Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout12 - OASIS Senior Center Fitness EquipmentCITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 12
March 23, 2010
TO: HONORABLE MAYOR & MEMBERS OF THE CITY COUNCIL
FROM: RECREATION & SENIOR SERVICES DEPARTMENT
Laura Detweiler, Director
644 -3157, Idetweiler(a)newportbeachca.gov
Celeste Jardine -Haug, Senior Services Manager
644 -3247, chaug(a)newportbeachca.gov
SUBJECT: OASIS SENIOR CENTER — FITNESS EQUIPMENT
AWARD OF CONTRACT TO TECHNOGYM, USA CORPORATION
ISSUE:
Should the City Council approve the award of contract to TechnoGym USA, Corporation for
the purchase, delivery and set -up of exercise equipment for the OASIS Senior Center?
RECOMMENDATION:
1. Approve the proposal for purchase of fitness equipment and service agreement.
2. Award Contract No.4414 to TechnoGym USA, Corporation for the total proposal price of
$157,026.43 and authorize the Mayor and the City Clerk to execute the contract.
DISCUSSION:
As the new OASIS Senior Center building construction moves towards 50% completion, staff
has begun to identify and purchase furniture, fixtures and equipment (FF &E) necessary to
complete and occupy the new facility. A large component of the facility's FF &E is the exercise
equipment for the fitness center. Fitness equipment proposals were due to the purchasing
office on December 2, 2009, and were reviewed for content by department staff. Companies
were allowed to submit more than one proposal with different combinations of equipment.
During careful review of all submitted proposals, the following factors were taken into
consideration for selection of the appropriate equipment:
• The specific pieces of equipment being proposed and their applicability for the senior
population to include ease of use;
• Vendor's past experience with furnishing senior fitness facilities;
• Site visit assessments made by City staff, senior participants, and the project architect;
• After market service and maintenance of the equipment;
• The total cost of the equipment being proposed;
OASIS Senior Center Fitness Equipment —Award of Contract No. 4414
March 23, 2010
Page 2
Interested Companies were provided a list of desired equipment, and the quantities of each
piece needed, a CAD drawing of the space, and a description of the facility's needs.
Companies who chose to submit more than one proposal are indicated with multiple cost
options for the equipment. The proposals were ranked in order based on the list of described
factors and are shown in order from highest to lowest score. TechnoGym received the highest
ranking and is being recommended for award of contract in the amount of $157,026.43 which
includes equipment, tax, shipping, installation and a two year service plan.
Companies that submitted proposals included:
Ranking
1. TechnoGym
2. Advanced Exercise Equipment
3. Advantage Fitness
4. The Dumbellman
5. Promaxima
6. USA Fitness
7. Legend Fitness
ENVIRONMENTAL REVIEW:
Total Cost of Equipment
A - $157,026.43
A - $188,248.47 B - $172,689.92
$164,462.57 B - $164,245.07 C - $124,715.53
A - $154,638.69
$108,640 B - $82,492
A - $100,292.51 B - $84,807
A - $114,803.93
On December 9, 2009, the City Council approved Mitigated Negative Declaration ND2008-
002 for the New OASIS Senior Center and the temporary trailer complex constructed in the
parking lot off 5th Street across from the site.
PUBLIC NOTICE:
The Public Notice requesting proposals was advertised on the City's website.
FUNDING AVAILABILITY:
There are sufficient funds available in the following account for the project:
Account Description
General Fund
Proposed uses are as follows:
Vendor
TechnoGym
TechnoGym
Account Number Amount
7453- C1002007 $ 157,026.43
Total: $ 157,026.43
Purpose Amount
Exercise Equipment $ 140,062.88
Transport and Installation $ 16,963.55
Total: $ 157,026.43
Prepared by:
&oL��
Celeste Jar ine -Haug
Senior Services Manager
Attachment: Purchase Agreement
OASIS Senior Center Fitness Equipment — Award of Contract No. 4414
March 23, 2010
Page 3
CONTRACT WITH TECHNOGYM USA CORPORATION
FOR PURCHASE, INSTALLATION AND MAINTENANCE
OF FITNESS EQUIPMENT AT THE OASIS SENIOR CENTER
THIS CONTRACT is made and entered into as of this d3"dday of r cLr IL�
2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and
Charter City ( "City "), and TECHNOGYM USA CORPORATION a Washington
corporation, whose principal place of business is 830 Fourth Avenue South, #300,
Seattle, WA 98134 ( "Contractor "), and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City issued a request for proposals (RFP) for the purchase and installation of
fitness equipment specific to the senior population for the new Oasis Senior
Center.
