Loading...
HomeMy WebLinkAbout20222396.tiffRESOLUTION RE: APPEAL CONCERNING BID #B2200096, VEHICLE LIFT REPLACEMENT - LIFTNOW AUTOMOTIVE EQUIPMENT CORP WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board of County Commissioners has received an appeal from Liftnow Automotive Equipment Corp., do Paul Stern, concerning the Board's decision made on July 25, 2022, to award Bid #B2200096 to Ace Equipment and Supply Company, and WHEREAS, pursuant to Weld County Code Sections 2-4-10, such appeal to the Board is considered to be "de novo," and WHEREAS, upon consideration of such appeal, including a review of all information submitted by the appellant and the Department of Facilities, the Board deems it advisable to deny said appeal. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the appeal of Liftnow Automotive Equipment Corp., do Paul Stern, be, and hereby is, denied. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 17th day of August, A.D., 2022. BOARD OF COUNTY COMMISSIONERS WELD , OUNTY, COLORADO ATTEST: ditifeti G •�CLto� Weld County Clerk to the Board County Atto ey Date of signature: Cc/3I X22 Sc•tt cc : Pv R., f3G (Tr/s&), ACC Ccv/cu) FI( ), CA(B6) 9 /2.o /22 2022-2396 BG0024 Vehicle Lift Replacement Bid - B2200096 Bid Protest by Lift Now Automotive Equipment August 17, 2022 Exhibits A Bid Specifications — Posted on Rocky Mountain e -purchasing on 6/1/2022 B Bid Attendance Sheet— Posted on Rocky Mountain e -purchasing on 6/17/2022 C Questions & Answers — Posted on Rocky Mountain e -purchasing on 6/29/2022 D Bid Present —Vehicle Lift Replacement on 7/11/2022 E Vendor Bid — Lift Now Automotive Equipment (protesting vendor) F Vendor Bid —ACE Equipment G LiftNow Pricing Breakout Evaluation H Request for references from LiftNow - 7/06/2022 Facilities Bid Recommendation Letter- BOCC Award on 7/25/2022 LiftNow request for protest email —7/28/2022 K Lrftnow Automotive Equipment Protest - 8/1/2022 County Code Sec _5_4_155 _Bid protest M Purchasing's Appeal Determination LiftNow - 8/4/2022 N LiftNow request and instructions for appeal to BOCC - 8/4/2022 Through 8/8/2022 O Sec _2_4_10 _Appeals process P Appeal Notice Packet - Bid B2200096 for 8/17/2022 Hearing E.xwteistre A REQUEST FOR BIDS WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JUNE 1, 2022 BID NUMBER: B2200096 DESCRIPTION: VEHICLE LIFT REPLACEMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: JUNE 17, 2022 BID OPENING: JULY 6, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: VEHICLE LIFT REPLACEMENT A mandatory pre -bid conference will be held on June 17, 2022 at 1:30 PM at the Weld County Motor Pool located at 1399 N. 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: July 612022 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 6, 2022 at 11:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 393824391 PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B2200096 1 Did Delivery to Weld County: 1. Emailed bids are required. Email bids to bids@weldgov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4223 or 4222 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. B2200096 2 4 SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C R S §8-17 5-102(5)(c) Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice Successful bidder shall not terminate the ,contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C R S §8-17 5-102(5), by the Colorado Department of Labor and Employment If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program If Successful bidder fails to comply with any requirement of this provision or of C R\S §8-17 5-101 et seq , County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages Except where exempted by federal law and except as provided in C R S § 24-76 5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C R S § 24-76 5-103(4), if such individual applies for public benefits provided under the contract If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by CRS § 24-76 5-101, et seq , and (c) shall produce one of the forms of identification required by C R S § 24-76 5-103 prior to the effective date of the contract 5 GENERAL PROVISIONS A Fund Availability Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year B Trade Secrets and other Confidential Information Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL " However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C R S 24-72-201, et seq , the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C R S 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data) If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to 62200096 3 CORA, and disclose those portions staff determines are not protected from disclosure Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential C Governmental Immunity No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq , as applicable now or hereafter amended D Independent Contractor The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County E Compliance with Law The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices F Choice of Law Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void G Noy Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only H Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder I Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award J Procurement and Performance The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement B2200096 4 K Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid L Termination County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement M Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder N Subcontractors The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors O Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications The bidder warrants that the goods to be supplied shall be merchantable, -of good quality, and free from defects, whether patent or latent The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests Service Calls in the First One Year Period The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted 1 Detailed equipment specifications to include the warranty 2Descriptive literature P Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of 82200096 5 County, automatically terminate this Agreement and all rights of the successful bidder hereunder Such consent may be granted or denied at the sole and absolute discretion of County Q Interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions R Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature S Employee Financial Interest/Conflict off Interest — C R.S §§24-18-201 et seq and §24-50-507 The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder T Severability/ If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U Binding Arbitration Prohibited- Weld County does not agree to binding arbitration by any extra- judicial body or person Any provision to the contrary in the contractor incorporated herein by reference shall be null and void ✓ Board of County Commissioners of Weld County Approval This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee W Compensation Amount. Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X Taxes County Board of County Commissioners, as required pursuant to the Weld County Code County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A" VIII or better Each policy shall contain a valid provision or endorsement 62200096 6 stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional Contract Professional shall be responsible for the payment of any deductible or self - insured retention County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in writing by Weld County The Contract Professional stipulates that it has met the insurance requirements identified herein The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies INDEMNITY. The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement Types of Insurance The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract $1,000,000 each occurrence, B2200096 7 $1,000,000 general aggregate, $1,000,000 Personal Advertising injury Automobile Liability. Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion Additional Insureds For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation For all coverages, Contract Professional's insurer shall waive subrogation rights against County Subcontractors All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement Those documents are specifically incorporated herein by this reference B2200096 8 Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals for a turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop Weld County Fleet Services building is located at 1399 17th Avenue, Greeley, Colorado SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite Replacement of each lift will be per the specifications lined out below 1 Contractor shall perform removal of the existing lifts This will include disconnections of all existing electrical and pneumatic systems 2 Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts _ 3 The following are the make and model of the two existing lifts a Challenger 4 post lift i Model 24025 b Hunter 4 Post Alignment Lift t Model L454 4 New lifts can match make/model 5 Replacement lifts shall be equivalent to existing with the following criteria a 30,000 -pound capacity b Drive on 4 post lift (2 -post lift is NOT a permitted substitute) c Minimum 28' overall length d Minimum 11' drive through width e 24" runway width f 4 HP 208 - 230V Motor g Operating range within 90 - 120 PSI 6 Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost Examples would be ramp kits, air/utility box, splash guards and or drain pans 7 Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work Including but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants 8 All electrical connections will be done by a licensed and qualified electrician Any electrical changes are a part of the lump sum price 9 Contractor will provide Fleet Services staff an onsite operational demo for each lift once the lifts are installed 10 Contractor will provide maintenance schedule per the manufacturers warranty conditions B2200096 9 11 All work can be completed during normal business hours when scheduled with County personnel and adequate notice is given 12 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 13 All lifting and hoisting equipment shall be provided by the contractor 14 The projected contract date is expected to be August 1, 2022 Based on this date, provide expected start and finish dates 15 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 16 No bid bond is required for this project 17 Bids over $50,000 will require a payment (100%) and performance (100%) bond 18 Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid 19 All trash and debris to be properly disposed of offsite 20 Weld County is a tax-exempt entity 21 Davis -Bacon and Buy American requirements are NOT required 22 Contractor will be required to enter into a standard Weld County contract for this service A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request SCHEDULE Below is the anticipated schedule for this project Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 Aug 1, 2022 Immediately upon receipt of signed contract October 31, 2022 82200096 10 PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule. START DATE COMPLETION DATE FEE Provide your Lump Sum fee in space below. TOTAL BID: $ A mandatory pre -bid conference will be held on June 17, 2022, at 1:30 PM, at the Weld County Motor Pool, 1399 17th Avenue. Greeley, Colorado. Bids will be received up to, but not later than July 6, 2022, at 11:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 AM on July 6, 2022: 1) Page 9 thru 12 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. B2200096 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #82200096. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller B2200096 12 C___s_y PROJECT: B2200096 - VEHICLE LIFT REPLACEMENT 0 MANDATORY PRE -BID MEETING: 06/17/22 @ 1:30 PM @ WELD COUNTY MOTOR POOL, 1399 N. 17111 AVE, GREELEY, CO 80631 (PLEASE PRINT INFORMATION) V4 0 t` COMPANY NAME PHONE EMAIL le X Ace o r rv,aw tits4919 Co ANDRc-w C3we. "7zd--1 t . Woo am a.te. v -Con% A p 7004440H- co, �' L1J bfl-nS 1 �03 o3 S 2 1 ` i?`3____ -rod 1.3- JL4niaJ/.Cc7 Airy _ sisnwit43 Mt , 5ctQ4we, as mar fear -„ is%s a i '`a1 g`- S t eaM) --1 494-• ?cte- 11/4Na-abt‘a5 't Ca T'A r A-Qoce- "..A aat\ a rest iN I Ex H=i5=r C Weld County Vehicle Lift Replacement B2200096 - QUESTION & ANSWERS POSTED 6/29/2022 1. Question: Does the County have the means to unload the new lifts with a forklift? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 2. Question: Does the County have a forklift available for use during the installation by the installers? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 3. Question: Does the County request hydraulic oil be included in the purchase of the lifts? Answer: YES, refer to bid specs. Contractor is responsible for all fluids. DATE OF BID: JULY 6, 2022 REQUEST FOR: VEHICLE LIFT REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200096 PRESENT DATE: JULY 11, 2022 APPROVAL DATE: JULY 25, 2022 VENDOR LIFTNOW AUTOMOTIVE EQUIPMENT CORP PO BOX 972 YORKTOWN HEIGHTS NY 10598 ACE EQUIPMENT & SUPPLY CO 9660 DALLAS ST HENDERSON CO 80640 START DATE 11/1/2022 10/24/2022 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. FINISH DATE WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters@weldgov.com E-mail: reverett@weldgov.com Phone: (970) 400-4223 or 4222 Fax: (970) 336-7226 TOTAL 11/15/2022 $74,215.00 10/31/2022 $136,000.00 E,ct.tatr E Rose Everett From: Sent: To: Subject: Attachments: Liftnow <pjstern@liftnow.com> Tuesday, July 5, 2022 11:19 AM bids Liftnow Automotive Equipment Corp. - Bid for B2200096 Weld County Options.pdf; BIDSPECS-VEHICLELIFTREPLACEMENT-96_(S).pdf; SpecSheets_2017,_FINAL_4030 (3).pdf; LiftnowW9Latest_(1) (1).pdf; Rotary_Drive-On- Four-Post.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. I hereby waive my right to a sealed bid. Please confirm receipt of this email ahead of tomorrow's deadline. Paul Best Regards, Paul Stern Business Development Manager xl www.liftnow.com 1-800-LIFTNOW 1 Littn is' www Iiftnow, corn salesgtrftnuw c'om - Fat914t$ 747Q 1-800-LIFTNOW customer Weld County Fleet Svcs 1 399 N 17th St Greeley CO 80631 Oato: Valid Until Cuote 0: Sales Rop Estimate 7/5/2022 7/1512022 WeldCoLifts Paul (Hy 0a5c.ripuoli Li at PI►co Y4ut Pnco I OPTION- Add Roll ng Jack to Lift with 15K Capacity (2 per lift is recommended) $11 520 20 $7,455.00 1 OPTION • Add Rolling Jack Airline Kit (if ordering 2 on a lift, enables dual rolling jack operation) $851 11 $595.00 1 OPTION - Drive thru ramp assembly - Fits 30,000 lb 4030 sane: 4- post models $4,160 00 :2,846.00 I OPTION • Drive thru ramp assembly, eft long - Fits 30,000 lb 4030 series 4 -post models $5,771 11 $3,995.00 r OW11ON - Turning radius gauges for 44030AR. 4030 alignment racks, black powder coat $4,186.67 $2,946.00 2 OPTION - Annual Lift Safety Inspection - Recommended by OSHA for lift and workplace safety $ 1,500.00 $0,00 t OPTION - Downgrade to Rotary SM30-L "As Specified" in Bid ($2,137.49) ROTARY OPTIONS BELOW S•- OPTION- Add Rolling Jack to Lift with 15K Capacity (2 oer lift is recommended) $12,573.59 1 OPTION - Add Rolling Jack Airline Kit (If ordering 2 on a lift, enables dual rating jack operation) UPON REQUES1 1 OPTION Add Oran Pan UPON REQUES1 2 OPTION Annual Lift Safety Inspection Recommended oy OSHA for lilt and workplace safety S1.500 00 $0 00 UNLOADING OF LIFTS $1,760.00 REAM A130 SALES TAX ELECTRICAL, NOOK -UP, AIR t 1C -UP. RE.YOvAL OF E :hG EOQttUENT AND ANY CONCRETE SIIORiC.IF NECESSARY. IS THE RE51,04Se L re r3,r �>> Cu3Toccit (UNLESS OTRERYnSE3PEQFlEDADOVE) CUSTOMER IS ALSO RE5P3NSIUJ! FOR THE PRESENCE OF PM' ANC All SUBsuRCACS FEATURES OR CONDI r:ohc lt4CL UOiNC 0W NOT LIMITED 10 ROC( Lecxie, GROtkiD WA TER. CONCRE T E OF GREATER TITAN S- rMCKNES9. IVft. Ulrt€TY OR RADIANT !rt.ATIUC1 VACSYWHCi1 MAY REQUIRE RELOCATION OP REPAIR REMOVAL Oft DISPOSAL OF ANY COPY$ tit NATE.O 5o.IL. !F PRESENT, 19 711E RE3P01'4S10 LITY Of THE OWNER OF r•tE VftOFERTY ANY 1 Ei4lNIS. RUNGS OR FEES ME INC RC$pOc131L'TY OF Talc CUSTOMER CUSTOMER 15 RESPO$8llt.E FOR MYthIC A ''ORAUFT '0 UNLOAD AIM RICLIVE TUE SHJOMENT PRICES AR£ Coca FOR )0 GAYS AGO I'1 ff UWUO CREDIT CARL) MUST SIGN CHAItGELTACX AGREEMENT &'IO AOl)IORIZATFON Above information is not an invoice and only an eslimate of services/goods described above Please confirm your acceptance of this quote by signing Vila ducJment Suototal Discount Freight 329,489 09 ($632.01) INCLUDED Total $30,121 10 Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals for a turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop. Weld County Fleet Services building is located at 1399 17th Avenue, Greeley, Colorado. SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite. Replacement of each lift will be per the specifications lined out below. 1. Contractor shall perform removal of the existing lifts. This will include disconnections of all existing electrical and pneumatic systems. 2. Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts. 3. The following are the make and model of the two existing lifts. a. Challenger 4 post lift. i. Model:24025 b. Hunter 4 Post Alignment Lift i. Model: L454 4. New lifts can match make/model. 5. Replacement lifts shall be equivalent to existing with the following criteria: a. 30,000 -pound capacity. b. Drive on 4 post lift. (2 -post lift is NOT a permitted substitute) c. Minimum 28' overall length. d. Minimum 11' drive through width. e. 24" runway width. f. 4 HP 208 — 230V Motor. g. Operating range within 90 — 120 PSI 6. Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost. Examples would be ramp kits, air/utility box, splash guards and or drain pans. 7. Contractor will provide an all-inclusive tumakey; lump, sum cost that will include all Labor and Materials( to perform this scope of work. Including but not limited to removal, haulof procurement and purchase, of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and ally fluids and lubricants. 8. All electrical connections will be done by a licensed and qualified electrician. Any electrical changes are a part of the lump sum price. 9. Contractor will provide Fleet Services staff an onsite operational demo for each lift once the lifts are installed. 10. Contractor will provide maintenance schedule per the manufacturers warranty conditions. B2200096 9 11. All work can be completed during normal business hours when scheduled with County personnel and adequate notice is given. 12. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 13. All lifting and hoisting equipment shalt be provided by the contractor. 14. The projected contract date is expected to be August 1, 2022. Based on this date, provide expected start and finish dates. 15. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 16. No bid bond is required for this project. 17. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 1 8. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. 19. All trash and debris to be properly disposed of offsite. 20. Weld County is a tax-exempt entity. 21. Davis -Bacon and Buy American requirements are NOT required. 22. Contractor will be required to enter into a standard Weld County contract for this service. A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request. SCHEDULE Below is the anticipated schedule for this project: Date of this B i d Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 Aug 1, 2022 Immediately upon October 31, 2022 receipt of signed contract B2200096 10 PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule. 'Only two weeks behind in total, 60 Business Day Lead time on the new lifts. Once lifts arrive, actual labor will take no more than 4-5 business days. The lifts proposed are 60 Business day Lead time while the proposed competitor (Rotary Lift) currently has an 80 Business day lead time ** Please note that as a part of our options document there is an option to purchase the as -specified Rotary Lifts (SM30-L's) if you would prefer that option. FEE Provide your Lump Sum fee in space below. START DA FE 11/1/2022 COMPLETION DATE 11/15/2022 TOTAL BID: $ 74,215.00 A mandatory pre -bid conference will be held on .June 17, 20222 at 1:30 1'M, at the Weld County Motor Pool, 1399 17th Avenue. Greeley, Colorado. Bids will be received up to, but not later than July 6, 2022, at 11:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 11:00 AM on July 6, 2022: 1) Page 9 thru 12 of the Bid Specifications 2) W9, if applicable* 3) Any future Addenda must be completed on or before the bid opening *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. B2200096 11. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200096. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Liftnow Automotive Equipment Corp BUSINESS ADDRESS Po Box 972 BY Paul Stern (Please print) CITY, Yorktown Heights STATE, NY ZIP 10598 DATE 07/05/2022 TELEPHONE NO 914-424-3479 FAX 914-734-7479 TAX ID # 74-3093226 SIGNATURE E-MAIL plstern@liftnow.com CODE WELD COY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller 82200096 12 SERVICE BAY LAYOUT Alignment model shown v rsa.lo taste st osus c'iettto. N SUit.rwttR salt '1 el St Mf•Mq -erwt t ra ewM •J "Met•s.• 401404.4,04•111“41 rll( 016.7 otW4t, UNont serwten comma sM W$41iMel 045 t*Mttt M*1Af/ttii "t'-1 »• AA•./ PIATE net a USWG THIS u"! WITH M• ALIGN 441.141 MIEN, COMuJ UfM/AJ Fos MIN of trANC. In I$ONr mom nmt 4. DWI 0,4 4030 SITE SPECIFICATIONS • BAY HEIGHT: 71.75" rise plus vehicle • BAY WIDTH: 17' recommended • BAY DEPTH: 28' rec. standard / 31' rec. for E models / 34' rec for X models -Mn- • POWER REQ.: 208.230v Single phase* , 30 -amp breaker • MIN. CONCRETE SPEC: 4" thick, reinforced, free from cracks/seams, rated at 3500+ psi, cured at least 28 days Model Number 4O30SFX 4030EFX 4030XFX ; 40305AX 4030EAX 4030XAX lifting Capacity Max. Wheelbase 244.5" 281" Rise Height Overall Length 308" 344" Overall Width Inside Columns Between Columns 246.125" 282.625" Height of Columns Height of Runways Width of Runways Width Btw. Runways Air Supply Required Motor / Voltage Speed of Rise Max 2 Wheel Alignment Min Rec. Bay Size 28' x 17' 31' x 17' ALI/ETL Certified �( I Colon Available `3phass upgrade is available for purchase 30,000 lbs. 317" 244.5" 281" 71.75" 380" 308" 344" 380" 172.75„ 152" 318:625" 246.125" 282.625" 318.625" 92.25" 8.5" 24" 46"-52" 90 - 120 psi 3HP, 208v - 230v TBD 219.5" 34' x 17' 2W x IT I 317" 256" 292" 31' x 17' 1 34' x 17' ,f www.challengerlifts.com 1-800-648-5438 Jlecerve 12/2017 Form (Rev October 2018) uapnnrnant of the iroawry bit �ai Revenue Sefi:g Request for Taxpayer g g �y Ott �+1 Certification 8g b Identification Number and Certification Go to mi. i►s gov/FormW9 for instructions and the latest Information Give Form to the requester On not send to the IRS � p w u} `p 9 � to aC y❑ N rn 1 Name (as shown en your income tax return) Nan a is required on tills line do not eave this tine blank LiFTNOW Automotive Equipment Corp 2 Business name/disregarded entity name if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 Check following seven boxes ❑ IndividuaUsole propnetor or ❑ C Corporation ❑✓ S Corporation ❑ Partnership single -member LLC ❑ Limited liability company Enter the tax classification (C=C corporation S=S corporation P=Parinership) Note Check the appropriate box in the line above far the tax classification of the single -member owner LLC if the LLC Is ciassifled as asingle-member LLC that is disregarded (corn [he owner unless the another LLC that is not disregarded from the owner for U S federal tax purposes otherwise, a single is disregarded from the owner should check the appropriate box for the tax classification of its owner Other(see instructions) D.r�pp'res only one of the ❑ trust/estate 4 Exemptions certain entities, instructions Exempt payee Exemption code if an ( to accounts (codes apply only to not Individuals, see on page 3) code (if any) from FA I CA reporting y) Do not check owner of the LLC is -member LLC Ihal ma ntmned ewl Dili ilx U s ) 5 Address (numtrer street and apt or suite no ) See instructions 563 Croton Avenue Requesters name and address (optional) 6 City state, and ZIP code Cortlandt Manor NY 10567' 7 Llsl account number(s) here (optional) kavii Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box The TIN provided must match the name given on line 1 to avoid I Soc1al ..curtly number backup withholding For individuals, this Is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later For other entitles, it is your employer identification number (EIN) If you do not have a number, see How to get a TIN, later Nate If the account is in more than one name see the instructions for Ime 1 Also see What Name and Number To Glve the Requester for guidelines on whose number to enter or Employer Identification number 7 4 3 2 2 milli Certification Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am waiting for a 2 I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below), and 4 The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting Certification instructions You must cross out item 2 above if you have been notified oy the IRS that you you have failed to report all Interest and dividends on your tax return Formal estate transactions, item 2 d acquisition or abandonment or secured properly cancellation of debt, contributions to an individual retire other than interest and dividends yo + a� not required to sign the certification but you must provide your number to be issued to me), and have not been notified by the Internal Revenue dividends, or (c) the IRS has notified me that I am is correct are currently subject to backup withholding because Des not apply For mortgage interest paid, merit arrangement (IRA), and generally, payments correct T1N See the instructions for Part II later Sign Here Signature of U S person P. Date. 05/16/2022 General Instrud'>tions Section references are to Ile Internal Revenue Cade unless otherwise noted Future developments For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www its gov/FormW9 Purpose of Form An Individual or entity (Form W-9 requester) who 9 required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount pod to you, or other amount reportable on an information return Examples of information returns include, but are not limited to, the following • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-8 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest) 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U S person (including a resident alien), to provide your correct TIN If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding See What is backup withholding later Cat No 107n1X Form W-9 (Rev 10 2018) RAItBO /N MADISON GENERAL SERVICE RUNWAY LIFTS PATENTED PRODUCTIVE it VERSATILE Experience SPEEDh Original _______________IFASTER Raisec BuAmerica � in Madison CRAFTED Glohat LeaderSHppOCKWAVE TESTED PREFERREDEfficient SUPERIOR wLegendary la CRAFTSMANSHIP RfJ) \ )i S `. Q ���� Pride is. _ Long -Lasting O us www.rotarytift.com a 4tr Shown: SVO1'd1101YT. 14000 .os caoacii.y SHOCAVAV'-_. eq,.ipoco r„nway .ift with optiona, ro. ing jacks Rotary drive -on lifts make jobs easier all the way around. For easier vehicle spotting you need a drive - on lift Create significant value for your shop when it comes to increased efficiency for general maintenance and multi point inspec- tions especially when you add our Shock - wave technology for rises and descents that are twice as fast. The most expensive lift is the one that doesn't work. You can trust the fact that no brand of lift performs better or longer than Rotary. A lower price doesn't necessarily mean you're getting a lift for Less Our lifts are in- vestments that pay for themselves quickly and boost your business for years to come. Rotary lifts cost less to operate, have a con- sistent track record of uptime with lower repair costs and are manufactured with 95 years of legendary quality. Rotary lifts are engineered, tested, and supported with pride in Madison, IN USA Crafted by people who love what they do delivering their best work to you - our customer. Choose the right lift for your shop. Rotary Lift :Ara e GENERAL SERVICE RUNWAY LIFTS ENGINEERED FOR CARS, TRUCKS and COMMERCIAL VEHICLES Discover the competitive, exclusive features, the variety of lifting configurations, and available accessories that only Rotary offers! RE and Lift whatever is driver; on he road Rotary drive -or; iii is sacucrrirnodate a vav ety of vehicle classes by easily putting up onto the lift with ccxnrdence ()Gen front and open -hrough Designs allow service tec"1nicians to move freely around the vehicle I alter rise heights r riean less stooping below a bearT1 structure Wih available .i`z accessories you can hand..e the additional business that will come your way Do more work than lust lift a vehicle Do it al. with a certified Rotary Lift in your shop Supercharge SMI4 Series lifts with exclusive SHOCKWAVE power SHOCKWAVE equipped lifts are the fastest lifts in the world, accelerating productivity and increasing service orders per bay. Designed specifically for bays where service speed is essential. SHUCK WAS E IUUIVII0 Shockwave -equipped lifts feature • Soot! • •e . T ,utt vateo soo:t qg lase' Center ven c.es ,1 oays accurately • atentcd DC oowe' system gves you an 'iexoens ve and 'el ante ooe'aton 'Iv' ► Le us ' lg ma standard G'ouo 24 oatte' es ' • "'e du It n pact e -y c'1a'ge uses "'Dv oowe', elm nab t.'le need for exce-ns Ve ,'.0v'N' ng and F ye( if seine lases ()owe'. <'I ;OCKWAVI. eqt, Doer' I. its cee,cn (1n wo'.c rig Watch your productivity increase, the number of service orders increase and be shocked at the increase in revenue! SCAN THIS VIDEO CODE TO LEARN ABOUT SHOCKWAVE LIFTS Lis 14,000 LBS. CAPACITY RUNWAY LIFTS SM14 CLOSED FRONT DESIGN 14,000 tbs. Four Post Lift Features three runway lengths SHOCKWAVE LIFTS SMI4S-SW SM141L-SW SMI4EL2-SW CLOSED FRONT MODELS SM014 OPEN FRONT DESIGN 14,000 tbs. Four Post Lift Features two runway lengths with an open font design for greater vehicle access SHOCKWAVE LIFTS SMOI4LSW SM O14EL2-SW OPEN FRONT MODELS MODEL Lilt Cotuts ars Glue and Rea STANDARD LONG EXTENDED StIOCKWAVE EQUIPPED Lift Capacity Rise* Width Overall t Length Overall t Maximum Whoolbaso Drivo-Thru Width Column Height Width Between Runways Runway Width Minimum Bay Size Motor / Voltage With SHOCKWAVE Time of Full Rise With SHOCKWAVE** "R 5e ^'eas..