DISTRICT BUSINESS OFFICE - PURCHASING

33 Gough Street, San Francisco, CA94103

Phone: 415-487-2413 Fax: 415-241-2326

REQUEST FOR QUOTATION BID# 080

Top end fitness equipment, as below. No substitutions-must match existing equipment. Must be FitLinxx compatible. Must ship within 4 weeks ARO. Goods must be received NO LATER THAN December 21, 2007.

Bid Deadline: November29, 2007, 1:00 PT

Delivery is to a San Francisco address zip 94112. Please indicate if you are a local, minority or woman-owned business. Preferred Terms: Net 30, FOB Destination, ordered via purchase order. Sample PO Terms and Conditions are available upon request.

General specifications as to quality and construction:

Frames: Oval shaped tubing 2 ½” X 4 ½”, 11 gauge thick wall. Electrostatically applied powder coat finish with 2nd clear coat layer over powder coat. Foot pads. Platinum gray color.

Weights: Increments of 5, 10 & 15 pounds that are dialed. Plates: solid min. 1” thick steel, powder coated. Guide rods: ¾” cold-drawn steel, turned ground and polished with hard chrome finish. Selector pin(s): min. 3/8” pin. Magnetically locks, connected to weight stack. Shock absorber: rubber bumpers. Weight stack guards: standard, with optional front shrouds. Weights to be indicated in lbs.

Bushings/bearings: bushings that adjust to guide rods with O rings. No nylon bushings.

Seat/level adjustments: Chromed adjustment tubing. Seat adjustment system: internal rolling mechanism. Back pad adjustments: gas-assisted. Grips: thermoplastic rubber held on with metal (aluminum?) collars & caps. Upholstery: wear and stain-resistant. Dark red/cranberry color. Level-arm adjustment: 4 bar linkage mechanism, adjusts to 4 positions.

Resistance Transmission: Cables/belts: 7 X 19 strand construction, lubricated, nylon-coated. Break rate: 4200 lbs. Pulleys: min. 4” fiberglass-impregnated nylon w/ sealed bearings. Cable/pulley interface: Full shrouds and pulley covers.

Seeking a quantity of one (1) each of the following:

Chest Press: overhead pivot, converging press arms. Signature#FZCP by Life Fitness or equivalent

price each:______

Shoulder Press: counter-balanced arms,converging press arms, neutral and pronated hand grips #FZSP price each: ______

Pectoral Fly: independent cams, range of motion adjusts in 10-degree increments, #FZPEC

price each:______

Row/Rear Deltoid: converging/diverging axes that align with the user’s joint movement, #FZRW

price each:______

Biceps Curl: upper arm pads align elbow with the axis of rotation, pivoting handles to accommodate different forearm lengths, #FZBC

price each:______

Triceps Press: angled back pad for stability, rotating handles (pressing and dip) #FZTP

price each:______

Leg Extension: 100 degree angle between seat and back pad, side handles for stability, side handles, back and tibia pads and range- of motion adjustments accessible from seated position #FZLE

price each:______

Hip Adduction: with dual foot positions and knee pads and ratchet mechanism to adjust start position in 10° increments, #FZHAD

price each:______

Hip Abduction: with dual foot positions and knee pads, #FZHABprice each:______

Seated Leg Curl: back and tibia pads and range- of motion adjustments accessible from seated position, adjustable thigh pad, #FZSLC

price each:______

Seated Leg Press: upright exercise position, #FZSLPprice each:______

Glute Machine: features upright body position and adjustable torso pad

price each:______

Back Extension: 5-position adjustable start mechanism, adjustable footplate, lumbar pad, #FZBE

price each:______

Torso Rotation: user in kneeling position, adjustable chest pad, knee supports, #FZTR

price each:______

Please indicate if your bid is “all or nothing”: ______

Inside delivery, freight and installation:what are the total charges? ______

Please indicate availability of these items: ______

F.O.B. : ______(F.O.B. Destination is preferred.)

Total cost, excluding taxes: ______

Signature of Authorized Vendor Representative: ______

Title: ______Date: ______

Firm: ______Address/ Phone:______

Return via fax or mail to the above address. CityCollege is not responsible for traffic, mail delays or fax malfunction. All bid deadlines are firm. If your firm is a minority/woman/local business, please indicate (must be certified). Thank you for your interest in CityCollege.

If you are submitting an equivalent item, all specifications must be met or exceeded. Include descriptive literature/specifications with response. The City College of San Francisco reserves the right to reject any or all proposals or parts thereof and to award the contract to the bidder or bidders, whose responses are most advantageous to City College of San Francisco. CityCollege of San Francisco will be the sole judge in making the determination. Advantages for equipment standardization may be considered as part of the bid evaluation. CityCollege of San Francisco reserves the sole right to determine acceptability of bids.

