HomeMy WebLinkAboutResolution - 2024-R0110 - PO 25101687, Hi-Lite Airfield Services, LLC, Runway Pavement Marking/Removal - 03/05/2024Resolution No. 2024-RO110
Item No. 5.10
March 5, 2024
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Purchase Order No. 25101687 by and between the
City of Lubbock and Hi-Lite Airfield Services, LLC, for Runway Pavement Marking and
Removal at the Lubbock Preston Smith International Airport, and related documents. Said
Purchase Order is attached hereto and incorporated in this resolution as if fully set forth herein
and shall be included in the minutes of the City Council.
Passed by the City Council on March 5, 2024
SHELIA PATTERSON HARRIS,
MAYOR PRO TEM
ATTEST:
Paz, City Secretary
APPROVED AS TO CONTENT:
Bill I Tower�gfr, Deputy City
APPROVED-A,&ZO FORM:
t Assistant City Attorney
ccdocs II/RI S.Hi Lite Airfield Service, LLC-PurchaseOrd
February 7, 2024
�I►410- City of
Lubbock PURCHASE ORDER
TEXAS
TO: HI LITE AIRFIELD SERVICES LLC
PO BOX 597
WATERTOWN NY 13601
Page -
Date -
2/6/2024
Order Number 25101687 000 OP
Branch/Plant
SHIP TO: CITY OF LUBBOCK
LUBBOCK PRESTON SMITH
INTERNATIONAL AIRPORT
5401 N. MARTIN L KING BLVD
LUBBOCK TX 79403
IN\ OIC'E TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBSOCK, TX 79457 BY:
Marta Alva, ., Director oFPurchasing & Contract Management
Ordered 2/27/2024 Freight
Requested 4/30/2024 Taken By
Delivery PER J DELAROSA REQ 61334
YBUSBY
PUR 17900/SOU RC EWELL CONTRACT # 110 1 22-HLA
If you have any questions contact Jean DeLaRosa: JDeLaRosa@mylubbock.us Phone 806-775-3129
Description/Supplier Item
Marking Removal Nlobilization
Paxem�r.t'Mx-k`.n� Removal
Pavrmrr,t Markin,-, Moh:lization
Whit• R.utway Pavemcni Marking
B1'a::i. Rt:nway Pavement Marking
Yellow vPavement Marking
Terms NET 30
Ordered
Unit Cost
UM
1.000
3,720.0000
EA
73,100.000
1.1500
EA
1.000
3,720.0000
EA
33,120.000
.9500
EA
25,694.000
.8500
EA
14,286.000
.9500
EA
Extension Request Date
Total Order
3,720.00 4/30/2024
84,065.00 4/30/2024
3,720.00 4/30/2024
31,464.00 4/30/2024
21,839.90 4/30/2024
13,571.70 4/30/2024
158,380.60
This purc'.:�:c ordc: encumbers funds in the amount of $158,380.60 awarded to Hi-Lite Airfield Services, LLC of
Bradenton, FL, or. March 5 , 2024. The following is incorporated into and made part of this purchase order by
reference: Quote t!at d January 31, 2024, from Hi-Lite Airfield Services, LLC of Bradenton, FL, and Sourcewell Contract
# 110122-HI-A .
Resolution # 2024-R0110
CITY !� K:
SHELIA PATCERSON HARRIS, MAYOR PRO TEM
ATTEST:
Courtney P , City Secretary
4613
®rrW City of
1FUibr)ock
TEXAS
PURCHASE ORDER
TO: HI LITE AIRFIELD SERVICES LLC
PO BOX 597
WATERTOWN NY 13601
Page -
Date -
2/6/2024
Order Number 25101687 000 OP
Branch/Plant
SHIP TO: I Y OF LUBBOCK
1K PRESTON SMITH
1'v::1 yNATIONAL AIRPORT
5- ; 1 N. MARTIN L KING BLVD
LUBBOCK TX 79403
INVOICE TO: CITY Of LUBBOCK
ACCOUNTS PAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457 BY:
Marta Aivare , Director of Purchasing & Contract Management
Ordered 2/27/2024 Freight
Requested 4/30/2024 Taken By
Delivery PER .J DELAROSA REQ 61334
INSURANCE REQUIRED:
YBUSBY
PUR 17900/SOURCEWELLCONTRACT #110122-HLA
Commercial General Liability:
$1M occurrence / $2M aggregate (can be combined with an
Excess Liability to meet requirement). CGL is required in ALL
contracts. It is perhaps the most important of all
insurance policies in a contractual relationship. It insures the
Contractor has broad liability coverage for contractual activities
and for completed operations.