•es `.oc• ;o :oc o` '"ways a: SM14 SERIES FEATURES: • Industry- Best R se: /8 3/1" • Dual I unct on Sent net toss'" System • Ava•laole w to SI IOCKWAVL'" Power • S ngle Noce 20' Runways • A;' Ooe•ated Loctt Release • Ad u'staole Lock Ladders Keeo L ft Level • Louvered Ramos wttn Polymer Rollers • A r I- liter / Regulator / Luor cator • Powder -Coated I Iwmmew lone Pa it • Al g-'ment Conversion Ava bole • Converts to a Ur ve- I • uu Lft SM14 4 POST LIFT SM14N100Y SM14N101Y SM14N102Y aM141J101Y 't51It4ti,O .Y t-1 v:. / � J. SM014 4 POST LIFT SM014N101Y SMO14N102Y SM0141J101Y W0'140102`/ • s. rake • S-NXDNN) ^tu,e ^"eas,..a.,.W . - 101),." a o U- W C Y' s K) -IIT o"F,e- w v' SF OD<WAVE : • no , `ceo o" co ..f"- s ce or ''0"1 • Ac:..,�t _'^es ueoe"c o" ye" c e we Nr:. Ra•-ow ()ay SM14 inoc eta ava .a;) e ::c, •5:,.. 'zc.o y "o' .� .. • "..'-t Jay s fie SHOWN SM0141OWY&. Mr a Si 10I1 Xl4NOr1100RL X14 OPEN THROUGH 14,0001bs. Scissor Litt Open scissor design saves space and provides greater technician access with true vertical lifting FEATURES: • 4t0" Betwee' Runways • Versat le '98" Wnectoase Range • Intu t ve Console Controls • I oldFng Ramos W=tn Rear Cnoc•cs • X10" Between Platforms for More Access • Recessed / Surface Mount Oo ons • At:gnment Mood. Ava bole MODEL Lilt Colon am 81(v too Red Pnwar Unit egnza;tr! are Gray SURFACE MOUNT Lift Capacity Rise* Width Overall Length Overall Runway Length Maximum Wheelbase Lowered Height Runway Width Minimum Bay Size Motor / voltage Time of run Rise V Lse measures `:oar :O :on 0; it.r'way arfa, stroke S;.r`ace r^o..r .eo rraas„rer. 'er_ X14 SCISSOR LIFT X14N0010 •4.0)0 .ns OPTIONAL LIFT ACCESSORIES Contact the manufacturer for proper Lift application Air / Utility Box inct.4oes two flay e.ectrrc o:,;:ets, air connection with ti;ter/ reg./4w( /.,,bncatec Ramp Kits for cirive- t:►►r,, capability arc .cw-orofi;e vehic.es Air Operated Tire and Wheel Lifts with a;r hose ano air too; cornecIon SPOTLINE'' Laser Kit he,ps center vehces in pays q..ick,y and accurately TECH LIGHT"' LED Runway Lighting Kit / Cc..r : ght wanos for effective thong TECH LIGHT -Tv Line Light R / _= _) irnspecaior has u ;.amp vwvi tCp spol ight OR Drain Pans nci.,,oe spash g,,aro Drain va.ve ano cast cap Lock Light'' pre vrcos Erre'er ► .011 vrs&,a, co, irrnaticr r whet) ill. s .owe:ec toils cc:ks Removable Work Stops !or Its with sets or s ces of r nways / SV1t .'Its oRy 018,000 to 30,000 LBS. CAPACITY RUNWAY LIFTS es - I S; 'OWN SM 1AN00081 _f 'a • Ii I 1111 V SM18 HEAVY DUTY FOUR POST 18,000 lbs. Four Post Lift FEATURES: 1 wo Runway Lengths ▪ Single Po nt A ' LocKc Release • Ilia( I .u'ict on Se^t net .oc•c'" System • 3 P^ase Power Ava laole • Fold fig RatnosWtn Rea' C^ocAs • k' / I (ter / Luor cator • Cot onal nte'nal A et ne K t • At gnment Conyers on K is Ava laote • Converts to a Dr ve-- I n'u L ft RFL25 HEAVY DUTY FOUR POST Orly -On Forklift Service Lift 25,000 lbs. FEATURES: • S ogle Po ft A' Loc:ic Release • Dual Loco ng System • 3 Pnase Power Ava tao.e • I oid''ig Ramos W th Rew Cnoc<s • Ad/i 'ter /I uorCator • Ootonal Internal Art ne K r. SM30 HEAVY DUTY FOUR POST 30,000 lbs.. Four Post Lift FEATURES: • levee I It i "sway Lergtns • S ngle Pont A t Loc< Release • Dual Loc.< fig Sys:ern • 3 -prase Power Ava lao[e • f old ng Ramos W to Rea' Crocks • Ar/i lter/Luorcator • Internal A'l ie K t • Al gnerent Conyers on K ts Ava:laole • Converts to a D've- I'rru L ft OPTIONAL UFT ACCESSORIES / Contact the manufacturer for proper lift application Air / Utility Box crc,.,des two ilOv aectric o.A..els, air correct with ri.ter/reg..„aloth.,bricator Ramp Kits Inr or ve•thr., raoabl .i.y / SV18 and SV30 Its Air Operated Tire and Wheel Lifts with air hose art air loot connection TECH LIGHT LED Runway Lighting Kit / r-u..,r Il hi wands for ellecive r.,nway Wing OR Drain Pans r c..,ae so.ash r;..aro, orain va.vo aro OS cap Removable Work Steps ror Ms with slots on ;lops r;( r,.nway s Alignment Conversion Kits i_'arlsJt err; yGI 0 PXLF nu (to ;o9 nw :y l li nlcl a `1.. y l..rctonrg; ggnrr.oni ;rli MODEL 1 fr Cclru5 are Site and Pea STANDARD EXTENDED Lift Capacity Rise* Width Overall Length Overall Max. Wheelbase Drive Thru Width Runway Width Min Bay Size Motor / Voltage Time of Full Ries MODEL Lt Colors tire. iLas and r4+0 STANDARD Lift Capacity Rise* Width Overall Length Overall Max. Wheelbase Drive Thru Width Runway Width Min Bay Size Motor / Voltage Time of Full Rise MODEL `l c:r;{- err dlr.p and Ped STANDARD LONG EXTENDED Lift Capacity Rise* Width Overall Length Overall Max. Wheelbase Drive Thru Width Runway Width Min Bay Size Motor / voltage Time of Full Rise SM18 4 POST LIFT SM18N000 SM18N001 3,I RFL25 4 POST LIFT RFL2500 25 000 SM3O 4 POST LIFT SM3ON010 SM3ON011 SM3ON012 ` iise r^eaS:,reS `,cxx {c :00 o' r,•r-way a: s tokc HDC SERIES HEAVY DUTY LIFTS 35,900 to 60,000 ins. CAPACITIES Operator friendly with exclusive features offer a four -post left that's faster and easier to use than similar competitor lifts. I IOC: Se' es cat tees/ ooe'ated l Ls we • iexoe'is ve to own w :' I ari oi ooard cna'ger re_ou r ng only "0v etectvc.ty. W:n no como.cated c' exoens ve elect's cat nstaltat on, "o caoles, cna is or sheaves to ma ()la n. :nese fully nydraut c l fts allow you to ooerate :ne I ft from any column, say ng valuaote t me FEATURES: • Ooerate l ft from any column • Ava lanle n rnree tengtnis and caoac tes • Gear floor design for ooe" work area • Surface mounted and ancno'ed • 28" w de runways • I old ng ramos w to a..tom?t c rear CnCIC'(S • Standard nternal a ,t ^e connect ons Oot oral moo I ty wheel < t arm/ des oottao t ty for each column add ng movement w to n yoi' shoo BATTERY OPERATED WITH ON -BOARD CHARGER • Generates at least " !, X faster l ft. cyc e t -res • No soec al AC w ng co&:s o' 'equ rements • Low electr ca. usage - DC oattey oower* and • •Cv cnargg ng • i=ulty fu'icronal when the aower goes out HORSESHOE WIRING i ne ! Il1C s connected oy tnree commun cat on caoles, (corn ng a norsesnoe) orotected w vi n the l ft runways PATENTED INTUITIVE CONTROL SYSTEM • Visua. arcirrnanO ' of each cob iron's Kattis and t L:. he?:gr,t • i_eve% Lift 'ig w t^:n "' at each column • avers zed "! -Stoo" emergency stoo OL)tton at every column • Aud de descent ala''r fo' added safety 3.4: Ply p :rase:: sfripara.e.y ':x if' err'a.jar'a.. SP MODEL Coicir RED STANDARD EXTENDED Litt Capacity Rise* Width Overall Length Overall** Max. Wheelbase Column Height at Full Rise Drive Thru Ratwsaen Columns Runway Spacing Runway Width Time of Full Rise Power Usage Ramp Angle HDC36 HDC36L 4 POST LIFT HDC36U00 HDC36U01 `RM "?eats -.1-9.s I.txt` ;1'• (Cs() t:I '.r'way,ii I 1 `•Acir 7i ,t `C 's:{ •..s1' ay :h..nA. •)A rauau: ,y is r?' j;t•• .,t _;'e (iu e %1s HDC50 HDC60 4 POST LIFTS HDC50000 HDC60OO0 : is i CO() ?1' HDC3G HEAVY DUTY FOUR POST 35,900 lbs. Capacity FEATURES: ! vvo 'lunway-igtns: 25. a'id 30' • r9" t ft ng ne grit • Q se t me: 68 seconds H DCSOIGO HEAVY DUTY FOUR POST 50,000 and 60,000 lbs. Capacities FEATURES: vvo Runway Lea^.gtns: 28' and 33' • (g•' L ft ng ne grit • R se t me: 65 seconds OPTIONAL LIFT ACCESSORIES Contact the manufacturer for proper lift application Air Operated Rolling Bridge for HDC36 Lifts RJ148K /11-000 .ts (6353kg) with ,cck RJ22BK ; 72,000 .t1s (9919kg) with sick Air Operated Roiling Bridge for H0056/60 Lifts RJ2SBK i a.O00 bs (1'363 kg) with oc< RJ30BK / 3(1000 .bs (-t3610 kg) with LOCk Low Profile Rolling Drain Pan FC59688K / 30 Ga ton (11/ _iter) nc..,des splash g.,aro. Grain valve and o„Sl cao Drive-Thru Ramp Kits / 10' Ramps M140133RD ! (or -DC 36 Voce,s M140099R0 / for -DC 50 ano 60 Vace:s SHOWN: HDC36t,i)OQ Air operated rolling bridge jacks 440012••••• Drive-thru ramp kit Column Mobility Wheel Kits M140125RD / aucs wnee s dro steering to -CC 36 Vuue Co „ririns M140111RD / aoos wheels ano steering to -CC 50/60 Vooe: Co.% mns Shim Kits for 36K, SOK, or 60K Single Columns M140105 / 2" Shim-Cr_ For -CC: singe co.t, inn M140106 / 1• Shim Kit for -rC s:r1g,e „c 72. we 'It, -WO 1/8, wo 1/16) TECH LIGHT Line Light 4 LED Runway Lighting Kit FA5T00 / =c; ,r 'SC cog Jett warts with 216 )S each / 60W pow&H s s' 0=5• t calm -3 e' t's.8'I in c i .i• /_0 i, 1,_.., r_ , �. ��, ><a el c: c: ��� no.; vc,.�.;,t� t;U-� �V A Mobility kit .i..p -Y RUNWAY LIFT ACCESSORIES We make the lifts. Accessories make the lifts yours. Maximum performance with minimum downtime. It's what we strive to provide in everything we design and manufacture. that includes our genuine parts and accessories. Consult factory for proper lift applications, Add productivity to any general service lift You want your shop to be as efficient, productive and profitable as possible. Supercharge SMI4 Series lifts with exclusive SHOCKWAVE f power SHOCK\A/AVE ,1 equipped lifts are the fastest lifts in the woad, accelerating productivity and in- creasing service orders per bay. Designed specifically for bays where service speed is essential. WATCH AND LEARN ABOUT SHOCKWAVE SPOTLINE'"LASER KIT Motion activated laser helps center vehicles in bays quickly and accurately. Laser guided system comes complete with motion sensor and mounting hardware. STANDARD on SHOCKWAVE-.quipped SM14 SERIES Lifts AIR OPERATED TIRE LIFTS Includes air hose and air tool connection and pressure regulator to prevent overloading 200 lbs. and 900 lbs. capacities $r$MW-20O ttMW-boa RAMP KITS • oil resistant, non-skid coating • Includes two ramps and hardware • Extended length ramps for low clearance vehicles available SIOOtii S100ti2v SRS16O0/ W; 5100013 1587: r3 ( :c-ri7Me-.1 =r;:)till- rwo 10 1/2' larrps 'or SWS1O)lL (00 Series rwc 1-9 7/16' "p:; ' ;r f3\,1/S\4014 Series wo re. gar 'ps or XA16. W;, zr.ot'c?c rkar"ps '7r S\Al !wo :RV= '-$ U Rar^cx. 'cr 5V11f3 Ore S.ar cia:cs erg, , 7.x •'t) :u ;\1110 r Ore .x er .uee Pt g -t` sV30 s OPTIONAL ROLLING JACKS Increase your service opportunities by lifting front, rear or alt wheels off the runways. OPTIONAL BOLT -ON ALIGNMENT CONVERSION KITS Transform your existing flat top runway lift into a fully functioning alignment lift Kits fasten to the side of the lift runway and feature adjustable flush mounted compo- nents that accommodate a variety of vehicle vvieelhases. SM14 / SM014(S/l_/El ) ALIGNMENT KITS Bolt -On Al gn'nent K t S' 00' 30M S -00"3'M Max 'Tt1,'T1 1N'u'E'i Base Range 82' (4623mm) 7'5- (546'-nm) Kit includes stainless steel radius gauges, slip plates and ramp modifications, with necessary mounting hardware. Rolling jacks sold separately. Bolt O'1 Al gnment K t Max mum Wneel -- no Rad us Ganges Hasp mange S0036M SI 0C' 3 "M S'00' /` cc ..oes aooitrona. airufle at ano one (1) ro ingack Kit includes stainless steel slip plates and ramp modifications, with necessary mounting hardware. Rolling jacks sold separately. '87 (1673enen) 2'5' (516' m en) '82" (11623mm-n) RADIUS GAUGE KITS SM18 / SM18EL2 ALIGNMENT KITS Bolt On Al grlment K t Max mum Wneel Base Range S"00'82 / Post 10-20' t '94" (4623'-nmr1) S'00.8" / Post 10-201( 230" (1623mm) Kit includes stainless steel radius gauges, slip plates and ramp modifications, with necessary mounting hardware Rolling jacks sold separately. SM30 SERIES ALIGNMENT PACKAGE 13o11 -O'1 Al gement K Max mum Weed Base Range I C /'25 w:tn-olloac-c 2 /1" (696Cmm) Includes two (2) carbon steel radius gauges, one (1) work step and recoil nose. Rolling jacks sold separately. Solt -on stainless steel radius gauge for performi-ig two - wheel alignments. Turntable capacities up to 15,000 lbs Consult factory for additional alignment kit accessories and packages. ROLLING JACKS increase your service opportunities by lifting front, rear or all wheels off the runways for brake, tire, suspension and two or four-wheel alignment work, From 6,000 lbs. to 15,000 tbs. capacities. Contact factory for complete details, options, and service lift applications. 6,000 tbs. / 7,000 lbs. CAPACITIES* -4„6iOOY 1 6,000 c capacity fa S'/V .ifts 8.,710(;-X ?CC:) ,b capacity for XiL/X4'c Ifts 1.,7100Y 7,CCC b capacity to- SV it/18 ,its Each mece. ir1c...c••es '.,bber aoapter aOc.cs. 'rame aroap-ers art extens c1,s :CC63:14 RU 'C ..AC4 -RAY -TOR SV/SV0"L -C6133 < ZO_ NG .AC•< -RAY =O? SV30 its 9,000 tbs. CAPACITIES' -t„ 9 100Y to S V I8 ;its R.,91Q0Y-' for SV18 iits L.,9100Y-2 icr SV30 its _ach .rcce. wncwees r.,bber aoapter becks. frame oapters aria extensions *WI= =act' 0:3( r-rer:e has .e Ps:;:;11N'g cr s 15,000 lbs. CAPACITIES 1..1 50 for SV30 Its 8.,152 for SV30 if.s INTERNAL AIRLINE KITS Standard Internal airline connections let two rolling jacks operate simultaneously, and provides air outlet on the runway. x LOCK LIGHT v tits Oro:Pr Ns Jlip a4 B� •• • .r' Provides an instant green light visual confirrnalion when Lift is lowered to its locks. Compatible with high-pressure lifts that use an e[er_tric/hydraulic power unit providing an unused pressure port is available. Patent -pending. Kit includes: • Indicator light assembly • Pressure switch • Mounting bracket • 10' of electrical wire =A83/- 4 - 1'0V 7 -A83:3-4 - 220V TECH LIGHT" RUNWAY LIGHTING LINE LIGHT 4 LED Lighting Kit Effective runway lighting system, attach the four 54" light wands to runways for efficient lighting where you need it. AS 'CO includes 60W power supply unit. 16' cable lengths and 13 magnetic suspensions • 12OV AC input voltage • 60ht PORTABLE PRODUCTIVITY JACKS Junior-Jack2 / 4,400 lbs. capacity High rise jack assembly for removal and transportation of fuel tanks, transmissions, transfer cases and other items. Floor style jack. • Air assist and foot pedal adjustment • Swivel caster wheels • Patented corrosion protection w GA4 Accessory Table / lay Sty.t 12 oegree t i/ 20-7/8" X 15' X L-3/� p;+ • __age r...bbcr s„pports w1tt' Ltivc:','trc:pz; 3134101 Acapter for GA AIR / UTILITY BOX Mounts easily on any column and provides quick access to utilities • Two 110v electric outlets and air connection • The filter/regulator/lubricator helps extend the life of your air toots =A915 Air/E.ectnC ...laity Sox nc.,,ces - .LerRen., alert._,.brrcator ;A-22593-< Ark ec:tnc Lt'_ ty .3ex for SV18, SV30 nc ..o es '.lerRe .. ale t torcator =A226034 Arr ectr=c t,:1 ily -3cx 411 REMOVEABLE WORK STEP Optional accessory for the runway lifts with slots, this repositionabte stand fits the outer sides of the four -post runway slots as shown. "C537834 <it of Limo steps for 1L4 capacity L t :5l d .s :C5663Y_ UGC of two steps `cr 184 ant) 304 capacity L post. ifts OIL DRAIN PANS Available for most lifts, drain pan includes splash guard, drain valve and dust cap. Sa• =C599679< .:rain oan, 3O Ga.en S•'ISVolt. SV 18 _rRs c596133,< grain orin.'.'•() C:- .cr1 rc .0nf;. SV30 its =Cb2L / lose. 8 f i o. crain with Q I lung TECH LIGHT "LINE LIGHT R Rechargable LED inspection hand tamp with top spot light. Supplied with flexible suspension clips holder with both hook and magnet for positioning the light where you need it. • I80 lumen in main light operates for up to J hours • 120 Lumen in spot light operates for up to 6 hours • 4 hour charg rig tune -A5702 TIRE CHANGERS ALIGNMENT SYSTEMS Rotary Lift 2700 Lan'er Drive / Madison, IN 47250. USA rotarytift.com tJfr5JUOt # Sales: 1.8"2.273.1622 / 800.445.5438 insidesates©vsgdoverLoin Government Sates: 800.445.5438 X5655 For additional information: rotarytift.com/Government-Purchasing-Assistance/ well r GSA "r�1vA Advantage' VaillePirrittt Tech. Support: 800.445.S438 technicalsupport@rotarylift.com WHEEL BALANCERS The name you've come to trust for lifting vehicles worldwide also offers the best wheel service equipment for your shop. kotarv'r. line of vvi beet service a .I lipr`'terlt 11Hrr•; ::tittinf;-f civf !ecc''r logy, procit.lerk- ity a'M ',afrly features that 'every ritiop t5 .uukirlr ►•I ovi�iin � r} u ► best :se! vice is abut It rY xx'r= ti WI PA: IV KM' I (M I�'_ .it1t7:1: naval), > -it f-ipro iinn IE'I 1r for tit jot ). The or. -to '.a luJ to fur :',► Irlc).r: )i .lib 'ai/e$ }jc.li:11 \, . iii 'f prerriitlrr. e.cp lit )rn(- I i! a: •nanufa.: u.reci 'Lb ti bu highest Stitt 1dr ldS of quality I' It :ILA!! y to heir! you 11erfct•rrf tr)tL. if )i.' ri tit ;rfF Tilt; ; sr ne every titnF_ AU PrAnr.; \A/; !FM'' 'ie1 viCt'' '-' !' lint no I' : arr1e!-. :-1r1 I(tc.0 15- TiV-k-cuii'i 3 yea: Jv:mrrazlnly title' ,/(lL1' II l:,tl)rn1e'! U;') (11)411$ ' tire •.r i .1 I <;F,I %Act-' I !y Pute.iry U) ►nAt)r ►'. f( Its www.rotarywheelservice.com LAIR Rotitry Drive On t.lfts Blochu►e )02111 ?t)e:' ''k I Ilia r . riV'1 'Jan r i wit .4 rl'1 . .• . •�ti 041104 :4.4.:1(.104:4! ' dl 1k : •'ii* r'Nh.•• .tU:illl•.f rjt bT.\tl' f,IrT, if) :;lltvlta r,Iei)u1 ' f)UVCP,u'ti ..il',Iin, fl.nit:1•t.ttk•. u.' 1.1 'I t"I'' •, ' . vti t'1'I. Ira . did ':. 1•r",.11. . '1111'Ito hit t'.1(•• •'te11.1! illt It:.ii,.1'.sstt j/iltl'•It; :.l'1Illl•t•' 4 .`t ". -.v'. 1,...: it. t_. P..tl'II( Nit" '• �' ♦I. S7 • r.fl t\hw'Ital.,' 0 't.I !;r 1 K t•r Idr.II l viii' •'R' i.. hill inn Itt'l' Ir'aJl' :1 I Mt,l lu' f'Il'•(lk.' / i11'11'il.'�:. dltlll'�991��' C1t.].(nn 4sIlleialf s' V• Pal:" II Ni . 1•I')H.4 •y(., ' .. ; .11' ' f ll Nil 3(* 3l)!,;; ".t)litet.' •.1 ')fl enet, I tits 'IL'er'i►prtak0%.lhll t.l)1''f.(Nllh•' 'li•:A:Volt4IRS .lit' %tlt>{f'ta :;. ikii%1'• Wtt1'UI.I Maisel. t$ 'Lll;UllV ',�'••nu M. .\1441I.;1% Bcst%t-r F Rose Everett From: Sent: To: Subject: Attachments: Lawrence Booco <Iawrence@aceequip.com> Tuesday, July 5, 2022 5:21 PM bids RFP #B2200096 "Vehicle Lift Replacement" RFP #B22O0096 - Ace Equipment.pdf; W-9 (2022).pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Attached, please find our response to RFP #8220OO96 "Vehicle Lift Replacement". Ace Equipment takes no exceptions to the proposal requirements/specifications. I hereby waive my right to a sealed bid. Respectfully, Lawrence Booco Ace Equipment & Supply Co. 9660 Dallas Street Henderson, CO 80640-8451 P: 3O3-288-2916 / 8OO-435-4266 F: 303-288-5609 www.aceequip.com DO NOT FORWARD this message to any unauthorized user or another person outside of your company or organization. This message contains information which is considered privileged or confidential. This information is only intended for the recipient shown at the email address above. If you are not the named addressee of this message please destroy it without reading, using, copying or disclosing its contents to any other person. 1 Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals fora turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop. Weld County Fleet Services building is located at 1399 17`h Avenue, Greeley, Colorado SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite Replacement of each lift will be per the specifications lined out below l Contractor shall perform removal of the existing lifts This will include disconnections of all existing electrical and pneumatic systems 2 Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts 3 The following are the make and model of the two existing lifts a Challenger 4 post lift i Model 24025 b Hunter 4 Post Alignment Lift i Model L454 4 New lifts can match make/model 5 Replacement lifts shall be equivalent to existing with the following criteria a 30,000 -pound capacity b Drive on 4 post lift (2 -post lift is NOT a permitted substitute) c Minimum 28' overall length d Minimum I I' drive through width e 24" runway width f 4 HP 208 — 230V Motor g Operating range within 90 — 120 PSI 6 Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost Examples would be ramp kits, air/utility box, splash guards and or drain pans 7 Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work Including but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants 8 All electrical connections will be done by a licensed and qualified electrician Any electrical changes are a part of the lump sum price 9 Contractor will provide Fleet Services staff an onsite operational demo for each lift once the lifts are installed 10 Contractor will provide maintenance schedule per the manufacturers warranty conditions B2200096 9 11 All work can be completed during normal business hours when scheduled with County personnel and adequate notice is given 12 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 13 All lifting and hoisting equipment shall be provided by the contractor 14 The projected contract date is expected to be August I, 2022 Based on this date, provide expected start and finish dates 15 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 16 No bid bond is required for this project 17 Bids over $50,000 will require a payment (100%) and performance (100%) bond 18 Contractor will be required to provide professional liability Insurance and builders risk insurance in the amount of the bid 19 All trash and debris to be properly disposed of offsite 20 Weld County is a tax-exempt entity, 21 Davis -Bacon and Buy American requirements are NOT required 22 Contractor will be required to enter into a standard Weld County contract for this service A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request SCHEDULE Below is the anticipated schedule for this project Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project i,ompletion B2200096 June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 Aug 1, 2022 Immediately upon receipt of signed contract October 31, 2022 10 PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule START DATE j ",2_Y--..1'0,0 00MPLETION DATE I 0 - 31 -c2.O. , , FEE Provide your Lump Sum fee in space below TOTAL BID S_13.14, (9OO, 0O OWE- )uN0Kt=p, 7ff1R7y -St x 7-#0,25,4 ,44AR s A mandatory pre -bid conference will be held on June 17, 2022, at 1.30 PIVt, at the Weld County Motor Pool, 1399 171h Avenue Greeley, Colorado. Bids will be received up to, but not later than July 6 2022, at 11.00 Alit (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS. The following items must be completed and submitted with your bid on or before the bid opening deadline of 11 00 AM on Juts 6, 2022• 1) Page 9 thru 12 of the Bid Specifications 2) W9, if applicable` 3) Any future Addenda must be completed "A current W9 is required for new bidders If you have previously worked with Weld County, only provide your W9 if there has been a change Failure to Include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected If there are any exclusions or contingencies submitted with your bid it may be disqualified. 82200096 11 The undersigned, by his or her signature, hereby acknowledges and represents that 1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No #B2200096 2 The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3 He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets 4 The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County 5 Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor FIRM Aca E-0,./i/PMFA't ,-57PPP/-1 649 , BY LAatjet alc* - c_n (Please print) BUSINESS Q n ADDRESS F ( 4Oo 13,0aS J I DATE 6'7 r 0.S I ad a� CITY, j4�Nt1 e� STATE, CO ZIP 5o(0LD CODE TELEPHONE N0,303.)8•4S-dGJIfo FAX ?L)-9ErY-_S-6,0 9 TAX ID# gq-o5.)4/a&�- SIGNATURE O1 ,, _„Pl rJ27z f"_ E-MAIL /QU'cen (04G- e p -C6 1. WELD COUN IS EXEMPT FROM COLORADO SALES TAXES THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03561-0000 YOU DO NOT NEED TO SEND BACK PAGES 1- 8 ATTEST Weld County Clerk to the Board BY BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller 02200096 12 '4" E4aea & S frfte# eolifilwl 9660 DALLAS STREET -HENDERSON, CO 80640 800-435-4266 / 303-288-2916 / 303-288-5609 (FAX) Serving the Rocky Mountain Region Since 1949 EQUIPMENT QUOTTION TO Weld County Motor Pool / Fleet Services 1399 N 17th Avenue Greeley, CO 80631 ATTN. Bid #62200096 RE. Vehicle Lift Replacement WE ARE PLEASED TO QUOTE YOU AS FOLLOWS. DATE' July 5, 2022 QUOTE # 22-070501AB TERMS. Per bid F 0.B.. Dest DELIVERY: As required VALID FOR 30 Days PHONE. 