REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

Similar documents
REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

REQUEST FOR QUOTATION GRASS CUTTING

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

CITY OF UNIVERSITY HEIGHTS TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS

REQUEST FOR QUALIFICATIONS Tree Trimming & Removal Services

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

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

Town of South Bruce Peninsula. Quotation PW Tree Removal Services

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Town of Lee Septic Tank Pumping Services

BERRIEN COUNTY ROAD COMMISSION

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

Request for Proposals. Consultant for Board Governance Framework Design - Arts and Culture Centre

REQUEST FOR QUOTATION

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

TOWNSHIP OF NORWICH TENDER FOR ROADSIDE GRASS MOWING

REQUEST FOR QUOTATION

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

REQUEST FOR QUOTATION EURASIA WILDS ASPHALT PAVING RFQ #42 ( )

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Proposal. For. Grounds Maintenance Services

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

BID SPECIFICATION VILLAGE OF OTTAWA HILLS revised ANNUAL TREE PRUNING Fall Spring 2021

Berrysburg Borough Contract Specifications for Lawn Mowing and Maintenance of the Borough Square

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

SHORELINE AREA TREE TRIMMING

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

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

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR QUOTATION

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

LONE TREE SCHOOL FLOORING REPLACEMENT

TENDER GRAVEL CRUSHING PWT

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

Request for Bids/Proposals for City-Wide Stump Grinding Project

Request for Quotation

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

Subcontract Agreement

City of New Rochelle New York

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Whereas the Contractor has entered into an agreement (the "Prime Contract") dated the, 20 with:

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

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

REQUEST FOR QUOTATION

Tree and Bush Clearing Bid Proposal Form

REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

Pest Control Services

Scofield Ridge Homeowners Association

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

CONSTRUCTION CONTRACT EXAMPLE

Request for Quotation

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR QUOTATION 2015 HYDRO BLASTING OF WADING POOLS

Request for Tender. Humidifier Replacement February 19, 2013

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

DIVISION 1 GENERAL REQUIREMENTS SECTION MODIFICATION PROCEDURES AND PRICING OF CHANGED WORK

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

CITY OF URBANA, ILLINOIS. Request for Proposal GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: RAIN BARREL AND COMPOST BIN SEMI-TRUCK SALE

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

TENDER LOADING, HAULING AND SPREADING GRAVEL ON TOWNSHIP ROADS PWT

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

Transcription:

REQUEST FOR QUOTATIONS 2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract April 2018

Quotes shall be submitted by completing this document and placing it in a sealed, opaque envelope, clearly marked on the outside, "2018 Tree Maintenance Program Bucket Truck and Stump Grinding Contract ; Acting Controller; 3rd Floor City Hall", and must be received by the Controller before 2:00:00 pm local time on Friday, May 4 th, 2018. It is the responsibility of the bidder to deliver the sealed bid to the 3rd floor of City Hall before the time indicated. Late submissions will not be accepted and will be returned to the Bidder unopened. Any addenda will be posted on the City of Charlottetown website www.charlottetown.ca/tenders Bidders are responsible for checking the website for submission/quote/tender notices, documents, and addenda. The City is not responsible for ensuring bidders have obtained addenda. A minimum of one (1) hard copy of the submission documents is required, two (2) copies would be appreciated. No fax, email or electronic submissions will be accepted as the sole method of submission although an electronic copy (PDF or Microsoft WORD) of the submission would be appreciated either included in the envelope noted above or emailed following the closing date and time. It is the bidder s responsibility to ensure that their submission is received prior to the closing date and time noted above. There will be a public opening of submissions received immediately after closing. The awarding of a contract, if any, resulting from this Request for Quotations, shall be done, upon approval by City Council, as soon as practical after bid evaluations have been completed. Results of the Request for Quotations will be posted on the City s awards webpage at the following address: www.charlottetown.ca/tenders This Request for Quotations (RFQ) creates no obligation on the part of the City of Charlottetown to award the contract or to reimburse bidders for RFQ preparation expenses. The City of Charlottetown reserves the right to accept or reject any and all quotes, in whole or in part, received as a result of this request, and to negotiate in any manner necessary to best serve the interest of the City. The decision as to which submission best satisfies the needs of the City rests solely with the City and any decision is not open to appeal. Submissions will not be evaluated if the Bidder s current or past corporate or other interests may, in the City s opinion, give rise to a conflict in connection with this project. The City specifically reserves the right to reject all tenders if none is considered to be satisfactory and, in that event, at its option, to call for additional tenders. No term or condition shall be implied, based upon any industry or trade practice or custom, any practice or policy of the City or otherwise, which is inconsistent or conflicts with the provisions contained in these conditions. At the election of the City, whether or not a bid or bidder otherwise satisfies the requirements of the tender, the City may reject summarily any bid received from a corporation or other person which has been anywise involved in litigation, arbitration or alternative dispute resolution with the City within the five (5) year period immediately preceding the date on which the request for quotations was published. The City s evaluation may include information provided by the bidder s references and may also consider the bidder s past performance on previous contracts with the City or other institutions. The City may prohibit a bidder from participating in a procurement process based on past performance or based on inappropriate conduct in a prior procurement process, and such inappropriate conduct shall include but not be limited to the following: (a) the submission of quotations containing misrepresentations or any other inaccurate, misleading or incomplete information; (b) the refusal of the bidder to honour its pricing or other commitments made in its submission; or (c) any other conduct, situation or circumstance, as solely determined by the City. City of Charlottetown Page 2