Workers Compensation and Emnlover Liabilitv:
Statutory. If the vendor is an independent contractor with no
employees and are exempt from providing Workers'
Compensation coverage, they must sign a waiver (obtained
from COL Purchasing) and include a copy of their driver's
license. Employer Liability ($1M) is required with
Workers Compensation.
Commercial General Liability to include Products —
Completion/OP, Personal a :d \1 M:Fusing Injury, Contractual Airport Commercial Liability Requirements:
Liability, Fire Damage (ar % one tire). and Medical Expenses Excess liability of $IOM is needed for this project.
(any one person).
Automotive Liability:
$1M - CSL/Occurrence.
*The City of Lubbock (including its officials, employees and volunteers) shall be afforded additional insured status on a primary
and non-contributory basis on all liability policies except professional liabilities and workers' comp. *Waivers of Subrogation are
required for CGL, AL, and WC. *To Include Products of Completed Operations endorsement. *Carrier will provide a 30-day
written notice of cancellation, 10-day written notice for non-payment. *Carriers must meet an A.M. Best rating of A- or better.
*Subcontractors must carry same limits as listed above.
4613
Rev. 3/2022
Seller and Buyer agree as
follows:
PURCHASE ORDER
TERMS AND CONDITIONS
STANDARD TERMS AND CONDITIONS
ACCEPTANCE OF THIS PURCHASE ORDER:
CON[ F ACTOR ACKNOWLEDGES by srggpjying any GnoiLs or Sc-ics that the Contractor has read. fidhy
SIIlSLCi Iandr.,_anA ,gill be in fidl compliance with all mares and conditions and Ilse dsc intivc material mnlaincd herein
and it,,. aJdnumal a:;socialed domiments and Amendments, The Citv_disclaims_anv_terms and conditions Provided by
the Contractor unless agreed upon in writing by the panics. In the_, •grit af_conflict between the City's terms and
conditions and in) locos and conditions provided by the Cnntrartor. Lite [eons and conditinns provided hqrr4_nball
yr iyl,_.I lfe_tcCrna and conditions prOi•idcd herein arc the final terms aid upon by the parties, and an, iminr
i,on Memne 1-,hall be oFno force oreflL
I. SELLER TO PACKAGE GOODS. Seller will package goads in accordance with good commercial practice.
Each shippine container shill be clearly and permanently marked as follows (a) Seller's name and address, (b)
Consignee's Pain:. JddrCs> and purchase order or purchase release number and the supply agreement number if
applicable, (c) Cork.-- number amid total number of containers, e.g. box l of 4 boxes, and (d) the number of the
cmmaioer bearing it,, pxking slip. Seller shall bear cost of packaging unless otherwise provided. Goads shall be
suitably packed to se vie lowest transportation costs and to conform with requirements of common carriers and any
applicable specifications. Buyer's count or weight shall be final and conclusive on shipments not accompanied by
packmy lists.
2. Sl 1111MEN7 CNDER RESERVAI [ON PROHIBITED. Scllcr is not authorized to ship the goods under
resavat ion and no lender of n bill of lading will opci etc as a tender of goods.
3. I]TLE AND RISE: OF LOSS. The lick and risk: of loss of the goods shall not pm5 to Buyer until Buyer actually
rceci, a and ial:,�. per of the yvwrks at the point or points of delivery.
4. NO REPLACGt,1ENT OF DEFECTIVE TENDER Every tender of delivery of �,,00ds must fully comply with all
provisions of this contract a to time of delivery, quality and the like. Ifa tender is made ,chicih does not fully conform,
this shall constir ute a breach and Seller shall not ha%c the right to substitute a conforming tcndat provided, where the
time for pert'ormancc has not yet expired, die Seller may reasonably notify Buyer of his intention to cure and may
then make a conforming tender within the Protium, time but not afterward.
5. INVOICES 8 PAYMENTS. a S e l I e r shall submit separate invoices, in duplicate, one each purchase order or
puichase release after each delivery. Invoices shall indicate the purchase order or purchase reheau number yid
the supply agreement number if applicable. Invoices shall be itemized and transportation charge, if any, shall be
listed separately. A copy of the bill of lading, and the Freight waybill when applicable, should be attached to the
invoice. Mail To! Accounts Payable, City of Lubbock, P. O. Box 2000, Lubbock, Texas 79457. Payment shall not
be due until the above instruments are submitted after dclivcry.