970-400-4223 x4222 FAX' EMAIL' bids@weldgov corn ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL 1 SM30(N011) Rotary Four -Post Vehicle Lift, 30,000 Lb Capacity, 271" Maximum Wheelbase (Per Specifications') 2 Ea $68,000 00 $136,000 00 2 RJ152BK Rotary Rolling Bridge -Jack, 15,000 Lb Capacity (2 Per Lift — Same As Existing Lifts) 4 Ea Inc Inc TOTAL $136,000.00 Optional Accessories. FA2259BK Air/Electnc Utility Box Ea $750 00 FC5968BK/FC5247 Rolling Drain Pan, 30 Gal w/Hose Ea $1,900 00 FA5700 LED Light Kit, (4) - 48" Wands w/Magnetic Mount Ea $1 250 00 COMMENTS "Includes Removal/Haul-Off Of Existing Lifts, Delivery, Off -Loading, Equipment Installation, Electrical/Air Service & Training On New Lifts, Warranty/Support As Specified AUTHORIZATION Submitted By' Lawrence G Booco Accepted By Signature- Signature Title- President Title. Date: July 5, 2022 Date. MIS DRIVE -ON LIFTS GENERAL SERV CE RUNWAY LIFTS AtollIra OMMit riot IS a GENERAL SIVECF ENGINEERED FOR CARS, TRUCKS and COMMERCIAL VEHICLES Discover the competitive, exclusive features, the variety of lifting configurations, and available accessories that only Rotary offers! Fit and lift whatever is driven on the road Rotary drive- on lifts accommodate a variety of vehicle classes by easily putting up onto the lift with confidence Open front and open through designs ai_low service technicians to move freely around the vehicle. faller ise heights mean less sioupir ig below a l ear i structure wits i avaiable. lift accessories you can handle the :addition gal business s that will corns your way Do more work than jc ist tilt a vehicle Do it alt with a certified Rotary/ lift in your shop SM30 HEAVY DUTY FOUR POST 30,000 IS. Four Post Litt FEATURES; • (tree airway :sr gtf'1s • Zingle POIn:. Air Lock Re&ase • Duct Locking Sys:arr' • 3- 3se Pt -me Walacie • Folding Rarr•c.c WIU i near C1-oCics • Al ( FlUef / Lubrca:or • nrema, Attune Kit. • Ailgrmenl COnvers► ri Kits Avaa13Die • Cc'rvens to 3 orrve rrifu I. OPTIONAL UFT ACCESSORIES I Contact the manufacturer for proper lift application Ar f Unity Bat r ithX.P3 MC) `.-1CV cLtctrt cutits Jr corrcctran writ•, fitcrirEgLlni cTA� �nrr r -r Ramp Klta fur arve-Tru cafi$:fity / SMV3 a<c A/00] lifts At Operated Tire and Wheel Ms forth ar !tar and air tool urrttubi TECH LIGHT la Runway Ughttnl Kit / Frxtr (et wands fcc L ffrzrhe airway I er b ng 01l Drain Puts rcit_r_ie w4tih ware, Bran vs'* and cost rap Rernwable work fps fur A; with .ar , al ycii: of runways Alignment ccnw abn K1 ...r sfur; r. y ire! ng Rat top navay C*_ nth a hay `Li ocrina airrr'e'n: Rotary drive -on lifts make Jobs easier all the way around. For easier venict,e spotting you need a drive on lift Create significant value for your shop when it comes to Increased ettclency for gererat maintenance and ruof point inspec- tions - especially when you add our S►nock- wave technology for rises and descents that are twice as fast The most expensive lift is the one that doesn't work. You can trust the fact mat no brano of uR performs better or Longer than Rotary. A tower price doesn't necessarcy mean you're getting a lift for Tess. Our lifts are In- vestments that pay ibr tnemseWes quickly and boast your business for yearns to come. Rotary tilts cost less to operate, have a con- sstent track record of uptime with lower repair costs and are manufactured with 95 years of legendary quality. Rotary tilts are eng<neered, tested, and supported with pride In MadISOn, IN USA. Crafted by people who love what they (10 detNaiing their best Mrs( to you - our customer. choose the right tNt for your shop. notary Lift MODEL SM3O I In Chin -- 1%.r au gad STANDARD LONG EXTENDED 4 POST U FT SM3ON010 SM3ON011 SM30 NO12 Uft capacity flOC(J :t:;: Mae* width overall — .r lenith overall .• . . Max. wheelbase .-- .L._ aria Thru width _ 4 Rise Width MIn say Size Moor / Halt a e - S One of Full Rh* elm rreas'_ires floor w tor. ct ft r,Yay it bill stir* Sorties references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments totaled to Foim iAf 9 and Its instructions such as legislation snacted after they ware published go to www us gov/FormW9 Purpose of Form An individual or entity (Form W 9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SON) individual taxpayer identification number (ITIN), adoption taxpayer identificalton number (ATIN) or employer identification number (EIN) In report on an information return the amount paid to you, or other amount reportable o i an information re um Example, of information returns include, but are not limited to the following • Form 1099-INT (interest earned or paid) Form ��� ��� (Rev octobe 20181 [)Ppafln7dnt Of the IfPaSllf`( internal Revenue Service Request for Taxpayer identification Number and Certification ► Go to www,Irs,gov/FormWl for instructions and the latest information Give Form to the requester Dorot ~ Send to the IRS er o d e ao . 0 2 � a w v UEi y j3 1 Nile (7C shown on your won. tax mum, flame la umuUed on this lino do not leave this Ilno binnk ACE EQUIPMENT & SUPPLY CO 2 Business ntunaM,fegardod entity name, If different from above 3 Check appropriate box for federal tax classficauon of the person whose name is entered on Inc 1 Check only one of the followmg seven boxes ❑ Individual/sole proprietor or ❑✓ G Corporation ❑ S Corporation ❑ Partnership ❑ frust/estate single member LLC ' ❑ Limned liability company Enter the [ax classification (C -C corporation S=S corporation P=Partner ship) Note Check the appropriate hex in the hne above for the IaR ciassrtication of the single-membr owner Do not check LLC It the LLC is classltiod as a single member LLC that is tlrregarded from the owner unless the owner of the LLC Is another LLC that is not disrcgnrded from the owner for US federal tax purposes Otherwise a single member LLC thin i5 dnrPiarded from the owner should check the appropriate box for the fax classification of its owner Other (el.eittoltuLtle00)D 4 Exemptions certain entities shadow. Exempt payee xemption E":17:1:1, cede (If any) ranee In�a9unls,ro (odes apply only to not indlvlduals see on page 3) code Drafty) from FAT CA eportinq �lanni u„rs�re ine USJ 5 Adilress(nurnbet, street and apt Jr suite no ) See Instructions 9660 DALLAS STREET Requesters name and address (optional) t3 City state and ZIP code COMMERCE CITY, CO 80640-8451 7 List account name. hale (optional) Tax er Identification Number IN Enter your TIN In the appropriate boo The TIN provided must match the name given on line I to avoid I Social security number backup withholding For Indty duals, this is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregard. entity see the instructions for Part I later For other entitles, it is your employer identification number (EIN) If you do not have a number see Now to get a 71N later Note If the -Account ism more than one name see the Instructions for line 1 Also see What Name and Number To Give the Requester for guidelines on whose number to enter farin Certification Under penalties of penury I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am walling fora number to be issued to too), and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding and 9 I am a U S obzen or other U S person (defined below) and 4 The FATCA code(s) entered on this form (R any) indicating that I am exempt from FATCA reporting is correct Certification instructions You must cross out 'tern 2 above if you have been notified by the IRS that you are currently subject to backup riathholdmg because you have faded to report all interest and dividends on your tax return For real estate transactions item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property cancellation of debt contributions to an individual retirement arrangement (IRA), and generally payments other than interest and dividends you are not required to sign the certification but you must provide your correct TIN See the instructions for Part II, Eater I -L or Employer Identification number 5 0 Sign Signature of Here usperoot> Erna,(/ ' O(r Sote> (9-(9 3 - General Instruo ions • Form 1099 DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income prizes awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest) 1088 E (student loan interest) 1096-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U S person (including a resident alien) to prop (de your correct TIN If you do not return Form W 9 t the requester with a DIV, you might be subject to backup withholding See What is backup withholding, later Cat No 1820th Form W-9 (Rev 10 2018) Esx vat igZT CR Motor Pool Lifts B2200096 m Lift Now Lift One Applicable Options Rollig Jacks - 2ea Needed Per Lift Rolling Jack Airline Kit - lea per Lift Cost Per Each Total Cost $7,455.00 $595.00 Drive Thru Ramp Assembly - lea per lift $3,995.00 Total Optional Cost For Lift One Lift Two Applicable Options Rollig Jacks - 2ea Needed Per Lift Rolling Jack Airline Kit - lea per Lift $14,910.00 $595.00 $3,995.00 $19,500.00 Cost Per Each Total Cost $7,455.00 $14,910.00 $595.00 Drive Thru Ramp Assembly - lea per lift $3,995.00 Total Optional Cost For Lift One Total Optional Cost For Two Lifts Additional Option , Forklift Rental for hoisting needs Base Bid Cost Total Cost With Options for both lifts and additional options including base bid pricing $595.00 $3,995.00 $19,500.00 $39,000.00 $1,750.00 $74,215.00 $114,965.00 * Per the bid documents provided this does not include Electrical, Concrete, Pneumatic scopes or any fluids as specified in B2200096 Scope of Work Ex HZ,'F,ZT From: William Hopkins To: Liftnow Subject: RE: Weld County Motor Pool Lifts Date: Wednesday/ July 6, 2022 1:18:00 PM Thank you Paul, We will be in touch with any further questions and or concerns. Thank you, Will Hopkins Project Manager Weld County Facilities Department 1 105 H Street P.Q. Box 758 Greeley, CO 80632 P: 970.400.2044 F: 970.304.6532 wgkinsPw idgov.cor1r From: Liftnow <pjstern@iiftnow.com> Sent: Wednesday, July 6, 2022 1:03 PM To: William Hopkins <whopkins@weidgov.com> Subject: Re: Weld County Motor Pool Lifts Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. No problem at all. We have a lot of experience with this as we are awarded on multiple national contracts like Sourcewell. See below references which you may call: Ken Palmer - Evanston Illinois (Parallelogram Lift Supply + Install) 847-448-8088 Hal Metz:er - Hyattsville Varyland (Full Shop Setup, Lifts, Wheel Service, Air Compressor, Air/Luce/Exhaust Extraction Systems) 240-832-6959 Scott Rounds - Ohio DOT (Vertical Rise Lift Supply + Install) 419-207-7123 f you need more or something specific simply let me know. We also included with our bid a pretty large options summary which is comprehensive. Best, Paul On Wed, Jul 6, 2022 at 2 12 PM William Hopkins <whopkinsCHweldgov corn> wrote Mr Stern We have received your bid for the Weld County Motor Pool Lift Project I am needing to see if you can provide a couple of references for similar projects and if you would mind if we called them Please let me know if you have any questions I look forward to hearing from you Thank you, Will Hopkins Project Manager Weld County Facilities Department 1105 H Street P O Box 758 Greeley, CO 80632 P 970 400 2044 F 970 304 6532 whopkmslaiweldgov corn Ex wrsist.or July 13, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Motor Pool Fleet Services Lift Replacement — B2200096 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 As advertised this bid is for the replacement of two of the vehicle lifts for Fleet Services. The low bidder was Liftnow from Yorktown Heights, New York for $74,215.00 but did not meet the bid specifications. The second low bid was Ace Equipment & Supply from Henderson, CO in the amount of $136,000.00 and meets or exceeds specifications. Since the first low bidder did not meet bid specifications, Weld County Facilities is recommending awarding to the second low bidder Ace Equipment & Supply in the amount of $136,000.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director (EX Wr.,12;a1" From: Liftnow To: William Hopkins; Rose Everett; bids Subject: Re; Weld County Motor Pool Lifts Date: Thursday, July 28, 2022 2:27:00 PM Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Folks, I watched the approval of this bid at your meeting on 7/25 and would like to formally protest because it sounds as though we've been rejected on the basis of "not meeting the specifications." However, I am curious as to exactly which specifications we have not met here, especially since there was an option on our options document to swap the Challenger for the Rotary which was the exact make and model requested. I checked both the bid and the local purchasing code and did not find any information on the formal protest process so please forward at your earliest convenience. If I do not hear from you folks tomorrow I will call the purchasing office to discuss further. All the Best, Paul On Wed, Jul 6, 2022 at 3:18 PM William Hopkins <whopkins@weldgov.com> wrote: Thank you Paul, We will be in touch with any further questions and or concerns. Thank you, Will Hopkins Project Manager Weld County Facilities Department 1 105 H Street P.O. Box 758 Greeley, CO 80632 P: 970.400.2044 F: 970.304.6532 whopkins@weldgov.com From: Liftnow <pjsterngliftnow.com> Sent: Wednesday, July 6, 2022 1:03 PM To: William Hopkins <whQpkins@weldgov.com> Subject: Re: Weld County Motor Pool Lifts Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Will, No problem at all. We have a lot of experience with this as we are awarded on multiple national contracts like Sourcewell. See below references which you may call: Ken Palmer - Evanston Illinois (Parallelogram Lift Supply + Install) 847-448-8088 Hal Metzler - Hyattsville Maryland (Full Shop Setup, Lifts, Wheel Service, Air Compressor, Air/Lube/Exhaust Extraction Systems) 240-832-6959 Scott Rounds - Ohio DOT (Vertical Rise Lift Supply + Install) 419-207-7123 If you need more or something specific simply let me know. We also included with our bid a pretty large options summary which is comprehensive. Best, Paul On Wed, Jul 6, 2022 at 2:12 PM William Hopkins <whopkins@weldgov.com> wrote: Mr Stern We have received your bid for the Weld County Motor Pool Lift Project I am needing to see if you can provide a couple of references for similar projects and if you would mind if we called them Please let me know if you have any questions I look forward to hearing from you Thank you, Will Hopkins Project Manager Weld County Facilities Department 1105 H Street P O Box 758 Greeley, CO 80632 P 970 400 2044 F 970 304 6532 whopkins@weldgov.com Ex %statist-rm. K 08/01/2022 To Whom it May Concern, This letter serves as a formal protest by our company, Liftnow Automotive Equipment Corp., for the Bid "Vehicle Lift Replacement" by Weld County, Bid Reference Number B2200096. On July 25th, 2022, Weld County Purchasing presented to the Board of County Commissioners making the preliminary decision to not award Liftnow Automotive Equipment Corp. in the amount of $74,215.00 and instead award an alternate company in the amount of $136,000.00, a nearly 85% higher bid price, based on our proposal's alleged lack of adherence to technical specifications. However, the only salient specifications regarding the lifts themselves (versus the scope, which was adhered to) mentioned in the bid document (referenced in the attached) are the following: "5. Replacement lifts shall be equivalent to existing with the following criteria: a. 30,000 -pound capacity. Meets — 30,000 lb. capacity b. Drive on 4 post lift. (2 -post lift is NOT a permitted substitute) Meets — 4 post lifts. c. Minimum 28' overall length. Exceeds — Length is 28'8" d. Minimum 1 1' drive through width. Exceeds - Length is 12'S" e. 24" runway width. Meets — 24" f. 4 HP 208 - 230V Motor. 3HP 208-230V Motor g. Operating range within 90 -120 PSI Meets — 90-120PSI" Therefore, the only reason to reject would have been a 3HP vs. a 4HP motor, which seems confounding given that there is over $60,000 worth of savings to the taxpayers of Weld County. If the County were resigned to this decision, our options document (which was requested by Weld County in section 6 of the Scope Document, includes a line item to swap the originally proposed lift (the Challenger 4030EFX) for the lift that we believe may have been requested (the Rotary SM30-L) at a slight further discount off our original base price. (See attached highlighted line item). However, Section 4 of the scope document in this solicitation does in fact state that "new lifts can match make/model." We are puzzled that the County would choose an option that was offensively more expensive without any apparent additional benefits. Even totaling all available options into our bid was over $30,000 cheaper than the other bidder's base bid, which would not have included any options pursuant to the solicitation. A choice of th is magnitude is generally attributed to the level of comfort that an organization like Weld County may have with using a local company, versus using a company that they are less familiar or comfortable with. However, our company has vast experience spanning nearly all 50 states in projects ofthis size — the references that we provided included projects much larger in scope and successfully completed in Illinois, Maryland, and Ohio through our State and Sourcewell contracts. This project is no exception. To specifically reference the Weld County Purchasing Code statutes to which this protest applies, please review the following statutes Sec 5-4-60 entitled "Purchasing Limits and Procedures" which states, under Section C — Formal Purchases, Subsection 7, item A, "The department head and the purchasing agent will make a recommendation to the Board of County Commissioners The final award of the bid will be approved by the Board of County Commissioners If the low bid is found unacceptable because of some factual circumstance, the Department should write a clear, concise, and factual Justification for selecting other than the low bid" Sec 5-4-160 entitled, "Product standardization " In this section, more specifically Subsection A, the Code states that "The main benefits of standardization are better prices through quantity purchases of fewer varieties o f materials and the selection of materials which are best suited for County use " Product standardization is again mentioned in Sec 5-4-210 entitled "Procurement by the Department of Fleet Services " We bid the Challenger Lift, a make of lift which was previously owned by Weld County and removed in connection with this solicitation Weld County clearly understands the benefit of product standardization, yet we are also confused why then the County would switch from a Challenger Lift to another lift At the least, this should be yet another reason for evaluating our bid positively If there is indeed another explicit or implicit preference fora local company to complete the project for any reason, Sec 5-40-30 entitled "Bid Regulations" Subsection A, item 3 states "The County Commissioners shall give preference to resident Weld County bidders in all cases where the bids are competitive in price and quality " However, the other company is not only not located in Weld County (they are in Henderson which is in neighboring Adams County), but the second half ofthis statute states that this preference is only given in cases where the bids are competitive in price and quality. While it is reasonable to assume that the bids are competitive in quality, I would also ask whether an 83% price differential constitutes a competitive price Therefore, pursuant to Sec 5-14-155 entitled "Bid Protest" Subsection A, items C and D "c An identification of the issue or issues that need to be resolved that support the protest d Any documentation or contractual provision(s) which is relevant to the protest " We humbly but firmly request the following to resolve this protest Pursuant to Sec 5-4-60, we request the Department's full text of a "clear, concise and factual Justification for selecting other than the low bid" in addition to an award made to Liftnow Automotive Equipment Corp In lieu of presence of this full text, we request an award made to Liftnow Automotive Equipment Corp Best, Paul Stern Liftnow Automotive Equipment Corp EK 14T. -C.1" 1. --- Sec. 5-4-155. Bid protest. A The protest shall be submitted, in writing, to the Purchasing Department during the bid process or when the aggrieved vendor knows, or should have known of, the factors giving rise to the bid protest, or within five (5) business days after award, whichever is earlier 1 The written formal protest must contain a minimum of the following A specific identification of each alleged act and the statute or section of the Weld County Code that the purchasing staff member or department is alleged to have violated b A precise statement of the relevant facts that include time -lines and all involved parties c An identification of the issue or issues that need to be resolved that support the protest d Any documentation or contractual provision(s) which is relevant to the protest 2 The Controller or designee shall review any timely protest and attempt to resolve the protest by mutual agreement The Controller or designee shall notify the aggrieved vendor, in writing, of its findings and resolution 3 If the aggrieved vendor is not satisfied with the Controller or designee's resolution, it may appeal the decision in accordance with Section 2-4-10 of this Code (Weld County Code Ordinance 2016-14 , Weld County Code Ordinance 2019-08 ) Created 2022-08-02 18 29 45 [EST] (Supp No 78) Page l of l E x t-kz.azr M WELD COUNTY FINANCE DEPARTMENT 1150 O Street Greeley, CO 80631 Phone (970) 356-4000 www.weldqov.com August 4, 2022 Mr. Stern, Pursuant to Section 5-4 155 of the Weld County Code, you have provided the appropriate information required to submit a bid protest. In attempting to resolve any protest, the Controller or designee shall notify the aggrieved vendor, in writing, of its findings and resolution. I have been designated to research the issue and provide a finding on your appeal. In your appeal letter, you indicate the County made the preliminary decision to not award its bid to the lowest bidder. The County awarded the bid to an alternate company; Ace Equipment & Supply Co., in the amount of $136,000 instead of awarding the bid to your company, LiftNow Automotive Equipment Corp, in the amount of $74,215. Per your letter, the County made its decision not to award to the lowest bidder because of the alleged lack of adherence to technical specifications. Pursuant to Section 5-4-60 of the Weld County Code, "The department head and the purchasing agent will make a recommendation to the Board of County Commissioners. The final award of the bid will be approved by the Board of County Commissioners. If the low bid is found unacceptable because of some factual circumstance, the department should write a clear, concise, and factual justification for selecting other than the low bid." I have reviewed all documentation related to this appeal and have concluded that the decision not to take the lowest bidder was an acceptable decision made by County staff and, therefore, am denying your appeal. I have determined that your proposal did not meet all of the specifications required in the bid. The bid specifications clearly indicated that "If there are any exclusions or contingencies submitted with your bid it may be disqualified" (see Attachment A). Specifically, your proposal did not meet the following required items from the bid specifications (see Attachment B) • Item #1 on page 9, "Contractor shall perform removal of the existing lifts. This will include disconnections of all electrical and pneumatic systems." • Item #7 on page 9, "Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work. Including, but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, and any and all electrical and pneumatic connections and equipment, and all fluids and lubricants." Item #8 on page 9, "All electrical connections will be done by a licensed and qualified electrician Any electrical changes are a part of the lump sum price " ® Item #13 on page 10, "All lifting and hoisting equipment shall be provided by the contractor " In your proposal, under the section titled "Special Notes and Instructions" (see Attachment C), you specifically identified a list of items that were not included in your bid "PLEASE ADD SALES TAX ELECTRICAL HOOK-UP, AIR HOOK-UP, REMOVAL OF EXISTING EQUIPMENT AND ANY CONCRETE WORK, IF NECESSARY, IS THE RESPONSIBILITY OF THE CUSTOMER (UNLESS OTHERWISE SPECIFIED ABOVE) CUSTOMER IS ALSO RESPONSIBLE FOR THE PRESENCE OF ANY AND All SUB -SURFACE FEATURES OR CONDITIONS INCLUDING BUT NOT LIMITED TO ROCK, LEDGE, GROUND WATER, CONCRETE OF GREATER THAN 6" THICKNESS, AIR, UTILITY OR RADIANT HEATING LINES WHICH MAY REQUIRE RELOCATION OR REPAIR REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL, IF PRESENT, IS THE RESPONSIBILITY OF THE OWNER OF THE PROPERTY ANY PERMITS, FILINGS OR FEES ARE THE RESPONSIBILITY OF THE CUSTOMER CUSTOMER IS RESPONSIBLE FOR HAVING A FORKLIFT TO UNLOAD AND RECEIVE THE SHIPMENT PRICES ARE GOOD FOR 30 DAYS ADD 4% IF USING CREDIT CARD MUST SIGN CHARGEBACK AGREEMENT AND AUTHORIZATION " In addition, on June 29, 2022, you sent us a follow-up email in reference to questions you submitted on June 22, 2022 (see Attachment D) We posted the answers to these questions to BidNet Direct on June 29, 2022 and our answers specifically identified that the contractor is responsible for all lifting and hoisting of the new lifts and all fluids (see Attachment E) These items were listed in the original bid specifications as requirements You suggested in your appeal that the award decision may have been due to the type of lift you proposed Toby Taylor, Facilities Director, did an extensive review and found that the proposed Challenger 4030EFX lift did meet the technical criteria for the replacement lifts You also suggested that the award decision may have been a result of local preference Section 5-4-30 allows for preference to Weld County bidders in all cases where the bids are competitive in price and quality The company that was awarded the bid is located in Adams County, not Weld County Both of the issues you suggested were not factors in the decision to award the bid to another company The award,decision was only related to the fact that your bid did not meet the bid specifications If you are not satisfied with my decision to deny your appeal, you can appeal to the Board of County Commissioners This process is as follows Sec 2-4-10 - Appeals process The Board of County Commissioners shall act as a board of appeals to hear complaints on actions taken by County boards, commissions and departments Except for decisions made by the Board of Adjustment and Uniform Building Code Board of Appeals, procedure for appeals shall be as set forth in this Chapter, by resolution of the Board, or as otherwise provided by law A Any person appealing an action by a County board, commission or department to the Board of CountiCommissioners shall file such a complaint, in writing, with the Clerk to the Board within sixty (60) days of the incident in question Appeals concerning purchases or procurements made in accordance with Chapter 5, Article IV, of this Code shall be filed within five (5) days of the incident in question B Such complaint shall include 1 The name of the employee, board, commission or department against which the complaint is made 2 A description of the basic facts involved in the complaint C The Clerk to the Board shall schedule a hearing with the Board of County Commissioners, to be held within fifteen (15) days of the filing of the complaint, and shall notify all parties involved in the incident D The Board of County Commissioners shall hear all the available facts pertinent to the incident, may schedule a second hearing within thirty (30) days following the initial hearing if the Board determines such a need, and shall render a determination within thirty (30) days of the final hearing E No person shall be denied the right to appeal, provided that he or she complies with the administrative procedures established by the Board Weld County prides itself on having good vendor relationships and being fair to all vendors In this bid we hope that you appreciate the fact that to be fair to Ace Equipment & Supply Co, the information you presented does not justify granting the bid to any other bidder than the lowest qualified bidder meeting all specifications; Ace Equipment & Supply Co Cheryl Pattelli CFO, Weld County Government Cc Bruce Barker, County Attorney Don Warden, Director of Finance and Administration Ryan Rose, Director of IT and Administration Christie Peters, Purchasing Manager Toby Taylor, Director of Facilities ATTACHMENT A PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule. **Only two weeks behind in total, 60 Business Day Lead time on the new lifts. Once lifts arrive, actual labor will take no more than 4-5 business days The lifts proposed are 60 Business day Lead time whi e the proposed competitor (Rotary Lift) currently has an 80 Business day lead time ** Please note that as a part of our options document there is an option to purchase the as -specified Rotary Lifts (SM30-L's) if you would prefer that option FEE Provide your Lump Sum fee in space below. START DATE 11/1/2022 COMPLETION DATE. 11/15/2022 TOTAL, BID: $ 74,215.00 A mandatory pre -bid conference will be held on June 17, 2022, at 1:30 PM, at the Weld County Motor Pool, 1399 17th Avenue. Greeley, Colorado. Bids will be received up to, but not later than Jule 6, 2022, at 11:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 11:00 AM on July 6, 2022: 1) Page 9 thru 12 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. on or before the bid opening kA current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid bei incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. B2200096 11 ATTACHMENT B Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals for a turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop. Weld County Fleet Services building is located at 1399 17`1i Avenue, Greeley, Colorado. SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite. Replacement of each lift will be per the specifications lined out below. 