Loading...
HomeMy WebLinkAboutR2024-217 2024-10-14Docusign Envelope ID: 9299FB2A-6A03-429D-9AA8-26ECB4E7C35F RESOLUTION NO. R2024-217 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 Buyboard Purchasing Cooperative for the purchase of police vehicle equipment installation services, in the amount of $181,122.09, from MAL Technologies (Maltech). 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 The Buyboard Purchasing Cooperative for the purchase of police vehicle equipment installation services. Section 2. That the City Manager or his designee is hereby authorized to participate in an interlocal cooperative pricing arrangement with The Buyboard Purchasing Cooperative for the purchase of police vehicle equipment installation services, in the amount of $181,122.09, from MAL Technologies. PASSED, APPROVED and ADOPTED this the 14th day of October, A.D., 2024. (—DocuSigned by: 2FB0DD5OBE2AJ... J. KEVIN COLE MAYOR ATTEST: ,-DocuSigned by: 30EC225^1PPr415. FRANCES AGUILAR, TRMC, MMC CITY SECRETARY B uOWEE AS TO FORM: rr : C-a3CA8 &SS-W46f +''.r DARRIN M. COKER CITY ATTORNEY . 5 11L4ni{+l.�NlN s=ic Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B City of Pearland 3519 Liberty Drive Pearland, TX 77581 SERVICE CONTRACT NO. #C1025-02 For Upfit for Police Responder F-150 Vehicles THIS CONTRACT ("Contract") is entered into by and between the City of Pearland, a Texas home - rule municipal corporation ("City") and Contractor. ("Contractor"), and consisting of the following parts: I. Summary of Contract Terms II. Signatures III. Standard Contractual Provisions IV. Special Terms and Conditions V. Additional Contract Attachments I. Summary of Contract Terms. Contractor: Description of Services: Contract Amount: Effective Date: End Date: Renewals: Resolution No/Bid No: II. Signatures sl6nO6v:PEARLAND NUf MAL Technologies Fleet 1412 College Street Sulphur Springs, TX 75482 Contractor will provide City of Pearland upfit services as needed, in accordance with specifications of Buy Board Contract #698-23 and Quotes #4375, 4383, 4384. $181,122.09 October 15, 2024 October 14, 2025 0 2024-217, Buy Board Contract #698-23, Quotes 34375,4383,4384 CONTRACTOR 10/15/2024 14:05 PM Purchasing Officer DocuSigned y: '63 12 C71C1213 Date Title: GM Baate- 1/4/2024 PM 10/15/2024 I 4:48 CD *Signed by: Date Superintendent/Manager Director Deputy/Assistant City Manager City Manager *City Contract Signature Authority: 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 Service Contract Standard Form Approved as to Legal Form 6.28.2021 Page 1 of 7 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B III. Standard Contract Provisions WHEREAS, Contractor has bid to provide Services ("Services") in response to Request for Bid/Proposal or Quote No. 4375, 4383,and 4384("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 (1) one year, 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 estimated amount of $181,122.09, 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: accountspayable@pearlandtx.gov 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 provided no less than thirty (30) days' advance written notice of cancellation, material Service Contract Standard Form Page 2 of 7 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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 ofthe 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 within the sole discretion of the City's City Council to determine whether or not to fund this Service Contract Standard Form Page 3 of 7 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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: Arthur Grothe Title: Fleet Superintendent Address: 2016 Old Alvin Road, Pearland TX 77581 Phone: 281.652.1916 IF TO CONTRACTOR: MAL Technologies Fleet Attn: Mike Urbanovsky Title: Manager Address: 1412 College Street, Sulphur Springs, TX 75482 Phone: 713.204.6964 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 CONTRACTOR 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 THAT PARTY'S NEGLIGENT ACTS OR OMISSIONS IN THE PERFORMANCE OF Service Contract Standard Form Page 4 of 7 