Loading...
HomeMy WebLinkAboutR2023-155 2023-06-26DocuSign Envelope ID: 9D94D508-A547-441 B-9DB0-19DDC1 E248FB RESOLUTION NO. R2023-155 A Resolution of The City Council of the City of Pearland, Texas, authorizing the City Manager or his designee to participate in an interlocal cooperative pricing arrangement with The Texas Buy Board for the purchase of gym equipment associated with the Law Enforcement Training Center Project, in the estimated amount of $98,525.65, from Promaxima. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That contract pricing has been obtained through interlocal cooperative partner Texas Buy Board for the purchase of gym equipment associated with the Law Enforcement Training Center Project. Section 2. That the City Manager or his designee is hereby authorized to participate in an interlocal cooperative pricing arrangement with The Texas Buy Board for the purchase of gym equipment, in the estimated amount of $98,525.65, from Promaxima. PASSED, APPROVED and ADOPTED this the 26th day of June, A.D., 2023. DocuSigned by: 9z "-B4881A61593F4F2 J. KEVIN COLE MAYOR ATTEST: DocuSigned by: FralA.a-s gOt ar "-90EC22531FFF415... FRANCES AGUILAR, TRMC, MMC CITY SECRETARY ^�0ASTOFORM: l� _ FlB6 DARRIN M. COKER CITY ATTORNEY EO yr di DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C fsr X89"' City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. #C0623-13 Furnish and Install Gym Equipment for the Law Enforcement Training Center THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home - rule municipal corporation ("City") and Promaxima Manufacturing LLC ("Contractor"), and consisting of the following parts: Summary of Contract Terms Signatures Standard Contractual Provisions Special Terms and Conditions Additional Contract Attachments I. Summary of Contract Terms. Contractor: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures 1doGfmEARLAND Promaxima Manufacturing LLC 5310 Ashbrook Drive Houston, TX 77081 Description of Services: Furnish and Install Gym Equipment for the Law Enforcement Training Center $98,525.65 June 27, 2023 June 26, 2025 0 R2023-155, Quote No. 616398 � o &AA � rLI Purchasing Officer �DocuSigned by: 6/27/2023 I 10:57 /tEDT —FJSo6 CONTRACTOR 6/27/2023 I 8:46 AM CDTIjr Date Title: A C(vt) r.-4 e-)O-r-V41vP *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: Service Contract Standard Form Approved as to Legal Form 6.28.2021 Superintendent/Manager — up to $10,000 Director - $10,001 - $30,000 City Manager/Deputy/Assistant City Manager - $30,001 + City Council Resolution over $50,000 Page 1 of 7 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for Bid/Proposal or Quote No. #616398 ("Solicitation"), which Solicitation includes the required scope of work and all specifications and which Solicitation and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Contract as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Services in accordance with the attached Scope of Work, as detailed in Attachment A, the content of which is incorporated by reference into this Contract as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. This Contract is for two (2) months, with performance commencing upon the effective date or the date of issuance of the notice to proceed issued by the Contract Administrator or the Purchasing Division, or upon the performance date listed in the notice to proceed, whichever is later. The parties may mutually extend the Term of this Contract for up to 0 additional one-year periods ("Option Period(s)"), provided, the parties do so by written amendment prior to the expiration of the original term or the then -current Option Period. The City's extension authorization must be executed by the City Manager or designee. 3. Compensation and Payment. This Contract is for an amount not to exceed $98,525.65, subject to approved extensions and changes. Payment will be made for Services completed and accepted by the City within thirty (30) days of acceptance, subject to receipt of an acceptable invoice. Contractor shall invoice no more frequently than once per month. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated, in its entirety, by reference into this Contract. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next option period. Invoices will be emailed to the following email address with a copy provided to the Contract Administrator: City of Pearland Attn: Accounts Payable Email: accountspayablepearlandtx.qov 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Contract, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Contract is as follows: Name: Francesca Beltran Department: Engineering & Public Works Phone: 281.652.1946 Email: fbeltran@pearlandtx,gov 5. Insurance; Bonds. (A) Before performance can begin under this Contract, the Contractor must deliver a Certificate of Insurance ("COI"), as proof of the required insurance coverages, to the City's Contract Administrator. Additionally, the COI must state that the City shall be Service Contract Standard Form Page 2 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C provided no less than thirty (30) days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within ten (10) days of the City Manager or his designee's written request. Insurance requirements are as stated in Attachment C, the entirety of which is incorporated by reference into this Contract. (B) Contractor shall provide any required payment bond, performance bond, or both, prior to commencement of performance under this Contract. The terms, conditions, and amounts of the bonds and appropriate surety information shall be included in the RFB/RFP or as may be added to Attachment C, and such content, the entirety of which, shall be incorporated into this Contract. 6. Purchase Release Order. For multiple -release purchases of Services provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: the authorized City department or division shall send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order shall refer to this Contract, and Services shall not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re -worked immediately at no charge to the City. If immediate correction or re- working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, shall be paid by the Contractor within thirty (30) days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Contract are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Contract shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated therein. Attachment D, the entirety of which, is attached to this is incorporated into this Contract. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Contract including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non -Appropriation. The continuation of this Contract after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Contract as an expenditure in said budget, and it is Service Contract Standard Form Page 3 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C within the sole discretion of the City's City Council to determine whether or not to fund this Contract. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor shall perform all work required by this Contract as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors unless the subcontractors were identified in the bid/quote/proposal or approved by the Contract Administrator. 13. Amendments. This Contract may be amended or modified only in writing and executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Contract waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Contract must be given by hand delivery, or certified mail, postage prepaid, and is deemed received on the day hand -delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Pearland Attn: Jesica Portie Title: Project Manager Address: 2016 Old Alvin Road, Pearland, TX 77581 Phone: 281.652.1743 IF TO CONTRACTOR: Promaxima Manufacturing LLC Attn: Greg Spire Title: Owner Address: 5310 Ashbrook Drive, Houston, TX 77081 Phone: 713.667.9606 17. Liability and Indemnity. ANY PROVISION OF ANY ATTACHED CONTRACT DOCUMENT THAT LIMITS THE CONTRACTOR'S LIABILITY TO THE CITY OR RELEASES THE CONTRACTOR FROM LIABILITY TO THE CITY FOR ACTUAL OR COMPENSATORY DAMAGES, LOSS, OR COSTS ARISING FROM THE PERFORMANCE OF THIS CONTRACT OR THAT PROVIDES FOR CONTRACTUAL INDEMNITY BY ONE PARTY TO THE OTHER PARTY TO THIS CONTRACT IS NOT APPLICABLE OR EFFECTIVE UNDER THIS CONTRACT. EXCEPT WHERE AN ADDITIONAL CONTRACT DOCUMENT PROVIDED BY THE CITY PROVIDES OTHERWISE, EACH PARTY TO THIS CONTRACT IS RESPONSIBLE FOR DEFENDING AGAINST AND LIABLE FOR PAYING ANY CLAIM, SUIT, OR JUDGMENT FOR DAMAGES, LOSS, OR COSTS ARISING FROM Service Contract Standard Form Page 4 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO 1S SUED BY A THIRD PARTY FOR ACTS OR OMISSIONS ARISING FROM THIS CONTRACT TO BRING IN THE OTHER PARTY TO THIS CONTRACT AS A THIRD - PARTY DEFENDANT AS ALLOWED BY LAW. 18. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator's fees. 19. Attorney's Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney's fees or other costs relating to the suit. 20, Termination. (A) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City's own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for ail services rendered in accordance with this Contract to the date of termination. (B) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default shall provide the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract pursuant this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. 21. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Contract. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 22. Limitation of Liability. The City's maximum liability under this Contract is limited to the total amount of compensation listed in this Contract. In no event shall the City be liable for incidental, consequential or special damages. 23. Assignment. No assignment of this Contract by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Contract by the Contractor is of the essence of this Contract, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. 24. Severability. Each provision of this Contract is considered to be severable and, if, for any Service Contract Standard Form Page 5 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C reason, any provision or part of this Contract is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Contract that are valid, but this Contract shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 25. Order of Precedence. In the event of any conflicts or inconsistencies between this Contract, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Contract (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1); then, D. the Contractor's bid response (Exhibit 2). 26. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Contract if required by said statute for items approved by the City Council. 27. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Contract. The applicable law for any legal disputes arising out of this Contract is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Brazoria County, Texas. 28. H.B. 89. In accordance with Chapter 2270 of the Texas Government Code, the signatory executing this contract on behalf of company verifies that the company does not boycott Israel and will not boycott Israel during the term of this contract. This clause is subject to companies with ten or more full time employees and the contract value is $100,000 or more that is to be paid wholly or partially with public funds of the governmental entity. 29. Public Information Act Requirements. This paragraph applies only to Contracts that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, regarding certain entities requirement to provide contracting information to governmental bodies in connection with a public information request, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 30. Entire Agreement. This Contract constitutes the entire agreement between the parties concerning the subject matter of this Contract and supersedes all prior negotiations, arrangements, agreements, and understandings, either oral or written, between the parties. IV. Special Terms and Conditions. None. V. Additional Contract Documents Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Service Contract Standard Form Page 6 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C Incorporated by Reference Only: Exhibit 1: Request for Bid/Proposal or Quote No. #616398 Exhibit 2: Contractor's Bid/Proposal Response Service Contract Standard Form Page 7 of 7 Approved as to Legal Form 6.28.2021 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C ATTACHMENT A -- SCOPE OF WORK Vendor shall provide assistance with logistics, delivery and set-up of furniture to include task chairs, office furniture, benches and training tables. Freight assembly and installation included, per the guidelines of the Request for Bid/Proposal or Quote No. #616398. DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C ATTACHMENT B -- BID PRICING SCHEDULE BI -ANNUAL PREVENTATIVE MAINTENANCE - 2 YR 4 VISITS PER (2) YEAR (2 VISITS PER YEAR) AT $650.00 PER VISIT FOR THE 2 YEAR TOTAL OF $2,600.00 PLUS TAX INSPECTION AND TESTING OF THE FITNESS EQUIPMENT I FREE IN-BETWEEN EMERGENCY SERVICE CALLS PER YEAR (VALUE OF 5175-5325.00) ALL RETURN REPAIRS ON CONTRACT ARE FREE OF CHARGE AFTER EACH VISIT- VALUE OF (S175.00 -S875.00 PER REPAIR VISIT) 1 3 CV-S24T 5te S24 Treadmill 4,495.00 131435.00 Full Commercial Treadmill: 5.5 hp. Commercial AC Continuous Duty Motor, Maintenance Free Brushless Motor, 22" x 64" 4 Ply Self -Lubricating Running Belt, 5001bs User Weight Capacity, Speed .5 to 15.5 MPH, 0 to 20% Elevation, Shock AbsorptionDeck System, 26 Programs, I Pod Compatible, Polar Contact Heart Rate & Polar Receiver, CSAFE Port, Gerkin Protocal, Army PFT, Marine PFT, Air ForcePFT, Fit Test, Warranty: 7 Years On Frame, 5 Years On Motor. 