1. Contractor shall perform removal of the existing lifts. This will include disconnections of all existing electrical and pneumatic systems. 2. Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts. 3. The following are the make and model of the two existing lifts. a. Challenger 4 post lift. i. Model: 24025 b. Hunter 4 Post Alignment Lift i. Model: L454 4. New lifts can match make/model. 5. Replacement lifts shall be equivalent to existing with the following criteria: a. 30,000 -pound capacity. b. Drive on 4 post lift. (2 -post lift is NOT a permitted substitute) c. Minimum 28' overall length. d. Minimum 1 1 ' drive through width. c. 24" runway width. f. 4 HP 208 - 230V Motor. g. Operating range within 90 - 120 PSI 6. Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost. Examples would be ramp kits, air/utility box, splash guards and or drain pans. 7. Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work. Including but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants. 8. All electrical connections will be done by a licensed and qualified electrician. Any electrical changes are a part of the lump sum price. 9. Contractor will provide Fleet Services staff an onsite operational demo for each Lift once the lifts are installed. 10. Contractor will provide maintenance schedule per the manufacturers warranty conditions. B2200096 9 11. All work can be completed during normal business hours when scheduled with County personnel and adequate notice is given. 12. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 13. All lifting and hoisting equipment shall be provided by the contractor. 14. The projected contract date is expected to be August 1, 2022. Based on this date, provide expected start and finish dates. 15. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 16. No bid bond is required for this project. 17. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 18. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. 19. All trash and debris to be properly disposed of offsite. 20. Weld County is a tax-exempt entity. 21. Davis -Bacon and Buy American requirements are NOT required. 22. Contractor will be required to enter into a standard Weld County contract for this service. A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request. SCHEDULE Below is the anticipated schedule for this project: Date of this B i d Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 Aug 1, 2022 Immediately upon receipt of signed contract October 31, 2022 B2200096 10 ATTACHMENT C Littnow www.liftnow.com sakes l►ttnow coin Fax 914-734-7479 1-800-LIFTNOW Customer - Weld County Fleet Svcs 1399 N 17th St Greeley CO 80631 Oates Valid Until Quote 0: Sales Rep Estimate 7/5/2022 7/15/2022 WeldCOLifts r Pau Qty D*u1cs'ptiun L,s,I PItCu Trout Pules' OPTION- Add Polling Jack to Lift wilh 15K Capacity (2 per lilt Is recommended) $11,520 20 $7,455.00 OPTION - Add Rolling Jack Airline Kit (if ordering 2 on a Ifft, enables dual rolling jack operation) 1851.11 $595.00 OPTION - Drive thru ramp assembly - Fits 30,000 Ib 4030 series 4 -post models $4,150.00 S2,945.00 OPTION - Drive thni ramp assembly, Eft long - Fits 30,000 lb 4030 series 4 -post models $5,771 11 13,995.00 OPTION - Turning radius gauges for 44030AR, 4030 alignment racks, black powder coat $4,186.67 52,945.00 2 OPTION - Annual Lift Safely inspection - Recommended by OSHA for Ilft and 'urkptace safety $1,500.00 50.00 OPTION - Downgrade to Rotary SM3a-L "As Specified" in Ski ($2,137.491 ROTARY OPTIONS BELOW an OPTION- Add Roiling „ ack to Lift with 15K Capacity (2 per lift is recommended) $12,573.59 OPTION - Add Rolling Jack Airline ►Gt (if ordering 2 on a lift, enables dual rolling jack operation) UPON REQUEST OPT'Oty - Add Drain Pan UPON REQUEST OPTION - Annual Lift Safety Inspection - Recommended DI OSHA for lift and workplace safety $1,500.00 $0 00 $1,750.00 UNLOADING OF LIFTS Special Notes and Instructions Pt EASE, ADO SALES TAX ELECTRICAL HOOK -LP, AIR HOOK -LIP, REMOVAL OF EXISTING EQUIPMENT AND ANY CONCRETE WORK, IF NECESSARY, IS THE RESPONSIBILITY OF THE CUSTOMER (UNLESS OTHERWISE SPECF$ED ABOVE) CUSTOMER IS ALSO RESPONSIBLE FOR THE PRESENCE OF ANY AND ALL SUB -SURFACE FEATURES OR CONDITIONS INCLUDING BUT NOT LIMITED TO ROCK, LEDGE, GROUND WATER, CONCRETE OF GREATER THAN Er THIC.Q SS. AIR, UTILITY OR RADIANT HEATING LINES WHIC1-! MAY REQUIRE RELOCATION OR ►(F9Ad( REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL. IF PRESENT, IS THE RESPONSIWUTY OF THE OWNER OF THE PROPERTY ANY PERMITS, FILINGS OR FEES ARE 1ME RESPONSIBILITY OF THE CUSTOMER CUSTOMER IS RESPONSIBLE FOR HAVING A FOR)WFT TO UNLOAD AND RECEIVE THE SHIPMENT PRICES ARE GOOD FOR 30 DAYS ADO IF USING CREDIT CARD MUST SION CHARGEBACK AGREEMENT AND AL TfORE AtION an invoice and only an estimate of services/goads described above Please confirm your acceptance of this quote by signing this document Subtotal Discount Freight $29,489 09 ($632.01) INCLUDED Total $10,721 to ATTACHMENT D Rose Everett From: Sent: To: Subject: Follow Up Flag: Flag Status: Liftnow <pjstern@liftnow.com> Wednesday, June 29, 2022 9:06 AM Rose Everett; bids Re: Questions B2200096 Follow up Flagged Caution: This email originated from outside of Weld County Government Do not click links or open attachments unless you recognize the sender and know the content is safe. Hello, I am following up on these questions. Paul On Wed, Jun 22, 2022 at 9:57 AM Liftnow <pjstern@liftnow.com>wrote: Hello Rose, Hope all is well. I have some questions about this solicitation, please advise: Does the county have the means to unload the new lifts with a forklift? Does the county have a forklift available for use during the installation by the installers? Does the county request hydraulic oil be included in the purchase of the lifts? Best, Paul Best Regards, Paul Stern Business Development Manager 1 www.liftnow.conm 1-800-LIFTNOW 1 ATTACHMENT E Weld County Vehicle Lift Replacement B2200096 - QUESTION & ANSWERS POSTED 6/29/2022 1. Question: Does the County have the means to unload the new lifts with a forklift? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 2. Question: Does the County have a forklift available for use during the installation by the installers? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 3. Question: Does the County request hydraulic oil be included in the purchase of the lifts? Answer: YES, refer to bid specs. Contractor is responsible for all fluids. E X Wr...1S N From: To: Cc: Subject: Date: Attachments: Esther Gesick Liftnow ¢ruse Barker; Don Warden; Ryan Rose; Christie Peters; Toby Taylor; Cheryl Pattelli RE: Appeal Determination - Bid #B2200096, Vehicles Lift Replacement - Facilities Department Monday, August 8, 2022 3:37:01 PM Appeal Notice Packet - Bid B2200096.pdf image001.pnq image002.iu® Mr. Stern, The attached packet contains the Notice confirming an Appeal hearing scheduled for Wednesday, August 17, 2022, at 9:00 a.m. If you wish to present any further written evidence to support your appeal of the Board's decision, you may forward it to me for inclusion in the public record, as well as distribution to appropriate County personnel. I'll be sure to share any additional staff -generated documents with you as well. Thank you, Esther E. Gesick Clerk to the Board 1150 O Street/P.O. Box 758/Greeley, CO 80632 tel: (970) 400-4226 B Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Liftnow <pjstern@liftnow.com> Sent: Monday, August 8, 2022 3:12 PM To: Esther Gesick <egesick@weldgov.com> Cc: Bruce Barker <bbarker@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttaylor@weldgov.com>; Cheryl Pattelli <cpattelli@weldgov.com> Subject: Re: Appeal Determination - Bid #B2200096, Vehicles Lift Replacement - Facilities Department Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is sale. Either is fine for me. Please let me know what I would have to prepare in conjunction with this formal appeal. Thank you. Best, Paul On Mon, Aug 8, 2022 at 3:25 PM Esther Gesick < > wrote: Hello Mr. Stern, I was provided with your appeal information, on Friday, August 5th, thus am working to schedule an Appeal hearing on either August 15th or 17th, at 9:00 a.m. Would either of those dates work for your schedule? If not, we can look at dates further out, with your written waiver of the 15 -day scheduling deadline. Please advise. Esther E. Gesick Clerk to the Board 1150 O Street f P.O. Box 758'Greeley, CO 80632 tel: (970) 400-4226 Confidentiality Notice: this electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited From: Cheryl Pattelli <cpattelli@weldgov.com> Sent: Thursday, August 4, 2022 4:19 PM To: Liftnow <pjsterncWliftnow.com> Cc: Bruce Barker <bbarker5we dgov.com>; Don Warden <dwarden@a weldeov.com>; Ryan Rose <rrosePwe dgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttaylor@weldgov,com>; Esther Gesick <egesick6Dweldgov,com> Subject: RE: Appeal Determination Mr. Stern, Christie will be forwarding the appeal documentation to our Clerk to the Board, Esther Gesick. Esther will be your point of contact and will help you through the process. She will provide all the required due dates, etc. Thank you, Cheryl From: Liftnow <pjsterncliftrow.com> Sent: Thursday, August 4, 2022 3:04 PM To: Cheryl Pattelli <cpatte U we dgov.com> Cc: Bruce Barker <bbarkerPweldgov.com>; Don Warden <dwarden(Wwe dgov.co_rrt>; Ryan Rose <rrose(awe dgov.com>; Christie Peters <cmpetecscwe dgov.com>; Toby Taylor <ttay oraweldgov.com> Subject: Re: Appeal Determination Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Folks, While I appreciate the clear effort made by Weld County, the counterpoints made are, unfortunately, materially incorrect. Can you please forward to whom I would send (either electronically or otherwise) this appeal. Please also confirm if the Appeals Process falls under the 60 day timeframe or 5 day timeframe, and from what date this is being counted. Please also confirm that in the meantime, final procurement/award of contract is not taking place while this appeal is being sorted out. Best, Paul On Thu, Aug 4, 2022 at 4:54 PM Cheryl Pattelli <cpattellarel¢gov.com> wrote: Mr. Stern, Please find the attached appeal determination for your bid protest submitted on August 1st. Thank you, Cheryl Cheryl Pattelli Chief Financial Officer 1150 0 Street Greeley, CO 80632 tel: 970-400-4451 email: cpattelli(.w. dgoy1com Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited Ex #r_ts-ET" O Sec. 2-4-10. Appeals process. The Board of County Commissioners shall act as a board of appeals to hear complaints on actions taken by County boards, commissions and departments Except for decisions made by the Board of Adjustment and Uniform Building Code Board of Appeals, procedure for appeals shall be as set forth in this Chapter, by resolution of the Board, or as otherwise provided by law A Any person appealing an action by a County board, commission or department to the Board of County Commissioners shall file such a complaint, in writing, with the Clerk to the Board within sixty (60) days of the incident in question Appeals concerning purchases or procurements made in accordance with Chapter 5, Article IV, of this Code shall be filed within five (5) days of the incident in question B Such complaint shall include 1 The name of the employee, board, commission or department against which the complaint is made 2 A description of the basic facts involved in the complaint C The Clerk to the Board shall schedule a hearing with the Board of County Commissioners, to be held within fifteen (15) days of the filing of the complaint, and shall notify all parties involved in the incident D The Board of County Commissioners shall hear all the available facts pertinent to the incident, may schedule a second hearing within thirty (30) days following the initial hearing if the Board determines such a need, and shall render a determination within thirty (30) days of the final hearing E No person shall be denied the right to appeal, provided that he or she complies with the administrative procedures established by the Board Created 2022-08 02 18 29 38 [EST] (Supp No 78) Page loft Ex4flts'r CLERK TO THE BOARD PHONE: (970) 400-4225 FAX: (970) 336-7233 1150 O STREET P.O. BOX 758 GREELEY, CO 80632 www.weldgov.com August 8, 2022 ATTN: PAUL STERN LIFTNOW AUTOMOTIVE EQUIPMENT CORP, PO BOX 972 YORKTOWN HEIGHTS, NY 10598 RE: Notice of Appeal Hearing re: Bid #82200096, Vehicle Lift Replacement Dear Mr. Stern: This is to advise you that the Board of Commissioners of Weld County will conduct a hearing to consider the appeal of Liftnow Automotive Equipment Corp, concerning the Board's decision made on July 25, 2022, awarding Bid #B2200096 to Ace Equipment and Supply Company. Pursuant to Section 2-4-10 of the Weld County Code, the Clerk to the Board's Office shall schedule a hearing with the Board of County Commissioners within fifteen (15) days of the filing of the complaint. The appeal hearing is scheduled for August 17, 2022, at 9:00 a.m., in the Chambers of the Board of County Commissioners of Weld County, Colorado, Weld County Administration Building, 1150 O Street, Assembly Room, Greeley, Colorado 80631. The hearing will be conducted pursuant to the provisions of Sections 2-4-10 and 5-4-155 of the Weld County Code, copies of which are enclosed. If you have any questions concerning this matter, please do not hesitate to contact me at (970) 400-4226, or egesick@weldgov,com. Sincerely, Esther E.Gesick Clerk to the Board cc: County Attorney, Bruce Barker Chief Financial Officer, Cheryl Pattelli Administration Services Director, Ryan Rose Finance and Administration Director, Don Warden Facilities Director, Toby Taylor Ace Equipment ana Supply Company Sec 2-4-10 Appeals process. The Board of County Commissioners shall act as a board of appeals to hear complaints on actions taken by County boards, commissions and departments Except for decisions made by the Board of Adjustment and Uniform Budding Code Board of Appeals, procedure for appeals shall be as set forth in this Chapter, by resolution of the Board, or as otherwise provided by law A Any person appealing an action by a County board, commission er department to the Board of County Commissioners shall file such a complaint, in writing, with the Clerk to the Board within sixty (60) days of the incident in question Appeals concerning purchases or procurements made in accordance with Chapter 5, Article IV, of this Code shall be filed within five (5) days of the incident in question Such complaint shall include 1 The name of the employee, board, commission er department against which the complaint is made 2 A description of the basic facts Involved in the complaint C The Clerk to the Board shall schedule a hearing with the Board of County Commissioners, to be held within fifteen (15) days of the filing of the complaint, and shall notify all parties involved in the incident D The Board of County Commissioners shall hear all the available facts pertinent to the incident, may schedule a second hearing within thirty (30) days following the Initial hearing if the Board determines such a need, and shall render a determination within thirty (30) days of the final hearing E No person shall be denied the right to appeal, provided that he or she complies with the administrative procedures established by the Board Crest. 2,322 . N2 13 29 36 TEST] (Supp No 78) Page 1 of 1 Sec. 5-4-155. Bid protest. A The protest shall be submitted, in writing, to the Purchasing Department during the bid process or when the aggrieved vendor knows, or should have known of, the factors giving rise to the bid protest, or within five (5) business days after award, whichever is earlier The written formal protest must contain a minimum of the following A specific identification of each alleged act and the statute or section of the Weld County Code that the purchasing staff member or department is alleged to have violated b A precise statement of the relevant facts that include time -lines and all involved parties c An identification of the issue or issues that need to be resolved that support the protest d Any documentation or contractual provision(s) which is relevant to the protest 2 The Controller or designee shall review any timely protest and attempt to resolve the protest by mutual agreement The Controller or designee shall notify the aggrieved vendor, in writing, of its findings and resolution 3 If the aggrieved vendor is not satisfied with the Controller or designee's resolution, it may appeal the decision in accordance with Section 2-440 of this Code (Weld County Code Ordinance 2016-14 , Weld County Code Ordinance 2019-08 ) C-aten 0, _3 2: , (Supp No 781 Page 1of1 Esther Gesick From: Sent: To: Cc: Subject: Christie Peters Thursday, August 4, 2022 4:18 PM Esther Gesick Liftnow; Cheryl Pattelli; Bruce Barker; Don Warden; Ryan Rose; Chris D'Ovidio; Toby Taylor FW: Appeal Determination Esther, See request for appeal below. Thank you, Christie Peters Purchasing Manager 1150 O Street Greeley, CO 80631 970.400.4216 crnpeters@weldgov.com Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Liftnow <pjstern@liftnow.com> Sent: Thursday, August 4, 2022 3:04 PM To: Cheryl Pattelli <cpattelli@weldgov.com> Cc: Bruce Barker <bbarker@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttaylor@weldgov.com> Subject: Re: Appeal Determination ( d ut ion: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Folks, While I appreciate the clear effort made by Weld County, the counterpoints made are, unfortunately, materially incorrect. Can you please forward to whom I would send (either electronically or otherwise) this appeal Please also confirm if the Appeals Process falls under the 60 day timeframe or 5 day timeframe, and from what date this is being counted Please also confirm that in the meantime, final procurement/award of contract is not taking place while this appeal is being sorted out Best, Paul On Thu, Aug 4, 2022 at 4 54 PM Cheryl Pattelli <coattelli @Weldgov com> wrote Mr Stern, Please find the attached appeal determination for your bid protest submitted on August 1st Thank you, Cheryl Cheryl Pattell, Chief Financial Officer 1150 O Street Greeley, CO 80632 tel 970-400-4451 email coattelli@weldyov corn Confidentiality Notice This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited 08/01/2022 To Whom it May Concern, RECEIVED UG 012022 WCHR This letter serves as a formal protest by our company, Liftnow Automotive Equipment Corp., for the Bid "Vehicle Lift Replacement" by Weld County, Bid Reference Number B2200096. On July 25th, 2022, Weld County Purchasing presented to the Board of County Commissioners making the preliminary decision to not award Liftnow Automotive Equipment Corp. in the amount of $74,215.00 and instead award an alternate company in the amount of $136,000.00, a nearly 85% higher bid price, based on our proposal's alleged lack of adherence to technical specifications. However, the only salient specifications regarding the lifts themselves (versus the scope, which was adhered to) mentioned in the bid document (referenced in the attached) are the following: "5. Replacement lifts shall be equivalent to existing with the following criteria: a, 30,000 -pound capacity. Meets -- 30,000 lb. capacity b. Drive on 4 post lift. (2 -post lift is NOT a permitted substitute) Meets — 4 post lifts. c. Minimum 28' overall length. Exceeds — Length is 28'8" d. Minimum l I ' drive through width. Exceeds - Length is 12'8" e. 24" runway width. Meets —24" f'. 4 HP 208 — 230V Motor. 311P 208-230V Motor g. Operating range within 90 —120 PSI Meets — 90-120PSI" Therefore, the only reason to reject would have been a 3HP vs. a 41111 motor, which seems confounding given that there is over $60,000 worth of savings to the taxpayers of Weld County. If the County were resigned to this decision, our options document (which was requested by Weld County in section 6 of the Scope Document, includes a line item to swap the originally 'proposed lift (the Challenger 4030EFX) for the lift that we believe may have been requested (the Rotary SM30-L) at a slight further discount off our original base price. (See attached highlighted line item). However, Section 4 of the scope document in this solicitation does in fad state that "new lifts can match make/model." We are puzzled that the County would choose an option that was offensively more expensive without any apparent additional benefits. Even totaling all available options into our bid was over $30,000 cheaper than the other bidder's base bid, which would not have included any options pursuant to the solicitation. A choice of this magnitude is generally attributed to the level of comfort that an organization like Weld County may have with using a local company, versus using a company that they are less familiar or comfortable with. However, our company has vast experience spanning nearly all 50 states in projects of this size — the references that we provided included projects much larger in scope and successfully completed in Illinois, Maryland, and Ohio through our State and Sourcewell contracts. This project is no exception. 1 specifically reference the Weld County Purchasing Code statutes to which this protest applies, please review the following statutes Sec 5-4-60 entitled `Purchasing Limits and Procedures" which states, under Section C — Formal Purchases, Subsection 7, item A, "The department head and the purchasing agent will make a recommendation to the Board of County Commissioners 'the final award of the bid will be approved by the Board of County Commissioners If the low bid is tound unacceptable because of some factual circumstance, the Department should write a clear, concise, and factual Justification fat selecting otlici than the low bid" Sec 5-4-160 entitled, "Product standardization " In this section, more specifically Subsection A, the Code states that "The main benefits of standardization are better prices through quantity purchases of fewer varieties of materials and the selection of materials which ale best suited for County use " Product standardisation is again mentioned in Sec 5-4-210 entitled "Piocuiement by the Department of Fleet Services " We bid the Challenger Lift, a make of lift which was previously owned by Weld County and removed in connection with this solicitation Weld County clearly understands the benefit of product standardization, yet we are also confused why then the County would switch from a Challenger Lift to another lift At the least, this should be yet another reason for evaluating our bid positively if there is indeed another explicit or implicit preference fora local company to complete the project for any reason, Sec 5-40-30 entitled "Bid Regulations" Subsection A, item 3 states "The County Commissioners shall give preference to resident Weld County bidders in all cases where the bids arc competitive in price and quality " However, the odic' company is not only not located in Weld County (they are in Henderson which is in neighboring Adams County), but the second half of this statute states that this preference is only given in cases where the bids are competitive in price and quality While it is reasonable to assume that the bids are competitive in quality, I would also ask whether an 83% price differential constitutes a competitive price I herefo re, pursuant to Sec 5-14-155 entitled "Bid Protest" Subsection A, items C and D "c An identification ofthe issue or issues that need to be resolved that supportthe protest d Any documentation or contractual provision(s) which is relevant to the protest " We humbly but firmly request the following to resolve this protest I Pursuant to Sec 5-4-60, we request the Department's full text of a "clear, concise and factual Justification for selecting other than the low bid" in addition to an award made to Liftnow Automotive Equipment Corp In lieu of presence ofth is Lull text, we request an award made to Liftnow Automotive Equipment Corp Best, Paul Stern Liftnow Automotive Equipment Corp WELD COUNTY FINANCE DEPARTMENT 1150 O Street Greeley, CO 80631 Phone (970) 356-4000 www weldgov coin August 4, 2022 Mr Stern, Pursuant to Section 5-4-155 of the Weld County Code, you have provided the appropriate information required to submit a bid protest In attempting to resolve any protest, the Controller or designee shall notify the aggrieved vendor, in writing, of its findings and resolution I have been designated to research the issue and provide a finding on your appeal In your appeal letter, you indicate the County made the preliminary decision to not award its bid to the lowest bidder The County awarded the bid to an alternate company, Ace Equipment & Supply Co , in the amount of $136,000 instead of awarding the bid to your company, LiftNow Automotive Equipment Corp, in the amount of $74,215 Per your letter, the County made its decision not to award to the lowest bidder because of the alleged lack of adherence to technical specifications Pursuant to Section 5-4-60 of the Weld County Code, "The department head and the purchasing agent will make a recommendation to the Board of County Commissioners The final award of the bid will be approved by the Board of County Commissioners If the low bid is found unacceptable because of some factual circumstance, the department should write a clear, concise, and factual justification for selecting other than the low bid " I have reviewed all documentation related to this appeal and have concluded that the decision not to take the lowest bidder was an acceptable decision made by County staff and, therefore, am denying your appeal I have determined that your proposal did not meet all of the specifications required in the bid The bid specifications clearly indicated that "If there are any exclusions or contingencies submitted with your bid it may be disqualified" (see Attachment A) Specifically, your proposal did not meet the following required items from the bid specifications (see Attachment B) Item #1 on page 9, "Contractor shall perform removal of the existing lifts This will include disconnections of all electrical and pneumatic systems " •- Item #7 on page 9, "Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work Including, but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, and any and all electrical and pneumatic connections and equipment, and all fluids and lubricants " Item #8 on page 9, "All electrical connections will be done by a licensed and qualified electrician. Any electrical changes are a part of the lump sum price." Item #13 on page 10, "All lifting and hoisting equipment shall be provided by the contractor." In your proposal, under the section titled "Special Notes and Instructions" (see Attachment C), you specifically identified a list of items that were not included in your bid. "PLEASE ADD SALES TAX ELECTRICAL HOOK-UP, AIR HOOK-UP; REMOVAL OF EXISTING EQUIPMENT AND ANY CONCRETE WORK, IF NECESSARY, IS THE RESPONSIBILITY OF THE CUSTOMER. (UNLESS OTHERWISE SPECIFIED ABOVE) CUSTOMER IS ALSO RESPONSIBLE FOR THE PRESENCE OF ANY AND All SUB -SURFACE FEATURES OR CONDITIONS INCLUDING BUT NOT LIMITED TO ROCK, LEDGE, GROUND WATER, CONCRETE OF GREATER THAN 6" THICKNESS, AIR, UTILITY OR RADIANT HEATING LINES WHICH MAY REQUIRE RELOCATION OR REPAIR REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL, IF PRESENT, IS THE RESPONSIBILITY OF THE OWNER OF THE PROPERTY ANY PERMITS, FILINGS OR FEES ARE THE RESPONSIBILITY OF THE CUSTOMER CUSTOMER IS RESPONSIBLE FOR HAVING A FORKLIFT TO UNLOAD AND RECEIVE THE SHIPMENT PRICES ARE GOOD FOR 30 DAYS ADD 4% IF USING CREDIT CARD MUST SIGN CHARGEBACK AGREEMENT AND AUTHORIZATION.' In addition, on June 29, 2022, you sent us a follow-up email in reference to questions you submitted on June 22, 2022 (see Attachment D). We posted the answers to these questions to BidNet Direct on June 29, 2022 and our answers specifically identified that the contractor is responsible for all lifting and hoisting of the new lifts and all fluids (see Attachment E). These items were listed in the original bid specifications as requirements. You suggested in your appeal that the award decision may have been due to the type of lift you proposed. Toby Taylor, Facilities Director, did an extensive review and found that the proposed Challenger 403OEFX lift did meet the technical criteria for the replacement lifts. You also suggested that the award decision may have been a result of local preference. Section 5-4 30 allows for preference to Weld County bidders in all cases where the bids are competitive in price and quality. The company that was awarded the bid is located in Adams County, not Weld County. Both of the issues you suggested were not factors in the decision to award the bid to another company. The award decision was only related to the fact that your bid did not meet the bid specifications. If you are not satisfied with my decision to deny your appeal, you can appeal to the Board of County Commissioners. This process is as follows: Sec. 2-4-10. - Appeals process. The Board of County Commissioners shall act as a board of appeals to hear complaints on actions taken by County boards, commissions and departments. Except for decisions made by the Board of Adjustment and Uniform Building Code Board of Appeals, procedure for appeals shall be as set forth in this Chapter, by resolution of the Board, or as otherwise provided by law. A. Any person appealing an action by a County board, commission or department to the Board of County Commissioners shall file such a complaint, in writing, with the Clerk to the Board within sixty (60) days of the incident in question. Appeals concerning purchases or procurements made in accordance with Chapter 5, Article IV, of this Code shall be filed within five (5) days of the incident in question. B. Such complaint shall include:1.The name of the employee. board, commission or department against which the complaint is made.2.A description of the basic 'acts involved in the complaint. C. The Clerk to the Board shall schedule a hearing with the Board of County Commissioners, to be held within fifteen (15) days of the filing of the complaint, and shall notify all parties involved in the incident D The Board of County Commissioners shall hear all the available facts pertinent to the incident, may schedule a second hearing within thirty (30) days following the initial hearing if the Board determines such a need, and shall render a determination within thirty (30) days of the final hearing E No person shall be denied the right to appeal, provided that he or she complies with the administrative procedures established by the Board Weld County prides itself on having good vendor relationships and being fair to all vendors In this bid we hope that you appreciate the fact that to be fair to Ace Equipment & Supply Co, the information you presented does not justify granting the bid to any other bidder than the lowest qualified bidder meeting all specifications, Ace Equipment & Supply Co Cheryl Pattelli CFO, Weld County Government Cc Bruce Barker, County Attorney Don Warden, Director of Finance and Administration Ryan Rose, Director of IT and Administration Christie Peters, Purchasing Manager Toby Taylor, Director of Facilities ATTACHMENT A PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule. "Only two weeks behind in total, 60 Business Day Lead time on the new lifts Once lifts arrive actual labor will take no more than 4-5 business days The lifts proposed are 60 Business day Lead time while the proposed competitor (Rotary Lift) currently has an 80 Business day lead time *I' Please note that as a part of our options document there is an option to purchase the as -specified Rotary Lifts (SM30-L's) if you would prefer that opt on F E E Provide your Lump Surn fee in space below. START DATE 11/1/2022 COMPLETION DATE 11/15/2022 TOTAL BID: S 74,215.00 A mandatory pre -bid conference will be held on Julie 17, 2022, at 1:39 PM, at the Weld County Motor Pool, 1399 17th Avenue. Greeley, Colorado. Bids will be received up to, but not later than July 6, 2022, at 11:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 AM on July 6, 2022: 1) Page 9 thru 12 of the Bid Specifications, 2) VV9, if applicable* 3) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid bei incomplete and your bid being rejected. If there are any exclusions or contingencies submitte your bid it may be disqualified. 82200096 11 ATTACHMENT B Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals for a turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop. Weld County Fleet Services building is located at 1399 17th Avenue, Greeley, Colorado. SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite. Replacement of each lift will be per the specifications lined out below. 1. Contractor shall perform removal of the existing lifts. This will include disconnections of all existing electrical and pneumatic systems. 2. Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts. 3. The following are the make and model of the two existing lifts. a. Challenger 4 post lift. i. Model:24025 b. Hunter 4 Post Alignment Lift i. Model: L454 4. New lifts can match make/model. 5. Replacement lifts shall be equivalent to existing with the following criteria: a. 30,000 -pound capacity. b. Drive on 4 post lift. (2 -post lift is NOT a permitted substitute) c. Minimum 28' overall length. d. Minimum 11' drive through width. e. 24" runway width. f. 4 HP 208 — 230V Motor. g. Operating range within 90 — 120 PSI 6. Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost. Examples would be ramp kits, air/utility box, splash guards and or drain pans. 7. Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work. Including but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants. 8. All electrical connections will be done by a licensed and qualified electrician. Any electrical changes are a part of the lump sum price. 9. Contractor will provide Fleet Services staff an onsite operational demo for each lift once the lifts are installed. 10. Contractor will provide maintenance schedule per the manufacturers warranty conditions. 82200096 9 II. Alt work can be completed during normal business hours when scheduled with County personnel and adequate notice is given. 12. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 13. All lifting and hoisting equipment shall be provided by the contractor. 14. The projected contract date is expected to be August 1, 2022. Based on this date, provide expected start and finish dates. 15. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 16. No bid bond is required for this project. 17. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 18. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. 19. All trash and debris to be properly disposed of offsite. 20. Weld County is a tax-exempt entity. 21. Davis -Bacon and Buy American requirements are NOT required. 22. Contractor will be required to enter into a standard Weld County contract for this service. A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request. SCHEDULE Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion B2200096 June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 Aug 1, 2022 Immediately upon receipt of signed contract October 31, 2022 10 ATTACHMENT C 2 Lifrnow teecejliamsam s ves tiftnow (Q0) • Fa4,_914434.141c9 I 100-UFINOW Customer' WNd County Fleet Svcs 1399 N 17th St Greeley CO 80831 Date: Valid Until Quote d: Sales Rep Estimate 715/2022 711512022 Wetdca#ts Paul Oty Ut�sCt►)rlluir List Pticta Your Pricy OP (Kahl Add Rolling Jack to Lift wNh 15K Capacity (2 per WI Is recommended) Of' . Add Rolling Jack Airline IGI (if ordering 2 on a Nft. enables duel roiling jack operation) 0017O4 • Wive thry ramp assembly - Fib 30,000 lb 4030 series 4 -post models OP1 ON Drive thru ramp assembly, BA long - Fits 30,000 lb 4030 series 4 -post modals OP I K?N - T ming radius pups for 44O30AR, 4030 abpnment radrs, black powder coat OPTION - Annual Lill 8efete Mnspecfion - Recommended by OSHA for Mend workplace safety. OPTRQN -Downgrade to Rotary SM30-L "As Specified" In DIE ROTARY OPTIONS BELOW 4' OPTpC*4 Add Rating Jack to Lift With 15K Capacity (2 per lift is recommended) °P HON - Add Rolling Jack Airline )GL (It ordering 2 opt a WI, enables dual poling jack operaton) GPI ,ON - Add Drain Pan OPTION • Annual Lift Safety inspecfon - Recommended by OSHA for lift and wodkplsce safety UNLOADING OF LIFTS $11.S20 20 $851.11 $4.140 00 $5,771 11 $4,186.07 S1,500.00 $1,50000 $7.455.00 $695.00 12,946.0 $ 3,99' 12.946.00 $0.00 ($2, $31.49) $12.573.59 UPON REQUEST UPON REQUEST $0 00 $1,160.00 SI:<•;:I l� No)tes -+rlcl Instruction,. Pt BASt Iwo SALES TAX rI:LECTRicAt HOOKUP, Aiti IIOOK•VP. REMOVAL OF EXISTING ECutPNENT M0 ANY CONCRETE WORK.. IP mceso*nr. wi tie REs'oNSIWu re OF THE CUSTOMER (UNIES3 OTHERWISE SPECIFIED ABOVE) cowIOMER 18 ALSO RF*PONIWLE non THE PRESENCE DF ANY AND ALL S(.SSURFACC f CAtVRE3 OR CQNOt TIONS INCLUDING OW NOT UUITED TO ROCK LEDGE, GROUND WATER, CONCRETE OF GREATER THAN s' r►rGftH83a. AIR, UTILITY OR RADIANT HEATING LINES WENCH MAY REQUIRE RELOCATION OR stEPArtt REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL, IF PRESENT, IS THE KfM`ON$iEt' T Y OF rr+e OWNER OF THE PROPERTY ANY PERMITS, PIUNGS OR FEES ARE IkE RESPONSIBILITY OF THE CUSTOMER CUSTOMER IS RESPONSIBLE FOR HAVING A 1OEbktdt 1 TO UNLOAD AND RECEIVE THE SHIPMENT PRICES ARE GOOD FOR 30 UAYS ADO ' ►P UIIINO CREDIT CARD MUST SIGN CHARt3EAACK AGREEMENT AM3As, TlCAW IIuN an Invoice end wily an estimate of services/goods described above Please confirm your accepianre of this quell(' by signing this document Subtotal Discount Freight $29,489 09 ($632.01) INCLUDED Total $30.121 10 ATTACHMENT D Rose Everett From: Sent: To: Subject: Follow Up Flag: Flag Status: Liftnow < pjstern@liftnow.com> Wednesday, June 29, 2022 9:06 AM Rose Everett; bids Re: Questions B2200096 Follow up Flagged Caul too This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hello, I am following up on these questions. Paul On Wed, Jun 22, 2022 at 9:57 AM Liftnow <pistern@Iiftnow.com> wrote: Hello Rose, Hope all is well. I have some questions about this solicitation, please advise: Does the county have the means to unload the new lifts with a forklift? Does the county have a forklift available for use during the installation by the installers? Does the county request hydraulic oil be included in the purchase of the lifts? Best, Paul Best Regards, Paul Stern Business Development Manager 'g;,`�. www.tiftnow.com 1-800-LIFTNOW ATTACHMENT E Weld County Vehicle Lift Replacement 132200096 - QUESTION & ANSWERS POSTED 6/29/2022 1. Question: Does the County have the means to unload the new lifts with a forklift? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 2. Question: Does the County have a forklift available for use during the installation by the installers? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 3. Question: Does the County request hydraulic oil be included in the purchase of the lifts? Answer: YES, refer to bid specs. Contractor is responsible for all fluids. July 13, 2022 FACILITIES DEPARTMENT PHONE (970) 400-2020 FAX (970) 304-6532 WEBSITE www co weld co us 1105 H STREET P O BOX 758 GREELEY, COLORADO 80632 To Board of County Commissioners From Toby Taylor Subject Motor Pool Fleet Services Lift Replacement -82200096 As advertised this bid is for the replacement of two of the vehicle lifts for Fleet Services The low bidder was Liftnow Automotive Equipment Corp from Yorktown Heights, New York for $74,215 00 but did not meet the bid specifications The second low bid was Ace Equipment & Supply from Henderson, CO in the amount of $136,000 00 and meets or exceeds specifications Since the first low bidder did not meet bid specifications, Weld County Facilities is recommending awarding to the second low bidder Ace Equipment & Supply in the amount of $136,000 00 If you have any questions, please contact me at extension 2023 Sincerely, Toby Taylor Director 6-1/Z5 zUZ2 jq�ll scnozq DATE OF BID JULY 6, 2022 REQUEST FOR VEHICLE LIFT REPLACEMENT DEPARTMENT FACILITIES BID NO 82200096 PRESENT DATE JULY 11, 2022 APPROVAL DATE JULY 29, 2022 VENDOR WELD COUNTY PURCHASING 1150 O Street, Room #107 Greeley, CO 80831 E -mall cmUeters(3tweldoov corn E-mail revereIIIOIweldoov corn Phone (970) 400-4223 or 4222 Fax (970)335-7226 START FINISH DATE DATE TOTAL LIFTNOW AUTOMOTIVE EQUIPMENT CORP 1111/2022 11/1612022 674,21E 00 PO BOX 972 YORKTOWN HEIGHTS NY 10590 ACE EQUIPMENT U SUPPLY CO 9660 DALLAS ST HENDERSON CO 80640 10/2412022 10131/2022 6136,000 00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS 61/1 2022-1941 e. GI pO2Ll Rose Everett From: Sent: To: Subject Attachments: Liftnow <pjstern@liftnow.com> Tuesday, July 5, 2022 11:19 AM bids Liftnow Automotive Equipment Corp, - Bid for 82200096 Weld County Options.pdf; BIDSPECS-VEHICLELIFTREPLACEMENT-96_(5).pdf; SpecSheets_2017_FINAt._4030 (3).pdf; LiftnowW9Latest_(1) (1).pdf; Rotary_Drive-On- Four-Post.pdf Caution: This email originated from outside of Weld County Government, Do not click links or open attachments unless you recognize the sender and know the content is safe. I hereby waive my right to a sealed bid. Please confirm receipt of this email ahead of tomorrow's deadline. Paul Best Regards, Paul Stern Business Development Manager www.liftnaw.corn 1-800-LIFTNOW 1 Littnmw witathaawsam itieneiThfIUReiw Suitt fat 014-734.147Q 1 -Rani IFTNOW BMW Wald County Fleet Svcs 1399 N 17th St Gieale y CO 80631 Date: Valid Until Quote 0: Soles Rep Estimate Ct, C,.•,cti►}1wI7 Male V L vi Plitt' YOIR Prita% 1 OPTION- Add R oiling Jack to UR with 15K Capacity (2 per lilt is mermen dace $11.520 20 $7,455.00 1 OPTION • Add Railing Jack A:rtine Kit (If ordering 2 on a IJft, enables dual rokfng lack operation) $851 11 $586.0ts 1 OPTION - Drive thru ramp assembly - Fits 30,000 lb 4430 reties 4-oost models $4,180.00 $2,946.00 OPTION - Drive trey ramp assembly, 6R tang - Fib 30,006 14030 series 4 -post models $5,711.11 $3,995.0(1 OPTION - Turning radius pupae fix 44030AR, 4030 alignment radte black powder coat 34,166.87 $2,945.00 2 OPTION Annual UN Safety Jnspecifan - Recommended by OSHA for Int and wvrkptace safety S1,500.00 $0.00 I OPTION - Downgrade to Rotary SM 30-.. "As 9pecied" In Bid ($2,137.491 ROTARY OPTIONS BELOW .." OPT1ON Add Roiling Jack to Litt with 15K Capacity (2 per lift is recommended) $12,573.59 1 OPUON /odd Roiling Jock Airikw Kit Of ordering 2 on ash, enables dual roiling jerk aperAifnn) UPON REQUEST OPTION - Add Oran Pan UPON REQUfS1 OPTION - Annual UR Safety Inspection - Recommended by OSHA for lift and workplace sakity $1,500.00 $0.00 $1,764.00 UNLOADING OF UF-S 14otr's ari(1 Instructions Pt FAN., ADO SALES TAX ELECTRtCPL HOOK-UP, AIR HOOK-UP, REMOVAL or EXISTI$G LQUAPlif fit A.NG ANY CON CRETE WDRX IF NECESSARY. LS IKE R€SPON$OI►LL tv OF THE CuSfOta4 I4 tUN e3S OTHERWISE 3P C4T4L•J Auovel CUSTOMER I: A( SO P.FSPONSIULC IOU THE'RESENC'E 0' ANY AN13 AU. SU8•tb.tiWWACp (AIV4ts OR r Castillo toNS cE.i("t tlf) X out NOT UMITED TO ROCK. LEDGE, GROUND WATER, CONCRETE OF GREATER THAN e- liwc Mitts Alit, U tILITY OR RADIANT HEATING UNE& WHICH MAY REQUIRE R?LO'CATON OR IttPAJR REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL, IF PRESENT, 15 THE eitSPOMStri UT Y OF THE OWNER OF THE PROPERTY ANY PERMl7:3, FIUNGS OR FEES ME f"E {it;SPONt3FAILITY OF THE CUSTOMER CUSTOMER IS RESPONSIBLE FOR !-SEINING A tORKLi, t to UNLOAD AND RI_GEIVL• THE SHIPMENT PRICES ARE GOOD FOR 30 DAYS ADD t IF USING CREDIT CARD MUST SIGN 3HARGEBACK AGRFPMENT ANO AUTIIORIZAT?ON Above information Is not an invoices and only an estimate of services/goods described above Please confirm your acceptance of his quote by signing this document Subtotal Discount Freight Total $29 459.09 ($632.01) INCLUDED $30,121 10 Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals for a turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop Weld County Fleet Services building is located at 1399 17th Avenue, Greeley, Colorado SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite Replacement of each lift will be per the specifications lined out below I Contractor shall perform removal of the existing lifts This will include disconnections of all existing electrical and pneumatic systems 2, Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts 3 1 he following are the make and model of the two existing lifts a Challenger 4 post lift i Model 24025 b Hunter 4 Post Alignment Lift i Model L454 4 New lifts can match make/model 5 Replacement lifts shall be equivalent to existing with the following criteria a 30,000 -pound capacity b Drive on 4 post lift (2 -post lift is NOT a permitted substitute) c Minimum 28' overall length d Minimum I I' drive through width e 24" runway width f 4 HP 208 - 230V Motor g Operattng range within 90 - 120 PSI 6 Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost Examples would be ramp kits, air/utility box, splash guards and or drain pans 7 Contractor will provide an all-inclusive tum-key lump sum cost that will include all Labor and Materials to perform this scope of woik Including but not limited to removal, haul off, procurement and puichase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants B All electrical connections will be done by a licensed and qualified electrician Any electrical changes are a part of the lump sum price 9 Contractor will provide Fleet Sci vices staff an onsite operational demo for each lift once the lifts are installed 10 Contractor will provide maintenance schedule per the manufacturers warranty conditions 82200096 9 II All work can be completed during normal business hours when scheduled with County personnel and adequate notice is given 12 All damages to building structure and finishes shell be repaired to original condition as a part of this contract 13 All lifting and hoisting equipment shall be provided by the contractor 14 The projected contract date is expected to be August 1, 2022 Based on this date, provide expected start and finish dates 15 Work will comply with all applicable Federal, State and local taws, ordinances and regulatory requirements 16 No bid bond is required for this project 17 Bids over $50,000 will require a payment (100%) and performance (100%) bond IS Contractor will be required to provide professional liability insurance and builders risk Insurance in the amount of the bid 19 All trash and debris to be properly disposed of offsite 20 Weld County is a tax-exempt entity 21 Davis -Bacon and Buy American requirements are NOT required 22 Contractor will be required to enter into a standard Weld County contract for this service A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request SCHEDULE Below is the anticipated schedule for this protect Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Protect completion June 2, 2022 June 2, 2022 June I7, 2022 July 6, 2022 July 25, 2022 Aug I, 2022 Immediately upon receipt of signed contract October 31, 2022 B220009G 10 PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule. "Only two weeks behind in total, 60 Business Day Lead time on the new lifts. Once lifts arrive, actual labor will take no more than 4-5 business days The lifts proposed are 60 Business day Lead time while the proposed competitor (Rotary I. ift) currently has an 80 Business day lead time." Please note that as a part of our options documert there is an option to purchase the as -specified Rotary Lifts (SM30-L s) if you would prefer that option. FEE Provide your Lump Sum fee in space below. START DATE 11/1/2022 COMPLETION DATE 11/15/2022 TOTAL BID: $ 74,215.00 A mandatory pre -bid conference will be held on ,Iusic 17, 2022, at 1:30 PM, at the Weld County Motor Pool, 1399 17th Avenue. Greeley, Colorado. Bids will be received up to, but not later than July 6, 2022, at 11:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 AM on July 6, 2022: 1) Page 9 thru 12 of the Bid Specifications 2) W9, if applicable* 3) Any future Addenda must be completed *A current W9 is recuired for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. B2200096 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #82200096. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Liftnow Automotive Equipment Corp. By Paul Stern (Please print) BUSINESS ADDRESS Po Box 972 DATE 07/05/2022 CITY, Yorktown Heights STATE, NY ZIP 10598 TELEPHONE NO 914-424-3479 FAX 914-734-7479 TAX ID # /4-3093226 SIGNATURE ,,,�''' E MAIL pistern©liftnow corn CODE WELD CO IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER #88-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Scott K. James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller B2200096 12 SERVICE BAY LAYOUT Alignment model shown 4 ►•• feet Stigma).* to so grown IC K•w • • • :'M'• • a,... /` Mfsy N *ONO. ••' MK Il4Y 1(IN 1111 .w wldsuMw SM 11.iwN1• M.:awlwt t _ • flaw. not Ion alit oast wtMwt%4 a vMR+i1 Nd a Mean MISS. is a s,. SITE SPECIFICATIONS • DAY HEIGHT: 71.75" rise plus vehicle • BAY WIDTH' 17' recommended • BAY DEPTH: 28' rec. standard / 31' rec. for E models / 34' rec for X models Moder Nurrsbvr ' 403051X e1cha&nglms • POWER REO.: 208-230v Single Phase", 30 -amp breaker • MIN. CONCRETE SPEC: 4" thick, reinforced, =wee from cracks/seams, rated at 3500+ psi, :tired at least 28 days 4030Ef X •1030X F x, Lifting Capacity Max. Wheelbase 244.3" 281" Rise Height Overall length 308" 344" Overol) Width Inside Columns Between Columns 246.125" 282.625" Height of Columns Height of Runways Width of Runways Width Btw. Runways Air Supply Required Motor / Voltage Speed of Rise Max 2 Wheel Alignment Min Rec. Boy Size 28' x 17' 31' : 17' ALI/ETL Certified I I Colon Available 'Jpkase upgrade is available For purchase 40305A X 4030EAA 3O;JO*AX 30,000 Ibs. 317' 244.5" 281" 317" 71.75" 380" 308" 344" 380' 172.75" 152" 318.625" 246.125" 282,625" 318.625" 92.25" 8.5" 24" 46" - 52" 90. 