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B THIS CONTRACT IN ACCORDANCE WITH APPLICABLE LAW. THIS PROVISION DOES NOT AFFECT THE RIGHT OF EITHER PARTY TO THIS CONTRACT WHO IS 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 all 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 reason, any provision or part of this Contract is determined to be invalid and contrary to Service Contract Standard Form Page 5 of 7 Approved as to Legal Form 6.28.2021 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B 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: F794829D-2974-41 D7-A898-D3262A5F004B Incorporated by Reference Only: Exhibit 1: RFB/RFP/Quote No. 4375, 4383, 4384 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: F794829D-2974-41 D7-A898-D3262A5F004B ATTACHMENT A - SCOPE OF WORK Scope of services provided shall consist of supply and install police upfit equipment for police F-150 vehicles, in accordance with Buy Board Contract #698-23 and Quotes# 4375, 4383, 4384. Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ATTACHMENT B - BID/PRICING SCHEDULE ACTIVITY DESCRIPTION Q1-tF RATE AMOUNT OX 2024 FORD Fl 50 RESPONDER - PATROL BUVBOARD# 698-23 16.32737 -CM 52 -COVERT DUAL COLOR LIGHTBAR, RWW BIW FRONT, RA, BlA REAR, BLACK TOPS 6 1.502.35 9,014.10 FD15015 F150 STRAP KIT 6 0.00 0.00 Z 5XP-1 73 MATRIX DUAL TONE CONTROLLER 6 889.25 5,335.50 Cal 00..1 100 WATT SPEAKER (ON PUSH BUMPER) CD5081 RBW 12 165.20 1,982.40 SURFACE MOUNT LED, TRI COLOR, RBW 12 143.35 1,720.20 (UNDER TAILGATE, STEADY WHITE TO REV ER ESE) MR6MC B/W BLUE/WHITE SURFACE MOUNT MR6 12 105.32 1,263.84 (UPPER TUBE OF PB, STEADY WHITE TD) MR6MC WIN RED/ WHITE SURFACE MOUNT MR6 12 105.32 1,263.84 (UPPER TUBE OF PB, STEADY WHITE TD) MRtiMC RIB RED/BLUE SURFACE MOUNT 12 105.32 1,263.84 (45 DEGREE PB) C3RNRDC-72L- 72'ODUNER RUNNING BOARDS RW1BW 6 321.90 1,931.40 BWRW (LEFT WIRE EXIT) C3RNRDC-72R- 72" OUTLINER RUNNING BOARDS RW/BW 6 321.90 1,930.80 BWRW (RIGHT WIRE EXIT) RNRBKT-F150 F150 OUTLINER BRACKET 12 23.79 285.48 STL-20702 ST REAMiLIGHT SL -20L - 12V CHARGER 6 180.80 1,084.80 HOWLER Siren Anpifier with Two Speakers, Optional Vehicle 6 727.38 4,364.28 Species Mounting Brackets, HWURB35 Ford F-150 PPV, 2021-2023, Ford &petition, 2022-zt7 _ , Center Mount, for One or Two SpaRkers 5297T -4L91 2021+ F150 LIGHT READY PUSH BUMPER (CODE 3) 6 488.62 2,931.72 6 0-00 0.00 C-V$W-2400- F150-1 12.5" WIDE FLAT 24" FOR 2021-2023 FORD 6 758.62 4,551.72 RESPONDER C-EB35.Z35-1P 1 -PIECE EQUIPMENT BRACKET, 3.5 MOUNTING SPACE 6 0.00 0.00 C-EB25-MMT-1 P 1 -Piece Equipment Mounting Bracket, 2,5 Mounting Space C-EB25-MWG-1P M-500 FACEPLATE 6 0.00 0.00 6 0.00 0.00 CUP2-1001 SELF ADJUSTING DUAL CUPHOLDER 6 56.98 341.88 C -AP -0325.1 3" Amory Pocket, 2.5" Deep C.MCB Mic Clip Bracket INP-MMSU-1 MAGNETIC MIC 6 48.20 289.20 12 16.20 194.40 6 44.50 267.00 C -ARM -102 ARMREST 6 79.95 479.70 C-HDM-214 8.5" Heavy -Duty Telescoping Pole, Side Mount 6 156.49 938.94 C -MD -11$ 11" Side Out Looking Swing Arm Write Low Profile Motion 6 341.60 1.809.60 Device Adapter CG•X CHARGEGUARD 6 98.00 588.00 93722 PRINTEK VP420 PRINTER, USA, ONE CABLE ONLY 6 66426 3,985.56 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B L.C.AJIPMtriT St1lNA iK1338FOIF150 'CARGO DECK wl DRAWER SUPER MAX "COMPATIBLE WITH: Rear Window Barrier 'NOT COMPATIBLE WITH: SPT Partition INCLUDES REQUIRED: -Dual Poly Wall for Recessed Panel Front Partition -Radio Box -Lower Cargo Deck wt Rubber Mat -Storage Box -Door Panel 1 pc Dnver Side ONLY INCLUDES OPTIONAL ACCESSORIES: -Upper Cargo Deck -TPO Single Replacement Seatwl Center Pull Seat Belt -Door Panel Aluminum 1 pc Passenger Side ONLY -1Mndow Barrier 2pc Set Horizontal Bars -Rear WIndow Barrier 1pc 'DOES NOT INCLUDE REQUIRED: -Recessed Panel Front Partition 6 3,936.30 23,617.80 EQUIPMENT SETINA PKO6O2FDT15F15O '810VS C RP Horizontal Sliding Window Partition Uncoated Polycarborlate Wrth Expanded Metal Window Security Screen Recessed Panel Partition* 6 995.86 5,975.16 DTR2XLHK DUAL T -RAIL 2XL LOCKS HANDCUFF OVERRIDE (GK1r9342UHK), DUAL T -RAIL MOUNT & 2 UNIVERSAL XL LOCKS WITH HANDCUFF