C. City desires to engage Contractor for the purchase, installation and maintenance
of fitness equipment ( "Equipment'). Contractor has agreed to deliver, set -up and
service the fitness equipment the week of August 2, 2010 ('Project').
D. Contractor has examined the plans of all proposed work, carefully reviewed and
evaluated the specifications set forth by the City for the Project, and is familiar
with all conditions relevant to the performance of services and has committed to
perform all work required for the price specified in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 315t day of August 2012, unless terminated earlier as set forth herein.
2. SCOPE OF WORK
Contractor shall perform all the services described in the Proposal attached hereto as
Exhibit A and incorporated herein by this reference. As a material inducement to the
City entering into this Agreement, Contractor represents and warrants that Contractor is
a provider of first class work and services and Contractor is experienced in performing
the work and services contemplated herein and, in light of such status and experience,
Contractor covenants that it shall follow the highest professional standards in
performing the work and services required hereunder and that all materials will be of
good quality. For purposes of this Agreement, the phrase "highest professional
standards" shall mean those standards of practice recognized by one or more first -class
firms performing similar work under similar circumstances.
Contractor shall perform everything required to be performed, and shall provide and
furnish all the labor, materials, necessary tools, expendable equipment and all utility and
transportation services necessary for the Project. ,
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
Contractor shall complete the Work within the time set forth in this Section. The failure
by Contractor to meet this deadline may result in termination of this Agreement by City.
Contractor has agreed to deliver, set -up and service fitness equipment the week
of August 2, 2010. One Half Day Training shall be provided to City staff upon
completion of installation. Equipment service shall be provided in accordance
with the schedule outlined in the Proposal attached as Exhibit A.
3.1 The parties agree that it is extremely difficult and impractical to determine
and fix the actual damages that City will sustain should the Contractor fail
to complete the Project within the time allowed. Should Contractor fail to
complete the work called for in this Agreement on the date outlined above,
Contractor agrees to the deduction of liquidated damages in the sum of
One Hundred Dollars and no /100 ($100.00) for each calendar day
beyond the date scheduled for completion provided in Section 2 of this
Agreement assuming that the Contractor has access to the space the
week of August 2, 2010 as described herein.
Execution of this Agreement shall constitute agreement by the City and
Contractor that One Hundred Dollars and no /100 ($100.00) per calendar
day is the minimum value of the costs and actual damage caused by the
failure of the Contractor to complete the work within the allotted time.
Such sum is liquidated damages and shall not be construed as a penalty,
and may be deducted from payments due the Contractor if such delay
occurs.
4. COMPENSATION
As full compensation for the equipment, delivery, installation and applicable sales tax for
completion of the Project as required by the Scope of Work, City shall pay to Contractor
and Contractor accepts as full payment the sum of One Hundred and Fifty -Seven
.Thousand Twenty Six Dollars and Forty -Three Cents ($157,026.43) ( "Contract
Price ") and will be paid to the Contractor no later than thirty (30) days after
delivery of fitness equipment. Contractor shall not receive any additional
compensation unless approved in advance by the City in writing..
TECHNOGYM USA COPORATION 2
5. ADMINISTRATION
This Agreement will be administered by the Recreation & Senior Services Department.
CELESTE JARDINE -HAUG shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator or his /her
authorized representative shall represent City in all matters pertaining to the services to
be rendered pursuant to this Agreement.
6. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE
6.1 Contractor shall use only the standard materials described in Exhibit A in
performing services under this Agreement. Any deviation from the
materials described in Exhibit A shall not be installed unless approved in
advance by the Project Administrator.
