco Modes for work hydraulic. 11. Dozer blade and float to be activated by one lever. I) DIMENSIONS 1. Maximum overall height shall be 8-2 (2,481mm). 2. Transport length shall be 18-6" (5,650mm). 3. Track length shall be minimum 6-9 (2,055mm). 4. Track width with rubber tracks shall be minimum 12 (300mm) 5. Overall width shall be maximum 5-10 (1,780mm). J) CAPACITIES 1. Fuel tank shall be a minimum of 16.9 US gal (64L). 2. Coolant circuit (radiator and engine) shall be a minimum of 1.5 US gal (7L). 3. Engine oil system shall be a minimum of 1.8 US gal (7L). 4. Hydraulic tank shall be a minimum of 8.5 US gal (32L). K) SAFETY 1. Unit to be equipped with four-post rollover protective structure (ROPS) and falling objects protective structure (FOPS) plus tip over protection (TOPS). 2. Vandalism protection must include key-lockable engine and battery compartments and cab door locks (if equipped). 3. All locks must be operated with the engine start key. L) WARRANTY 1. 3-Year, 3,000-Hour Full, Including Time, Travel & Mileage.

M) AVAILABLE OPTIONAL EQUIPMENT - Cab Radio - Additional Front Work Lamp - Rear Work Lamp - Rotating Beacon - Hydraulic Thumb - Hydraulic or Mechanical Coupler - Angle Blade 4 Way - Work Light Boom Mounted - Double Acting Aux Hydraulics - LED Beacon Light - LED Cab Mounted Work Light Package 4 Lights - Hydraulic Pin Grabber - 12 General Purpose Bucket - 24 Bucket - NPK PH1 Hammer and Cap - Service and Parts Books EXPLANATION OF ALL NON-COMPLIANT ITEMS (clearly reference the relevant non-conforming item(s) by section and item number):

END OF SECTION

PROPOSAL SUPPLY AND DELIVERY OF ONE (1) 2019 VOLVO HYDRAULIC EXCAVATOR, COMPACT (MINI), OR APPROVED EQUAL Township of Cinnaminson The undersigned declares that they have carefully examined the annexed form of Contract and Specifications therein referred to, and that they fully understand the same; and, that they propose and agree that if this Proposal is accepted, they will contract with the end user in the form of the annexed official contract/agreement to provide the system in the manner and within the time therein prescribed. The prices submitted in the Proposal are for the specified services/equipment which shall be complete as specified, delivered at a site specified, placed in operation, and include the cost of the unit complete, including demonstration, fuel, etc. 2019 VOLVO HYDRAULIC EXCAVATOR, COMPACT (MINI): TOTAL AMOUNT: $ TOTAL AMOUNT BID WRITTEN OUT SIGNATURE NAME & TITLE (TYPE OR PRINT) BID DATE COMPANY NAME OPTIONS: (1) NPK PH1 Hammer and Cap: $ (2) 5-Year, 4,000-Hour Full Warranty, Including TT&M: $ (3) Service and Parts Books: $ DELIVERY: DAYS