KEY OVERRIDE DECXF4 DECKED CARGO SYSTEM FOR 2023 FORD F150 S8 STALKER STALKER PATTOL K -BAND RADAR PATROL RADAR 6 562.10 3,372.60 6 1,673.76 10,042.56 6 1,855.00 11,130.00 EQUIPMENT BO7J9RQ5W6 6 103.95 623.70 5 L13S FIRE EXTENGUISHER EQUIPMENT B01LWICBC7 6 25-50 153.00 5 LDS FIRE EXT BRACKET EQUIPMENT BO7MX9D52T 6 139-00 1334.00 SPARTAN 4 AWG, 20 FOOT JUMPER CABLE SET GRAPHICS GRAPHICS 6 1,4901)0 8,940.00 8026B 12 Circuit Fuse Block 6 44A0 266.40 80258 6 CIRCUIT FUSE BLOCK WI GROUND RETURN 6 35.00 210.00 INSTALL KIT - 4 INSTALL KIT - 4 6 350-00 2,100.00 SHOP LABOR SHOP LABOR (INSTALL QUOTED EQUIPMENT AND CUSTOMER SUPPLIED M500, APX6500 1 PIECE RADIO AND CRADLE POINT WITH ANTENNA) GRAPHICS GRAPHICS LABOR LABOR 6 2,860.00 17,400.00 6 4001)0 2,400.00 •"""""REVISED Br'9i24 """'''' REMOVED GAMBERJOHNSON 7170-0250 DOCKING STATION AND POWER SUPPLY. THE CUSTOMER WILL SUPPLY THESE FOR THE BUILDS_ 6X 2024 FORD F150 RESPONDER - PATROL BUYBOAR D# 698-23 By Signing this Estimate You Accept All Attached Terrns And Conditions_ SUBTOTAL TAX SHIPPING 134,683.42 0.00 4,500 00 TOTAL $139383.42 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ACTIVITY DE$CRiPTIQH 0Th RATE AMOUNT 2024 FORD F150 RESPONDER - SRO BUYBOARD# 698-23 16 -32737 -CM 52" COVERT DUAL COLOR LIGHTBAR, RAW, BIW FRONT, R1A, BIA REAR, BLACK TOPS 1 1,502.35 1,502.25 FD15010 F150 STRAP KIT 1 0.00 0.00 3492L6S XCEL SIREN/CONTROLLER 1 344.13 344.13 C3100U 100 WATT SPEAKER (ON PUSH BUMPER) CD5031 RBW 2 165.20 330.40 SURFACE MOUNT LED, TRI COLOR, RBW 2 143.35 206,70 (UNDER TAILGATE, STEADY WHITE TO REV ER ESE) MR6MC BM BLUE/WHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) MR6MC RAN RED/WHITE SURFACE MOUNT MR6 2 105.32 210.64 (UPPER TUBE OF PR, STEADY WHITE TD) 2 105.32 210.64 MR6MC R/R REDiBLUE SURFACE MOUNT 2 105.32 210.64 (45 DEGREE PR) C3RNRDC-72L- 72-OULINER RUNNING BOARDS RW/BW BWRW (LEFT WIRE EXIT) C3RNRDC-72R- 72' OUTLINER RUNNING BOARDS RWIRW BWRW (RIGHT WIRE EXIT) 1 321.90 321.90 1 321.90 321.80 RNRBKT-F150 F150 OUTLINER BRACKET 2 23.79 47.58 STL-20702 ST REAMLIGHT SL -20L - 12V CHARGER 1 180.90 180.80 52971-4L91 2021+ F150 LIGHT READY PUSH BUMPER (CODE 3) C-VSW-2400- F150-1 12.5" WIDE FLAT 24" FOR 2021-2023 FORD RESPONDER 1 486.62 488.62 1 758.62 7$6.62 C-EB8-XCL-1 P 3.5' CODE 3 XCEL SIREN EOUIPIu1ENT BRACKET 1 0.00 0.00 C-EB25-MMT-1P 1 -Piece Equipment Mounting Bracket, 2.5 Mounting Space CUP2.1001 SELF ADJUSTING DUAL CUPHOLDER 1 0.00 0.00 1 56.98 56.98 C -AP -0325.1 3" Aory Pocket, 25' Deep Cr-MCB Mic Clip Bracket INP-MMSU-1 MAGNETIC MIC 1 48.20 48.20 2 1620 32.40 1 44.50 44.50 C -ARM -102 ARMREST 1 79.95 79.95 DECXF4 DECKED CARGO SYSTEM FOR 2023 FORD F150 SR 1 1,673.76 1,673.76 EQUIPMENT R07J9RQ5W6 5 LBS FIRE EXTINGUISHER 1 103.95 103.95 EQUIPMENT BOILWICBC7 5 LBS FIRE EXT BRACKET 1 25.50 25.50 EQUIPMENT B07MX9D52T 1 139.00 139.00 SPARTAN 4 AWG, 20 FOOT JUMPER CABLE SET GRAPHICS GRAPHICS 1 1,490.00 1,490,00 $026B 12 Circuit Fuse Block 1 44A0 44.40 INSTALL KR - 3 INSTALL KIT - 3 1 275.00 275.00 SHOP LABOR SHOP LABOR (INSTALL QUOTED EQUIPMENT AND CUSTOMER SUPPUEDAPX6500 1 PIECE RADIO) GRAPHICS GRAPHICS LABOR LABOR 1 2,500.00 2,500 00 1 400.00 400.00 QUOTED SAME EQUIPMENT AS 4X PATROL ON QUOTE 4375 EXCEPT: XCEL SIREN IN PLACE OF 73, NO HOWLER, NO COMPUTER MOUNT, NO DOCKING STATION, NO PRINTER, NOT PARTITION, NO RADAR, NO CAMERA SYSTEM AND NO DUAL WEPON MOUNT 2024 FORD F150 RESPONDER - SRO BU YBOARD# 698-23 By Signing this Estimate Yau Accept All Attached Terms And Conditions_ SUBTOTAL TAX SHIPPING 12,128.48 0.00 600.00 TOTAL $12,728.46 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ACTIVITY DESCRIPTION 0TY RATE AMOUNT 2024 FORD F150 RESPONDER - K9 BUYB0ARD# 698-23 16 -2737 -CM 52' COVERT DUAL COLOR LIGHTBAR, RIW, BNV FRONT, R/A, RA REAR, BLACK TOPS 1 1,502-35 1,502.35 FD15015 F150 STRAP KIT 1 0.00 0.0D Z3SXP-1 Z3 MAT RI X DUAL TONE CONTROLLER 1 889-25 889.25 C3100U 100 WATT SPEAKER (ON PUSH BUMPER) CD5031 RBW SURFACE MOUNT LED, TRI COLOR, RBW (UNDER TAILGATE, STEADY WHITE TO REVERESE) MRSMC 81W BLUEJWHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) MRSMC R!W RED'WHITE