6.2 All of the services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel
required to perform the services required by this Agreement, and that it
will perform all services in a manner commensurate with community
professional standards. All services shall be performed by qualified and
experienced personnel who are not employed by City, nor have any
contractual relationship with City.
7. RESPONSIBILITY FOR DAMAGES OR INJURY
7.1 City and all officers, employees and representatives thereof shall not be
responsible in any manner for any loss or damage to any of the materials
or other things used or employed in performing the Project or for injury to
or death of any person as a result of Contractor's performance of the
services required hereunder; or for damage to property from any cause
arising from the performance of the Project by Contractor, or its
subconcontractors, or its workers, or anyone employed by either of them.
7.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from
defects, obstructions or from any cause arising from Contractor's work on
the Project, or the work of any subcontractor or supplier selected by the
Contractor.
7.3 Contractor shall indemnify, hold harmless, and defend City, its officers and
employees from and against: (1) any and all loss, damages, liability,
claims, allegations of liability, suits, costs and expenses for damages of
any nature whatsoever, including, but not limited to, bodily injury, death,
personal injury, property damage, or any other claims arising from any and
all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or
performed pursuant to this Agreement; (2) use of improper materials in
performing this Project including, without limitation, defects in
TECHNOGYM USA COPORATION
workmanship or materials and /or design defects; and /or (3) any and all
claims asserted by Contractor's subconcontractors or suppliers on the
Project, and shall include reasonable attorneys' fees and all other costs
incurred in defending any such claim. However, nothing herein shall
require Contractor to indemnify City from the sole negligence or willful
misconduct of City, ifs officers or employees.
7.4 Contractor shall perform all Project work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their
original condition and former usefulness as soon as possible, and to protect
public and private property. Contractor shall be liable for any private or
public property damaged during the performance of the Project work.
7.5 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Agreement as shall be considered necessary by
City may be retained by it until disposition has been made of such suits or
claims for damages as aforesaid.
7.6 Nothing in this section shall be construed as authorizing any award of
attorney's fees in any action to enforce the terms of this Agreement, except
to the extent provided in Section 6.3 above.
7.7 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor nor its
employees are to be considered employees of the City. The manner and means of
conducting the work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Agreement. No civil
service status or other right of employment shall accrue to Contractor or its employees.
9. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated Project
Administrator and any other agencies that may have jurisdiction or interest in the work
to be performed. City agrees to cooperate with the Contractor on the Project.
10. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement of
work. Contractor shall obtain, provide and maintain at its own expense during the term
of this Agreement, a policy or policies of liability insurance of the type and amounts
described below and in a form satisfactory to City.
A. Certificates of Insurance. Contractor shall provide certificates of insurance
with original endorsements to City as evidence of the insurance coverage
required herein. Insurance certificates must be approved by City's Risk
TECHNOGYM USA COPORATION 4
Manager prior to commencement of performance or issuance of any
permit or performance of any work. Current certification of insurance shall
be kept on file with City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days (10 calendar days written notice of non-
payment of premium) prior to such change. The insurer shall agree
to waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Contractor for City.
ii. General Liability Coveraqe. Contractor shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Contractor shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Contractor arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
TECHNOGYM USA COPORATION 5
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Contractor.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Contractor's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either party
except after thirty (30) calendar days (10 calendar days written
notice of non - payment of premium) written notice has been
received by City.
F. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Contractor's performance under this Contract.
G. Additional Insurance. Contractor shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
11. SUBCONTRACTING
City and Contractor agree that subcontractors may be used to complete the work
outlined in the Scope of Services provided the Contractor obtains City approval prior to
the subcontractor performing any work. Contractor shall be fully responsible to City for
TECHNOGYM USA COPORATION 6
all acts and omissions of the subcontractors. Nothing in this Contract shall create any
contractual relationship between City and subcontractor nor shall it create any obligation
on the part of City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise required by law.
12. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction of the
dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Contract. Contractor shall not
discontinue work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his /her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
13. CONFLICTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the California
Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any
financial interest that may foreseeably be materially affected by the work performed
under this Contract, and (2) prohibits such persons from making, or participating in
making, decisions that will foreseeably financially affect such interest.