A Bidder who has already submitted a bid may submit a further bid at any time up to the official closing time. The last submission received shall supersede and invalidate all submissions previously submitted by that bidder for this RFQ. Any bidder may withdraw or qualify his/her submission at any time up to the official closing time by re-submitting a new bid to the City. The time and date of receipt will be marked thereon and the new submission will be placed in the tender box. The new submission shall be marked on the sealed envelope by the Bidder as Resubmission # along with the name of the RFQ and to the attention of the Controller, as noted above in the RFQ. Bids may be withdrawn at any time prior to opening upon written request from the bidder. Negligence on the part of the bidder in preparing his/her bid shall not constitute a right to withdraw a bid subsequent to the bid opening. Any potential conflict of interest must be disclosed to the City in writing. Any conflict of interest identified will be considered and evaluated by the City. The City has the sole discretion to take the steps they deem necessary to resolve the conflict. If, during the term of the Contract, a conflict or risk of conflict of interest arises, the Contractor will notify the City immediately in writing of that conflict or risk and take any steps that the City reasonably requires to resolve the conflict or deal with the risk. The City reserves the right to cancel any request for tender at any time without recourse by the contractor. The City has the right to not award this work for any reason including choosing to complete the work with the Owners' [sic] own forces. All questions in respect of this RFQ must be addressed, in writing, by email to Stephen Wedlock, Acting Controller (swedlock@charlottetown.ca). Questions must be received no less than three (3) business days before the closing date of this Request for Quotations. Introduction: This RFQ is for the City of Charlottetown Tree Maintenance Program (excluding Dutch elm disease work and tree work that can be done by City staff). City of Charlottetown Page 3

The undersigned understands and agrees to the following provisions of this request for tender: AGREEMENT 1. That all equipment may be requested to be inspected at the City Works Facility by a City representative before being accepted. If, in the City s opinion, the equipment is not in good condition or running order or does not meet the City requirements, the City will not accept the equipment and no payment will be made to the Contractor. 2. All equipment (vehicles, motorized, manual) shall be properly maintained according to manufacturer s specifications, and in accordance with any required registrations, inspections or certifications (i.e. MVI, Geocon, Di-electric, License and Registration). 3. The cost of all maintenance and repairs is the responsibility of the undersigned (Contractor). Payments will not be made to the Contractor for time spent on maintenance and repairs. 4. That if the equipment experiences mechanical problems and is unable to continue working, it will be the responsibility of the Contractor to provide alternate equipment that is similar in design and has the capabilities of the original equipment. Should the equipment incur excessive breakdowns, the City has the right to cancel the Contractor agreement without notice or penalty. 5. That all operating costs including, but not limited to: cost of fuel, lubricants, etc., shall be the responsibility of the Contractor. 6. That the Contractor is to provide experienced, well-qualified operators for this equipment, the cost of which is included in the quoted rate. In the event that the undersigned is unable to provide the operators as listed in the Quotation Form, the undersigned may substitute another operator with similar experience and qualifications, subject to approval by the City (which approval shall not be unreasonably withheld). That the undersigned, before undertaking any work under this Agreement, shall provide a certificate of good standing issued by the Workers Compensation Board. 7. That the Contractor will provide qualified Arborists/tree workers to carry out pruning and removal work. All tree work must meet International Society of Arborists standards. 8. That the undersigned is to carry and keep in force, Public Liability Insurance in a form equivalent in terms of coverage to the industry standard Commercial General Liability for all services provided to and on behalf of the City of Charlottetown and Charlottetown Water and Sewer Utility (City/Utility) and the amount of coverage shall be not less than two million dollars ($2,000,000.00) per occurrence and to indemnify and save harmless the City/Utility in the event of any damages, suits or actions as a result of damages, injuries or accident done to or caused by the Contractor, or his employees or relating to the prosecution of the works or any of his operations or caused by reason of the existence or location or condition of any materials, plant or machinery used there on or therein, or which may happen by reason thereof, or arising from any City of Charlottetown Page 4