SURFACE MOUNT MR6 SUPPER TUBE OF PR, STEADY WHITE TD) MR6MC Ft/EI REDIBLUE SURFACE MOUNT (45 DEGREE PB) CSRNRDC-72L- 72"°ULINER RUNNING BOARDS FtW/EIW BWRW (LEFT WIRE EXIT) C3RNRDC-72R- 72" OUTLINER RUNNING BOARDS FtW/BW BWRW (RIGHT WIRE EXIT) 2 165-20 330.40 2 143-35 286.70 2 105-32 210.64 2 105-32 210.64 2 105-32 210.64 1 321.90 321.90 1 321-80 321.80 RNREKT-F150 F150 OUTLINER BRACKET 2 23-79 47.58 STL-20702 STREAM LIGHT SL -20L - 12V CHARGER 1 180-90 180.80 HOWLER Siren Amplifier with Two Speakers, Optional Vehicle Specific Mounting Brackets, HINLRB35 Ford F-150 PPV, 2021-2023. Ford Expedition, 2022-2023, Center Mount, far One or Two Speakers 1 727.38 727.38 1 0-00 0.00 5297T -4L91 2021+ F150 LIGHT READY PUSH BUMPER (CODE 3) 1 488-62 488.62 0-VSW-2400- 12.5" WIDE FLAT 24" FOR 2021-2023 FORD F150-1 RESPONDER 1 758-62 758.62 C-EB35-Z3S-1 P 1 -PIECE EQUIPMENT BRACKET, 3-5 MOUNTING SPACE 1 0-Q0 0.00 C-EB25-MMT-1 P 1 -Piece Equipment Mounting Bracket, 2-5 Mounting Space C-EB25-MWG-1P M-500 FACEPLATE 1 0.00 0.00 1 0-00 0.00 CUP2-1001 SELF ADJUSTING DUAL CUPHOLDER 1 56-98 56.98 C -AP -0325.1 3" kcessory Pocket, 25- Deep C -MOB Mic Clip Bracket 1 48.20 48.20 2 16.20 32.40 IMP-MMSU-1 MAGNETIC MIC 1 44-50 44.50 C -ARM -102 ARMREST 1 79-95 79.95 C-HDM-214 8-5' Heavy -Duty Telescoping Pole, Side Mount C -MD -118 11" Slide Out Locking Swing Arm With Low Profile Mohan Device Adapter CG -X CHARGEGUARD 1 156-49 156.49 1 301.60 301.60 1 98.00 98.00 90722 PRINTEK VP420 PRINTER, USB, ONE CABLE ONLY 1 664.26 664.26 EQUIPMENT AMERICAN ALUMINUM EZ RIDER PLATFORM K9 TRANSPORT FORD F150: REAR AND SIDE WINDOW GUARDS, MATTE BLACK POWDER COATED, WITH RUBBER MAT, LED LIGHT KIT R+W, EQUIPMENT AMERICAN ALUMINUM )-ZINGED WATER DISH COOL GUARD COOL GUARD PLUS K9 TEMPERATURE SYSTEM PLUS M910 1 3,384.00 3,384.00 1 162-00 162.00 1 2263.95 2,263.95 COOL GUARD PAGER SYSTEM COOL GUARD PAGER SYSTEM 1 591.30 591.30 Cool Guard M910 RESCUE module and wire harness for M910 Cool 1 576.45 576.45 Rescue add on Guard PLUS DMBFF21C-SE- F150 DiamondBack SE - Rugged Black 1 2,361.20 2,361.20 DX -04 DECXF4 DECKED CARGO SYSTEM FOR 2023 FORD F150 SS 1 1,673/6 1,673.76 STALKER STALKER PARTOL K -BAND RADAR PATROL RADAR 1 1,855-00 1,855.00 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B EQUIPMENT B07,19 RO5W6 5 LBS FIRE EXTENGUISHER 1 103-95 103.95 EQUIPMENT B01 LW ICBC7 5 LBS FIRE EXT BRACKET 1 25.550 25.50 EQUIPMENT B07MX9D52T SPARTAN 4 AWG, 20 FOOT JUMPER CABLE SET 1 139-00 139.00 GRAPHICS ECI26B GRAPHICS 12 Circuit Fuse Black 1 1,490.00 1,490.00 1 44.40 44.40 0p25B 6 CIRCUIT FUSE BLOCK Wt GROUND RETURN 2 35-00 70.00 INSTALL KIT - 4 INSTALL KIT - 4 1 400-00 400.00 SHOP LABOR SHOP LABOR GRAPHICS LABOR SHOP LABOR (LABOR TO INSTALL 149 TRANSPORT UNIT, HINGED WATER DISH, COOL GUARD SYSTEM, PAGER SYSTEM AND RESCUE SYSTEM (DOOR POPPER) SHOP LABOR (INSTALL QUOTED EQUIPMENT AND CUSTOMER SUPPLIED M5O0, APX6500 1 PIECE RADIO AND CRADLE POINT WITH ANTENNA) GRAPHICS LABOR 1 1,50D -0D 1,500.00 1 2,700,00 2,700,00 1 400.00 400.00 "'""'"""`REVISED 9/9124'««.,... REMOVED GAMBER JOHNSON 7170-0250 DOCKING STATION AND POWER SUPPLY- THE CUSTOMER WILL SUPPLY THESE FOR THE BUILDS. 2024FORD F150 RESPONDER - K9 SUBTOTAL BU YBOARD# 698-23 TAX By Signing this Estimate You Accept All Attached Terms And SHIPPING Conditions. 27,710.21 0.00 1,300 00 TOTAL $29,010.21 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B HI I HUHIVItN I lr - INSURANCE REQUIREMENTS City of Pearland 3519 Liberty Drive Pearland, TX 77581 Purchasing Department 281.652.1775 ebids@pearlandtx.cov 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(c�pearlandtx.gov. Questions regarding required insurance should be directed to City of Pearland Purchasing Department, at ebids@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 # 4375. 4383. 4384 Company: MAL Technologies Fleet LLC. Signature and PrintedName: Derek Harry Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B / ® A� oCERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 06/12/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown & Brown Insurance Services, Inc. 5850 Granite Parkway Suite 350 Plano TX 75024 CONTACT Amy Greene NAME: (A/C, Ext): (469) 213-5800 I ONE AX FNo): E-MAIL ADDRESS: Amy.Greene@bbrown.