6. GRATUITIES. The Buyer may. by written notice to the Seller, cancel this contract without liability to Seller if
it is determined by Buyer that gratuities, in the Form of em,ii-io it, gifts or otherwise, were offered or given by the
Seller, or any agent or representative of the Seller, to any o0 item or employee of the City of Lubbock with a view to
securing a contract or securing favorable treatment with respect to the awarding or amending, or the making of any
determinations with respect to [be performing of such a conanct In the event this contract is canceled by Buyer
pursuant to this prevision. Buyer shall be entitled, in addition t„ :n,•: other rights and remedies, to recover or withhold
the amount of the cost incurred by Seller in providing such gratuities.
7. SPECIAL TOOLS & TEST EQUIPMENT. If the price stated on the face hereof includes the cast of any special
tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, slich special
tooling equipment and any prates shocks related thereto shalt become the property of the Buyer and to the extent
feasible shall be identified by the Seller as such.
8. WAP.RANTY-PRICE. a. The price to be paid by the Buyer shall be that contained in Seller's bid which
Seller ,, rants to be no higher than Seller's current process on orders by others for products of the kind and
spec i i icalwo coi•ered by this agreement for similar quantities under similar of like conditions and methods o F pumha c.
In the teen[ Scllcr breaches this warranty, the prices of the items shall be reduced to the Seller's current prices
on orders- be others. or in the alternative. Buyer may cancel this contract without liability to Seller for breach
or S•_IICr < acmal expense. b. The Seller warrants that no person or selling agency ]to been employed or retained to
solicit i., .-- ihlr: contract upon an agreement or understanding for commission, percentage, brokersgc, or contingent
fee c•:cept ing bona ode employes of bona fide established commercial or selling agencies maintained by [he Seller for
the put pose of securing business. For breach of %iciation of this warranty Lite Buyer shall have the right in addition to
any other right of rights to cancel this contract without liability and to deduct Frain the contract price, or otherwise
recover without liability and to deduct from the contract price, or otherwise racer-" the full amount of such commission,
percentage, brokerage or contingent fec.
9. 1F .RRANTY-PRODUCT. Seller shall not limit or "clinically, implied warranties and any attempt to do so shall
render this contract voidable at the option of the Buyer. Sella, warrants that the goods furnished will conform to the
specifrc-ation, drawings, and descriptions listed in the bid invitation, and to the samples) ftlmishcd by the Scllcr, if any.
In the event of a conflict or between the specification, drawings, and descriptions, the specifications shall govern.
Nrn,cltrnaaJing any provisions contained in the contractual agrcemcnt, the Seller represents and wararls fault -free
performance and fault -free result in the processing date and date related data (including, but not limited to calculating,
comparing and sequencing) of all hardware, solhvare and firmware products delivered and services provided under
this Contract, individually or in combination, as the case may be from the effective date of this Contract. "rile
obligations contained herein au91y to products and scrvics provided by the Seller, its sub- Sella' or any third party
involved in the creation cr do clopment Of dhe Products antl services to be delivered to the City of Lubbock under this
Contract. Failure to comply u•nh in, of the obligations contained herein, may result in the City of Lubbock
availing itself of :,ny of i;. rights under; die tars mid under this Contract including, but not limited to, its right pertaining
to termination or default. The warranties contained hacin arc separate and discrete from any other warranties
specified in this Comraci. and arc not subject to any disclaimer of warranty, implied or expressed, or limitation of the
Seller's liability which rrny be specified in this Contract, its appendices, its schedules, its annexes or any document
incorporated in this Connacl by reference.
10. SAFETY WARRANTY. Seller warrants that the product sold to the Buyer shall conform to the standards
promulgated by the U. S. Department of Labor under the Occupational Safety and Health Act of 1970, In Lite event the
product does not conforn to OSHA standards, Buycr may return the product for correction or replacement at the
Seller's expense. In the event Seller fails to make the appropriate correction within a reasonable time, correction
made by Buyer will beat the Seller's expense.