If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to
do so constitutes a material breach and is grounds for immediate termination of this
Contract by City. Contractor shall indemnify and hold harmless City for any and all
claims for damages resulting from Contractor's violation of this Section.
14. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Contractor and conclusively shall be
deemed served when delivered personally, or on the third business day after the
deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from Contractor to
City shall be addressed to City at:
Attn: Celeste Jardine -Haug
Recreation & senior Services Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949- 644 -3247
Fax: 949 - 640 -7364
All notices, demands, requests or approvals from City to Contractor shall be addressed
to Contractor at:
TECHNOGYM USA COPORATION
Attn:Brian Greene
TECHNOGYM USA CORPORATION
830 Fourth Avenue South, #300
Seattle, WA 98134
Phone: 800 - 804 -0952
Fax: 484 - 733 -4712
15. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of this
Agreement at the time and in the manner required, that party shall be deemed in default
in the performance of this Agreement. If such default is not cured within a period of two
(2) calendar days, or if more than two (2) calendar days are reasonably required to cure
the default and the defaulting party fails to give adequate assurance of due performance
within two (2) calendar days after receipt of written notice of default, specifying the
nature of such default and the steps necessary to cure such default, the non - defaulting
party may terminate the Agreement forthwith by giving to the defaulting party written
notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole discretion and
without cause, of terminating this Agreement at any time by giving seven (7) calendar
days prior written notice to Contractor. In the event of termination under this Section,
City shall pay Contractor for services satisfactorily performed and costs incurred up to
the effective date of termination for which Contractor has not been previously paid. On
the effective date of termination, Contractor shall deliver to City all materials purchased
in performance of this Agreement.
16. COMPLIANCE WITH ALL LAWS
Contractor shall at its own cost and expense comply with all statutes, ordinances,
regulations and requirements of all governmental entities, including federal, state, county
or municipal, whether now in force or hereinafter enacted.
17. WAIVER
A waiver by City of any term, covenant, or condition in the Agreement shall not be
deemed to be a waiver of any subsequent breach of the same or any other term,
covenant or condition.
18. INTEGRATED AGREEMENT
This Agreement represents the full and complete understanding of every kind or nature
whatsoever between the parties hereto, and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal Agreement or
implied covenant shall be held to vary the provisions herein.
The terms of this Agreement shall control and preempt any conflict in terms between
this Agreement and the terms set forth in Exhibit A.
TECHNOGYM USA COPORATION
19. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement and the
Scope of Services, the terms of this Agreement shall govern.
20. AMENDMENTS
This Agreement may be modified or amended only by a written document executed by
both Contractor and City and approved as to form by the City Attorney.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Agreement by Contractor is a representation that Contractor has
reviewed the CAAD drawings of the Fitness Center, has become familiar with the local
conditions under which the work is to be performed, and has taken into consideration
these factors in submitting its Project Proposal and Scope of Work.
22. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters relating
to it and any action brought relating to this Agreement shall be adjudicated in a court of
competent jurisdiction in the County of Orange.
23. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning of the
language used and shall not be construed for or against either party by reason of the
authorship of the Agreement or any other rule of construction which might otherwise
apply.
24. WARRANTY
Contractor agrees to the delivery, set -up and service of fitness equipment pursuant to
this Agreement as outlined in the TECHNOGYM CUSTOMER AGREEMENT attached
as Exhibit B.
25. SERVICE OF FITNESS EQUIPMENT
Contractor agrees to three (3) preventative maintenance visits per year for cardio
equipment and two (2) preventative maintenance visits per year for strength equipment
for two (2) years at no charge as noted in comment section of Exhibit A.
