Town of Effingham Multi-Year Winter Specifications

I. The Contractor agrees to plow and sand/salt all 42 (+/-) miles of Town roadways listed in part A and B of this section. The Contractor also agrees to plow and sand/salt all of the municipal properties listed in part C and D of this section.

A. All roadways that will be plowed etc. in the entirety are: Bailey Road Nutter Road Champion Hill Road Old Pound Road Clough Road (To Ossipee Line) Pine River Road (To Rte. 16) Colcord Hill Road Plantation Road (To Maine Line) Corner Road Pratt Road (To Maine Line) Drake Road Ryefield Road (To Rte. 25) Elm School Street Granite Road Snow Road Green Mountain Road Stillings (No Salt) Huntress Road Storage Road Iron Works Road Townhouse Road Jones Road

B. Roadways that are not maintained in their entirety in the winter months: Bonnyman Road (Wakefield Line to M418 L6) Highwatch Road (Class V section) Hobbs Road (Class V Section) Hutchins Pond Road (to bridge) Jack Russell Road (Class V section) Libby Road (Class V section) Molly Philbrick Road (Granite Rd. to driveway M416 L17) Moody Road (Class V section) Rumney Hill Road (Class V section) Simon Hill Road (Ossipee line to driveway M418 L2) West Range Road (Class V section) Wilkinson Swamp Road (Jones Rd. to driveway M412 L56, Clough Rd. to driveway M416 L31)

C. All municipal properties including driveways and parking lots need to be cleared and maintained during regular business hours.

Town Hall/Library Municipal Offices Transfer Station Fire Station #1 Fire Station #2

D. All dry hydrants and water supplies must be cleared.

Elm St. @ Pine River Bridge Hobbs Road Snow Road Canoe Ramp @ Ossipee River, Rte 25+Rte. 153

The Contractor will be provided with and will use the New Hampshire Department of Transportation Winter Maintenance Snow Removal and Ice Control Policy as a guide in performing the duties.

The Contractor agrees to plow all areas as stated above in section I, to their maximum width – up to the ditch line on both sides of the roadway. This pertains to both paved and unpaved roadways, and includes winging. This also pertains to all intersections, fire stations and town parking areas. When determined by the Town and/or Contractor, the removal of snow from certain areas may be necessary at no additional cost.

All Town roadways and municipal properties shall be sanded and/or salted to ensure safe passage. At the discretion of the Board of Selectmen, more frequent sanding and or salting shall be performed. The Town bears the expense of the salt and sand used on Town roadways and municipal properties.

The Contractor agrees to provide proof of motor vehicle insurance coverage to the Town, and evidence to the Town that all vehicles to be used during the life of this contract are appropriately registered and have passed all necessary inspection requirements. The Board of Selectmen will conduct an inspection of all vehicles to be used prior to signing the contract.

The following documentation must be submitted as part of the proposal package. If any of these documents are missing when proposals are opened, that package will not be considered.

Proof of current Worker’s Compensation insurance covering the Contractor’s employees must be submitted with the proposal.

Proof of appropriate property liability insurance in the amount of One Million Dollars ($1,000,000.00) for each occurrence, with a minimum aggregate of Two Million Dollars ($2,000,000.00), issued by an insurance company satisfactory to the Town must be submitted with the proposal.

All bidders must submit a performance bond of security, issued by an established firm acceptable to the Board of Selectmen, in an amount equal to at least 100% of the current yearly contract price. If a bond is not in place, it must be substituted by an auditor’s statement that they have audited the most recent 3 year’s financial statements and find them suitable to be used to secure a performance bond. In this case, if awarded the contract, the contractor will secure a performance bond in the required amount within a 30 day period from the time the contract is awarded. The bond or auditor’s statement must accompany the proposal to be considered.

The duration of this contract shall be for three (3) years beginning with the date of the contract. The contracted annual amount shall be fixed, as proposed, for a period of three (3) years. Day. Payments will be made in equal payments beginning in November and ending in May for the then current contract period.

The minimum required equipment listed below (or agreed upon equivalent) is to be available at all times, for use during snow and ice removal and treating operations.

Three (3) large trucks (6-wheel and/or 10-wheel) or equivalent with front road plows, wing plows and sand spreaders, one of which shall be all wheel drive. Minimum total spreader capacity shall be 48 cubic yards.

Two (2) 1-ton four wheel drive trucks equipped with snowplow and a 3+ cubic yard sand spreader.

One (1) 3/4 –ton four wheel drive truck equipped with plow.

Two (2) Loaders of sufficient size to load sand or salt into sand spreaders at the Town Salt Shed and at a second site. One shall be a wheeled loader equipped and registered to operate on the and be used for snow removal on Town and other Town properties.

Note: Alternative comparable equipment, that exceeds the above minimum requirements, may be substituted for the above specified equipment. A list of any substitute equipment shall be provided to the Selectmen. Equipment will be deployed as needed to meet the conditions of the Contract.