Documents Accompanying Bid. A complete bid package would include the following: (a) CCSF Bid Quote Form; (b) Non-Collusion Affidavit; (c) Drug-Free Workplace Certification; and (d) complete specifications if proposing alternative products. All items are to be provided no later than the bid deadline. The Bidder acknowledges that if this Bid and the foregoing documents are not fully in compliance with applicable requirements set forth in the request for bids, the instructions for bidders and in each of the foregoing documents, the Bid may be rejected as non-responsive.

ATTACHMENT A

NON-COLLUSION AFFIDAVIT

STATE OF CALIFORNIA

COUNTY OF ______

I, ______, being first duly sworn, deposes and says that I am

(Typed or Printed Name)

the ______of ______, the party submitting

(Title) (Bidder Name)

the foregoing Bid Proposal (“the Bidder”). In connection with the foregoing Bid Proposal, the undersigned declares, states and certifies that:

1. The Bid Proposal is not made in the interest of or on behalf of, any undisclosed person, partnership, company, association, organization or corporation.

2. The Bid Proposal is genuine and not collusive or sham.

3. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in sham bid, or to retain from bidding.

4. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit or cost element of the bid price or that of any other bidder, or to secure any advantage against the public body awarding the contract or of anyone interested in the proposed contract.

5. All statements contained in the Bid Proposal and related documents are true.

6. The bidder has not, directly or indirectly, submitted the bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Executed this ______day of ______, 20___at______

(City. County and State)

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

______

Signature (Address)

______

Name Printed or Typed (City, County and State)

(______) ______

(Area Code and Telephone Number)

ATTACHMENT B

DRUG-FREE WORKPLACE CERTIFICATION

I, ______, am the ______of (Print Name) (Title)

. I declare, state and certify to all of the following:

(Contractor Name)

I am aware of the provisions and requirements of California Government Code §§8350 et seq., the Drug Free Workplace Act of 1990.

I am authorized to certify, and do certify, on behalf of Contractor that a drug free workplace will be provided by Contractor by doing all of the following:

Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in Contractor's workplace and specifying actions which will be taken against employees for violation of the prohibition;

Establishing a drug-free awareness program to inform employees about all of the following:

(i)The dangers of drug abuse in the workplace;

(ii)Contractor's policy of maintaining a drug-free workplace;

(iii)The availability of drug counseling, rehabilitation and employee-assistance programs; and

(iv)The penalties that may be imposed upon employees for drug abuse violations;

Requiring that each employee engaged in the performance of the Contract be given a copy of the statement required by subdivision (A), above, and that as a condition of employment by Contractor in connection with the Work of the Contract, the employee agrees to abide by the terms of the statement.

Contractor agrees to fulfill and discharge all of Contractor's obligations under the terms and requirements of California Government Code §8355 by, interalia, publishing a statement notifying employees concerning: (a) the prohibition of any controlled substance in the workplace, (b) establishing a drug-free awareness program, and (c) requiring that each employee engaged in the performance of the Work of the Contract be given a copy of the statement required by California Government Code §8355(a) and requiring that the employee agree to abide by the terms of that statement.

Contractor and I understand that if the District determines that Contractor has either: (a) made a false certification herein, or (b) violated this certification by failing to carry out and to implement the requirements of California Government Code §§8355, the Contract awarded herein is subject to termination, suspension of payments, or both. Contractor and I further understand that, should Contractor violate the terms of the Drug-Free Workplace Act of 1990, Contractor may be subject to debarment in accordance with the provisions of California Government Code §§8350, etseq.

Contractor and I acknowledge that Contractor and I are aware of the provisions of California Government Code §§8350, etseq. and hereby certify that Contractor and I will adhere to, fulfill, satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of 1990.

I declare under penalty of perjury under the laws of the State of California that all of the foregoing is true and correct.

Executed at this____day of ______, 20____.

(City and State)

______(Signature) ______(Printed Name)

ATTACHMENT C

Insurance: Vendors must have Workman’s Compensation, Automotive liability and General Liability, min $1,000,000 per occurrence, in effect if delivering/installing these products at CityCollege. Proof of coverage is due upon bid award, no exceptions. Insurance requirements: (1) Name as Additional Insured the SFCCD, its Officers, Agents, and Employees (2) That such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising out of this Agreement, and that insurance applies separately to each insured against whom claim is made or suit is brought. (3) All policies shall provide thirty (30) days’ advance written notice to District of cancellation mailed to the following:

Mr. Peter Goldstein

Vice Chancellor of Finance & Administration

33 Gough Street

San Francisco, CA94103