TECHNOGYM USA COPORATION
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY:
By:
nett ou amp
Assistant City' orney
ATTEST:
By:
Leilani Brown,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
Keith D. Curry
Mayor
CONTRACTOR:
TECHNOGYM USA CORPORATION
By:
Name:
Title:
By:
Name:
Title:
Attachments: Exhibit A — TECHNOGYM USA Proposal
Exhibit B — Service Components Warranty
Exhibit C — Training / Delivery Information
Exhibit D — Certificate of Liability Insurance from TECHNOGYM
f: \temp100 rss contractsltechnogym.docx
TECHNOGYM USA COPORATION 10
t GL C �r� f i1 A
TECHNOGYM USA Toll Free: (800) 804-0952 PROPOSAL
830 Fourth Avenue S Office: (206) 623 -1A88
Suite 300 eFax: (484) 733 -4712
Seattle, WA 98134 Date 03/05/10
www.technogymusa.com email: info @technogymusa.com Proposal #: 00970047
Customer #:
Bill To:
Ship To:
City of Newport Beach OASIS Senior Center
City of Newport Beach OASIS
Senior Center
800 Marguerite Avenue
800 Marguerite Avenue
Newport Beach, CA 92625
Newport Beach, CA 92625
Celeste Jardine -Haug
Celeste Jardine -Haug
+1 949 6443244
+1 949 6443247
Requested Delivery Date:
Payment Terms
08/02/10
Net 30
P.O. Number:
RSD:
Steven Be Cotte
Quantity Item Description Unit Price Amount
7 DAK3UCIALOOGAOOU Excite Run Jog 700 Visio - Visio - iPod +USB - 8,095.00 56,665.00
Silver - Flint Grey
3 DA533CIALOOGAOOU Synchro Excite 700 WTV - Powered - Visio - 7,895.00 23,685.00
iPOd +USB - Silver - Flint Grey
1 DA983CIALOOGAOOU Cardio Wave 700 - Powered - Visio - iPod +USB - 7,695.00 7,695.00
Silver - Flint Grey
3 DAD73CIALMOGA000 Recline Excite 700 - Powered - Visio - iPod +USB 5,395.00 16,185.00
- Silver - Flint Grey - Bordeaux
2 DAC73CIALMOGAOOU Bike Excite 700 - Powered - Visio - iPod +USB - 5,195.00 10,390.00
Silver - Flint Grey - Bordeaux
1 DA773LNALOOGOUSU Tap Excite 700 - Powered - LED - None - Silver - 5,195.00 5,195.00
Flint Grey
1 A0000368 -M ERGO SEAT w /out Back Rest - Bordeaux 550.00 550.00
Upholstery
1 MB203CO- ALMOGGJL Element + Chest Press - Silver Frame Color - 2,795.00 2,795.00
Bordeaux Upholstery Color - iPac Guard Color
This PROPOSAL becomes a valid PURCHASE ORDER with authorized signature, signed Terms and Conditions of Sale, and applicable deposit received at our
corporate office (See address listed above). DELIVERY 9-12 weeks after receipt of valid PURCHASE ORDER. For product procurement reasons and
logistics planning, the agreed payment terms survive any modification in delivery date. Freight and Installation charges are an estimate and may be
subject to change based upon location specifications.
DELAYS IN DELIVERY AT CUSTOMER REQUEST MAY RESULT IN STORAGE FEES PRICING valid for 30 days
Authorized Signature Date
Page 1 of 3
TECHNOGYM USA Toll Free: (800) 804-0952 PROPOSAL
830 Fourth Avenue S Office: (206) 623 -1488
Suite 300 eFax: (484) 733 -4712
Seattle, WA 98134 Date 03/05/10
www.technogymusa.com email: info@technogymusa.com Proposal #: 00970047
Customer #:
1 MB703CO- ALMOGGJL Element + Pectoral - Silver Frame Color -
2,795.00
2,795.00
Bordeaux Upholstery Color - iPac Guard Color
1 MB252CO- ALMOGGJL Element + Vertical Traction - Silver Frame Color
2,795.00
2,795.00
- Bordeaux Upholstery Color - iPac Guard Color
1 MB602CO- ALMOGGJL Element + Arm Extension - Silver Frame Color -
2,695.00
2,695.00
Bordeaux Upholstery Color - iPac Guard Color
1 MB552CO- ALMOGGJL Element + Arm Curl - Silver Frame Color -
2,695.00
2,695.00
Bordeaux Upholstery Color - pac Guard Color
1 M96730 -ALML Selection Multi Hip - Silver Frame Color -
3,695.00
3,695.00
Bordeaux Seat Color