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Mesa Underwriters Specialty Insurance Company INSURED MAL Technologies, LLC 1018 Rushmore Dr. Allen TX 75002 INSURER B : Texas Mutual Insurance Company INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 2024-25 MASTER CERT REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A COMMERCIAL GENERAL LIABILITY MP0042025002232 01/31/2024 01/31/2025 EACH OCCURRENCE $ 1'000'000 DAMAGE TO PREMISES Ea occE ence) $ ICLAIMS -MADE X OCCUR X $1,000 Deductible MED EXP (Any one person) $ X Garage Liability PERSONAL &ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ Other than Auto Limit $ 1,000,000 AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N/A Y 002111805 06/05/2024 06/05/2025 X PER STATUTE H ER E.L. EACH ACCIDENT 100000 $ ' E.L. DISEASE - EA EMPLOYEE $ 100,000 E.L. DISEASE - POLICY LIMIT $ 500,000 A Garagekeepers Loc 1/Loc 2 $1K Ded per veh/$5K max per loss MP0042025002232 01/31/2024 01/31/2025 Aggregate Limit Per Vehicle Limit Legal Liability $200,000$300,000 $50,000/$50,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder includes Waiver of Subrogation where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Mesquite c/o ICA PO Box 2566 Ft Worth TX 76113-2566 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ATTACHMENT D - WARRANTY Services shall conform to the proposed specifications and all warranties as stated in the Uniform Commercial Code and be free from all defects in material, workmanship and title. Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B MAL Technologies Fleet 1412 College St Sulphur Springs, TX 75482 US +1 9036628429 accounts@maltechnologies.com ADDRESS PEARLAND POLICE DEPARTMENT SHIP TO PEARLAND POLICE DEPARTMENT MAL TECH REPRESENTATIVE Mike Urbansovsky ■ MALTE C H FLEET SERVICES Estimate 4375 DATE 09/09/2024 EXPIRATION DATE 10/09/2024 REPRESENTATIVE EMAIL mike@maltechnologies.com ACTIVITY DESCRIPTION QTY RATE AMOUNT 6X 2024 FORD F150 RESPONDER - PATROL BUYBOARD# 698-23 16 -32737 -CM 52" COVERT DUAL COLOR LIGHTBAR, R/W, B/W FRONT, R/A, B/A REAR, BLACK TOPS FD15015 F150 STRAP KIT 6 1,502.35 9,014.10 6 0.00 0.00 Z3SXP-1 Z3 MATRIX DUAL TONE CONTROLLER 6 889.25 5,335.50 C31000 100 WATT SPEAKER (ON PUSH BUMPER) 12 165.20 1,982.40 CD5031 RBW SURFACE MOUNT LED, TRI COLOR, RBW 12 143.35 1,720.20 (UNDER TAILGATE, STEADY WHITE TO REVERESE) MR6MC B/W BLUE/WHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) MR6MC R/W RED/WHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) MR6MC R/B RED/BLUE SURFACE MOUNT (45 DEGREE PB) C3RNRDC-72L- 72" OULINER RUNNING BOARDS RW/BW BWRW (LEFT WIRE EXIT) 12 105.32 1,263.84 12 105.32 1,263.84 12 105.32 1,263.84 6 321.90 1,931.40 C3RNRDC-72R- 72" OUTLINER RUNNING BOARDS RW/BW 6 321.80 1,930.80 BWRW (RIGHT WIRE EXIT) RNRBKT-F150 F150 OUTLINER BRACKET 12 23.79 285.48 STL-20702 STREAMLIGHT SL -20L - 12V CHARGER 6 180.80 1,084.80 HOWLER Siren Amplifier with Two Speakers, Optional Vehicle 6 727.38 4,364.28 Specific Mounting Brackets, HWLRB35 Ford F-150 PPV, 2021-2023, Ford Expedition, 2022-2023, 6 0.00 Center Mount, for One or Two Speakers 0.00 5297T -4L91 2021+ F150 LIGHT READY PUSH BUMPER (CODE 3) 6 488.62 2,931.72 Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ACTIVITY DESCRIPTION QTY RATE AMOUNT C-VSW-2400- 12.5" WIDE FLAT 24" FOR 2021-2023 FORD F150-1 RESPONDER 6 758.62 4,551.72 C-EB35-Z3S-1P 1 -PIECE EQUIPMENT BRACKET, 3.5 MOUNTING SPACE 6 0.00 0.00 C-EB25-MMT-1 P 1 -Piece Equipment Mounting Bracket, 2.5 Mounting Space C-EB25-MWG-1 P M-500 FACEPLATE 6 0.00 0.00 6 0.00 0.00 CUP2-1001 SELF ADJUSTING DUAL CUPHOLDER 6 56.98 341.88 C -AP -0325-1 3" Accessory Pocket, 2.5" Deep 6 48.20 289.20 C-MCB Mic Clip Bracket 12 16.20 194.40 INP-MMSU-1 MAGNETIC MIC 6 44.50 267.00 C -ARM -102 ARMREST 6 79.95 479.70 C-HDM-214 8.5" Heavy -Duty Telescoping Pole, Side Mount C -MD -119 11" Slide Out Locking Swing Arm With Low Profile Motion Device Adapter CG -X CHARGEGUARD 6 156.49 938.94 6 301.60 1,809.60 