11. NO WARRANTY BY BUYER AGAINST INFRINGEMENTS. As part of this Cointaci 1'or sale Seller agrees
to ascertain whether goods manufactured in accordance with the specifications at,-hcd a, ihi.:i i,emnn will give
rise to the rightful claim of any third person by way of infringement of the like. Bu;cr makes no wart-ty that the
production of goods according to the specification will not give rise h, :uch a cl a wd in no event shall Buyer be
liable to Seller For indemnification in the event that Seller is sued on the grounds of inli-ingenicnt of the like. If Seller
is of the opinion that an infringement or die like will result, he will notify the Buyer to this ctfcd in writing within two
weeks aflcr the signing of this agreement. If Buyer dots not receive notice and is subsequently held liable for
the infringement or the like, Seller will save Buyer harmless. If Seller in good faith ascertains the production of the
goods in accordance with the specifications will result in inh•ingenient or die like, the contract shall be null and void.
12. NON APPROPRIATION. All funds for payment by the City under this contract are srbjccl to the availability of an
annual appiopnation for this purpose by the City. In the wml of nonapproprfation of funds by tlhe City Council oftlie
City of Lubt-ock For the goads or services provided under the contract, the City will terminate the contract, wilhaul
termination chime or other liability, on the last day of the then-currenl fiscal year or when the appropriation made for
the thet•cun ant pCar for die goods or services covered by this contract is spent, whichever event occurs first. If al any
time Rinds arc not :.pprornikted ror the continuance of this contract, cancellation shall be accepted by the Sella on
thirty (30) days prior ,%niton notice, but failure to give such notice shall be of no effect and the City shall not be
obligated under this contract beyond the date of temminatian
13. RIGHT OF INSPECTION. Buyer shall have the right to inspect the goods at delivery before accepting them
14. CANCELLATION. Buyer shall have die right to cancel for default all or any part of the undelivered portion of
this order if Seller breaths anyof the terms hereof including warranties of Seller or if the Seller becomes insolvent or
commits acts of bankruptcy. Such right of cancellation is in addition to and not in lieu of any other remedies which
Buyer may have in law or equity.
in accordance with this provision. I ninination of work hereunder shall be effmted by the delivery of the Seller of
a -Nol ice of thrill kimion' speck IN ing the c,tent to which performance of work under the order is terminated and the
date upon :which such terminal ion becomes cl feet ive. Such right or lamination is in addition to and not in lieu 0Ftile
rightsul 13"", serf L,nll in Claus, 1.I. It,, 6a.
16. FORCE NIAISURE. Neither party shall be held responsible for losses, resulting if the fulfillment of any
terms of provisions of this contract is delayed or prevented by any cause not within the control of the party whose
perfarmancc is intcrtl-1 with, and which by the exercise of reasonable diligence said party is unable to prevent.
17. ASSIGNMENT -DELEGATION. No right or interest in this oontract shall be assigned or delegation of any
obligation made troy Seller withoul the written permission of the Buyer. Any attempted assignment or delegation by
Sella, shall be wholly void and totally ineffective for all purpose unless made in conformitywith this paragraph.
18. WAIVER. No claim or right arising out of a breach of this contract can be duchargcd in whole or in part by a
waiver or nmunciawin of the claim or right unless the waiver or renunciation is supported by consideration and is in
writing signed by the aggrieved party.
19. INTERPRETATION -PAROLE EVIDENCE. This writing, plus any speiifcation. F- bids and perfarmancc
provided by Buyer in its advertisement for bids, and any Other dncumens proyfdcd by Seller as part of his bid,
is intended by the parties as a final expression of their agreement and intended also as a complete and exclusive
statement of the terms of their agreement. Whenever a term defined by Ore Uniform Commercial Code is used in this
agreement, the definition contained in the Code is to control.
20. APPLICABLE LAW, This agreement shall be governed by [he Uniform Commercial Code. Wherever the tent
"Uniform Commercial Code' is used, it shall be construed as meaning the Uniform Commercial Code w adopted in
the State of Texas a effective and in force on Ilene date of this agreement.
21. RIGHT TO ASSURANCE. Whenever one party to this contract in goad faith hu reason to question the other
party's intent to perform lie may demand that the other party give written assurance of his intent to perform In the
event that a demand is made and no assurance is given within five (5) days, the demanding party may treat this
failure as an anticipatory repudiation of the contract.