2 Years On Mechanical And Electronic Parts, 2 year Display, 90 Days On High Wear Items, Requires a 110 Volt, 20 AMP Dedicated Circuit. 2 2 CV-S25E S25E Commercial Elliptical 3,699.00 7,398.00 S25E Full Commercial Elliptical Cross Trainer: Self Powered Automotive Alternator System, "BioStride" Which Provides A Smooth Natural Free Workout For All Major Muscle Groups Without Any Stress To The Ankles, Knees, Hips And Back Joints; 6 - LinkageSealed Bearing Tracking System; 16 Programs, 25Resistance Levels, l Pod Compatible, Dual Polar Contact Heart Rate & Polar Receiver, 400 lb. User Weight, Cup Holder, Reading Rack. Accessory Tray, Gerkin Protocal, Army PFT, Marine PFT, Air Force PFT, Fit Test. Warranty: 7 Years Frame, 5 Years Alternator, 2 Years OnMcchanical and Electronic Parts, 2 Year Display, 90 Days High Wear Items (with 77340 Console) 3 12 CV-DP.M5 Concept 2 Model D Rower with PM5 Monitor Concept 2 Model D Rower WI PM5 Display 1,095.00 13,140.00 4 1 CV -525R 525R Full Commercial Recumbent 2,799,00 2,799.00 S25RFu11 Commercial Recumbent Bike: Step-ThroughDesign Frame, Self Powered Automotive Alternator System Insures A Smooth And Quiet Workout; Easily Adjustable Seat Allows User To Choose From 12 Comfortable Settings Quickly, 16 Programs. 25 Resistance Levels, 400 lb. User Weight, Contact Heart Rateattd Polar Receiver-, I POD Connectivity, Gerkin Protocal, Army PET, Marine PFT, Air Force PFT, Fit Test. Cup Holder, Reading Rack, Accessory Tray, Warranty_ 7 Years On Frame, 5 Years On Alternator, 2 Years On Mechanical And Electronic Parts, 2 Year On Display. 90 Days On High Wear Items. (with 77350 Console) 5 1 CV-SAS360V S860U Rear Wheel Spin Bike, w/console 1,169.00 1,169.00 CV-SRS860G Rear Wheel Spin Poly -V belt drive system, Magnetic resistance, 3516. Flywheel, Vertical and horizontal adj. seat, Vertical and horizontal adj. handlebars, Tablet or book holder, Foot straps, 3501b. Max user weight, 7" LCD Backlit console, 6 1 P-7200 Raptor Adjustable Cable Cross 2,297.90 2,297.90 Raptor Adjustable Cable Cross Over With 2- 150 lb. Weight Stacks With Weight Shrouds 7 1 Prt300 Raptor Combo HI Lat Pttll / Sea Raptor Combo HI Lat Pull / Seated Mid Row 225 lb.Weight Stack With Weight Shrouds 8 1 P-5500 Raptor Dual Leg Extension / Se Raptor Dual Leg Extension/ Seated Leg Curl 225 lb. Weight Stack With Weight Shrouds 9 1 P-1350 Raptor Multi Chest Press, Ind Raptor Multi Chest Press, Incline Press. ShoulderPress 225 lb. Weight Stack With Weight Shroud 10 1 P-5000 Raptor Sealed Leg Press. 3001 Raptor Seated Leg Press, 300 lb. Weight Stack With Weight Shrouds 2,413.90 2,418.90 2,418.90 2,418.90 2,418.90 2,418.90 2,418.90 2,418.90 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C 14 2 PL -370 Pro Full Power Rack 3" x 3" 7 3,052.50 6,105.00 Pro Full Power Rack 3" x 3" 7 Gauge Steel DoubleNotched Uprights 1- 6' x 8' Solid Oak Center Platform With Oak Insert, 2 - Heavy Duty Weight Bar Hooks, 2 - Adjustable Safety Catch Arms, Weight Plate Holders, 1 PL -301 Chin Up Station. 15 2 PL -303 Upper and Lower Band Attachment Set 16 2 50423 Bolt On Land Mine 17 1 PL -319 Upper and Lower Band Attachment Set Bolt On Land Mine Cross Member W/ 8" Logo Plate & D -Rings Bridge Cross Member Chin Up With Fat and Skinny Grip Long 18 1 LOGO SETUP Set -Up Fee For Logos Set -Up Fee For Logos 19 2 PL -613 Bridge Logo Plate For Racks Bridge Logo Plate For Racks 20 2 LOGO BRIDGE Logo for Bridgeplates, Custom Logo for Bridgeplates, ( NEED ART WORK ) 75.90 151.80 55.00 110.00 522.50 522.50 50.00 50.00 225.00 450.00 75.00 150.00 21 1 LOGO SET UP Set -Up Fee For Logos 50.00 50.00 Set -Up Fee For Logos 22 1 HEIR -SET 5-100LB Set Hex Rubber Dumbells 2100 lb 3,045.00 3,045.00 5 lb. to 100 lb. Set/ #5 Increments Hex Rubber Dumbbell Set -20 Pairs (2,100 lbs Total Weight) 23 1 PLR -505A Raptor 3 Tier Dumbbell Rack 9' Raptor 3 Tier Dumbbell Rack With Out Saddles - 9' Long Hold 5 to 1001bs. 632.50 632.50 24 1 PL -156 3 Way Hip And Leg Sled With Li 2,369.95 3 Way Hip And Leg Sled With Linear Bearing & Weight Plate Storage 10001b. Weight Load Capacity 25 2 FW-1011 Plow Sled Plow Sled 26 3 11129 3 in 1 Foam Plyobox, 20" x 24" 3 in 1 Foam Plyobox, 20" x 24" x 30" 2,369.95 328.90 657.80 275.00 825.00 27 6 Flt' -150U Deluxe Adjustable Bench W/ Wheels 577.50 3,465.00 Deluxe Adjustable Workout Bench, 0 to 90 Degrees. No Pop Pins. Foot Lever Back Pad Adjustment. Seat Lock Out Adjustment System. Wheel Mounted For Easy Movement Upright Vertical Bench Storage 23 6 AC-SLIPCOVR Bench Slip Cover With Out Logo Bench Slip Cover With Out Logo 29 2 LOGO Logo For Platform up to 30in x 30in 22" Platform Logo 30 1 LOGO SET UP Set -Up Fee For Logos Set -Up Fee For Logos 31 I STR-FRAME4 STR Mobile Storage Rack, Uprights 32 2 STR-I Angled Flat Storage Shelf 33 2 STR-3 STR-3 Cross Bar shelf for Medicine Ball 34 16 BU\1HI-4SLB 451b Solid Rubber Bumper Plate 28.00 168.00 95.00 190.00 50.00 50.00 269.50 269.50 97.90 195.80 97.90 195.80 70.00 1,120.00 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C 451b Solid Rubber Bumper Plate With Stainless Steel Insets -(Black) Each, 2 year warranty with standard use 35 8 BUMHI-25LB 251b Solid Rubber Bumper Plate 45,00 360.00 251b Solid Rubber Bumper Plate With Stainless Steel Insert -(Black) Each, 2 year warranty with standard use 36 8 BUlfl1-10LB lOlb Solid Rubber Bumper Plate 1016 Solid Rubber Bumper Plate- (Black) Each, Stainless Steel Insert, 1 year warranty with standard use 37 12 EZR-48 Olympic Rubber Grip Plate 4516 38 2 EZR-35 Olympic Rubber Grip Plates 351bs 39 4 EZR-25 Olympic Rubber Grip Plates 251bs 40 4 EZR-10 Olympic Rubber Grip Plates 10lbs Olympic Rubber Grip Plate 451b Olympic Rubber Grip Plates 351b Olympic Rubber Grip Plates 251b Olympic Rubber Grip Plates I Olb 30.00 240.00 65.25 50.75 36.25 14.50 783.00 101.50 145.00 58.00 43 2 CYS\IS Stepnrill SM5 4,295.00 8,590.0D ProMaxirna Centurion StepMill Full Commercial - Non -Slip, 8" Fixed Step, Revolving Stairs, Speed Adjustable Floors Per Minute, Ergonomically Designed Handrails, Cup Holders And Accessory Tray, USB Charging, Polar Telemetry. Heats Rate System,Easy To Read LCD Display Console, Display Readout: Calories, Levels 1-20, Floors Per Minute, Floors Climbed, Watts, METs And Workout Profile, Quick Start Standard, Fire Fighters WEI Test program. CPAT Test Program, 13 Total Workout Programs, Max User Weight: 350Lbs Minimum User Weight 150 lbs. hfininturn Ceiling Height Requirement - 9Fr. 45 4 BAROLY2000CCK Chrome Olympic NB 2000LB Test Bar Chrome Olympic 2000LB Test Bar With Center Knurling, Needle Beating 47 4 AC-LOCKTAWFS 48 1 CAA Camber Style Pro Lat Bar [MST -438R] 49 1 CA -B Solid 48" Lat Bar - MB -1488 50 1 CA -C Pro Lat Bar 34" Straight biBT-434R 51 1 CA -D Revolving Curl Bar - MB -228R 52 1 CA -E Revolving Straight Bar, rubber ball ends 53 1 CA -8 Chin triangle\low rowlwRubber 54 1 CA -H Multi Exercise Bar (MB -503R) 55 1 (.4.-12 Solid Triceps barw Rubber 14B11.-504 Silver Metal Flex Lockjaw Collar (Pair) Camber Style Pro Lat Bar Solid 48" Lat Bar - MB -148R Pro Lat Bar 48" Straight Revolving Curl Bar - MB -228R Revolving Straight Bar, rubber ball ends Chin trianglrllow rowlwRubber Multi Exercise Bar (MB -503R) Solid Triceps bar w Rubber 299.00 1,196.00 45.00 180.00 50.00 50.00 50.00 50.00 50.00 50.00 60.00 60.00 45.00 45.00 30.00 30.0D 35.00 35.00 30.00 30.00 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C 56 1 CA -11 Triceps bar w swivel w Rubber 30.00 30.00 Triceps bar w swivel w Rubber MBR-322R 57 1 CA -9 Tricep Rope Pull Down 36.00 36.00 Deluxe Triceps Rope 58 1 CA -O 20" V - Handle Tricep Bar, 30.00 30.00 20" V - Handle Tricep Bar, 59 1 FW-123 Accessory Rack 438.90 438.90 Accessory Rack 60 1 CV AIRR ID-8AB Air Bike, Air Raid, 995.00 995.00 61 1 HBBS Heavy Bag Stand, incl heavy bag and spec 1,094.50 1,094.50 Heavy bag stand with speed bag plarfomr. Includes heavy bag, Speed bag w attachment 62 4 BtiMCH-02.5 2.5 lb Change Plate, Set of 2 3995 159.80 63 4 BUMCH-05 51b Change Plate Bumper set of 2 49.95 I99.80 64 2 BAROLYCIJRL Olympic Power Curl Bar, Solid 125.00 250,00 Olympic Power Curl Bar, Solid Ends. 65 4 SVCMAINT Service Maintenance 650.00 2,600.00 66 1 FREIGHT 5,000.00 5,000.00 67 1 INSTALLATION 4,950.00 4,950.00 ink you for doing business with Pwmaxi at Sale Amount: 98,525.65 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@pearlandtx.gov Contractor Insurance Requirements & Agreement Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. TYPE OF INSURANCE AMOUNT OF INSURANCE PROVISIONS 1. Workers' Compensation Employers' Liability (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION. CGL and BAL, City to be listed as additional insured and provided 30 - day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change in coverage. CGL will include a non-contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. Certificate of Insurance forms may be emailed to: Purchasing Department at ebids a(�.pearlandtx.dov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids a(�.pearlandtx.gov. This form must be signed and returned with your bid/quotation. You are stating that you do have the required insurance and if selected to perform work for the City, will provide a certificate of insurance, and a copy of insurance policy with the above requirements to the City. A purchase