6 98.00 588.00 93722 PRINTEK VP420 PRINTER, USB, ONE CABLE ONLY 6 664.26 3,985.56 EQUIPMENT SETINA TK1338FDTF150 "CARGO DECK w/ DRAWER SUPER MAX *COMPATIBLE WITH: Rear Window Barrier *NOT COMPATIBLE WITH: SPT Partition *INCLUDES REQUIRED: - Dual Poly Wall for Recessed Panel Front Partition - Radio Box - Lower Cargo Deck w/ Rubber Mat - Storage Box - Door Panel 1 pc Driver Side ONLY *INCLUDES OPTIONAL ACCESSORIES: - Upper Cargo Deck - TPO Single Replacement Seat w/ Center Pull Seat Belt - Door Panel Aluminum 1 pc Passenger Side ONLY - Window Barrier 2pc Set Horizontal Bars - Rear Window Barrier 1 pc *DOES NOT INCLUDE REQUIRED: - Recessed Panel Front Partition 6 3,936.30 23,617.80 EQUIPMENT SETINA PK0602FDT15F150 "#10VS C RP Horizontal Sliding Window Partition Uncoated Polycarbonate With Expanded Metal Window Security Screen Recessed Panel Partition" 6 995.86 5,975.16 DTR2XLHK DUAL T -RAIL 2XL LOCKS HANDCUFF OVERRIDE (GK10342UHK), DUAL T -RAIL MOUNT & 2 UNIVERSAL XL LOCKS WITH HANDCUFF KEY OVERRIDE 6 562.10 3,372.60 DECXF4 DECKED CARGO SYSTEM FOR 2023 FORD F150 SB 6 1,673.76 10,042.56 STALKER PATROL RADAR STALKER PARTOL K -BAND RADAR 6 1,855.00 11,130.00 EQUIPMENT B07J9RQ5W6 5 LBS FIRE EXTENGUISHER 6 103.95 623.70 Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ACTIVITY DESCRIPTION QTY I RATE AMOUNT EQUIPMENT B01 LWICBC7 5 LBS FIRE EXT BRACKET 6 25.50 153.00 EQUIPMENT B07MX9D52T SPARTAN 4 AWG, 20 FOOT JUMPER CABLE SET 6 139.00 834.00 GRAPHICS GRAPHICS 6 1,490.00 8,940.00 8026B 12 Circuit Fuse Block 6 44.40 266.40 8025B 6 CIRCUIT FUSE BLOCK W/ GROUND RETURN 6 35.00 210.00 INSTALL KIT - 4 INSTALL KIT - 4 SHOP LABOR SHOP LABOR (INSTALL QUOTED EQUIPMENT AND CUSTOMER SUPPLIED M500, APX6500 1 PIECE RADIO AND CRADLE POINT WITH ANTENNA) GRAPHICS GRAPHICS LABOR LABOR 6 350.00 2,100.00 6 2,900.00 17,400.00 6 400.00 2,400.00 ***********REVISED 9/9/24 ********** REMOVED GAMBER JOHNSON 7170-0250 DOCKING STATION AND POWER SUPPLY. THE CUSTOMER WILL SUPPLY THESE FOR THE BUILDS. 6X 2024 FORD F150 RESPONDER - PATROL BUYBOARD# 698-23 By Signing this Estimate You Accept All Attached Terms And Conditions. Accepted By SUBTOTAL TAX SHIPPING 134,883.42 0.00 4,500.00 TOTAL $139,383.42 Accepted Date Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B MAL Technologies Fleet 1412 College St Sulphur Springs, TX 75482 US +1 9036628429 accounts@maltechnologies.com ADDRESS PEARLAND POLICE DEPARTMENT SHIP TO PEARLAND POLICE DEPARTMENT MAL TECH REPRESENTATIVE Mike Urbansovsky ■ MALTE C H FLEET SERVICES Estimate 4383 DATE 08/12/2024 EXPIRATION DATE 09/12/2024 REPRESENTATIVE EMAIL mike@maltechnologies.com ACTIVITY DESCRIPTION QTY RATE AMOUNT 2024 FORD F150 RESPONDER - SRO BUYBOARD# 698-23 16 -32737 -CM 52" COVERT DUAL COLOR LIGHTBAR, R/W, B/W FRONT, R/A, B/A REAR, BLACK TOPS 1 1,502.35 1,502.35 FD15015 F150 STRAP KIT 1 0.00 0.00 3492L6S XCEL SIREN/CONTROLLER 1 344.13 344.13 C31000 CD5031 RBW MR6MC B/W MR6MC R/W MR6MC R/B 100 WATT SPEAKER (ON PUSH BUMPER) SURFACE MOUNT LED, TRI COLOR, RBW (UNDER TAILGATE, STEADY WHITE TO REVERESE) C3RNRDC-72L- BWRW C3RNRDC-72R- BWRW BLUE/WHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) RED/WHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) RED/BLUE SURFACE MOUNT (45 DEGREE PB) 72" OULINER RUNNING BOARDS RW/BW (LEFT WIRE EXIT) 72" OUTLINER RUNNING BOARDS RW/BW (RIGHT WIRE EXIT) RNRBKT-F150 F150 OUTLINER BRACKET 2 165.20 330.40 2 143.35 286.70 2 105.32 210.64 2 105.32 210.64 2 105.32 210.64 1 321.90 321.90 1 321.80 321.80 2 23.79 47.58 STL-20702 STREAMLIGHT SL -20L - 12V CHARGER 1 180.80 180.80 5297T -4L91 C-VSW-2400- F150-1 2021+ F150 LIGHT READY PUSH BUMPER (CODE 3) 1 488.62 488.62 12.5" WIDE FLAT 24" FOR 2021-2023 FORD RESPONDER 1 758.62 758.62 C-EB35-XCL-1 P 3.5" CODE 3 XCEL SIREN EQUIPMENT BRACKET 1 0.00 0.00 C-EB25-MMT-1 P 1 -Piece Equipment Mounting Bracket, 2.5 Mounting Space 1 0.00 Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 0.00 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ACTIVITY DESCRIPTION QTY RATE AMOUNT CUP2-1001 SELF ADJUSTING DUAL CUPHOLDER 1 56.98 56.98 C -AP -0325-1 C-MCB INP-MMSU-1 3" Accessory