22, INDEMNIFICATION. Sella, shall indemnify, keep and save harmless the Buyer, its agents, officials and
employees. against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, costs and
expanses, which may in anywise accrue against the Buyer in consequence of the granting of this Contract or which
may anywise result therefi•orn, whether or not it shall be alleged or determined that the act was caused through
negligence or omission of the Seller or its employees, or of the subSeller of assignee or its employees, if any, and the
Seller shall, at his own expense. appear, defend and pay all clurrges of attorneys and all costs and other expenses
arising therofiom of incurred in connection therewith, and. if any judgment shall be rendered against the Buyer in any
such action, the Seller shall, at its own expenses, satisfy and discharge the same Seller expressly understands and
agrees tkn any bond required by this contract, or otherwise provided by Seller, shall in no way limit the
responsibility to indemnify, keep and save hanidess and defend the Buyer as hcrcin provided.
23. TIME. It is hereby expressly agreed and understood that time is of the essence for the performance of this
contract, and failure by contract to meet the time specifications of this agreement will cause Seller to be in default
of this agrcemcnt.
24. MBE. The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to
this request, minority and women busines enterprises will lie afforded equal opportunities to submit bids in response
to this invitation and will not be discriminated against oil the grounds of race, color, sex or natural origin in
consideration For an award.
25. NON -ARBITRATION. The City reserves the right to cxcrcisc any right Or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all florins ,I reliel" in a court of competent
jurisdiction. Further, the City shall not be subject to any arbitration proces, prior to c ct cising its unrestricted
right to seek judicial remedy. The remedies set forth herein are cumulative and not exchrs i,c. and may be exercised
concurrently. To the extern orally conflict between this provision and another provision in, ,, trLned to this document,
this provision shall control.
26. RIGHT TO AUDIT. At any time during the term of the contract, or thereafter, the L it,. or a duly authorized
audit repisenlativc of the City or the State of Texas, at its expense and at reasonabk times, reserves the right to
audit Contractor's records and books relevant to all services provided to the City under this Contract. In the event such
an audit by the City reveals any errors or overpayments by the City, Contractor shall refund the City the full amount
ofsnch ovapaymcnts within thirty (30) days of such audit findings, or the City, at its option, reserves (lie right to
deduct such amounts owing the City from any payments due Contractor.
27. The Contractor shall oat assign or sublet the contract, or any portion of the contract, without written consent from
the Director of Purchasing and Contract Management.
28. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited.
Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a
vendor that is identified by The Comptroller a a company known to have contracts with or provide supplis or smite
with Iran, Sudan or a foreign terrorist organization
29. Texas Government Code. Section 2252.908 requires a business entity entering into certain contracts with a
governmental entity orstatc agency to file with the governmental entity orstate agency a disclosure of interested parties
at the time the business entity submits the signed contract to the governmental entity or state agency. Instructions For
completing Form 1295 are available at: h(lp:�lsviww.ci.luhMck.tx.usidepnnmcntal-
websitesideuartments/mrrchL g/vcndnr-i nfmrmnt ion
30. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, Respondent certifies that
either (i) it meats an exemption criteria under Section 2271.002; or (ii) it does not boycott Israel and will not boycott
Israel during the Lenin or the contract resulting front this solicitation. Respondent shall state any facts that make it
exempt Frain the boycott certification in its Response.
31. No Boycott of Energy Companies. Pursuant to Section 2274 of the Texas Government Code, Respondent
certifies that Bitter (i) it meets an exemption criteria under Section 2274.002; or (ii) it does not boycott Energy
Companies and will not boycott Energy Companies during the term of the contract resulting from this solicitation.
Respondent shall state any Facts that make it exempt from the boycott certification in its Response.
32. No Boycott of a Fircarn Entity or Firearm Trade Association. Purstiant to Section 2274 of khc Texas
Government Cade, Respondent certifies that either (i) it meets an exemption criteria under Section 2274.002; or (h) it
does not boycott a Firearm Entity or Firearm Trade Association and will not boycott a Firearm Entity or Firearm
Trade Association during the teen of ate, contact resulting from this solicitation. Respondent shall slate any facts that
make it exempt From the boycott certifcation in its Response.
33. Contract., with Companies Engaged in Business with )ran, Sudan, or Foreign Teroris( Organization Prohibited.
Pursuant to Section 2252. 152 of die Texas Govcmmcnt Coda, prohibits the City from entering into a contract with a
vendor that is id ratified by'rhe Conhptiollcr as a company kraivo to have contracts with or provide supplies or
service with Iran. Sudan or a foreign iari,iisk orL�imization
34. TEXAS PI 4 LIC INFORMA I ION ACT. The requirements of Subchapter J. Chapter 552, Government Code,
may apply to ter. cu 1-i and the contractor or vendor agres that the contrad can lie terminated if the contractor or
vendor knowingly or imom ionally fails to comply with a requirement of that subchapter.