order will not be issued without evidence of required insurance. Agreement I agree to provide the above described insurance coverages within 10 working days if selected to perform work for the City of Pearland. I also agree to provide the City evidence of insurance coverage on any and all subcontractors performing work on the project. Project/Bid # f ` o 23, -. Company: Pr- o ►'L ade._ Signature and PdntedName: DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C ATTACHMENT D — WARRANTY Items or services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all detects in material, workmanship and title. DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C PROMAXIMA Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV Cust PO FOB Terms Ship To: R F N G T H 8 CON0ITONFNC BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: Customer No: Estimate No: Salesperson: 87-4338103 13978 616398 SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Date Order Requested Delivery Line No. Qty Item Description 4/19/2023 Unit Price Net Amount BI -ANNUAL PREVENTATIVE MAINTENANCE - 2 YR 4 VISITS PER (2) YEAR (2 VISITS PER YEAR) AT $650.00 PER VISIT FOR THE 2 YEAR TOTAL OF $2,600.00 PLUS TAX INSPECTION AND TESTING OF THE FITNESS EQUIPMENT 1 FREE IN-BETWEEN EMERGENCY SERVICE CALLS PER YEAR (VALUE OF $175-$325.00) ALL RETURN REPAIRS ON CONTRACT ARE FREE OF CHARGE AFTER EACH VISIT- VALUE OF ($175.00-$875.00 PER REPAIR VISIT) 1 3 CV-S24T Stex S24 Treadmill 4,495.00 13,485.00 Full Commercial Treadmill: 5.5 hp. Commercial AC Continuous Duty Motor, Maintenance Free Brushless Motor, 22" x 64" 4 Ply Self -Lubricating Running Belt, 5001bs User Weight Capacity, Speed .5 to 15.5 MPH, 0 to 20% Elevation, Shock AbsorptionDeck System, 26 Programs, I Pod Compatible, Polar Contact Heart Rate & Polar Receiver, CSAFE Port, Gerkin Protocal, Army PFT, Marine PFT, Air ForcePFT, Fit Test, Warranty: 7 Years On Frame, 5 Years On Motor, 2 Years On Mechanical And Electronic Parts, 2 year Display, 90 Days On High Wear Items, Requires a 110 Volt, 20 AMP Dedicated Circuit. 2 2 CV-S25E S25E Commercial Elliptical 3,699.00 7,398.00 S25E Full Commercial Elliptical Cross Trainer: Self Powered Automotive Alternator System, "BioStride" Which Provides A Smooth Natural Free Workout For All Major Muscle Groups Without Any Stress To The Ankles, Knees, Hips And Back Joints; 6 - LinkageSealed Bearing Tracking System; 16 Programs, 25Resistance Levels, I Pod Compatible, Dual Polar Contact Heart Rate & Polar Receiver, 400 lb. User Weight, Cup Holder, Reading Rack, Accessory Tray, Gerkin Protocal, Army PFT, Marine PFT, Air Force PFT, Fit Test, Warranty: 7 Years Frame, 5 Years Alternator, 2 Years On Mechanical and Electronic Parts, 2 Year Display, 90 Days High Wear Items (with 77340 Console) 3 12 CV-DPM5 Concept 2 Model D Rower W/ PM5 Display 1,095.00 13,140.00 Concept 2 Model D Rower with PM5 Monitor 4 1 CV-S25R S25R Full Commercial Recumbent 2,799.00 2,799.00 Promaxima Manufacturing Page 1 of 8 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C PROMAXIMA Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV Cust PO FOB Terms Ship To: R F N G T H 8 CON0ITONFNC BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: Customer No: Estimate No: Salesperson: 87-4338103 13978 616398 SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Date Order Requested Delivery Line No. Qty Item Description 4/19/2023 Unit Price Net Amount S25R Full Commercial Recumbent Bike: Step-ThroughDesign Frame, Self Powered Automotive Alternator System Insures A Smooth And Quiet Workout; Easily Adjustable Seat Allows User To Choose From 12 Comfortable Settings Quickly, 16 Programs, 25 Resistance Levels, 400 lb. User Weight, Contact Heart Rateand Polar Receiver; I POD Connectivity, Gerkin Protocal, Army PFT, Marine PFT, Air Force PFT, Fit Test, Cup Holder, Reading Rack, Accessory Tray, Warranty: 7 Years On Frame, 5 Years On Alternator, 2 Years On Mechanical And Electronic Parts, 2 Year On Display. 