Pocket, 2.5" Deep Mic Clip Bracket MAGNETIC MIC 1 48.20 48.20 2 16.20 32.40 1 44.50 44.50 C -ARM -102 ARMREST 1 79.95 79.95 DECXF4 EQUIPMENT DECKED CARGO SYSTEM FOR 2023 FORD F150 SB B07J9RQ5W6 5 LBS FIRE EXTENGUISHER 1 1,673.76 1,673.76 1 103.95 103.95 EQUIPMENT B01 LWICBC7 5 LBS FIRE EXT BRACKET 1 25.50 25.50 EQUIPMENT B07MX9D52T SPARTAN 4 AWG, 20 FOOT JUMPER CABLE SET 1 139.00 139.00 GRAPHICS GRAPHICS 1 1,490.00 1,490.00 8026B 12 Circuit Fuse Block 1 44.40 44.40 INSTALL KIT - 3 INSTALL KIT - 3 1 275.00 275.00 SHOP LABOR GRAPHICS LABOR SHOP LABOR (INSTALL QUOTED EQUIPMENT AND CUSTOMER SUPPLIED APX6500 1 PIECE RADIO) GRAPHICS LABOR 1 2,500.00 2,500.00 1 400.00 400.00 QUOTED SAME EQUIPMENT AS 4X PATROL ON QUOTE 4375 EXCEPT: XCEL SIREN IN PLACE OF Z3, NO HOWLER, NO COMPUTER MOUNT, NO DOCKING STATION, NO PRINTER, NOT PARTITION, NO RADAR, NO CAMERA SYSTEM AND NO DUAL WEPON MOUNT 2024 FORD F150 RESPONDER - SRO BUYBOARD# 698-23 By Signing this Estimate You Accept All Attached Terms And Conditions. Accepted By SUBTOTAL TAX SHIPPING 12,128.46 0.00 600.00 TOTAL $12,728.46 Accepted Date Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B MAL Technologies Fleet 1412 College St Sulphur Springs, TX 75482 US +1 9036628429 accounts@maltechnologies.com ADDRESS PEARLAND POLICE DEPARTMENT SHIP TO PEARLAND POLICE DEPARTMENT MAL TECH REPRESENTATIVE Mike Urbansovsky ■ MALTE C H FLEET SERVICES Estimate 4384 DATE 09/09/2024 EXPIRATION DATE 10/09/2024 REPRESENTATIVE EMAIL mike@maltechnologies.com ACTIVITY DESCRIPTION QTY RATE AMOUNT 2024 FORD F150 RESPONDER - K9 BUYBOARD# 698-23 16 -32737 -CM 52" COVERT DUAL COLOR LIGHTBAR, R/W, B/W FRONT, R/A, B/A REAR, BLACK TOPS 1 1,502.35 1,502.35 FD15015 F150 STRAP KIT 1 0.00 0.00 Z3SXP-1 Z3 MATRIX DUAL TONE CONTROLLER 1 889.25 889.25 C3100O 100 WATT SPEAKER (ON PUSH BUMPER) 2 165.20 330.40 CD5031 RBW SURFACE MOUNT LED, TRI COLOR, RBW 2 143.35 286.70 (UNDER TAILGATE, STEADY WHITE TO REVERESE) MR6MC B/W BLUE/WHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) MR6MC R/W RED/WHITE SURFACE MOUNT MR6 (UPPER TUBE OF PB, STEADY WHITE TD) MR6MC R/B RED/BLUE SURFACE MOUNT (45 DEGREE PB) C3RNRDC-72L- 72" OULINER RUNNING BOARDS RW/BW BWRW (LEFT WIRE EXIT) 2 105.32 210.64 2 105.32 210.64 2 105.32 210.64 1 321.90 321.90 C3RNRDC-72R- 72" OUTLINER RUNNING BOARDS RW/BW 1 321.80 321.80 BWRW (RIGHT WIRE EXIT) RNRBKT-F150 F150 OUTLINER BRACKET 2 23.79 47.58 STL-20702 STREAMLIGHT SL -20L - 12V CHARGER 1 180.80 180.80 HOWLER Siren Amplifier with Two Speakers, Optional Vehicle 1 727.38 727.38 Specific Mounting Brackets, HWLRB35 Ford F-150 PPV, 2021-2023, Ford Expedition, 2022-2023, 1 0.00 Center Mount, for One or Two Speakers 0.00 5297T -4L91 2021+ F150 LIGHT READY PUSH BUMPER (CODE 3) 1 488.62 488.62 Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ACTIVITY DESCRIPTION QTY RATE AMOUNT C-VSW-2400- 12.5" WIDE FLAT 24" FOR 2021-2023 FORD F150-1 RESPONDER 1 758.62 758.62 C-EB35-Z3S-1P 1 -PIECE EQUIPMENT BRACKET, 3.5 MOUNTING SPACE 1 0.00 0.00 C-EB25-MMT-1 P 1 -Piece Equipment Mounting Bracket, 2.5 Mounting Space C-EB25-MWG-1 P M-500 FACEPLATE 1 0.00 0.00 1 0.00 0.00 CUP2-1001 SELF ADJUSTING DUAL CUPHOLDER 1 56.98 56.98 C -AP -0325-1 3" Accessory Pocket, 2.5" Deep 1 48.20 48.20 C-MCB Mic Clip Bracket 2 16.20 32.40 INP-MMSU-1 MAGNETIC MIC 1 44.50 44.50 C -ARM -102 ARMREST 1 79.95 79.95 C -H DM -214 C -M D-119 CG -X 8.5" Heavy -Duty Telescoping Pole, Side Mount 11" Slide Out Locking Swing Arm With Low Profile Motion Device Adapter CHARGEGUARD 1 156.49 156.49 1 301.60 301.60 1 98.00 98.00 93722 PRINTEK VP420 PRINTER, USB, ONE CABLE ONLY 1 664.26 664.26 EQUIPMENT AMERICAN ALUMINUM EZ RIDER PLATFORM K9 TRANSPORT FORD F150: REAR AND SIDE WINDOW GUARDS, MATTE BLACK POWDER COATED, WITH RUBBER MAT, LED LIGHT KIT R/W, 1 3,384.00 3,384.00 EQUIPMENT AMERICAN ALUMINUM HINGED WATER DISH 1 162.00 162.00 COOL GUARD PLUS M910 COOL GUARD PLUS K9 TEMPERATURE SYSTEM COOL GUARD PAGER SYSTEM COOL GUARD PAGER SYSTEM 1 2,263.95 2,263.95 1 591.30 591.30 Cool Guard M910 Rescue add on RESCUE module and wire harness for M910 Cool Guard PLUS 1 576.45 576.45 DMBFF21 C -SE - DX -C4 F150 DiamondBack SE - Rugged Black 1 2,361.20 2,361.20 DECXF4 STALKER PATROL RADAR DECKED CARGO SYSTEM FOR 2023 FORD F150 SB STALKER PARTOL K -BAND RADAR 1 1,673.76 1 1,855.00 1,673.76 1,855.00 EQUIPMENT EQUIPMENT B07J9RQ5W6 5 LBS FIRE EXTENGUISHER 1 103.95 103.95 B01 LWICBC7 5 LBS FIRE EXT BRACKET 1 25.50 25.50 EQUIPMENT B07MX9D52T SPARTAN 4 AWG, 20 FOOT JUMPER CABLE SET 1 139.00 139.00 GRAPHICS GRAPHICS 1 1,490.00 1,490.00 8026B 12 Circuit Fuse Block 1 44.40 44.40 8025B 6 CIRCUIT FUSE BLOCK W/ GROUND RETURN 2 35.00 70.00 INSTALL KIT - 4 INSTALL KIT - 4 Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 1 400.00 400.00 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B ACTIVITY DESCRIPTION QTY RATE AMOUNT SHOP LABOR SHOP LABOR (LABOR TO INSTALL K9 TRANSPORT UNIT, HINGED WATER DISH, COOL GUARD SYSTEM, PAGER SYSTEM AND RESCUE SYSTEM (DOOR POPPER) 1 1,500.00 1,500.00 SHOP LABOR SHOP LABOR (INSTALL QUOTED EQUIPMENT AND CUSTOMER SUPPLIED M500, APX6500 1 PIECE RADIO AND CRADLE POINT WITH ANTENNA) GRAPHICS GRAPHICS LABOR LABOR 1 2,700.00 2,700.00 1 400.00 400.00 ***********REVISED 9/9/24 ********** REMOVED GAMBER JOHNSON 7170-0250 DOCKING STATION AND POWER SUPPLY. THE CUSTOMER WILL SUPPLY THESE FOR THE BUILDS. 2024 FORD F150 RESPONDER - K9 SUBTOTAL BUYBOARD# 698-23 TAX By Signing this Estimate You Accept All Attached Terms And SHIPPING Conditions. 27,710.21 0.00 1,300.00 TOTAL $29,010.21 Accepted By Accepted Date Please Make All Checks Payable To: MAL TECHNOLOGIES FLEET 1412 College St. Sulphur Springs Tx, 75482 Docusign Envelope ID: F794829D-2974-41 D7-A898-D3262A5F004B Vendor Address Line 1 City State ZIP Effective Expiration Contract MakeMusic, Inc.(E)(I)(T) 285 Century Place Louisville CO 80027 9/1/2023 8/31/2026 Musical Instruments, Equipment, Supplies, and Repair 712-23 Maker Maven(E) 800 Alma St. Tomball TX 77375 11/1/2021 10/31/2024 Instructional Materials and Classroom Teaching Supplies and Equipment 653-21 MAL Technologies Fleet, LLC(E)(I)(T) 1412 College St. Sulphur Springs TX 75482 4/1/2023 3/31/2026 Public Safety and Firehouse Supplies and Equipment 698-23 Malek, Inc.(E)(I)(T) 2521 Antelope Street CORPUS CHRISTI TX 78408 12/1/2023 11/30/2026 HVAC Equipment, Supplies, and Installation of HVAC Equipment 720-23 Mammoth Sports Construction LLC(E) 601 E Wyandotte St. 0)(T) Meriden KS 66512 6/1/2024 5/31/2027 Indoor and Outdoor Sports Surfaces, Repair and Renovation and Gym Floor Refinishing 737-24 Managed Methods(E)(I)(T) 719 Walnut St Boulder CO 80302 1/1/2022 12/31/2024 Technology Equipment, Products, Services and Software 661-22 Maneuvering the Middle LLC(E) P.O. Box 115 Georgetown TX 78627 11/1/2021 10/31/2024 Instructional Materials and Classroom Teaching Supplies and Equipment 653-21 Mannington Mills, Inc. /dba/ Mannington Commercial(E)(I)(T) 1844 Hwy. 41 SE Calhoun GA 30701 6/1/2024 5/31/2027 Carpet and Tile Flooring, Stage Floor Refinishing, Concrete Polishing, Grinding and Staining 736-24 Marathon Fitness(M)(E)(l)(T) P.O. Box 17705 Sugar Land 77496 4/1/2022 3/31/2025 Athletic, Physical Education, Gymnasium Supplies and Equipment and Heavy Duty Exercise Equipment and Related Accessories 665-22 Marchmaster(E)(l)(T) P.O. Box 73379 Newnan GA 30271 6/1/2022 5/31/2025 Uniforms and Accessories 670-22 Mark Rite Lines Equipment Company, 5379 Southgate Drive Inc.(E)(I)(T) Billings 12/1/2022 11/30/2025 Construction, Road and Bridge, and Other Related Equipment 685-22 Marks Plumbing Parts(E)(I)(T) 3312 Ramona Drive Fort Worth TX 76121 12/1/2021 11/30/2024 Building Maintenance, Repair, and Operations Supplies and Equipment 657- 21 Marksmen General Contractors, Inc. 10609 IH-10, Ste 200 (E)(l)(T) San Antonio TX 75060 4/1/2024 3/31/2029 Job Order Contracting (RSMeans) 728-24 Mart, Inc.(E)(l)(T) 1503 Perry Street Irving 4/1/2024 3/31/2029 Job Order Contracting (RSMeans) 728-24 Master Audio Visuals Inc.(E)(I)(T) 2135 Gilmer Road Longview 75604 6/1/2024 5/31/2027 Audio Visual Equipment and Supplies 739 -24 (M) - MWBE (E) - EDGAR Received (D) - Designated Dealer (I) - No Israel Boycott (T) - No Foreign Terrorist Orgs 9/26/2024 5:42 AM