35. Pursuant to Section 552.30 t(c) of the Texas Government Code. the City of Lubbock has designated the following
email address for which public infoniudion rcqucsts may be made by an entailed request: mtfrcmvlubbock.us. Please
send this rcquesl to this email address for it to be processed
15. TERMINATION- The performance of work under this order may be terminated in whole, or in part by the Buyer
REV. Y2022
4>H1=L1TE
Lubbock International Airport — Marking Removal & Re -Marking Sourcewell Proposal
Hi-Lite Airfield Services, LLC Bid Date: 01/31/24
4816 Lena Road Proposal M 24-18375-P
Bradenton, FL 34211 Project Reference: Sourcewell Contract 110122-HLA
Completion Date: 12/31/24
Attn: Raymond Trejo Phone: (941) 713-2155
City/State: Lubbock, TX
Item# Description Qty Unit $ / Unit Price
P-620- Marking Removal Mobilization 1 EA $ 3,720.00 $ 3,720.00
PR.MOB
P-620-PR Pavement Marking Removal 73,100 SF $ 1.15 $ 84,065.00
P-620- Pavement Marking Mobilization 1 EA $ 3,720.00 $ 3,720.00
Paint.MOB
P-620-W.II.I White Runway Pavement Marking 33,120 SF $ 0.95 $ 31,464,00
P-620-B.II Black Runway Pavement Marking 25,694 SF $ 0.86 $ 21,839.90
P-620-Y.II.I Yellow Runway Pavement Marking 14,286 SF $ 0.95 $ 13,571.70
Total: $ 158,380.60
Project Description: Runway Marking Removal & Re -Marking
Remarks:
'Price Per Sourcewell Contract # 110122-HLk "
Price Includes (1) Mobilization for marking removal
Price Includes (1) Mobilization for pavement marking
'Any additional mobilizations will be charged at $3,720.00 per occurrence'
Paint:
TT-P-1952F Type II Waterborne Paint
Beads:
TT-B)1325D Type I Reflective Media
• No Temporary Markings included
• Quoted quantities are estimates only. Actual quantities will be field measured and verified for invoicing
• Owner to provide adequate water source and dump site for solid liquid debris
• Surface must be clean and free of FOD prior to painting
• No surface preparation will be performed outside Hi-Lite's scope of work. Hi-Lite will not be responsible for cleaning other
contractor's/construction debris
• All barricades, traffic control, set up, and tear down provided by others
• All work must be performed in dry weather, with acceptable temperatures, if our warranty is to be in effect
• Stand-by time caused by others will be billed at $7501hour
• Hi-Lite will not be liable for any liquidated damages due to time constraints caused by others
• Minimum of 10 days' notice required for scheduling
III-LITE AIRFIELD SERVICES, LLC
4816 Lena Road
Bradenton, FL 3421 t
315.583 6111
www.hi-hte.com
HI=LITE
Any changes to the scope provided herein that affects Hi-Lite's work will require a reevaluation of the price
If quantities are altered more than 15% in a mobilization, Hi-Lite will reserve the right to adjust pricing
No retainage to be held on this contract. Payment terms to be net 30 days
If a Payment and Performance Bond is requested, add 2% to the total price
Does not include prevailing wages
Assumes working hours during all daylight hours, 7 days per week
Note: This Quote/Proposal is Only Valid In its Entirety And Prices Are Valid for (30) Days. If you need further Information
please contact: PJ Mills — VP, Business Development & Marketing, (941) 713-2155, pi.millsPhi-lite.com
We Propose Hereby To Furnish Material and Labor In Accordance with Above Specifications For the Above Sum. Prices May Vary Slightly to Suit your Prolect's
Particular Needs Such as Number of Mobilizations and Traffic Control. Acceptance Of This Proposal Is Only Valid In its Entirety. Note: This Proposal Is Valid for 30
Days.
Acceptance Of Proposal - The Above Prices, Specifications and Conditions Are Satisfactory and Hereby Accepted. You Are Authorized To Do The Work As
Specified.
Date: Signature:
IN LITL AIRFIELD SERVICES. Lt C
4816 Lena Road
Qiadenlon, FL 34211
315.583 6111
WNVw hi -hic cnm