90 Days On High Wear Items. (with 77350 Console) 5 1 CV-SRS860U S860U Rear Wheel Spin Bike, w/console 1,169.00 1,169.00 CV-SRS860G Rear Wheel Spin Poly -V belt drive system, Magnetic resistance, 351b. Flywheel, Vertical and horizontal adj. seat, Vertical and horizontal adj. handlebars, Tablet or book holder, Foot straps, 3501b. Max user weight, 7" LCD Backlit console, 6 1 P-7200 Raptor Adjustable Cable Cross Raptor Adjustable Cable Cross Over With 2- 150 lb. Weight Stacks With Weight Shrouds 7 1 P-4300 Raptor Combo HI Lat Pull / Sea Raptor Combo HI Lat Pull / Seated Mid Row 225 lb.Weight Stack With Weight Shrouds 8 1 P-5500 Raptor Dual Leg Extension / Se Raptor Dual Leg Extension / Seated Leg Curl 225 lb. Weight Stack With Weight Shrouds 9 1 P-1350 Raptor Multi Chest Press, Incl Raptor Multi Chest Press, Incline Press. ShoulderPress 225 lb. Weight Stack With Weight Shroud 10 1 P-5000 Raptor Seated Leg Press, 3001 Raptor Seated Leg Press, 300 lb. Weight Stack With Weight Shrouds 2,297.90 2,297.90 2,418.90 2,418.90 2,418.90 2,418.90 2,418.90 2,418.90 2,418.90 2,418.90 Promaxima Manufacturing Page 2 of 8 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C PROMAXIMA Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: Cust PO PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV FOB Terms Ship To: R F N G T H 8 CON0ITONFNC BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: Customer No: Estimate No: Salesperson: 87-4338103 13978 616398 SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Date Order Requested Delivery Line No. Qty Item Description 4/19/2023 Unit Price Net Amount 14 2 PL -370 Pro Full Power Rack 3" x 3" 7 3,052.50 6,105.00 Pro Full Power Rack 3" x 3" 7 Gauge Steel DoubleNotched Uprights 1- 6' x 8' Solid Oak Center Platform With Oak Insert, 2 - Heavy Duty Weight Bar Hooks, 2 - Adjustable Safety Catch Arms, Weight Plate Holders, 1 PL -301 Chin Up Station. 15 2 PL -303 Upper and Lower Band Attachment Set 16 2 50423 Bolt On Land Mine 17 1 PL -319 Upper and Lower Band Attachment Set Bolt On Land Mine Cross Member W/ 8" Logo Plate & D -Rings Bridge Cross Member Chin Up With Fat and Skinny Grip Long 18 1 LOGO SET UP Set -Up Fee For Logos 19 2 PL -618 Bridge Logo Plate For Racks 20 2 LOGO BRIDGE Logo for Bridgeplates, ( NEED ART WORK ) Set -Up Fee For Logos Bridge Logo Plate For Racks Logo for Bridgeplates, Custom 75.90 55.00 522.50 50.00 225.00 75.00 21 1 LOGO SET UP Set -Up Fee For Logos 50.00 Set -Up Fee For Logos 22 1 HEXR-SET 5-100LB Set Hex Rubber Dumbells 2100 lb 3,045.00 5 lb. to 100 lb. Set/ #5 Increments Hex Rubber Dumbbell Set -20 Pairs (2,100 lbs Total Weight) 23 1 PLR -505A Raptor 3 Tier Dumbbell Rack 9' 632.50 151.80 110.00 522.50 50.00 450.00 150.00 50.00 3,045.00 632.50 Promaxima Manufacturing Page 3 of 8 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C PROMAXIMA Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: Cust PO PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV FOB Terms Ship To: R F N G T H 8 CON0ITONFNC BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: Customer No: Estimate No: Salesperson: 87-4338103 13978 616398 SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Date Order Requested Delivery Line No. Qty Item Description 4/19/2023 Unit Price Net Amount Raptor 3 Tier Dumbbell Rack With Out Saddles - 9' Long Hold 5 to 100 lbs. 24 1 PL -156 3 Way Hip And Leg Sled With Li 3 Way Hip And Leg Sled With Linear Bearing & Weight Plate Storage 10001b. Weight Load Capacity 25 2 FW-1011 Plow Sled 26 3 Plow Sled 11129 3 in 1 Foam Plyobox, 20" x 24" 3 in 1 Foam Plyobox, 20" x 24" x 30" 27 6 FW-150U Deluxe Adjustable Bench W/ Wheels 2,369.95 328.90 275.00 2,369.95 657.80 825.00 577.50 3,465.00 Deluxe Adjustable Workout Bench. 0 to 90 Degrees. No Pop Pins. Foot Lever Back Pad Adjustment. Seat Lock Out Adjustment System. Wheel Mounted For Easy Movement. Upright Vertical Bench Storage 28 6 AC-SLIPCOVR Bench Slip Cover With Out Logo 29 2 LOGO 22" Platform Logo 30 1 LOGO SET UP Set -Up Fee For Logos 31 1 STR-FRAME4 32 2 STR-1 33 2 STR-3 34 16 BUMHI-45LB Bench Slip Cover With Out Logo Logo For Platform up to 30in x 30in Set -Up Fee For Logos STR Mobile Storage Rack, Uprights Angled Flat Storage Shelf STR-3 Cross Bar shelf for Medicine Ball 451b Solid Rubber Bumper Plate 28.00 168.00 95.00 190.00 50.00 50.00 269.50 269.50 97.90 195.80 97.90 195.80 70.00 1,120.00 Promaxima Manufacturing Page 4 of 8 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C PROMAXIMA Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: Cust PO PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV FOB Terms Ship To: R F N G T H 8 CON0ITONFNC BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: Customer No: Estimate No: Salesperson: 87-4338103 13978 616398 SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Date Order Requested Delivery Line No. Qty Item 4/19/2023 Description Unit Price Net Amount 451b Solid Rubber Bumper Plate With Stainless Steel Insert -(Black) Each, 2 year warranty with standard use 35 8 BUMHI-25LB 251b Solid Rubber Bumper Plate 45.00 360.00 251b Solid Rubber Bumper Plate With Stainless Steel Insert -(Black) Each, 2 year warranty with standard use 36 8 BUMHI-10LB 101b Solid Rubber Bumper Plate 101b Solid Rubber Bumper Plate- (Black) Each, Stainless Steel Insert, 1 