120 psi 3'1P, 208v • 230v TBD 219.5" 256" 292" 34' x 17' 28' x 17' I 31 ' x 17' 34' x 17' www.challengerlifls corn 1-800-648-5438 Fxm ll tR� Oc'r bee 20161 ,eprdmeni al Ihr Ire7ulr Intrn,al fir ran w Scrvl�e o c n o `o a2 e � c a o K V ru to Request for Taxpayer identification Number and Certification ID Go to www rrs.gov/Fo►mW9 for instructions end the latest information LIFTNOWAutomotiveEywpment Corp d tlusiness eamerdisregarded cnuty ",pine it dleciren from above Cliai I, nppropr Ate -talc fur lac+oral to clams, h. ,lion u} the person ^rho e ,alra is erterrd on lire 1 'h., only one of lb. Indio cL Vsoie propre or or ( J C rorper than S Corporation LI Parton st ❑ LI lire /estate single-nerrher I LC ❑ limited i Fn er Ihn t,x r lassfir,lu,n If =r r nrpr,rallon S -S co ovation P -Pan unship)._ Note approonate bat in the hoc +buvu t ,e ax olassiar,aunn of the sirloin meaner ever er oh nut check I I ^ if Ihr dC ,s Glasslhrd as a single member I l C Ina( is disrt, pclod born It owner unless hie t w ,yr of Diet LC .. aiwthei l I t lha+ is not disregarded t ore trip S leJwal I..x t wp,ses One, Is< a smote mamba LLG that is Jisregartli, Irvin the awrer should ch vx hr apUrep into box foe ltu Idx vlas 4calion of its �! r C 1 Gam,. nsicv,a of s) D 5 Address (numbs street are apt or s lite a ) See In,lruc lions 563 Croton Avenue 0 City sla e and ZIP code Cortlandt Manor NY 10567 7 Lir, aooaw. num.,. hero (Won., Give Form to the requester Do not send to the IRS 4 Evrriptial , tcodes apply only to pertain entities no, indhiduals se. nsiNc ors on p \Pa 3) Exempt payee code (if any) Exempnc n from '- I ( A reporting code titan,) sequester s nr nc and address (Down,!) Pr� Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box The TIN provided must match the name given on Ilse. I to avoid 19oclol soaurlty numb._ backup r ithhnlding For Individuals this is generally your social security number (SSN1 However, for a resident alien, sole proprietor, or disregarded entity see the instructions for Part I later For other entitles, n is your employe, identification number (EIN) If you do not have a number, see trial, to get a -- TIN, later or Note If the account is in more than one name see Me Instructions for line t Also see What Name and rtrplo1r r Idsr,rflcatlon numb. Numb, To Give the Requester for guidelines on whale number to enter CertifICatton Under penalties of per)ury I certify that 1 The number shown on th s form is my correct taxpayer'dentihcation number (or I am waiting for a I am not subtect to Crackup withholding because (al I am exempt from backup withholding or (b) Service (IRS) that I am sub,. to backup withholding as a result of a (allure to report a I into rest or no longer subtect to backup withholding, and 3 I am a U S rtt xen or other U S person (defined below), and 4 the FAICA code(s) entered on this form (it any) indicating that I am exempt from FATCA reporting is correct Certification Instructions You must cross out Item 2 above it you have been notified oy the IRS that you are currently subtect to backup fieithholding because you have failed to report all Interest and dividends on your tax return For real estate transactions, item 2 does not apply For mo tgage intaiest paid ac quisitit n er abandoiseenl of set tired prepdr1 c aneellohon Of deb, rontnbuhote, to an ndlridual reneguer , arrangement (IRA, and genera , p aymt nts other than Interest and dividends ycrt ewe. to ''T' the r 'Welton b. you must provide your correct TIN SPe 'he .nstructions for Part II later Iil_II III {7 _ 4- 3 0 9 3 2[2l;1 Sign Signature of Here us person I. General instru {r ions Section leferencea are to t to Internal Revenue lode unless o herwiso noted Future developments For the latest information about developments related to Form W-9 and Its instruuuons, such as legislation enacted after they were publisneJ ye to www rrs goo/FoimW9 Purpose of Form An Individual of entity (Faun W-9 requester) who is reautred to file an nfoimation return with the IRS must obtain your nor act taxpayer ident nc.ation number (TIN) which may he your social security number (SNN), Individual taxpayer idr'thltrabnn',urnoer (11143 adoption taxpayer Net4ltcaUsn number (ATIN), or eutpluyer'tfwribru aynn ,umber (F_IN) to report on as Information return the amount paid to you, Jr otlict rtmmirit reportable on an information return Examples al informatfon returns include but are rot limited to the following • Ferm 1093-INT (interest carted or paid) number be Issued me) and have notto been nohitedto by 1hP Inl Revenue dividends or (c) the IRS has retitledtername that t am Date P 05/1612027 • Frum 1099-DIV (dividends incuding (hose from stocks or mutual funds) • Form 1099-MISC (various types of ,ncorne, prizes, awards or grass proceeds) • Form 1099-B (stock or mutual fund sales and certain off er transactions by brokers) • Form 1099-5 (proceeds from real estate transactions) • Form 1099-K (r terchan' carol and third party rctwork transactions, • Form 1098 (home mortgage, interest) 1098-E (student loan interest) 1098-T (tuition, • Fs', 1099 C tcanteleiI debt) • Form I099 -A (acgtiiaitier or abandonment of se, a ed property) Use Form W-9 only it you are a U S person pncludt'q a resider,' ahem to provide your correct TIN fryet. do nut return Form IW-9 to re rayuestei with u TIN, ),flit might be subtact to backup vifhhoiding See Wha, t, backup withhul , Eater et, Itri II, xii 1N-Ni,i, ui. r,-*4*1 RAIlIS IN MADISON GENERAL SERVICE RUNWAY LIFTS PATENTED PRODUCTIVE se VERSATILE Experience BATT�� SPEEDIS_______________IFASTER� Original > >aiscc in Madison suynmenca� TESTED CRAFTED c+toeal LaadeYSHOCKWAVE PREE ERRED Efficient, I :N CRAFTSMANSHIP�C,b `J.J I. a Service 4Pride Long-Lasting cru-a \VVHVC s��Ea�aR wLeger S„�ER,oR w�egenoa,y www.rotarytift.com •t •- Shcwn SVOltU101Y3+_ 1'-,000 :os caoacily S CKWAV eq,,ipoed •,.away .Tit with opuorw, axing jacks Rotary drive -on lifts make jobs easier alt the way around. For easier vehicle spotting you need a drive - on lift Create significant value for your shop when it comes to increased efficiency for general maintenance and multi point inspec tons - especially when you acid our Shock wave technology for rises and descents tl'at are twice as fast The most expensive lift is the one that doesn't work. You can trust the fact that no brand of lift performs better or longer than Rotary. A lower price docon-t nice anority mean you're getting a lift for less Our tilts are in- vestments that pay for themselves quickly and boost your business for years to come Rotary lifts cost less to operate. have a con- alatent track record of upttr r le wilt t iuwer repair costs and are rnanufacttued with 95 years of legendary quality Rotary lifts are engineered, iested. and supported with pride in Madison, i'`\i UCl\ Crafted by people who love what tncy do delivering their best wore. to you - our customer. Choose the right lift for your shop. Rotary Lift GE -N a -s t ERAL SERVICE RUNWAY LIFTS ENGINEERED FOR CARS, TRUCKS and COMMERCIAL VEHICLES Discover the competitive, exclusive features, the variety of lifting configurations, and available accessories that only Rotary offers! Fit and lift whattever is driven on the road Rotary clrive-on lifts Rm.: rrredate a variety o► ven cle classes by easily pulling up onto the lift wit, l ccnf Bence Ocer' front and open -rirough cresigns attow service teclnicians to move freely around the vehde 1alier rise heights mean toss scooping avow a I I stria_ tut: WO t rtI4 td -1r' lit oil ( -r'.sh tries yoke e cars s e r e actriairgmt ousiness [flat will come your way Do more work than just ii -t a vehic:e Do IL ali wit) a certiried Rotary lift in your slop Supercharge SM14 Series lifts with exclusive SHOCKWAVE power SHOCKWAVE equipped lifts are the fastest lifts in the world, accelerating profit ictivity and increasing service orders per bay. Designed specifically for bays where service speed is essential. �'1- toCi< WA:: E sauthvta Shockwave equipped lifts feature. • Soots ^e' 'solo'act vated socc ng lase' t CD 0 Alp J" O w •$ f • '""� toe,.. • SCAN THIS VIDEO CODE TO LEARN ABOUT SHOCKWAVE LIFTS Center Vert c_es •I nays acct.,' at etty • Patc'nuid t)C oower syste' n gees you an nexofy)s ve end 'el aole ooer'at w'1 le uS tig two sta'1c)ard Grouo 2' Oatteres r • "r-? Daft n c'a'ge' uses "Cv OLWVe'. et 'ri 'tat. "g tie need to- ext. r1s ve 220v w ( ng d' d f you` silo° iose., oower, SI IOC,KWAVL eq„ °Deo t fts Keno o'1 wor.< ng Watch your productivity increase, the number of service orders increase and be shocked at the increase in revenue! e 14,000 LBS. CAPACITY RUNWAY LIFTS SMI4 CLOSED FRONT DESIGN 14,000 lba. Four Post Lift Features three runway lengths SHOCKWAVE LIFTS SMI4S-SW SMI4LSW SMI4EL2SW CLOSED FRONT MODELS wneitilf SM014 OPEN FRONT DESIGN 14,000 lbs. Four Post Lift Features two runway lengths with an open front design for greater vehicle access SHOCKWAVE LIFTS SM014L-SW SM014EL2-SW OPEN FRONT MODELS MODEL Lift Cc:hos' arm Ohs and rime STANDARD LONG EXTENDED SHOCKWAVE EQUIPPED Lift Capacity Rise* Width Overall t Length Overall t Maximum Wheelbase Drive-Thru Width Column Height Width Between Runways Runway Width Minimum Bay Size Motor / Voltage With SHOCKWAVE SM14 SERIES FEATURES: • indusl'y-desl R se: /8 3/4" • Dual I unct on Sent net Lock'" System • Ava:iaole w to SI IOCKWAVL_"4 Power • S nglc P cco 20' Runways • A;' 0oe'alei Loc: < Release • Ad ustaule Lock Ladders Keeo L ft Level • louvered Ramos warn Polymer Rollers • A' i- Iter / Regulator / L.uce:cater ' Powder -Coated i Iammer I one Pa nt ▪ Al g-nrent Conversan Ava ladle • Converts to a LYve- I nru lit SM14 4 POST LIFT SM14N100Y SM14N101Y SM14N102Y SM t4U10,0Y S(MMM14 tiICIIV S ril•Ili102Y 3 l/lr 7, Time of Full Rise With SHOCKWAVE** 'R st4 ' 'eas:.-es '.Oa' io :ou o' nways eft; g.ruxtt • 5 A►'sDNiD SMO14 4 POST LIFT SMO14N101Y SMO14N102Y SM014U102Y "cK1e - I r!^F;:n anu C' w o,•• 5 10 -1/?' o"goy w:i" St-ACKWAVE : '.,c; , 'lea (Y' CO..r,... ; ta• II' `err" • •At:...a . r•'us aerx" u a" ye" C n war: 1\a"Dim o:av SM14 —moo; ava :an a ::0 St, I 'dC:C'y toe ,r:.. ' • a .ay 5 LL X14 OPEN THROUGH 14,000 lbs. Scissor Lift Open scissor design saves space and provide; greater technician access with true vertical lifting FEATURES: • •40` Between Runways • Ve'sat le 198" Wnceloase Range i• ntu t ve Console Controls • I oldrig Ramos W to Rp.ar force • 40" r3e1w e' 1 Platforms for More ACCCss • Recessed / Surface Mount Oo:o'is • AI:gnrnent Mood Ava laole MODEL X14 lilt Color% err (Our and Pail Power Oita ::srn.rtta ore Gray SCISSOR LIFT SURFACE MOUNT X14N0010 Lift Capacity 4 J:)() Ta Rise* Width Overall Length overaU Runway Length Maximum Wheelbase Lowered Haight Runway width Minimum Bay Size Motor / Voltage Time of Full Rise • 4ce, rneas rES !?x% :n :7D :1' rt.rW,ly at '., . slinky' S:,r`ace r ax:en n-pas1der^er. OPTIONAL LIFT ACCESSORIES Contact the manufacturer for proper lift application Air / Utility Box inc:..aes two i1Qv eiectnc ou::eLs, alr cxmriucL n with ii.ler/ regulator /.,,bncatcr Ramp Kite for drive-U+r capabrity ano .c;w-prof,;e vet -ices Air Operated Tire and Wheel Lifts with air hose arc air lent comectxln SPOTLINE" Laser Kit I le.ps center vehc.es in trays q.rirk,y and accxxate:y TECH LIGHT'" LEO Runway Lighting Kit / Co.,1: grit wands Ior effective ;'t-')ibn; TECH LIGHT" Line Light R / Inspection hano tamp wltn top spot .iii Oil Drain Pans nc:,,oe sp.a sh g..a o orate va.ve ano ctsi crap Lock Light'" provrces green : ght visi,a• cur d'twat ter t vat tort lit ts ewe. tu; to its .ocks Removable Work Stops for Its with S.0LS or+ sees of r nways / SV1" sits oil y 018,000 to 30,000 LBS. CAPACITY RUNWAY LIFTS I SI rOWN: SMII N0330L r - i� HEAVY DUTY FOUR POST 18,000 lbs. Four Post Lift FEATURES: • Two Runway I engins S.ngle Po nt A ' t .00< Release • Dual I unct on Sent -iel ._ocsev System • 3 Prase Power Ava lade ^^ r • I old ng Ru' nos W t:r1 Rear Cnoc4a • A- / I !re" / Luorcato' • Col oral i`lcrial A rl 'le K! • Al gement Conyers on K Ls Ava lade • Co'ive'ts to a Or ve- i nru _. ft RFL25 HEAVY DUTY FOUR POST Drive -On Forklift Service Lift 25,000 lbs. FEATURES: • 5 ngie :'r; or A r i oc < I kiiease • Dual Loc*c ng System - :3 ►''rise Power Ava tad.e • coid:rig Narnos W to Rea' Crioc<s • A r / i (ter / uof cater • Oat orsal Internal A'[' c t SM30 HEAVY DUTY FOUR POST 30,000 lbs. Four Post Lift FEATURES: • I n'ee I tllnway i engtns • S ogle Pont A • Loc< Release • l.)ual Lo✓. ng Sys:ern • 3_3.,ase Power Ava .aole • I old ng Ramos W rn 4ear C(ec4s • A • / " lie' / L uo' care' • Int:Benal A '. 1e I<( • At gne rNnt Convra's nit rC Is; Ava Ianin • Converts to a Orve I'l'U L.It OPTIONAL LIFT ACCESSORIES / Contact the manufacturer for proper lift application Air / Utility Flax arc.,.,Ues tart) iiOv amine. c.:L.et.s, air cnr`necton w4J' iiiodfeg.,:al.or/.„brd.;a1or Ramp Kits )1 nr.ve Ihr,, cafl41';ty / SV1A an) SV30.dis Air Operated Tire and Wheel Lifts with au hoge err: air. lcXJt coil:Ioction TECH LIGHT'' LED Runway Lighting Kit / ;"c,..1.Icht wanos for e(fec;tve r .ncAway !pp Oil Drain Pans U'G..,CO sotastl °rain viii ye ;y'O O..SI : ap Removable Work Steps Ic r Ills with s is on sines of r nwayc Alignment Conversion Klts ,rrr yi;I ?I r- 'xis of; Il, i. ;()u It '(n a fi :, y ; „r'cuon r g;;,Ipf it rvnt dl MODEL N ttdM1+e0ff4aril STANDARD EXTENDED Lift Capacity Rico* Width Overall Length Overall Max. Wheelbase Drive Thru Math Runway Width Min Bay Size Motor / Voltago Time of Full Rise MODEL Lit Colas aft &ue and Pee STANDARD Lift Capacity Rise* Width Overall Length Overall Max. Wheelbase Drive Thru Width Runway Width Mtn Bay Size Motor / Voltage Time of Full Rise MODEL I ;ft nkrn air Ih v and lied STANDARD LONG EXTENDED Litt capacity Rises' Width Overact Length Overall Max. Wheelbase Drive Thru Width Runway Width Min Bay Size Motor / voltage SM18 4 POST LIFT SM18N000 SM18N001 •900@ OS RFL25 4 POST LIFT RFL2500 I tr SM30 4 POST LIFT SM3ON010 SM30N011 SM30N012 Time of Full Rise tiSE! r"";14 Asti .(;;)( ;(::UP) 0' !..' w;iy a Ikt? e HDC SERIES HEAVY DUTY LIFTS 35,900 to 60,000 wa. CAPACITIES Operator friendly with exclusive features offer a four -post lift that's faster and easier to use than similar competitor lifts, IOC Se• es oalte'y ooeraced l f_s a•e •1uxoens ve ID trim' w :r. an on ()arc, Cna•ger r ou ng only ••0v 61C'.w r•ry. W :n no comot cared or exoens ve elect+ cal ristallat on, no caoles. cna os or sheaves to ma nta n.:nese fully nydraut c l fts allow you to ooerate :net ft from any coturni. say ng vatuaote t rye FEATURES: ' Overate l ft from any column • Avaiaole 1 t'lree Iengt'is and raeac tes Clear floor design for one" work are_ ' Surface mounted and ancnored • 29" w do runways • I old ng ea +nos w In a,,to-real c rear c,nocres • Standard nterna► a 1 ne connect cns Out ()nal moo ty wheel c t o'ov des oortao l ty for cacti column add rig movement w ton you' S -1o0 BATTERY OPERATED WITH ON -BOARD CHARGER • Generates at least ' 5 x Faster 1 ft cyc_e t mes • No soec at AC w r ng costs or 'equ reme'ts • Low etectr ca. usage DC oattery oower* and '•cv cnarg't • rutty furx:t onat wrier) ►'le Jovver goes out HORSESHOE WIRING I ne I IOC s connected oy tnree cornmun car cn caoles. ro"rn ng a nocsestioe) orotected w ti n tie l ft runways PATENTED INTUITIVE CONTROL SYSTEM • %/:sue. CO .`;rrTloll'cr• Of each column's sears and t height • Leve, l:ft rig w tn:n at eac': column • Dve's zed -Stoo' emergency stop outton at every coturnrl • Aud de descent alarm for added safety 3d i+ryri.I::l;v*:: sNpuua.ey r ►r.2r-a_int•J MODEL LiR Colts ;s Red STANDARD EXTENDED Lift Capacity Rise* Width Overall Length Overall* Max. Wheelbase Column Height at Full Rise Drive Thru B.tweerr Columns Runway Spacing Runway Width Time of Full Rise Power Usage HDC36 HDC36L 4 POST LIFT HDC36O00 HOC36U01 HDC50 HDC6O 4 POST LIFTS HDCSOUOO HDC60000 Ramp Angle %I •rtmit, 1'R, frill ul'..'•wayat I , ,t•!l4e •'4<:tr` is •i' a t'I 'J"wily e' fit" 'e4oArts we aim rlr)P as li0a00 R• 600,^10 as ulna.: ty fls HDC36 HEAVY DUTY FOUR POST 33,900 tbs. Capacity FEATURES: • Iwo Runway _engtns: 25' and 30' • /9" i ft ig rte gni • R se tire. 68 seconds It H DCSOIGO HEAVY DUTY FOUR POST 50,000 and 60,000 IS. Capaddies FEATURES: • i wo Runway Lengtns 28' and IT • /8" l ft rig ne gnt • R se is me: 65 seconds OPTIONAL LIFT ACCESSORIES Ctart the manufacturer for proper lift application Air Operated Rolling Bridge for HOC36 Lifts RJ14BK / 1-.000 .bs (6350kg; wilh tuck RJ220K / 22.000 .bs ('99/9kg) with tick Air Operated Rolling Bridge for HDCS6/6O Lifts LIMBIC / 25000 bs ;11363 kq,) with net< RJ30BK / 30,000 -bs (13610 kg) with :ooc I ow Profile Rolling Drain Pan FCS8888K / 30 Ga ton (11' -iter) nc...oes splash g„aro, cram va:ve ano oust can +drive-Thru Ramp Kits / 10' Ramps M140133RD / lot -DC 36 Voce,!) M140099R0 / for -DC 50 aril; 60 Vciue:s HDC 3FA,r!cx; Air operated rotting bridge jaeke asalios Drive•thru ramp kit Column Mobility Wheel Kits M14012SRD / acts wnee s ann steer -ring in -QC 36 Vuoe Co...nms M140111R0 / anus whee s ano steering to -CC 50/60 Vooe. Co•..mns Shim Kits for 36K. 50K, or 60K single Columns M140105 / 2" Shim AIL for - IJU sing.° CO,us ill M140106; 1• Shim scit for •iDC: !Attur! we 1/7 -we If C. -we 1/A, -wo 1/16) Mobility kIt TECH LIGHT "Line Light 4 LED Runway Lighting Kit FAZT00 / =c..r 54: .Crlg ,Ill •l wanes wrlh 216 it JS each / COW pOWOr s..pp.y rr ▪ ...t;tS 16 cab.e .e' 'ohs. 8 '' iagr'el (; C;iA:i ' ip..l vo.lat, 100 -2€OV AC RUNWAY LIFT ACCESSORIES We make the lifts. Accessories make the lifts yours. Maximum performance with minimum downtime. It's what we strive to provide in everything we design and manufacture. [hat includes our genuine parts and accessories, Consult factory for proper lift applications. Add productivity to any general service lift You want your shop to be as efficient, productive and profitable as possible. Supercharge SM'i4 Series Lifts with exclusive SFIOCKWAVC power SHOCKWAVE v equipped lifts are the fastest Ufts in the world, acceterat: ng productivity and in- creasing service orders per bay. Designed Opcciflcatly for bays where service speed is essential. a WATCH AND LEARN ABOUT SHOCKWAVE SPOTLINC`"LASER KIT Motion activated laser helps center vehicles in bays quickly and accurately. Laser guided system comas complete with motion sensor and mounting hardware STANDARD on SHOCKWAVE-equ►ppad 5M14 SERIES LitU AIR OPERATED TIRE LIFTS Includes air hose and air toot connection and pressure repiilatnr to rrpvent nverinarfing 200 tbs. and 300 lbs. capacities #MW -2000 O6M-1SO RAMP KITS • on. resistant, non-skid coating • includes two ramps and hardware • Extenaed tength ramps for low clearance vehicles available rut) (-O V7 2a' r ps 'or SWSW)14 CO Stoles rw'; =9 7/15 -UP "TN 'CU ! A/SMOIL Series _.wts 7(1 1;u—ry; 'cr CA1L w:)-a'cr'ePr; ri:1►rpc.: x SN)H 'y; 1:1V:" -*-47(11 ?w"f;ss't;r'isMfi Ore' Sar'aart: er .r %j."a or `;V1:1(1 Ore -x r,r .. ;e!? et g fr• irr ^l r ':Y Sbt10 OPTIONAL ROLLING JACKS Increase your service opportunities by lifting front, rear or art wheels off the runways. OPTIONAL BOLT -ON ALIGNMENT CONVERSION KITS Transform your existing flat top runway lift Into a fully functioning atignmont lift Kltc fasten to the side of the tift runway and feature adjustable flush rnnlinted compo- nents that accommodate a variety of vehicle wheelbases. SM14 / SMO14(;S/I /=I_j ALIGNMENT KITS Bolt On Al g-lmt:�)t K t Max mum Wneei Base ft:,t► 1jrF? P S'00'30M S'U0'3'M 8t' ('1623mm) 75., (546-rrvrn) Kit includes stainless stoat radius gauges, slip plates an(J ramp modifications, with necessary rnounttrrg ha. dwere. Rolling jacks sold separately. Bull Oil Algi'rlt�+1LKt - -lo Rad us Gauges S' 00'3EiM S'00 -31M S"0U" r tic...O€?S dt::ill url t alr.Ine kit ano one (1) k Klt includes stainless steel slip plates and ramp modifications, with necessary mounting hardware_ Roiling jacks sold separately. IV1;ix 'rl,rI l W'lt Lei Rase mange ('fli'Y.lmm) 2"5" (54 6' min) 'g2" ;4623rYnm) SM1B / SM18EL2 ALIGNMENT KITS i Max entity, Wrteel Noll C , Al ge i' 1'f-2 it K t lass? t ange S400"82 / t'osl '0.20' ( '94" (1623'P'n) S'UU`6' / Post 10 201/ , 230'. ('1623nnen) Kit includes stainless steel radrus gauges, slip plates and ramp modifications, with necessary mounting hardware Rolling jacks sold separately. SM30 SERIES ALIGNMENT PACKAGE Max mum Wheel Boll •Orl Al giment K t ilase Range i C; C )_5 wain fotlow< ?_ 11" (G96Cmrn) Includes two (2) carbon steel radius gauges, one (1) work step and recoil hose, Rolling lacks sold separate+y. RADIUS GAUGE KITS Bolt -on stainless steel radius gauge for performing two - wheel alignments. Turntable capacities up to 15,000 lbs Consult factory for additional alignment kit accessories and packages. ROLLING JACKS Increase your service opportunities by lifting front, rear or all wheels off the runways for brake, tire, suspension and two or four-wheel alignment work. From 6,000 lbs. to 15,000 (bs. capacities. Contact factory for complete details, options, and service lift applications. 6,000 tbs. / 7,00O lbs. CAPACITIES' t.,6X)OV 1 6.0(X1 c ccpt;oty fcr :WYits 1,7100-X CO()7,h r.apac11y for X1L/'X.A'e 'its 1., 7100Y 1 CDC .a capacity 'e' SV 1'/kd its ..aut- max. 'rat:.. esaoapter h.cc•cs, lame atiao.c`'t s ano extents o s =C%fi1 1� In NG .AC: -2AV •f.)-2 SA ; SV0 •L its =06171 i < �O_ . tiG .,AC < 9,000 U3S. CAPACITIES' 4,9100? fen S V 19 tilt; a 9t00Y-' 10' SV18 .iris {,9100( 2 ler SV:10 'fls s�rh rrcce. Irc...ees r.. bher :,col Pr becks. frame acapters ar..o extens:cns 'NO - 1:1::k "' r:e Ins ..:: wH' ec•ti:: in c•'..; ;:1y ':U :;it'ii'. 15,000 lbs. CAPACITIES �., 50 lee Syr, ..Its 1,132 for SV3O Is INTERNAL AIRLINE KITS Stetnt/ar( Internal airline connections tot two rolling jacks operate simultaneously. and provides air outlet on the runway • LOCK LIGHT y' Provides an instant green light visual confirmation when lift is towered to its locks. Compatible with high-pressure lifts that use an electric/hydraulic power unit providing an unused pressure port is available. Patent -pending. Kit includes: • indicator light assembly • Pressure switch • Mounting bracket • to' of etectncat wire TECH LIGHT' RUNWAY LIGHTING LINE LIGHT 4 LED Lighting Kit Effective runway lighting system, attach the four 54" light wands to runways for efficient lighting where you need it. -A831-...< - 1'QV =a3.5- < 7 -soy A51(XI includes SOW power supply t,na. 1E; cable lengths anti 8 magnetic Suspr.'r15KN1.^, - INri AC input vntt:ign • 60h, PORTABLE PRODUCTIVITY JACKS Junior-Jack2 / 4,400 lbs. capacity High rise jack assembly for removal and transportation of fuel tanks, transmissions, transfer cases and ea other items. Floor style jack. • Air assist and foot pedal adjustment • Swivel caster wheels • Patented corrosion protection libl/11/111,111111 -_ s GA4 Accessory Table 12 oegrce vet / 20-74 X 15 )t L 3/c fi r l .11; 2(110 (-Lt)et $.4?1X;(1$ vve • ..we Sl!Z p:: 3134101 Acapter irr GA' AIR / UTILITY BOX Mounts easily on any column and provides quick access to utilities • Two 110v electric outlets and air connection - The fitter/regulator/lubricator helps extend the life of your air tools =A015 Air/_ CCtriC .,ti. cy Jox nc ,,CPS = .ter/leu1 . atcr/..-oric; ac i -A71b9.3K Ar/:_ tare l.t' ily 3ux for SV1$ SV3Oi nc . y es 'cater '47263 1< Air/- clr nc t.:' Ky 3 'x fir • • REMOVEABLE WORK STEP Optional accessory for the runway lifts with slots, this repositionabie stand fits the outer sides of the four -post runway slots as shown, "C.3375 _ft <it of w ; steps icr 114 capacity 'C3663'( <it c4 tic:'.UUps 'er 18< arc ;104 ca:kCtty I p: st Its OIL DRAIN PANS Avaiiaole for most lifts, drain pan ircludes splash guard, drain valve and dust cap. ;r&in oar. "10 G.' on S.,/SVO1'- SV'S .1 -?in Oran 3f) G=.. rxt re rng. SV33 Its C37; r tcse. Fitt ' cam, my) Q3 I tune TECH LIGHT "LINE LIGHT R Rechargable LED inspection hand lamp with top spot light. Supplied with flexible suspension clips holder with both hook and magnet for positioning the light where you need it. It0 lumen in main litt operaies for up to 3 hones • 120 lumen in spot light operates For up to 6 hours • 4 hour chargng Ilene =A•5702 I 71 1 TIRE CHANGERS ALIGNMENT SYSTEMS Rotary Lift 2700 Lanier Drive / Madison, IN 472.5O, USA rotarytift.com I 1 D t 3 Salos: 1.812,2/3.1522 / 800.445 5438 if isidt:sale.s(thdst?tluvet ejlt1 Government Sates: 000.4.6.5430 XGGGG For additional information: rotarylift.corn/Government-Purchasing-Assistance/ III ,GSA Advantage! ^ ValuePoirit 'L.? I/p1 •t.1 aT't\ /QI( IV. (in •,•I iA N'•Qr,la.l r. Tech. Support: 800.445.5438 tochnioalcu pport(protarylift.corn 1NNEEL BALANCERS The name you've come to trust for lifting vehicles worldwide also offers the best wheel service equipment for your shop. _)tit '•• ••fitly .! 1•+ 1;(4 !f -t r11 r ,I\ )111: '.lilt!+; ril,li 4' All fp:. (it • 11 )'j,. ,1, la ••. 'l ;Vt: 1• .7, n'u 1. • ,tl $ll :•• I ,I. • at1 11 11: . II 4' . 1: tl )iI )r 'rt •1 )1/ 1( :.,I Ike • ••. .4".;,' COCA r►' t• •• 'j II r •r L.ell( _ I' :t. :•r•'e"•; rrt 11' ,I1 (t• .. die; .1(14 1.•~ ..'.I ' t •l)l ri j; /t M_ rl..,• 11r1 1 -%t ' I or' .,"�'L 'it''5; • t ' ' ;. 1 I 'i r • 1 . .' i Iv • -I' , .r I'; t•.ittI!'IP 3 `il'rll ili ;It ;t 1 e ' 1 •.1111 It 11 I! . . c(1> �.: .t ' 1,15 4111 " 1t 7Q. PASS, a www.rotarywheelservicc.com LIUI is„lel y f,r vt, RInctw'e.i021 I' $ 7i: :l 1111.' I rpICO.I : '.1,4t 1' , 4.111• • ,1 II:.1 . •%Il''1 .1 `It I •'I.•.i 1 '.)• '.,. •rt:tll•11'.1• Pt(•"4t.' It' Yt `:.i 1. '•i 1)\' c 1. cwt. 0' IX jtp. IisI .1r1 •.11't ('.•+I4'•••elt �f1•q I'I' 1• •,1 It •7'• ••1'•1.•. •1 ,I te•,i I'• 111,'11 t..I.,e IuCI•"tr •.•,4 ' ;1„ I• 'ten:wt. y4111"IL 1?1,10'44 • :is tNtl'•,I., •• • 1 Ite•e•1 r•11. It rlt4l. f , ;1,I,• t►'te'„• i\ t •...,e• ••. ' 1 1% 4 . O. e. ( / 1• ,1. 4 1 'dt' '' S4' : • I ••.1,.! r. •111 It,i .9•:••.. r•IF•,1 ('..1,1.1,.)1. P •• I,...i 11.4 1ql 11•"X4•' 11A•4•4 •II&. ',.1)I t•e, t'...1/.•'t e, ' Was; •r;(' ell•h11:1111 '•. 1', I:/J•..1 it, Cott, • •.1 t• .14n e •t. 0 La' •►•'t'► u l" N I:. It rl..l•M,',14 UPI lit** •III .•r ., t:till.. . Esther Gesick From: Sent: To: Subject: Liftnow <pjstern@liftnow.com> Tuesday, August 16, 2022 1:25 PM Esther Gesick Re: Appeal Determination - Bid #B2200096, Vehicles Lift Replacement - Facilities Department Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Esther, My basis of my conversation tomorrow will surround that the county's entire argument rests on my language in my options document that implies a lack of adherence to a turnkey specification requested by the County. However: 1. There was no options document or bid form to fill out on. Therefore, there was no required format to deliver options - and no required options or configurations. 