failure, neglect or omission on his part, or on the part of any of his employees, to do or perform any or all of the several acts or things required to be done by the Contractor or his employees under and by these conditions, and covenants and agrees to hold the City/Utility harmless and indemnified for all such damages and claims for damages. A copy of the Commercial General Liability Insurance (or certificate of insurance) covering the legal liability of the submitter for injuries to, or death of, persons and/or damage to property of others for limits of not less than two million dollars ($2,000,000.00) per occurrence for bodily injury and property damage with an insurer and in a form satisfactory to the City/Utility, will be furnished. Such insurance shall have the City/Utility as an additional insured and shall contain cross liability coverage and preclude subrogation by the insured against the City/Utility. A Certificate(s) of Insurance and any renewals thereof, shall be furnished to the City prior to commencement of work by the Contractor and must be updated as required during the Term. All required insurance shall be endorsed to provide the City with thirty (30) days advance written notice of cancellation or material change and fifteen (15) days notice in the event of non-payment. 9. That the undersigned shall ensure that all machines are properly registered, inspected and fully equipped throughout the term of the Agreement. 10. That, in the case where the operator fails to report to a job site when required, repeated poor performance on the job as determined by the City, or any other reason, the City reserves the right to cancel the Agreement without notice or penalty. 11. That the City reserves the right to cancel any agreement on the basis of poor performance. The City shall be the sole judge of performance. The City reserves the right to reject any or all quotes or to accept any quote or portion thereof. 12. That the undersigned will act as an independent contractor and is entitled to no other benefits or payments whatsoever other than those specified in the Quotation Form. 13. That the City reserves the right to reject any equipment or operator if an appropriate level of service is not received. 14. That payment for bucket truck equipment and an operator for pruning and tree removals work will be made on an hourly basis with no standby rate. Payment for the equipment and operator shall be made where the equipment is used in the conduct of operations of the City. The length of time for each job will be at the discretion of the City Superintendent, Parkland Conservationist or designate. The cost of the use of contractor equipment, over and above the bucket truck, will be negotiated with the City, prior to using said equipment. City of Charlottetown Page 5

15. That payment for stump grinding will be made base on an average cost per stump for stumps up to five (5) feet in diameter. The Contractor will provide one price (per stump) that will apply to all stumps up to five feet in diameter. 16. That all work to be performed under this Agreement must be performed to the satisfaction of the City. 17. That the undersigned shall indemnify and hold harmless the City, its agents, representatives, and employees for and against all claims, demands, losses, costs, damages, actions, suits or proceedings of every nature and kind whatsoever arising out of, or resulting from the undersigned's performance of the work pursuant to this Agreement (hereinafter called "Claims"), provided that any such claim is caused in whole or in part by any act, error, or omission, including but not limited to, those of negligence, of the undersigned or anyone directly or indirectly employed by the undersigned or anyone from who the undersigned be liable. 18. That it shall be the sole responsibility of the undersigned to submit any applications, reports, payments or contributions with respect to Harmonized Sales Taxes, Income Tax, Canada Pension Plan, Employment Insurance, or any other similar matter which may be required by law to be made by the undersigned as an independent contractor in connection with the services to be performed under this Agreement. 19. That it shall be the sole responsibility of the undersigned to comply with all Federal, Provincial and Municipal legislation which may have application to the services being performed under this Agreement. 20. That the undersigned shall not subcontract or assign this Agreement or any portion of the work to be performed thereunder without obtaining in advance, the written permission of the City. The decision to permit a subcontract or assignment of this Agreement or any portion of the work thereunder shall be in the sole discretion of the City. 21. That this Agreement shall ensure to the benefit of and be binding upon the parties hereto, their executors, administrators, successors and assigns. 22. That this Agreement constitutes and expresses the entire agreement of the parties hereto and any amendment or addition thereto shall be in writing and signed by the respective parties. 23. That this Agreement will comply with the regulation of the Occupational Health and Safety Act and any other regulations pertaining to the construction and maintenance of the works. See the City of Charlottetown s website under Tenders for a complete list of documentation requirements for Contractors. 24. Vendors are advised that the City has now moved to electronic payments on goods and services provided to the City. Payment of invoices will be made by way of Electronic Funds Transfer (EFT). The successful bidder will be required to provide the necessary banking information for registration on the City system. City of Charlottetown Page 6