year warranty with standard use 37 12 EZR-45 Olympic Rubber Grip Plate 451b 38 2 EZR-35 Olympic Rubber Grip Plates 351bs 39 4 EZR-25 Olympic Rubber Grip Plates 251bs 40 4 EZR-10 Olympic Rubber Grip Plates 101bs 43 2 CV-SM5 Olympic Rubber Grip Plate 451b Olympic Rubber Grip Plates 351b Olympic Rubber Grip Plates 251b Olympic Rubber Grip Plates l Olb 30.00 240.00 65.25 783.00 50.75 101.50 36.25 145.00 14.50 58.00 Stepmill SM5 4,295.00 8,590.00 ProMaxima Centurion StepMill Full Commercial - Non -Slip, 8" Fixed Step, Revolving Stairs, Speed Adjustable Floors Per Minute, Ergonomically Designed Handrails, Cup Holders And Accessory Tray, USB Charging, Polar Telemetry Heart Rate System,Easy To Read LCD Display Console, Display Readout: Calories, Levels 1-20, Floors Per Minute, Floors Climbed, Watts, METs And Workout Profile, Quick Start Standard, Fire Fighters WFI Test program, CPAT Test Program, 13 Total Workout Programs, Max User Weight: 350Lbs. Minimum User Weight 150 lbs. Minimum Ceiling Height Requirement - 9Ft. 45 4 BAROLY2000CCK Chrome Olympic NB 2000LB Test Bar 299.00 1,196.00 Promaxima Manufacturing Page 5 of 8 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: Cust PO PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV FOB Ship To: [PROMAXIMA R F N G T H 8 C O N D I T I O N I N BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: Customer No: Estimate No: Salesperson: 87-4338103 13978 616398 SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Terms Date Order Requested Delivery Line No. Qty Item Description 4/19/2023 Unit Price Net Amount Chrome Olympic 2000LB Test Bar With Center Knurling, Needle Bearing 47 4 AC-LOCKJAWFS 48 1 CA -A Camber Style Pro Lat Bar [MBT-438R] 49 1 CA -B Solid 48" Lat Bar - MB -148R 50 1 CA -C Pro Lat Bar 34" Straight MBT-434R 51 1 CA -D Revolving Curl Bar - MB -228R 52 1 CA -E Revolving Straight Bar, rubber ball ends 53 1 CA -8 Chin triangle\low row\wRubber 54 1 CA -H Multi Exercise Bar (MB -503R) 55 1 CA -12 Solid Triceps bar w Rubber MBR-504 Silver Metal Flex Lockjaw Collar (Pair) Camber Style Pro Lat Bar Solid 48" Lat Bar - MB -148R Pro Lat Bar 48" Straight Revolving Curl Bar - MB -228R Revolving Straight Bar, rubber ball ends Chin triangle\low row\wRubber Multi Exercise Bar (MB -503R) Solid Triceps bar w Rubber 45.00 50.00 50.00 50.00 60.00 45.00 30.00 35.00 30.00 180.00 50.00 50.00 50.00 60.00 45.00 30.00 35.00 30.00 Promaxima Manufacturing Page 6 of 8 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: Ship To: PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV Cust PO FOB Terms [PROMAXIMA R F N G T H 8 C O N D I T I O N I N BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: 87-4338103 Customer No: 13978 Estimate No: 616398 Salesperson: SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Date Order Requested Delivery Line No. Qty Item Description 4/19/2023 Unit Price Net Amount 56 1 CA -11 Triceps bar w swivel w Rubber MBR-322R Triceps bar w swivel w Rubber 30.00 30.00 57 1 CA -9 Tricep Rope Pull Down 36.00 36.00 Deluxe Triceps Rope 58 1 CA -O 20" V - Handle Tricep Bar, 30.00 30.00 20" V - Handle Tricep Bar, 59 1 FW-123 Accessory Rack 438.90 438.90 Accessory Rack 60 1 CV-AIRRAID-8AB Air Bike, Air Raid, 995.00 995.00 61 1 HBBS Heavy Bag Stand, incl heavy bag and spee 1,094.50 1,094.50 Heavy bag stand with speed bag platform. Includes heavy bag, Speed bag w attachment 62 4 BUMCH-02.5 2.5 lb Change Plate, Set of 2 39.95 159.80 63 4 BUMCH-05 51b Change Plate Bumper set of 2 49.95 199.80 64 2 BAROLYCURL Olympic Power Curl Bar, Solid 125.00 250.00 Olympic Power Curl Bar, Solid Ends. 65 4 SVCMAINT 66 1 FREIGHT 67 1 INSTALLATION Thank you for doing business with Promaxima! Service Maintenance 650.00 2,600.00 5,000.00 5,000.00 4,950.00 4,950.00 Sale Amount: 98,525.65 Promaxima Manufacturing Page 7 of 8 DocuSign Envelope ID: 47EE67C5-55F7-4BDC-970E-BB9EB3FF054C Estimate Promaxima Manufacturing 5310 Ashbrook Drive Houston TX 77081 USA Phone: 713-667-9606 Bill To: Ship To: PEARLAND POLICE DEPARTMENT ATTN: PATRICK SAVAGE 2555 CULLEN PARKWAY PEARLAND TX 77581 Phone: 281-997-4300 Email: PSAVAGE@PEARLANDTX.GOV Cust PO FOB Terms [PROMAXIMA R F N G T H 8 C O N D I T I O N I N BUILDING CHAMPIONS FOR OVER 50 YEARS Tax ID: 87-4338103 Customer No: 13978 Estimate No: 616398 Salesperson: SPIRE, GREG PEARLAND POLICE DEPARTMENT 2555 CULLEN PARKWAY PEARLAND TX 77581 Date Order Requested Delivery CC Orders subject to 2.5% Trans fee, Freight quotes valid 30 days Terms and Conditions review at https://promaxima.com/the-legal-stuff/ 4/19/2023 Sales Tax: Prepaid: Total Amount: 0.00 0.00 98,525.65 Promaxima Manufacturing Page 8 of 8