CONTRACT FOR PURCHASE OF 2019 HYDRAULIC EXCAVATOR THIS AGREEMENT, between the Township of Cinnaminson, a municipal corporation of the State of New Jersey, having its principal offices located at 1621 Riverton Road, Cinnaminson, New Jersey 08077, hereinafter referred to as Owner and., having its principal place of business located at, hereinafter referred to as "Contractor;" WITNESSETH; That for and in consideration of the sum of Dollars and Cents ($ ), Contractor agrees to furnish to the Owner the labor, material, equipment and services for the Base Bid and Options, in accordance with the contract documents hereinafter set forth. That for and in consideration of the amount payable under this agreement by the Owner, the Contractor agrees, at its own proper cost and expense, and with due skill and diligence, that it will complete the Purchase of 2019 Hydraulic Excavator in accordance with the contract documents and in compliance with this agreement. Contractor agrees to receive as full compensation the amount stated herein, namely $, for said services provided to the Owner. Contractor shall be responsible for all loss or damage arising out of the furnishing of the services aforesaid. To prevent all disputes and litigation, it is agreed by and between the parties to the Contract that the Owner shall in all cases determine the quantity of the goods delivered and paid for under this contract, and as to the interpretation of any ambiguity in or intent of the drawings and specifications. The Contract documents shall consist of the following: 1. Specifications. 2. Contractors Proposal (as accepted). 3. Contract Agreement. The parties to this contract agree to incorporate into this contract the mandatory language of the Regulations promulgated by the Treasurer pursuant to N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27, as amended and supplemented from time to time and the contractor or subcontractor agrees to comply fully with the terms, provisions, and obligations of said Regulations. AND in all respects comply with all requirements of the Labor Laws of the State of New Jersey, applicable to contracts on behalf of the Municipal Government for construction, alteration, or repair of any building or public work, including particularly, be without limitation of the foregoing, the provision that not less than the prevailing rate of daily wages in the locality where the work is performed shall be paid to mechanics, workmen and laborers employed by the contractors or subcontractors or by or in behalf of the State or any county or municipality; Contractor, shall maintain all documentation related to products, transactions or services under this contract for a period of five years from the date of final payment. Such records shall be made available to the New Jersey Office of the State Comptroller upon request. Payment shall be made to said Contractor by orders upon the Treasurer of said Township, founded upon estimates of the Township Committee as to the amount of work done or articles furnished and delivered, or both, and upon presentation by said Contractor, to the Township Treasurer of said Township an appropriate voucher setting forth, in writing, the amount of work done or goods furnished, and that the work done or articles furnished are according to this Contract, and according to law; AND it is distinctly and mutually understood and agreed by and between the parties hereto, that in case a default is made in the completion of the Contract, in accordance with the terms and conditions hereof, such money as may be due to said Contractor, or such as would have become due had the terms

and conditions of this Contract and agreement been complied with, shall be and is hereby forfeited to said Township, and said Township is free to use the same in and about the completion of said contract, and in case said Township is put to any costs and expenses over and above the contract price of the Contractor, in and about the completion of the Contract, said Contractor for themselves, itself, their heirs, executors, administrators, successors and assigns, expressly agree to hold themselves, itself, their heirs, executors, administrators, successors and assigns, liable therefore, and hereby covenant and agree to make good the same to the Township. Upon Township determination that services provided by the contractor are unsatisfactory, said contract may be cancelled subject to thirty (30) days written notice being provided to the contractor; The Contractor agrees to make payments of all proper charges for labor and materials required in the aforementioned work, and defend, indemnify and save harmless the Township of Cinnaminson, its officers, agents and servants and each and every one of them against and from all suits and costs of every name and description, including attorney's fees and costs and from all damages to which said Township of Cinnaminson or any of its officers, agents or servants may be put by reason of injury to the person or property of others resulting from carelessness in the performance of said work, or through the negligence of the Contractor, or through any improper or defective machinery, implements or appliances used by said Contractor in the aforesaid work or through any act or omission on the part of said Contractor, or their agent or agents. This provision applies regardless of whether insurance coverage is provided. It is also agreed and understood that the acceptance of the final payment by the Contractor shall be considered as a release in full of all claims against the Township out of, or by reason of, the work done and materials furnished under this contract; and AND it is expressly understood and agreed that this Contract and the referenced inclusion of the bid documents represent the full understanding between the parties and any representations, whether oral or in writing, not contained herein, will not be binding on the parties hereto. This agreement, together with the contract documents, forms the contract and they are as fully a part of this contract as if hereto attached or herein repeated. The Owner and the Contractor, for themselves, their heirs, executors, administrators, successors or assigns, hereby agree to the full performance of the covenants herein contained. IN WITNESS WHEREOF, they have executed this Agreement. CONTRACTOR: ATTEST: BY Print Name & Title Print Name & Title (Seal) Dated this day of, 20. TOWNSHIP OF CINNAMINSON: ATTEST: BY (Seal) Dated this day of, 20.