1 MB953CO- ALMOGGJL Element + Low Row - Silver Frame Color -
2,695.00
2,695.00
Bordeaux Upholstery Color - pac Guard Color
1 MBSOONO- ALMOGGJL Element + Seated Leg Press - Silver Frame Color
4,995.00
4,995.00
- - Bordeaux Upholstery Color - iPac Guard Color
1 MB302CO- ALMOGGJL Element + Seated Leg Extension ROM - Silver
2,695.00
2,695.00
Frame Color - Bordeaux Upholstery Color - iPac
Guard Color
1 MB352CO- ALMOGGJL Element + Seated Leg Curl ROM - Silver Frame
2,695.00
2,695.00
Color - Bordeaux Upholstery Color - iPac Guard
Color
1 MB450O0- ALMOGGJL Element + Lower Back - Silver Frame Color -
2,695.00
2,695.00
Bordeaux Upholstery Color - iPac Guard Color
1 MB65000- ALMOGGJL Element + Abdominal Crunch - Silver Frame
2,695.00
2,695.00
Color - Bordeaux Upholstery Color - iPac Guard
Color
This PROPOSAL becomes a valid PURCHASE ORDER with authorized signature, signed Terms and Conditions of Sale, and applicable deposit received at our
corporate office (See address listed above). DELIVERY 9 -12 weeks after receipt of valid PURCHASE ORDER. For product procurement reasons and
logistics planning, the agreed payment terms survive any modification in delivery date. Freight and Installation charges are an estimate and may be
subject to change based upon location specifications.
DELAYS IN DELIVERY AT CUSTOMER REQUEST MAY RESULT IN STORAGE FEES
PRICING valid for 30 days
Authorized Signature
Date
Page 2 of 3
TECHNOGYM USA
Toll Free: (800) 804-0952
3,595.00
PROPOSAL
830 Fourth Avenue S
Office: (206) 623 -1488
Suite 300
eFax: (484) 733 -4712
845.00
845.00
Seattle, WA 98134
- Bordeaux Upholstery Color
Date
03/05/10
www.technogymusa.com
email: info@technogymum.com
Proposal #:
00970047
1 ME05- ALMOGGOO
FLEXibility - Anterior (Q1P) - Silver Frame Color -
Customer #:
1,995.00
1 M95030 -ALML
Selection Rotary Torso - Silver Frame Color -
3,595.00
3,595.00
Bordeaux Seat Color
1 PA04- ALMOGG
Element + Adjustable Bench - Silver Frame Color
845.00
845.00
-
- Bordeaux Upholstery Color
1 M5800- AN19GZ
Kinesis - Kl - Aluminum /Black Wall Color
12,450.00
12,450.00
1 ME05- ALMOGGOO
FLEXibility - Anterior (Q1P) - Silver Frame Color -
1,995.00
1,995.00
Bordeaux Seat Color
1 ME10- ALMOGG00
FLEXibility - Posterior (Q1P) - Silver Frame Color
2,995.00
2,995.00
- Bordeaux Seat Color
Comment(s): 3 PM Visits per year for cardio for 2 years /no charge
2 PM Visits per year for Strength for 2 years /no charge
Quote Subtotal 178,185.00 USD
Discount - 48,196.01 USD
Transport and Installation 15,663.39 USD
Sales Tax @ 8.75% $11,374.04 USD
Quote Total 157,026.43 USD
Sales tax amount subject to change based on rate at invoicing.
This PROPOSAL becomes a valid PURCHASE ORDER with authorized signature, signed Terms and Conditions of Sale, and applicable deposit received at our
corporate office (See address listed above). DELIVERY 942 weeks after receipt of valid PURCHASE ORDER. For product procurement reasons and
logistics planning, the agreed payment terms survive any modification in delivery date. Freight and Installation charges are an estimate and may be
subject to change based upon location specifications.
DELAYS IN DELIVERY AT CUSTOMER REQUEST MAY RESULT IN STORAGE FEES PRICING valid for 30 days
Authorized Signature Date
Page 3 of 3
Exhibit- B
Service Component
Warranty
i
Technogym warrants that all products purchased by the City of Newport Beach shall be
( new, free from defects in material, workmanship and design, and shall conform to all
1 applicable safety specifications of the country in which they will be installed.