25. The City reserves the right to extend this contract for two (2) years as of May 1, 2020 at terms mutually agreed to by both parties. DATED: CONTRACTOR/VENDOR: (Signature) (Print name) The purpose of the Request for Quotes process is to select a Contractor to carry out pruning, tree removals and stump grinding under the City s Tree Maintenance Program. The City is requesting the following: 1. The Contractor is to supply a bucket truck and operator, at an hourly rate, to carry out tree pruning and removals. The operator will carry out pruning and removal activities that require a boom truck. Tree debris, once on the ground will be limbed and blocked by City staff. Cleanup of tree debris and lawn reinstatement/grass seeding will be the responsibility of City staff. 2. Pruning must follow the American National Standards Institute standard for tree pruning (ANSI A300). Pruning activities will not: leave branch stubs make unnecessary heading cuts cut off the branch collar (not make a flush cut) top or lion s tail trees (stripping a branch from the inside leaving foliage just at the ends) remove more than 25 percent of the foliage of a single branch remove more than 25 percent of the total tree foliage in a single year damage other parts of the tree during pruning use wound paint prune without a good reason use climbing spiked to climb the tree 3. Arborist activities such as tree climbing, must follow applicable law and regulations (OSHA), Industry Standards, manufacturer s tool and equipment instructions to ensure safety on the City of Charlottetown Page 7

work site. 4. Stump/exposed root grinding and sawdust cleanup - stumps must be ground to a depth of eight (8) inches below the surrounding soil surface. Exposed root flares and bulging roots near soil surface must be ground to a depth of eight (8) inches below soil surface to allow for proper levelling during lawn reinstatement. City staff will clean up the sawdust from the stump grinding. Lawn reinstatement/grass seeding will be the responsibility of City staff. 5. The Contractor will be responsible for repairing any damage to infrastructure that they have incurred on or to the job site such as, but not exclusive to, damage to other trees, fences, sheds, sidewalks, curbing, utilities, etc. The City will be responsible for its own damage which occurs through City work. The Contractor agrees to notify the City of Charlottetown within twenty-four (24) hours of any and all damage to property that may result from the tree work described in this contract. 6. Owners and residents of private property will be notified by City staff that at tree will be removed adjacent to their property. The contractor is responsible for not commencing removal work before notifications have taken place. City of Charlottetown Page 8

CONTRACTOR INFORMATION FORM: Vendor s Name: Address: City: Province: Telephone No.: Fax No.: E-mail address: Website: Contact Person: Title: Telephone No.: NAME (Please print) TITLE (Please print) AUTHORIZED SIGNATURE DATE Affix Corporate Seal (If Applicable) City of Charlottetown Page 9

QUOTE FORM The City of Charlottetown is not bound to accept the lowest or any quote received. The full Bid Package must be returned and any additional information may be attached. ITEM DESCRIPTION COST Boom Truck Rental with Operator Hourly rate (For pruning and tree removal activities) $ HST (15%) $ Total Submission Price $ Stump Grinding $ (A per stump cost based on stumps up to 5 feet in diameter) HST (15%) $ Total Submission Price per stump $ BID COMPANY NAME: CONTACT NAME (PRINT): TELEPHONE/CELL PHONE: EMAIL: SIGNATURE Date: Affix Corporate Seal (Where Applicable) City of Charlottetown Page 10