CERTIFICATE OF INSURANCE - REQUIREMENTS Name & Address of Insured Enter (X) Type of Insurance Policy Number and Insuring Company(ies) Policy Expiration Date Amounts of Less Than $1,000,000 Will Not Be Acceptable Limits of Liability Amount Required Each Occurrence General Liability Comprehensive Gen. Form General Aggregate $2,000,000 $ Amount Provided Each Occurrence Premises-Operations Explosion & Collapse Hazard Underground Hazard Products/Completed Operations Hazard Bodily Injury $1,000,000 $ Property Damage $1,000,000 Contractual Ins. (Blanket) Broad Form Prop. Damage Independent Contractors Bodily Injury and Property Damage Combined $1,000,000 $ Personal Injury Personal Injury $ $ Automobile Liability Bodily Injury $ $ (Each Person) Comprehensive Form Bodily Injury $ $ (Each Accident) Owned $ $ Non-Owned Property Damage $ $ Garagekeepers Insurance (Without regard to legal liability as direct coverage on a primary basis) Excess Liability Umbrella Form Other Than Umbrella Form Bodily Injury and Property Damage Combined Bodily Injury and Property Damage Combined $1,000,000 $1,000,000 $ Worker s Compensation and *All States Endorsement Statutory NJ Coverage $100,000/$500,000 Employers Liability Minimum $100,000 $100,000 $ Remarks: Additional Insured: TOWNSHIP OF CINNAMINSON It is understood and agreed that in the event of any material change in, cancellation of, or expiration of the above policy or policies the undersigned Insurance Company agrees to given a written notice to the Owner, at the above address thirty (30) days in advance of such change or cancellation. This certificate is executed and issued to the Owner on the day and date herein below written certifying that the Insured has been issued the above policy or policies with Limits of Liability of at least the required amounts. *** PLEASE PUT X S IN AFFORDED COLUMN OR CERTIFICATE WILL BE RETURNED *** Name of Agency Signature of Authorized Representative of Insurance Company Street Address Address Date City, State & Zip Code Agency Telephone No.

TO: INSURANCE PRODUCER Your client, as a supplier to the Owner is required to provide a certificate of insurance for the coverages and amounts indicated on the reverse side of this insurance certificate. It is important to your client that you respond quickly since continued business relationships depend upon valid insurance. Additionally, the minimum amount and type of coverage shown on our certificate is not negotiable and is not intended to imply that is all the insurance necessary to protect him/her from all losses or liability. It is the Owner s policy to require all suppliers who make deliveries or perform assembly, repair operations or a service in, on or upon our property/premises or property/premises under our care, custody and control to maintain the insurance coverage described below; such insurance must be obtained prior to the start of any such work the Owner. A. Comprehensive General Liability (CGL) This coverage must include: Premises-Operations, Products/Completed Operations Hazard, Contractual Insurance (Blanket Coverage), Broad Form Property Damage, Independent Contractors, and Personal Injury and all others shown on X in the required column. Minimum Coverage Bodily Injury and Property Damage combined - as shown in the amount required column AMOUNTS OF LESS THAN $1,000,000 WILL NOT BE ACCEPTABLE. Contractual Insurance (Blanket Coverage) Contractual Indemnification - Save Harmless Agreement which is incorporated into all Vouchers, General Purchase Agreements and Contracts.) INDEMNIFICATION Supplier shall defend, indemnify and save harmless, the Owner from and against all losses, costs, damages, expense claims or demands arising out of or caused or alleged to have been caused in any manner by a defect in any equipment or materials supplied hereunder or by doing the work herein provided, including all suits or actions of every kind of description brought against Owner, either individually or jointly with Supplier for or on account of any damage or injury to any person or persons or property, caused or occasioned or alleged to have been caused by or on account of the performance of any work pursuant to or in connection with this contract or through any negligence or alleged negligence in guarding the work or through any act, omission or fault or alleged act, omission or fault of the Supplier, its employees or agents, or others under Supplier s control. B. Automobile Liability - Comprehensive Form (or as shown on reverse side) Minimum Coverage Bodily Injury and Property Damage combined - as shown in the amount required column. C. Worker s Compensation - As required by New Jersey State Statute and Employer s Liability (minimum $100,000) D. Excess Liability Commercial Umbrella Form - $1,000,000. E. Other Coverage(s) As shown on reverse side. Important - Producer: PLEASE CHECK THE AFFORDED BLOCK FOR EACH COVERAGE PROVIDED. THE CERTIFICATE MUST BE SIGNED BY THE AGENT OF THE INSURER OR CERTIFICATE WILL BE RETURNED. IT IS NECESSARY TO SUBMIT YOUR CLIENTS COVERAGE THIRTY (30) DAYS PRIOR TO THE EXPIRATION OF THE EXITING COVERAGE ON OUR CERTIFICATE ONLY; ALL OTHERS WILL BE RETURNED TO THE SUPPLIER AND SERVE TO DELAY FUTURE BUSINESS DEALINGS BETWEEN THE OWNER AND YOUR CLIENT.