1
Products are covered by service warranty as stated below- Manufacturer Warranty. All
1 warranted parts would be original and installed by a qualified technician at no charge
6 during the specified warranty period.
WARRANTY TERMS (Limited to the original owner only)
PRODUCT
LABOR
PARTS
SPECIFICATIONS
10 Yrs.
Structural Frame - Coatings Excluded- Weight Stacks and Welded Moving Parts-
SELECTION
l Yr.
3 Yrs.
Guide Rods, Cams and Pulleys
2Yrs.
Rotating Bearings, Bushings and Linear Bearings.
6
months
W & T: Cables, Upholstery, Springs, Handgrips, Plastic parts and other parts not listed.
10 Yrs.
Structural Fra me- Coatings Excluded- Weight Stacks and Welded Moving Parts.
ELEMENT
1 Yr.
3 Yrs.
Guide Rods, Cams and Pulleys
2 Yrs.
Rotating Bearings, Bushings and Linear Bearings.
6
months
I W & T: Cables, Upholstery, Springs, Handgrips, Plastic parts and other parts not listed.
10 Yrs.
Structural Frame -No paint. (Limited to the original owner only)
KINESIS
1 Yr.
3 Yrs.
Guide Rods, Cams and Pulleys
2 Yrs.
Rotating Bearings, Bushings and Linear Bearings.
6
months
W & T: Cables, Upholstery, Springs, Handgrips, Wood Panels, Plastic parts and other parts not listed.
10 Yrs.
Structural Frame - Coatings Excluded- and Welded Moving Parts.
EXCITE TREADMILLS
1Yr.
5Yrs.
Motor and Shock absorbers.
2 Yrs
Rotating Bearings, Linear Bearings, Elevation Motor, Electric and Electronic parts.
2 Yrs.
or 15,000 miles whichever is first, on Deck and Running belt
6
months
W & T: Handgrips, Displays, Plastic parts and other parts not listed.
10 Yrs.
Structural Frame -CoatingsExcluded-
JOGTREADMILLS
1Yr.
5Yrs.
Motor and Shock absorbers.
2 Yrs.
Rotating Bearings, Linear Bearings, Elevation Motor, Electricand Electronic parts.
2 Yrs.
or 15,000 miles whichever is first, on Deck and Running belt
6
months
W & T: Handgrips, Displays, Plastic parts and other parts not listed.
10 Yrs.
Structural Frame -CoatingsExcluded-
EXCITE
ERGOMETERS
1 Yr.
3 Yrs.
Pedals, Footplates, Arms and Other Welded Moving parts.
2Yrs.
Rotating Bearings, Linear Bearings, Alternators, Electric and Electronic parts.
6
months
W &T: Chain, Upholstery, Handgrips, Displays, Plastic parts and other parts not listed.
N SCREENS
S Yr.
2 Yrs.
Touch Screen, Wed reader, Smartkey reader, Electric and Electronic parts.
6
months
W &T: External wires, Plastic parts and other parts not listed.
10 Yrs.
StructuralFrame -CoatingsExcluded-
WARRANTY TERMS SPECIFICATION
Products are warranted from the date of installation and for the above specified duration. The Operational Certificate signed by the customer will start
the Warranty Terms. Breakages due to misuse or attributable to voluntary action will he excluded.
All warranted parts would be installed by a qualified technician at no charge during the "labor Warrants' period.
Support Hours are 7:30am to 4:30pm PST Monday to Friday, except for public and company holidays. Atwo -hour max- return response is offered
during the weekend by phone or Email. On -site support: If service by telephone is impossible for technical reasons, support will be provided on the
facility's premis €s within the following 24 to 72 hours dependent upon time of call and time zone location.
Warranty repairs for special (custom) painted equipment frame or special (custom) color of upholstery is confirmed in a mse by case base and is
provided with the shortest time possible depending on manufacturing availability.
Customer is responsible for normal preventative maintenance, a schedule of which is provided at the time of installation. Failure to comply with the
preventative maintenance schedule could result in an increase of breakage due to misuse.
Preventative Maintenance
The installed facility will be responsible for normal preventative maintenance, a
schedule of which will be provided together with the equipment at time of installation.
Technogym will set up a City of Newport Beach account in its Service Intranet to
interact with the maintenance personnel of the installed facilities. In addition,
Technogym will enable mytechnogym.com for use as a support tool for preventative
maintenance for all City of Newport Beach Technogym installations. Additional
preventative maintenance is not recommended for this facility but is vailable upon
request
Technical Service
Technogym will provide City of Newport Beach installed facilities Technical Support
Service as follow:
Assisted support hours. Support is available from 7 :30am to 4:30pm PST Monday to
Friday, except for public and company holidays. A two -hour maximum return response
is offered during the weekend by phone or Email.
On -site support. If service by telephone is impossible for technical reasons, support will
be provided on the facility's premises within the following 24 to 72 hours dependent
upon time of call and time zone location. To place a service call you may contact
Technical Support by phone at 1- 800 - 804 -0952 or by email at
technicalsupport@technogymusa.com.
Parts. We have an on hand parts inventory of over $1,000,000 in our warehouse in
Seattle. All parts will be shipped next day air.
EXHIBIT C
TRAINING / DELIVERY INFORMATION
TRAINING — Upon set -up of TECHNOGYM Fitness Equipment, the City of Newport
Beach will receive one half day of onsite training by a local TECHNOGYM
Representative. In addition, the City of Newport Beach Senior Center staff will be
granted access to the TECHNOGYM Wellness Institute online training modules.
DELIVERY — TECHNOGYM will deliver fitness equipment the week of August 2, 2010.
1 L lit kt+- Tj rorr Tn 949n7
ACORD,N CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD/YYYY)
2/19/2010
PRODUCER
Aon Private Risk Management - Atlanta
3565 Piedmont Road Suite 700
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Atlanta GA 30305
POLICY NUMBER
POLICYEFFECTIVE
GATE MMIDD
(404) 264 -3225
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
INSURERA: Twin City Fire Insurance Compa
29459
INSURERS: Sentinel Insurance Company Ltd
11000
Technogym USA Corp.
INSURERC: Insurance Com an of State of
19429
830 Fourth Avenue South
MED EXP (Anyone person )
$ 10,000
Seattle WA 98134
INSURER D:
CLAIMS MADE FX OCCUR
INSURER E:
$ 1,000,000
V V V LI \I"1 V V v
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
D'
POLICY NUMBER
POLICYEFFECTIVE
GATE MMIDD
POLICY EXPIRATION
MM D
LIMITS
C
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
GL2264391
1/1/2010
1/1/2011
EACH OCCURRENCE
$ 5 1000,000
PREMSES Ea olccurence
$ 100,000
MED EXP (Anyone person )
$ 10,000
CLAIMS MADE FX OCCUR
PERSONAL &ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 5,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP ASS
$ 51000,000
X POLICY D PRO I LOC
E
AUTOMOBILE
LIABILITY
ANY AUTO
13UECDO3176
9/11/2009
9/11/2010
COMBINED SINGLE LIMIT
(Ea accident)
1,000,000
1,000,000
X
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accitlenQ
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Perawdent)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGO
EXCESSIUMBRELLA LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
OCCUR F7 CLAIMS MADE
$
DEDUCTIBLE
$
RETENTION $
A
WORKERS COMPENSATION AND
13WECII7281
3/28/2009
3/28/2010
X 7 WC STATU- OTH-
E.L. EACH ACCIDENT
$ 1,000,000
EMPLOYERS'LIABILITY
ANY PROPRIETORrPARTNERIEXECUTIVE
OFPICERIMEMBER EXCLUDED?
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
EL DISEASE - POLICY LIMIT
$ 1,000,000
If yes, describe under
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Cancellation Provision shown herein is subject to shorter or longer time periods depending on the
jurisdiction of, and reason for, the cancellation. Evidence of Coverage
City of Newport Beach
OASIS Senior Center
800 Marguerite Ave
Corona Del Mar CA 92625
25 (20011081
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVE �4"
© ACORD CORPORATION 1988
2/19 /2010
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
(2001/081