2. Options taken or not taken by Weld County in addition to the base bid would not affect the terms of the base bid - only those options. In other words, you cannot throw out the whole bid because of options that are not mandatory had language that was not preferred by the County. The language used by Weld County is "Contractor will provide an all- inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work. Including but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants." This cannot possibly include options. For example, if you have a bid for a refrigerator that must adhere to certain specs, ask for options and I provide a freezer as an option, then the freezer does not necessarily to adhere to those specs because it's not only a different item, but it's an add on and represents an essential change of the scope of work. Weld County is under no obligation to take any options that we laid out. 3. Finally, the words in those terms include: "UNLESS OTHERWISE SPECIFIED ABOVE." This is language that we commonly use in our options terms to avoid exactly what has happened here. The questions we asked prior to the bid opening have no bearing on our proposal's content - again, very common to ask questions about unloading lifts, etc. to create an accurate proposal. On Mon, Aug 8, 2022 at 5:36 PM Esther Gesick <egesick@weldgov.com>wrote: Mr. Stern, The attached packet contains the Notice confirming an Appeal hearing scheduled for Wednesday, August 17, 2022, at 9:00 a.m. If you wish to present any further written evidence to support your appeal of the Board's decision, you may forward it to me for inclusion in the public record, as well as distribution to appropriate County personnel. I'll be sure to share any additional staff -generated documents with you as well. Thank you, Esther E. Gesick Clerk to the Board 1150 O Street/ P.O. Box 7581 Greeley, CO 80632 tel: (970) 400-4226 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Liftnow <pistern@liftnow.com> Sent: Monday, August 8, 2022 3:12 PM To: Esther Gesick <egesick@weldgov.com> Cc: Bruce Barker <bbarker@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttavlor@weldi;ov.com>; Cheryl Pattelli <cpattelli@weldgov.com> Subject: Re: Appeal Determination - Bid #B2200096, Vehicles Lift Replacement - Facilities Department Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Either is fine for me. Please let me know what I would have to prepare in conjunction with this formal appeal. Thank you. Best, Paul 2 On Mon, Aug 8, 2022 at 3:25 PM Esther Gesick <egesick@weldgov.com> wrote: Hello Mr. Stern, I was provided with your appeal information, on Friday, August 5th, thus I am working to schedule an Appeal hearing on either August 15th or 17th, at 9:00 a.m. Would either of those dates work for your schedule? If not, we can look at dates further out, with your written waiver of the 15 -day scheduling deadline. Please advise. Esther E. Gesick Clerk to the Board 1150 O Street'P.O. Box 758'Greeley, CO 80632 tel: (970) 400-4226 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Cheryl Pattelli <cpattelli@weldgov.com> Sent: Thursday, August 4, 2022 4:19 PM To: Liftnow <pistern@liftnow.com> Cc: Bruce Barker <bbarker@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttaylor@weldgov.com>; Esther Gesick <egesick@weldgov.com> Subject: RE: Appeal Determination Mr. Stern, 3 Christie will be forwarding the appeal documentation to our Clerk to the Board, Esther Gesick. Esther will be your point of contact and will help you through the process. She will provide all the required due dates, etc. Thank you, Cheryl From: Liftnow <pistern@liftnow.com> Sent: Thursday, August 4, 2022 3:04 PM To: Cheryl Pattelli <cpattelli@weldgov.com> Cc: Bruce Barker <bbarker@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttaylor@weldgov.com> Subject: Re: Appeal Determination Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Folks, While I appreciate the clear effort made by Weld County, the counterpoints made are, unfortunately, materially incorrect. Can you please forward to whom I would send (either electronically or otherwise) this appeal. Please also confirm if the Appeals Process falls under the 60 day timeframe or 5 day timeframe, and from what date this is being counted. Please also confirm that in the meantime, final procurement/award of contract is not taking place while this appeal is being sorted out. Best, Paul On Thu, Aug 4, 2022 at 4:54 PM Cheryl Pattelli <cpattelli@weldgov.com>wrote: Mr. Stern, 4 Please find the attached appeal determination for your bid protest submitted on August 1st. Thank you, Cheryl Cheryl Pattelli Chief Financial Officer 1150 O Street Greeley, CO 80632 tel: 970-400-4451 email: cpattelli@weldaov.com Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 5 CLERK TO THE BOARD PHONE: (970) 400-4225 FAX: (970) 336-7233 1150 O STREET P.O. BOX 758 GREELEY, CO 80632 www.weldgov.corn August 8, 2022 ATTN: PAUL STERN LIFTNOW AUTOMOTIVE EQUIPMENT CORP. PO BOX 972 YORKTOWN HEIGHTS, NY 10598 RE: Notice of Appeal Hearing re: Bid #B2200096, Vehicle Lift Replacement Dear Mr. Stern: This is to advise you that the Board of Commissioners of Weld County will conduct a hearing to consider the appeal of Liftnow Automotive Equipment Corp. concerning the Board's decision made on July 25, 2022, awarding Bid #B2200096 to Ace Equipment and Supply Company. Pursuant to Section 2-4-10 of the Weld County Code, the Clerk to the Board's Office shall schedule a hearing with the Board of County Commissioners within fifteen (15) days of the filing of the complaint. The appeal hearing is scheduled for August 17, 2022, at 9:00 a.m., in the Chambers of the Board of County Commissioners of Weld County, Colorado, Weld County Administration Building, 1150 0 Street, Assembly Room, Greeley, Colorado 80631. The hearing will be conducted pursuant to the provisions of Sections 2-4-10 and 5-4-155 of the Weld County Code, copies of which are enclosed. If you have any questions concerning this matter, please do not hesitate to contact me at (970) 400-4226, or egesick@weldgov.com. Sincerely, Esther E.Gesick Clerk to the Board cc: County Attorney, Bruce Barker Chief Financial Officer, Cheryl Pattelli Administration Services Director, Ryan Rose Finance and Administration Director, Don Warden Facilities Director, Toby Taylor Ace Equipment and Supply Company 2022-2396 Sec. 2-4-10. Appeals process. The Board of County Commissioners shall act as a board of appeals to hear complaints on actions taken by County boards, commissions and departments. Except for decisions made by the Board of Adjustment and Uniform Building Code Board of Appeals, procedure for appeals shall be as set forth in this Chapter, by resolution of the Board, or as otherwise provided by law. A. Any person appealing an action by a County board, commission or department to the Board of County Commissioners shall file such a complaint, in writing, with the Clerk to the Board within sixty (60) days of the incident in question. Appeals concerning purchases or procurements made in accordance with Chapter 5, Article IV, of this Code shall be filed within five (5) days of the incident in question. B. Such complaint shall include: 1. The name of the employee, board, commission or department against which the complaint is made. 2. A description of the basic facts involved in the complaint. C. The Clerk to the Board shall schedule a hearing with the Board of County Commissioners, to be held within fifteen (15) days of the filing of the complaint, and shall notify all parties involved in the incident. D. The Board of County Commissioners shall hear all the available facts pertinent to the incident, may schedule a second hearing within thirty (30) days following the initial hearing if the Board determines such a need, and shall render a determination within thirty (30) days of the final hearing. E. No person shall be denied the right to appeal, provided that he or she complies with the administrative procedures established by the Board. Created: 2022-08-02 18:29:38 [EST] (Supp. No. 78) Page 1 of I. Sec. 5-4-155. Bid protest. A. The protest shall be submitted, in writing, to the Purchasing Department during the bid process or when the aggrieved vendor knows, or should have known of, the factors giving rise to the bid protest, or within five (5) business days after award, whichever is earlier. 1. The written formal protest must contain a minimum of the following: a. A specific identification of each alleged act and the statute or section of the Weld County Code that the purchasing staff member or department is alleged to have violated. b. A precise statement of the relevant facts that include time -lines and all involved parties. c. An identification of the issue or issues that need to be resolved that support the protest. d. Any documentation or contractual provision(s) which is relevant to the protest. 2. The Controller or designee shall review any timely protest and attempt to resolve the protest by mutual agreement. The Controller or designee shall notify the aggrieved vendor, in writing, of its findings and resolution. 3. If the aggrieved vendor is not satisfied with the Controller or designee's resolution, it may appeal the decision in accordance with Section 2-4-10 of this Code. (Weld County Code Ordinance 2016-14 ; Weld County Code Ordinance 2019-08 ) Created: 2022-08-02 18:29:45 [EST] (Supp. No. 78) Page 1of1 Esther Gesick From: Sent: To: Cc: Subject: Attachments: To Whom it May Concern, Esther Gesick Monday, August 8, 2022 3:52 PM lawrence@aceequip.com Esther Gesick FW: Appeal Determination - Bid #B2200096, Vehicles Lift Replacement - Facilities Department Appeal Notice Packet - Bid B2200096.pdf The attached Notice of Appeal is being provided to you as a courtesy, concerning Bid #B2200096, which was awarded to Ace Equipment and Supply Company on July 25, 2022. If you have any questions, please do not hesitate to contact me. Thank you, Esther E. Gesick Clerk to the Board 1150 O Street/P.O. Box 758/Greeley, CO 80632 tel: (970) 400-4226 Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Esther Gesick Sent: Monday, August 8, 2022 3:37 PM To: Liftnow <pjstern@liftnow.com> Cc: Bruce Barker <bbarker@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttaylor@weldgov.com>; Cheryl Pattelli <cpattelli@weldgov.com> Subject: RE: Appeal Determination - Bid #82200096, Vehicles Lift Replacement - Facilities Department Mr. Stern, The attached packet contains the Notice confirming an Appeal hearing scheduled for Wednesday, August 17, 2022, at 9:00 a.m. If you wish to present any further written evidence to support your appeal of the Board's decision, you may forward it to me for inclusion in the public record, as well as distribution to appropriate County personnel. I'll be sure to share any additional staff -generated documents with you as well. Thank you, Esther E. Gesick Clerk to the Board 1150 O Street/P.O. Box 758/Greeley, CO 80632 tel: (970) 400-4226 Esther Gesick From: Sent: To: Cc: Subject: Christie Peters Thursday, August 4, 2022 4:18 PM Esther Gesick Liftnow; Cheryl Pattelli; Bruce Barker; Don Warden; Ryan Rose; Chris D'Ovidio; Toby Taylor FW: Appeal Determination Esther, See request for appeal below. Thank you, Christie Peters Purchasing Manager 1150 O Street Greeley, CO 80631 970.400.4216 cmpeters@weldgov.com Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Liftnow <pjstern@liftnow.com> Sent: Thursday, August 4, 2022 3:04 PM To: Cheryl Pattelli <cpattelli@weldgov.com> Cc: Bruce Barker <bbarker@weldgov.com>; Don Warden <dwarden@weldgov.com>; Ryan Rose <rrose@weldgov.com>; Christie Peters <cmpeters@weldgov.com>; Toby Taylor <ttaylor@weldgov.com> Subject: Re: Appeal Determination ICaution: This email originated from outside of Weld County sender know the contentis safe. Folks, ment'Donot click links or open attachments unlesssyou recognize the While I appreciate the clear effort made by Weld County, the counterpoints made are, unfortunately, materially incorrect. Can you please forward to whom I would send (either electronically or otherwise) this appeal. Please also confirm if the Appeals Process falls under the 60 day timeframe or 5 day timeframe, and from what date this is being counted. Please also confirm that in the meantime, final procurement/award of contract is not taking place while this appeal is being sorted out. Best, Paul On Thu, Aug 4, 2022 at 4:54 PM Cheryl Pattelli <cpattelli@weldgov.com> wrote: Mr. Stern, Please find the attached appeal determination for your bid protest submitted on August 1st. Thank you, Cheryl Cheryl Pattelli Chief Financial Officer 1150 O Street Greeley, CO 80632 tel: 970-400-4451 email: cpattelli@weldgov.com Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 2 08/01/2022 To Whom it May Concern, RECEIVED a�- +�� MG 012022 , q\ot 2' `' WCHR ou This letter serves as a formal protest by our company, Liftnow Automotive Equipment Corp., for the Bid "Vehicle Lift Replacement" by Weld County, Bid Reference Number B2200096. On July 25th, 2022, Weld County Purchasing presented to the Board of County Commissioners making the preliminary decision to not award LiftnowAutomotive Equipment Corp. in the amount of $74,215.00 and instead award an alternate company in the amount of $136,000.00, a nearly 85% higher bid price, based on our proposal's alleged lack of adherence to technical specifications. However, the only salient specifications regarding the lifts themselves (versus the scope, which was adhered to) mentioned in the bid document (referenced in the attached) are the following: "5. Replacement lifts shall be equivalent to existing with the following criteria: a. 30,000 -pound capacity. Meets — 30,000 lb. capacity b. Drive on 4 post lift. (2 -post lift is NOT a permitted substitute) Meets — 4 post lifts. c. Minimum 28' overall length. Exceeds — Length is 28'8" d. Minimum 11' drive through width. Exceeds - Length is 12'8" e. 24" runway width. Meets —24" f. 4 HP 208 - 230V Motor. 3HP 208-230V Motor g. Operating range within 90 -120 PSI Meets — 90-120PSI" Therefore, the only reason to reject would have been a 3HP vs. a 4HP motor, which seems confounding given that there is over $60,000 worth of savings to the taxpayers of Weld County. If the County were resigned to this decision, our options document (which was requested by Weld County in section 6 of the Scope Document, includes a line item to swap the originally proposed lift (the Challenger 4030EFX) for the lift that we believe may have been requested (the Rotary SM30-L) at a slight further discount off our original base price. (See attached highlighted line item). However, Section 4 of the scope document in this solicitation does in fact state that "new lifts can match make/model." We are puzzled that the County would choose an option that was offensively more expensive without any apparent additional benefits. Even totaling all available options into our bid was over $30,000 cheaper than the other bidder's base bid, which would not have included any options pursuant to the solicitation. A choice of this magnitude is generally attributed to the level of comfort that an organization like Weld County may have with using a local company, versus using a company that they are less familiar or comfortable with. However, our company has vast experience spanning nearly all 50 states in projects ofthis size — the references that we provided included projects much larger in scope and successfully completed in Illinois, Maryland, and Ohio through our State and Sourcewell contracts. This project is no exception. To specifically reference the Weld County Purchasing Code statutes to which this protest applies, please review the following statutes: Sec. 5-4-60 entitled "Purchasing Limits and Procedures" which states, under Section C — Formal Purchases, Subsection 7, item A, "The department head and the purchasing agent will make a recommendation to the Board of County Commissioners. The final award of the bid will be approved by the Board of County Commissioners. If the low bid is found unacceptable because of some factual circumstance, the Department should write a clear, concise, and factual Justification for selecting other than the low bid". Sec. 5-4-160 entitled, "Product standardization." In this section, more specifically Subsection A, the Code states that "The main benefits of standardization are better prices through quantity purchases of fewer varieties of materials and the selection of materials which are best suited for County use." Product standardization is again mentioned in Sec. 5-4-210 entitled "Procurement by the Department of Fleet Services." We bid the Challenger Lift, a make of lift which was previously owned by Weld County and removed in connection with this solicitation. Weld County clearly understands the benefit of product standardization, yet we are also confused why then the County would switch from a Challenger Lift to another lift. At the least, this should be yet another reason for evaluating our bid positively. If there is indeed another explicit or implicit preference for a local company to complete the project for any reason, Sec. 5-40-30 entitled "Bid Regulations" Subsection A, item 3 states "The County Commissioners shall give preference to resident Weld County bidders in all cases where the bids are competitive in price and quality." However, the other company is not only not located in Weld County (they are in Henderson which is in neighboring Adams County), but the second half of this statute states that this preference is only given in cases where the bids are competitive in price and quality. While it is reasonable to assume that the bids are competitive in quality, I would also ask whether an 83% price differential constitutes a competitive price. Therefore, pursuant to Sec. 5-14-155 entitled "Bid Protest" Subsection A, items C and D: "c. An identification of the issue or issues that need to be resolved that support the protest. d. Any documentation or contractual provision(s) which is relevant to the protest." We humbly but firmly request the following to resolve this protest: Pursuant to Sec. 5-4-60, we request the Department's full text of a "clear, concise and factual Justification for selecting other than the low bid" in addition to an award made to Liftnow Automotive Equipment Corp. In lieu of presence ofthis full text, we request an award made to Liftnow Automotive Equipment Corp. Best, Paul Stern Liftnow Automotive Equipment Corp. WELD COUNTY FINANCE DEPARTMENT 1150 O Street Greeley, CO 80631 Phone (970) 356-4000 www.weldqov.com August 4, 2022 Mr. Stern, Pursuant to Section 5-4-155 of the Weld County Code, you have provided the appropriate information required to submit a bid protest. In attempting to resolve any protest, the Controller or designee shall notify the aggrieved vendor, in writing, of its findings and resolution. I have been designated to research the issue and provide a finding on your appeal. In your appeal letter, you indicate the County made the preliminary decision to not award its bid to the lowest bidder. The County awarded the bid to an alternate company, Ace Equipment & Supply Co., in the amount of $136,000 instead of awarding the bid to your company, LiftNow Automotive Equipment Corp, in the amount of $74,215. Per your letter, the County made its decision not to award to the lowest bidder because of the alleged lack of adherence to technical specifications. Pursuant to Section 5-4-60 of the Weld County Code, "The department head and the purchasing agent will make a recommendation to the Board of County Commissioners. The final award of the bid will be approved by the Board of County Commissioners. If the low bid is found unacceptable because of some factual circumstance, the department should write a clear, concise, and factual justification for selecting other than the low bid." I have reviewed all documentation related to this appeal and have concluded that the decision not to take the lowest bidder was an acceptable decision made by County staff and, therefore, am denying your appeal. I have determined that your proposal did not meet all of the specifications required in the bid. The bid specifications clearly indicated that "If there are any exclusions or contingencies submitted with your bid it may be disqualified" (see Attachment A). Specifically, your proposal did not meet the following required items from the bid specifications (see Attachment B). Item #1 on page 9, "Contractor shall perform removal of the existing lifts. This will include disconnections of all electrical and pneumatic systems." Item #7 on page 9, "Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work. Including, but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, and any and all electrical and pneumatic connections and equipment, and all fluids and lubricants." • Item #8 on page 9, "All electrical connections will be done by a licensed and qualified electrician. Any electrical changes are a part of the lump sum price." • Item #13 on page 10, "All lifting and hoisting equipment shall be provided by the contractor." In your proposal, under the section titled "Special Notes and Instructions" (see Attachment C), you specifically identified a list of items that were not included in your bid. "PLEASE ADD SALES TAX ELECTRICAL HOOK-UP, AIR HOOK-UP, REMOVAL OF EXISTING EQUIPMENT AND ANY CONCRETE WORK, IF NECESSARY, IS THE RESPONSIBILITY OF THE CUSTOMER. (UNLESS OTHERWISE SPECIFIED ABOVE) CUSTOMER IS ALSO RESPONSIBLE FOR THE PRESENCE OF ANY AND All SUB -SURFACE FEATURES OR CONDITIONS INCLUDING BUT NOT LIMITED TO ROCK, LEDGE, GROUND WATER, CONCRETE OF GREATER THAN 6" THICKNESS, AIR, UTILITY OR RADIANT HEATING LINES WHICH MAY REQUIRE RELOCATION OR REPAIR REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL, IF PRESENT, IS THE RESPONSIBILITY OF THE OWNER OF THE PROPERTY ANY PERMITS, FILINGS OR FEES ARE THE RESPONSIBILITY OF THE CUSTOMER. CUSTOMER IS RESPONSIBLE FOR HAVING A FORKLIFT TO UNLOAD AND RECEIVE THE SHIPMENT PRICES ARE GOOD FOR 30 DAYS ADD 4% IF USING CREDIT CARD MUST SIGN CHARGEBACK AGREEMENT AND AUTHORIZATION." In addition, on June 29, 2022, you sent us a follow-up email in reference to questions you submitted on June 22, 2022 (see Attachment D). We posted the answers to these questions to BidNet Direct on June 29, 2022 and our answers specifically identified that the contractor is responsible for all lifting and hoisting of the new lifts and all fluids (see Attachment E). These items were listed in the original bid specifications as requirements. You suggested in your appeal that the award decision may have been due to the type of lift you proposed. Toby Taylor, Facilities Director, did an extensive review and found that the proposed Challenger 4030EFX lift did meet the technical criteria for the replacement lifts. You also suggested that the award decision may have been a result of local preference. Section 5-4-30 allows for preference to Weld County bidders in all cases where the bids are competitive in price and quality. The company that was awarded the bid is located in Adams County, not Weld County. Both of the issues you suggested were not factors in the decision to award the bid to another company. The award decision was only related to the fact that your bid did not meet the bid specifications. If you are not satisfied with my decision to deny your appeal, you can appeal to the Board of County Commissioners. This process is as follows: Sec. 2-4-10. - Appeals process. The Board of County Commissioners shall act as a board of appeals to hear complaints on actions taken by County boards, commissions and departments. Except for decisions made by the Board of Adjustment and Uniform Building Code Board of Appeals, procedure for appeals shall be as set forth in this Chapter, by resolution of the Board, or as otherwise provided by law. A. Any person appealing an action by a County board, commission or department to the Board of County Commissioners shall file such a complaint, in writing, with the Clerk to the Board within sixty (60) days of the incident in question. Appeals concerning purchases or procurements made in accordance with Chapter 5, Article IV, of this Code shall be filed within five (5) days of the incident in question. B. Such complaint shall include:1.The name of the employee, board, commission or department against which the complaint is made.2.A description of the basic facts involved in the complaint. C. The Clerk to the Board shall schedule a hearing with the Board of County Commissioners, to be held within fifteen (15) days of the filing of the complaint, and shall notify all parties involved in the incident D The Board of County Commissioners shall hear all the available facts pertinent to the incident, may schedule a second hearing within thirty (30) days following the initial hearing if the Board determines such a need, and shall render a determination within thirty (30) days of the final hearing E, No person shall be denied the right to appeal, provided that he or she complies with the administrative procedures established by the Board Weld County prides itself on having good vendor relationships and being fair to all vendors In this bid we hope that you appreciate the fact that to be fair to Ace Equipment & Supply Co, the information you presented does not justify granting the bid to any other bidder than the lowest qualified bidder meeting all specifications, Ace Equipment & Supply Co Cheryl Pattelli CFO, Weld County Government Cc Bruce Barker, County Attorney Don Warden, Director of Finance and Administration Ryan Rose, Director of IT and Administration Christie Peters, Purchasing Manager Toby Taylor, Director of Facilities ATTACHMENT A PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule. **Only two weeks behind in total, 60 Business Day Lead time on the new lifts. Once lifts arrive actual labor will take no more than 4-5 business days The lifts proposed are 60 Business day Lead time while the proposed competitor (Rotary Lift) currently has an 80 Business day lead time ** Please note that as a part of our options document there is an option to purchase the as -specified Rotary Lifts (SM30-L's) if you would prefer that option FEE Provide your Lump Sum fee in space below. START DATE 11/1/2022 COMPLETION DATE 11/15/2022 TOTAL BID: $ 74,215.00 A mandatory pre -bid conference will be held on June 17, 2022, at 1:30 PM, at the Weld County Motor Pool, 1399 17th Avenue. Greeley, Colorado. Bids will be received up to, but not later than July° 6, 2022, at 11:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 AM on July 6, 2022: 1) Page 9 thru 12 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid bei incomplete and your bid being rejected. If there are any exclusions or contingencies submitte with your bid it may be disqualified. B2200096 11 ATTACHMENT B Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals for a turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop. Weld County Fleet Services building is located at 1399 17th Avenue, Greeley, Colorado. SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite. Replacement of each lift will be per the specifications lined out below. Contractor shall perform removal of the existing lifts. This will include disconnections of all existing electrical and pneumatic systems. 2. Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts. 3. The following are the make and model of the two existing lifts. a. Challenger 4 post lift. i. Model: 24025 b. Hunter 4 Post Alignment Lift i. Model: L454 4. New lifts can match make/model. 5. Replacement lifts shall be equivalent to existing with the following criteria: a. 30,000 -pound capacity. b. Drive on 4 post lift. (2 -post lift is NOT a permitted substitute) c. Minimum 28' overall length. d. Minimum I I' drive through width. e. 24" runway width. f. 4 HP 208 — 230V Motor. g. Operating range within 90 — 120 PSI 6. Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost. Examples would he ramp kits, air/utility box, splash guards and or drain pans. 7. 8. Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work. Including but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants. All electrical connections will be done by a licensed and qualified electrician. Any electrical changes are a part of the lump sum price. 9. Contractor will provide Fleet Services staff an onsite operational demo for each lift once the lifts are installed. 10. Contractor will provide maintenance schedule per the manufacturers warranty conditions. B2200096 9 11. All work can be completed during normal business hours when scheduled with County personnel and adequate notice is given. 12. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 13. All lifting and hoisting equipment shall be provided by the contractor. 14. The projected contract date is expected to be August 1, 2022. Based on this date, provide expected start and finish dates. 15. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 16. No bid bond is required for this project. 17. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 18. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. 19. All trash and debris to be properly disposed of offsite. 20. Weld County is a tax-exempt entity. 21. Davis -Bacon and Buy American requirements are NOT required. 22. Contractor will be required to enter into a standard Weld County contract for this service. A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request. SCHEDULE Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 Aug 1, 2022 Immediately upon receipt of signed contract October 31, 2022 B2200096 10 ATTACHMENT C lit 'V www liftnow.corn sales@lirtnow.com- Fvc: 147$4-7479 1-800-LIFTNOW Customer: Weld County Fleet Svcs 1399 N 17th St Greeley CO 80631 Date: Valid Until Quote #: Sales Rep Estimate 7/5/2022 7/15/2022 WeidCoLifts Paul Dostriptlon List Price Your Price t .OPTION- Add Rolling Jack to Lift with 15K Capacity (2 per lift is recommended) $11,520 20 $7,455.00 1 OPTION • Add Rolling Jack Airline Kit (if ordering 2 on a lift, enables dual rolling jack operation) $851.11 $595.00 OPTION - Drive thru ramp assembly - Fits 30,000 lb 4030 series 4 -post models $4,160.00 $2,945.00 OPTION - Dnve thru ramp assembly, 6ft long - Fits 30,00C lb 4030 series 4 -post models $5,771 ff 1 $3,995.00 OPTION - Turning radius gauges for 44030AR, 4030 alignment racks, black powder coat $4,186.67 $2,945.00 2 OPTION - Annual Lit Safety Irspection - Recommended by OSHA for lift and workplace safety $1,500,00 $0.00 1 OPTION - Downgrade to Rotary SM30-L "As Specified" in Bid ($2,137.49) ROTARY OPTIONS BELOW an OPTION- Add Rolling Jack to Lift with 15K Capacity (2 per lift is recommended) $12,573.59 OPTION - Add Rolling Jack Airline Kit (if ordering 2 on a lift, enables dual rolling jack operation) UPON REQUEST 1 OPTION • Add Drain Pan UPON REQUEST 7 OPTION - Annual Lift Safety Inspection - Recommended by OSHA for lift and workplace safety $1,500 00 $0 00 UNLOAD NG OF LIFTS $1,750.00 PLEASE ADD SALES TAX ELECTRICAL HOOK-UP, AIR HOOK-UP, REMOVAL OF EXISTING EQUIPMENT AND ANY CONCRETE WDRK, IF NECESSARY, IS THE RESPONSIBILITY OF THE CUSTOMER (UNLESS OTHERWISE SPECIFIED ABOVE) CUSTOMER IS ALSO RESPONSIBLE FOR THE PRESENCE OF ANY AND ALL SUB -SURFACE FEATURES OR CONDITIONS INCLUDING BUT NOT LIMITED TO ROCK, LEDGE, GROUND WATER, CONCRETE OF GREATER THAN 6" THICKNESS. AIR, UTILITY OR RADIANT HEATING LINES WHICH MAY REQUIRE RELOCATION OR REPAIR REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL, IF PRESENT, IS THE RESPONSIBILITY OF THE OWNER OF THE PROPERTY ANY PERMITS, FILINGS OR FEES ARE THE RESPONSIBILITY OF THE CUSTOMER CUSTOMER IS RESPONSIBLE FOR HAVING A FORKLIFT TO UNLOAD AND RECEIVE THE SHIPMENT PRICES ARE GOOD FOR 30 DAYS ADD °. IF USING CREDIT CARD MUST SIGN CHARGEBACK AGREEMENT AND AUTHORIZATION 0 an invoice and only an estimate of services/goods described above Subtotal Discount Freight $29,489 09 ($632.01} INCLUDED Total $30 '21 10 Please confirm your acceptance of this quote by signing this document ATTACHMENT D Rose Everett From: Sent: To: Subject: Follow Up Flag: Flag Status: 1 Liftnow <pjstern@liftnow.com> Wednesday, June 29, 2022 9:06 AM Rose Everett; bids Re: Questions B2200096 Follow up Flagged Caution This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Hello, I am following up on these questions. Paul On Wed, Jun 22, 2022 at 9:57 AM Liftnow <pistern@liftnow.com>wrote: Hello Rose, Hope all is well. I have some questions about this solicitation, please advise: Does the county have the means to unload the new lifts with a forklift? Does the county have a forklift available for use during the installation by the installers? Does the county request hydraulic oil be included in the purchase of the lifts? Best, Paul Best Regards, Paul Stern Business Development Manager www.liftnow.com 1-800-LIFTNOW z ATTACHMENT E Weld County Vehicle Lift Replacement B2200096 - QUESTION & ANSWERS POSTED 6/29/2022 1. Question: Does the County have the means to unload the new lifts with a forklift? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 2. Question: Does the County have a forklift available for use during the installation by the installers? Answer: NO, refer to bid specs. Contractor is responsible for all lifting and hoisting. 3. Question: Does the County request hydraulic oil be included in the purchase of the lifts? Answer: YES, refer to bid specs. Contractor is responsible for all fluids. July 13, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Motor Pool Fleet Services Lift Replacement — 62200096 As advertised this bid is for the replacement of two of the vehicle lifts for Fleet Services. The low bidder was Liftnow Automotive Equipment Corp from Yorktown Heights, New York for $74,215.00 but did not meet the bid specifications. The second low bid was Ace Equipment & Supply from Henderson, CO in the amount of $136,000.00 and meets or exceeds specifications. Since the first low bidder did not meet bid specifications, Weld County Facilities is recommending awarding to the second low bidder Ace Equipment & Supply in the amount of $136,000.00 If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 67/25 201-2-1C14_11 sG-1O07A' DATE OF BID: JULY 6, 2022 REQUEST FOR: VEHICLE LIFT REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200096 PRESENT DATE: JULY 11, 2022 APPROVAL DATE: JULY 25, 2022 VENDOR WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpetersWweldoov.com E-mail: reverett) weldoov.com Phone: (970) 400-4223 or 4222 Fax: (970) 336-7226 START FINISH DATE DATE TOTAL LIFTNOW AUTOMOTIVE EQUIPMENT CORP 11/1/2022 11/15/2022 $74,215.00 PO BOX 972 YORKTOWN HEIGHTS NY 10598 ACE EQUIPMENT & SUPPLY CO 9660 DALLAS ST HENDERSON CO 80640 10/24/2022 10/31/2022 $136,000.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. MA \ 2022-1941 10024 Rose Everett From: Sent: To: Subject: Attachments: Liftnow <pjstern@liftnow.com> Tuesday, July 5, 2022 11:19 A.M bids Liftnow Automotive Equipment Corp. - Bid for B2200096 Weld County Options.pdf; BIDSPECS-VEHICLELIFTREPLACEMENT-96_(5).pdf; SpecSheets_2017_FINAL_4030 (3).pdf; LiftnowW9Latest__(1) (1).pdf; Rotary_Drive-On- Four-Post.pdf Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. I hereby waive my right to a sealed bid. Please confirm receipt of this email ahead of tomorrow's deadline. Paul Best Regards, Paul Stern Business Development Manager ' www.liftnow.com 1-800-LI FTNOW 1 ittw www Iiftnow,co sales u liftnow corn - Fax 914-7347479 1-800-LIFTNOW Customer: Weld County Fleet Svcs 1399 N 17th St Greeley CO 80631 Date: Valid Until Quote #: Sales Rep Estimate 7/5/2022 7/15/2022 WeldCoLifts Paul Qty 'Description List Price Your Price 1 OPTION- Add Rolling Jack to Lift with 15K Capacity (2 per lift is recommended) $11,520 20 $7,455.00 1 OPTION - Add Rolling Jack Airline Kit (if ordering 2 on a lift, enables dual rolling jack operation) $851.11 $595.00 1 OPTION - Drive thru ramp assembly - Fits 30,000 lb 4030 series 4 -post models $4,160.00 $2,945.00 OPTION - Drive thru ramp assembly, Eft long - Fits 30,00C lb 4030 series 4 -post models $5,771 11 $3,995.00 I OPTION - Turning radius gauges for 44030AR, 4030 alignment racks, black powder coat $4,186.67 $2,945.00 2 $1,500.00 $0.00 OPTION - Annual Litt Safety Inspection - Recommended by OSHA for lift and workplace safety 1 OPTION - Downgrade to Rotary SM30-L "As Specified" in Bid ($2,137.49) ROTARY OPTIONS BELOW"' 1 OPTION- Add Rolling Jack to Lift with 15K Capacity (2 per lift is recommended) $12,573.59 1 OPTION - Add Rolling Jack Airline Kit (if ordering 2 on a lift, enables dual rolling jack operation) UPON REQUEST 1 OPTION - Add Drain Pan UPON REQUEST OPTION - Annual Lift Safety Inspection - Recommended by OSHA for lift and workplace safety $1,500 00 $0 00 UNLOADING OF LIFTS $1,750.00 Special Notes and Instructions PLEASE ADD SALES TAX ELECTRICAL HOOK-UP, AIR HOOK-UP, REMOVAL OF EXISTING EQUIPMENT AND ANY CONCRETE `NCRK IF NECESSARY, IS THE RESPONSIBILITY OF THE CUSTOMER (UNLESS OTHERWISE SPECIFIED ABOVE) CUSTOMER IS ALSO RESPONSIBLE FOR THE PRESENCE OF ANY AND ALL SUB -SURFACE FEATURES OR CONDITIONS INCLUDING BUT NOT LIMITED TO ROCK, LEDGE, GROUND WATER, CONCRETE OF GREATER THAN 6" THICKNESS, AIR, UTILITY OR RADIANT HEATING LINES WHICH MAY REQUIRE RELOCATION OR REPAIR REMOVAL OR DISPOSAL OF ANY CONTAMINATED SOIL, IF PRESENT, IS THE RESPONSIBILITY OF THE OWNER OF THE PROPERTY ANY PERMITS, FILINGS OR FEES ARE THE RESPONSIBILITY OF THE CUSTOMER CUSTOMER IS RESPONSIBLE FOR HAVING A FORKLIFT TO UNLOAD AND RECEIVE THE SHIPMENT PRICES ARE GOOD FOR 30 DAYS ADD 4% IF USING CREDIT CARD MUST SIGN CHARGEBACK AGREEMENT AND AUTHORIZATION Above information is not an invoice and only an estimate of services/gocds described above Please confirm your acceptance of this quote by signing this document Subtotal Discount Freight $29,489 09 ($632.01) INCLUDED Total $30,121 10 Fleet Services Vehicle Lift Replacement OVERVIEW Weld County is seeking proposals for a turn -key lump sum bid to replace two vehicle service lifts in Fleet Service maintenance shop Weld County Fleet Services building is located at 1399 17th Avenue, Greeley, Colorado SCOPE The scope of this project is to remove the two (2) existing lifts and properly dispose of offsite Replacement of each lift will be per the specifications lined out below 1 Contractor shall perform removal of the existing lifts This will include disconnections of all existing electrical and pneumatic systems - 2 Contractor will ensure the existing connections (electrical & pneumatic) are compatible and ready to connect to the new lifts 3 The following are the make and model of the two existing lifts a Challenger 4 post lift - i Model 24025 b Hunter 4 Post Alignment Lift i Model L454 4 _New lifts can match make/model 5 Replacement lifts shall be equivalent to existing with the following criteria a 30,000 -pound capacity b Drive on 4 post lift (2 -post lift is NOT a permitted substitute) c Minimum 28' overall length d Minimum 11' drive through width e 24" runway width - f 4 HP 208 — 230V Motor g Operating range within 90 — 120 PSI 6 Contractor may provide optional accessory and pricing in addition to the base bid lump sum cost Examples would be ramp kits, air/utility box, splash guards and or drain pans 7 Contractor will provide an all-inclusive turn -key lump sum cost that will include all Labor and Materials to perform this scope of work Including but not limited to removal, haul off, procurement and purchase of new lift, install of new lifts, any and all electrical and pneumatic connections and equipment, and all fluids and lubricants 8 All electrical connections will be done by a licensed and qualified electrician Any electrical changes are a part of the lump sum price 9 Contractor will provide Fleet Services staff an onsite operational demo for each lift once the lifts are installed 10 Contractor will provide maintenance schedule per the manufacturers warranty conditions B2200096 ,9 11 All work can be completed during normal business hours when scheduled with County personnel and adequate notice is given 12 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 13 All lifting and hoisting equipment shall be provided by the contractor 14 The projected contract date is expected to be August 1, 2022 Based on this date, provide expected start and finish dates 15 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 16 No bid bond is required for this project 17 Bids over $50,000 will require a payment (100%) and performance (100%) bond 18 Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid 19 All trash and debris to be properly disposed of offstte 20 Weld County is a tax-exempt entity 21 Davis -Bacon and Buy American requirements are NOT required 22 Contractor will be required to enter into a standard Weld County contract for this service A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request SCHEDULE Below is the anticipated schedule for this project Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion June 2, 2022 June 2, 2022 June 17, 2022 July 6, 2022 July 25, 2022 Aug 1, 2022 Immediately upon receipt of signed contract October 31, 2022 B2200096 10 PROPOSED DATES Please provide proposed start and completion dates for this project if different from forecasted schedule. **Only two weeks behind in total, 60 Business Day Lead time on the new lifts. Once lifts arrive actual labor will take no more than 4-5 business days The lifts proposed are 60 Business day Lead time while the proposed competitor (Rotary Lift) currently has an 80 Business day lead time '" Please note that as a part of our options document there is an option to purchase the as -specified Rotary Lifts (SM30-L's) if you would prefer that option FEE Provide your Lump Sum fee in space below. START DA IE 11/1/2022 COMPLETION DATE 11/15/2022 TOTAL BID: $ 74,215.00 A mandatory pre -bid conference will be held on June 17, 2022, at 1:30 PM, at the Weld County Motor Pool, 1399 17th Avenue. Greeley, Colorado. Bids will be received up to, but not later than July 6, 2022, at 11:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 11:00 AM on July 6, 2022: 1) Page 9 thru 12 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. on or before the bid opening *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. B2200096 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200096. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Liftnow Automotive Equipment Corp BY Paul Stern (Please print) BUSINESS ADDRESS PO Box 972 CITY, Yorktown Heights STATE, NY ZIP 10598 DATE 07/05/2022 TELEPHONE NO 914-424-3479 FAX 914-734-7479 TAX ID # 74-3093226 SIGNATURE E-MAIL pjstern@Iiftnow corn CODE WELD COY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller B2200096 12 SERVICE BAY LAYOUT Alignment model shown re air ? M*E tOldAtisr p1411u0tON ret NKIN.IL rCoa irit EN'TS raw !11 'Chit E *LHVMtA7 to at wage 110541• AUNiWAi Ir no* la t'. r CatCw. 4f •est• ow X esti OVERALL LENGTH BETWEEN COLUMNS WA. V061111131 NAIL t WWIR Atiewimint 1 _ * US$NG THIS UFT *0H AN ALIGNMENT SYSTEM, CC,NsuU MANUAL FOS MIN D137ANCE IC) FRONT CAIN ►IAIE t tY PLATE 4.1 Cara CN 3175' 4030 SITE SPECIFICATIONS • BAY HEIGHT: 71.75" rise plus vehicle • BAY WIDTH: 17' recommended • BAY DEPTH: 28' rec. standard / 31' rec. for E models / 34' rec for X models el am/longer lifts • POWER REQ.: 208-230v Single Phase*, 30 -amp breaker • MIN. CONCRETE SPEC: 4" thick, reinforced, free from cracks/seams, rated at 3500+ psi, cured at least 28 days Model Number 4030SFX 4030EFX 4030XFX 14030SAX i 4030EAX 14030XAX Lifting Capacity Max. Wheelbase 244.5" 281 " Rise Height Overall Length 308" 344" Overall Width Inside Columns Between Columns 246.125" 282.625" Height of Columns Height of Runways Width of Runways Width Btw Runways Air Supply Required Motor / Voltage Speed of Rise Max 2 Wheel Alignment Min Rec. Bay Size 28' x 17' 31' x 17' ALI/ETL Certified -if 1 Colon Available *3 -phase upgrade is available for purchase 30,000 lbs. 317" 244.5" 281" 7].75" 380" 308" 344" 380" 172.75" 152" 318.625" 246.125" 282.625" 318.625" 92.25" 8.5" 24" 46" - 52" 90 - 120 psi 3HP, 208v - 230v TBD 34' x 17' I 219.5" 28' x 17' ■ 317" 256" 292" 31 x 17 34' x 17' www.challengerlifts.com 1-800-648-5438 Effective 12/2017 Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. En a.) cd a 0 c O V I. a. c .a a, a a) cn 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. LIFTNOW Automotive Equipment Corp. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ■ U IndividuaVsole proprietor or single -member LLC ■ C Corporation a ■ S Corporation Partnership Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. O Other (see instructions) ► 5 Address (number, street, and apt. or suite no.) See instructions. 563 Croton Avenue 6 City, state, and ZIP code Cort{andt Manor NY 10567 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from MICA reporting code (if any) (Applies to accourts maintained outside the US) Requester's name and address (optional) 7 List account number(s) here (optional) Part Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Part II Social security number or , I 1 Employer identification number Certification 4 3 0 9 3 2 2 6 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, y. 1 - not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Here Signature of U.S. person ► General Instru ions Section references are to I e Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► 05/16/2022 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) r-• • 1 RAISED IN MADISON Lit DR i VEC.NLIFT GENFRAf Si I:VICE RUNWAY LIFTS C) -O PATENTED www.rotarylift.com i PRODUCTIVE VERSATILEEx�crierce �gATTERY SPEEDH________________FASTER OhgHaL �Raised in Madison Buy America C' CRAFTEDGtobatLeaderSHOCKWAVE ogondary PRFFFRR _ p Efficient g _ l SUPERIOR w ::: CRAFTSMANSHIP -lQ � z Service 3Pr ide I �" Long -Lasting � O> clia CL TESTED Shown: SVO1LU101Y3+ 1L,000 :as caoacity SrOCKWAVE-eq�ippeo r„nway It with optiona, roing jacks 6 • Rotary drive -on lifts make jobs easier all the way around. For easier vehicle spotting you need a drive - on lift Create significant value for your shop when it comes to increased efficiency for general maintenance and multi point inspec- tions - especially when you add our Shock - wave technology for rises and descents that are twice as fast. The most expensive lift is the one that doesn't work. You can trust the fact that no brand of lift performs better or longer than Rotary. A lower price doesn't necessarily mean you're getting a Lift for less. Our lifts are in- vestments that pay for themselves quickly and boost your business for years to come. Rotary lifts cost less to operate, have a con- sistent track record of uptime with lower repair costs and are manufactured with 95 years of legendary quality. Rotary lifts are engineered, tested, and supported with pride in Madison, IN USA. Crafted by people who love what they do delivering their best work to you - our customer. Choose the right lift for your shop. Rotary Lift. GFNFRA1_SFRVICF-R nal :_� S • Sot t NWAYE_IF- IS ENGINEERED FOR CARS, TRUCKS and COMMERCIAL VEHICLES Discover the competitive, exclusive features, the variety of lifting configurations, and available accessories that only Rotary offers! Hit and lift wwnaLever is driven on to road i lc nary cyrnve-on lifts acccminodate a variety of vehicle classes by easily puffing up onto the lift with confidence Coen front and open through designs allow service technicians to move freely around the vehicle Taller rise heights mean less stooping below a beam structure With available lit accessories you can handle the additional business that will come your way. Do more work than just lift a vehicle. Do it all with a certified Rotary lift in your slop. Supercharge SM14 Series lifts with exclusive SHOCKWAVE power SHOCKWAVE equipped lifts are the fastest lifts in the world, accelerating productivity and increasing service orders per bay. Designed specifically for bays where service speed is essential. Shockwave equipped lifts feature • Soot ne'" mot on act vated soot ng laser. Center yen ces n oays accurately. • Patented DC oower system g ves you an nexoens ve and 'el aole ooerat on we) Le us rig two standard Grouo 24 oatte' es.' • r.e ou It n flattery cna-ger uses "Ov oowe , el m nating tie need for exoens ve 220v w r fig and, f your snoo loses oowe : SI IOCKWAVL-equ ooed l its -ceeo On WOrK fig Watch your productivity increase, the number of service orders increase and be shocked at the increase in revenue! SCAN THIS VIDEO CODE TO LEARN ABOUT SHOCKWAVE LIFTS 14,000 LBS. CAPACITY RUNWAY LIFTS SM14 CLOSED FRONT DESIGN 14,000 lbs. Four Post Lift Features three runway lengths SHOCKWAVE LIFTS SMI4S-SW SMI4LSW SMI4EL2-SW CLOSED FRONT MODELS SM014 OPEN FRONT DESIGN 14,000 lbs. Four Post Lift Features two runway lengths with an open front design for greater vehicle access SHOCKWAVE LIFTS SMOI4LSW SMO14EL2-SW OPEN FRONT MODELS MODEL Lift Colors are Blue and Flea STANDARD LONG EXTENDED SHOWN: SM(14N100YBL SM14 SERIES FEATURES: • industry -Best Pse: 18 3/'i • Dual I unct on Sent net Loci<' `" System • Avalanle wtn SI IOCKWAVL' `" Power • S nglc P ece 20" Runways • A:• Ooe•ated Lccic Release • Aciustaole Lock Ladders Keeo L ft Level. • Louvered Ramos w;tn Polymer Rollers • A r I titer / Regulator / Luor:cator • Powder -Coated i Iarnmer I one Pa it • Al g' -rent Converson Ava laole • Converts to a Dr ve- E nn i Lft SM14 4 POST LIFT SM14N100Y SM14N101Y SM14N102Y SMO14 4 POST LIFT SM014N101Y SMO14N102Y SI-IOCKWA'VE EQUIPPED Lift Capacity Rise* Width Overall t Length Overall t Maximum Wheelbase Drive-Thru Width Column Height Width Between Runways Runway Width Minimum Bay Size Motor I Voltage With SHOCKWAVE Time of Full Rise With SHOCKWAVE** S 'f14U100Y SIVI14U101Y 9M1401©2Y 733/L•/783/L :�F`• 2.30• / .'f5 1 1'b / C3 i 1 I! V Sc" ,. . 203 10V (15 c•)t?( Gr fill:, ...) e.::(;i' IC:3 SM014W02'. 1-10 v t!. 1;.)H c1- :t) • 1„ x 'it_ Ci 23' 6f.) 5 se(.:Or`•ciS • xR se '"eas:.res `,00' to :out a' ^ways a; r..;. s.roke • S-ANI)ARD se—eas:.'e,^e.,: I e^•g;" a^G o' w -a,^ ;S 13 -1/2- o ger wft^ SI-O KWAVF '"C.S"iec on Co..r"'^ see Or `'Orl t ",es oeue^e O" vet" c e we g^• Na"ow oay SM14 —oaths ava :an e Co"St.,L'aCI.tYy 'Tyr rn:^ •nu.fl pay s to Art SHOWN: SM014101YBL SHOWN: X14N00100BL OPEN THROUGH 14,000 lbs. Scissor Lift Open scissor design saves space and provides greater technician access with true vertical lifting FEATURES: • 40" detweeri Runways • versat le '98" Wneeloase Range • Intu t ve Console Controls • I oldng Ramos W to Rear Cnoc-cs • X10" Between Platforms for More Access • Recessed / Surface Mount Oo ons • AL:gnnent Mooel Ava ladle MODEL Lift Colors am Blue anu Rea Power Unit Consoles are Gray SURFACE MOUNT X14 SCISSOR LIFT X14N0010 Lift Capacity I '4.00O _cs Rise* ;,. Width Overall : ,I4 Length OveraU __... 27T Runway Length i , I. it Maximum Wheelbase ;.)<I Lowered Height li_; :3iz' Runway Width i 2 II ",%. Minimum Bay Size 1C x 27' r-._. Motor / Voltage :' -I ' f 220•\ Time of Full Rise : 77 secon; .F Rise Treasures `ioar .o top or runway ai '.... stroke S:,r:ace r^o.,r' _e0 rreasurer^er,. OPTIONAL LIFT ACCESSORIES Contact the manufacturer for proper lift application Air / Utility{. Box inc:.,oes two 110v eLecinc[Liedlets, air connection with [Lie reg,,:alor/.vbnVatcr Ramp Kits for drive-thru capabiLity anc .ew-profile vehices Air Operated Tire and Wheel Lifts with air hose ano air t.001. connection SPOTLINE'' Laser Kit he.ps center vehlc.es in days q,,ick,y and accuralely TECH LIGHT LED Runway Lighting Kit / Cour t ght wands for effective Sing TECH LIGHT'') Line Light R i __D inspection hand :amp wltn top spot_ Jghi Oil Drain Pans nc;L.,oe sp,ash guard. Drain va.ve and oust cap Lock Light- provices green JghL vis;,a. confirmation when At is ,owereo Lo its ,ocks Removable Work Steps for Its with acts or sees of r..nways / SV11 ,if on;y SHOWN: SM18N000BL SHOWN: SM30N01OBL 18,000 to 30,000 LBS. CAPACITY RUNWAY LIFTS SM18 HEAVY DUTY FOUR POST 18,000 lbs. Four Post Lift FEATURES: • 1 wo Runway Lengtns • S.ngle Po it A:r Lock Release • Dual I unct on Sent net ..oc<i u System • 3 Pease Power Ava lade • Fold ng Ramos W try Rear Cnoccs • Ar / I [[ter / Luor cator • Cot oval Internal Art ne K t • Al gnment Conveys K is Ava hole • Converts to a Dr ve- I nru L ft RFL25 HEAVY DUTY FOUR POST Drive -On Forklift Service Lift 25,000 lbs. FEATURES: • S ride Po nt A r L ocA I ZeIc.ase • Dual Lock rig System • 3- Phase Power Ava Lao[e • I- ()dig Ramos Wth Rear C riocks • Aril- tter / I .uor cator • Oot oval I nternat A rl ne t SM30 HEAVY DUTY FOUR POST 30,000 lbs. Four Post Lift FEATURES: • I nee I runway Lengtns • S ngte Point A r Lock Release • Dual Lock ng System • 3 -Pease Power Ava taoe • IT old ng Ramos W to Rear Chocks • A r / f [tee / Lucy- cator • Internal_ A r! le K • Al gnment Conners on K is AvaI.aote • Converts to a Dr ve- I nvu L ft OPTIONAL LIFT ACCESSORIES / Contact the manufacturer for proper lift application Air / Utility Box irc,,,des Lwo 110v aeciric ouLeLs, air connecton with lt.ter/reg„;alor/,.,bricalor Ramp Kits for Cave--lhr:, capahi.fly / SV18 and SV30 .ills Air Operated Tire and Wheel Lifts with air hose anc air Loci conneclion TECH LIGHT"' LED Runway Lighting Kit Jght wanos for effective runway :iehung Oil Drain Pans inc,.,oe spash g„aro, orain va_vo ano o.,sl cap Removable Work Steps for .ills with slots on sides of r„sways Alignment Conversion Kits lranslnrm you' ens ng 1Li. Lop r..nw y l It "'to a rlu, y f „ncuon,rg a;ignment :ill MODEL 4 'ft Colors are Blue and Reo STANDARD EXTENDED SM18 4 POST LIFT SM18N000 SM18N001 Lift Capacity 8000 _os Rise* I 1-;<..?_ Width Overall I i 5 ?/=' Length Overall 22 !I 2/?6- l.I 11 L'1f, Max. Wheelbase in -1" / 21C Drive Thru Width 0. vu' Runway Width 22 - Min Bay Size 16' x 2T 01 3D' Motor / Voltage 2 1) ; 208 - 230V Time of Full Rise 65 secone s tse rreas;,ces :op a' r.,rway a: .... s_rcke MODEL La Colors are Flue and Reo STANDARD RFL25 4 POST LIFT RFL2500 I. Lift Capacity x.,)00 .os Rise* 6P : „- Width Overall LIi IC Length Overall I ii:- :.:)' Max. Wheelbase 1t; ' Drive Thru Width 1t Runway Width Min Bay Size 16' x `6 Motor / Voltage = --1'' ; 298 23(V Time of Full Rise :) , S -e :rr1r.=. •,ZIse iC of) :)• f..r'way a. MODEL Lift Colors are 'Mt c Anil Zed STANDARD LONG EXTENDED SM3O 4 POST LIFT SM3ON010 SM3ON011 SM3ON012 Lift Capacity 301'00 t::s Rise* -- - - 683/z-' r____ - Width Overall .____Length '2' ii 11i 1 -.6 - Overall 25' `? U2'- 28'9 VT `�1' 9 .i/2. Max. Wheelbase • 2.3.I'- l 271" / ",;;?• Drive Thru Width 11 Runway Width 2 Min Bay Size I.i x 27' or 30' Motor / Voltage -` ..1 ' / 20 - /.3,,,v Time of Full Rise gay 9-1.-01 (1 wiise r—easures `.00r to op or r.,r•way a: stroke HDC SERIES HEAVY DUTY LIFTS 35,900 to 60,000 lbs. CAPACITIES Operator friendly with exclusive features offer a four -post lift that's faster and easier to use than similar competitor lifts. I IDC Se' es oaLe'y operated l f:s ate iexoensve to own an on ooard cna-ger reou' ng only "Ov elects cty. W to no cannot cared or exoens ve electt cal nstallat on, no caoles, cna is or sneaves to ma nta n, :nese fully nydraut c I fts allow you to ooerate the t ft from any column, say ng valuaole t me FEATURES: • Ooerate l f` from any column • Avaiaole n tnree lengtns and caoac tes • Clear floor design for open work are=. • Surface mounted and ancnored • 28" w de runways - 1 old ng camas w ti automat c rear cnccKs • Standard nte'nai art ne connect ons Oot anal moo l ty wieel •c t orav des oo'tao t ty for each column add ng movement w to n yotir snoo BATTERY OPERATED WITH ON -BOARD CHARGER • Generates at least ' S X fast& t ft cyc.e t mes • No spec al AC w r ng costs o' requ-eme^ts • Low elects ca. usage - DC oattery oower* and "OV cnarg ng • I=ul!y funct onal wnen tie power goes out HORSESHOE WIRING ne ; IUC s connected oy tnr ee co^nmun cat cn caoles. (corm ng a norsesnoe) orotected w to n tie l ft runways PATENTED INTUITIVE CONTROL SYSTEM • \Rua. con.: rrmaro^ of each column's s -.atlas and E `;. height • Levu lift ng w tn;n "" at each column - Ove's zed "! -Stoo" emergency stoo outtoi at every coturnn • Aud ale descent alarm for added safety • ?a :et p..'::I' issc separa.e.y at in.err•aaar a...se MODEL Lilt Color s F., -i STANDARD EXTENDED HDC36 HDC36L 4 POST LIFT HDC36U00 HDC36UO1 HDC50 HDC60 4 POST LIFTS HDC50000 HDC60O00 Lift Capacity Rise* Width Overall I '-:' "? �,' IS' 11- Length Overall** .,.'.._• 11 _;:.a 0 - — u.. Max. Wheelbase - - ,. �-' , . 1 Column Height at Full Rise ! > ... Drive Thru Between Columns I • .:: It 10- Runway Spacing . .. - -• Runway Width Time of Fult Rise ;h -Ali .4.1t'CS ... .--i.,;; t( • ,, Power Usage .. V :OA ` 1., i. :l f L.. _•� ; 1 tt.-i � Y:f-: •.-1:,.)f .1; ; ,i_ 1" 4 (. ,: Ramp Angle .1 - I. :� =� . se. 'ieac.yes 1!r: ?' :C too or runway at 1.1. St'O>P, k*Rotr 2W a"c Ti - "way er-gt^ •"oce.s are ava ao.e ;-is 500O0 aro 60030 Los caoac; ly Rs HDC36 HEAVY DUTY FOUR POST 35,900 tbs. Capacity FEATURES: • c wo Runway _engtns: 25' and 30' • /9" l ft ng ne gnt • P se t me: 68 seconds H DCSOIG HEAVY DUTY FOUR POST 50,000 and 60,000 Lbs. Capacities FEATURES: • I wo Runway Lengtns: 28' and 33 • /8'el ft ng ne git • P se t me: 65 seconds OPTIONAL LIFT ACCESSORIES Contact the manufacturer for proper lift application Air Operated Rolling Bridge for HDC36 Lifts RJ14BK i iL.000 .bs (6350kg) with ,cc►c RJ22BK / 22,000 .bs (9979kg,) with Lock Air Operated Rolling Bridge for HDC56/60 Lifts RJ25BK / 25.000 .bs (11363 kg) with .CCK RJ30BK / 30,000 .bs (13610 kg) with Lock Low Profile Rolling Drain Pan FC5968BK / 30 Ga...on (11' _filer; nc,..xies sp;ash g..aro, drain va:ve and o.,s1 cao Drive-Thru Ramp Kits / 10' Ramps M140133RD / fcr -DC 36 Vcce.s M14O099RD / for -DC 50 anc 60 Voce:s SHOWN: HDC360000 Air operated rolling bridge jacks Drive-thru ramp kit Column Mobility Wheel Kits M140125RD / acts whee.s ano steering tc -0C 36 Vooe. Co.,,mns M140111RD / aoos whee.s ano steering to -IBC 50/60 Vooe. Co....mns Shim Kits for 36K, 50K, or 60K Single Columns M140105 2" Shim Kit for -1DC sings column M140106 /V Shim Kiit for -i7C singe co,:,mn ( -wc 1/2, we 1/L, wo 1/8, we 1/16) Mobility kit TECH LIGHT 'Line Light 4 LED Runway Lighting Kit FA5700 / =o.,r Sc ,ong ,il hl wanos wren 216 _EiS each / 60W power s.,pp.y nc,,,ces 16' cab.e .engihs, 8 rrragnelic c:ips np.,t vo.1age 1OO-2LCV AC RU NWAY LIFT ACCESSORIES We make the Lifts. Accessories make the lifts yours. Maximum performance with minimum downtime. It's what we strive to provide in everything we design and manufacture. I hat includes our genuine parts and accessories. Consult factory for proper lift applications. Add productivity to any general service lift You want your shop to be as efficient, productive and profitable as possible. Supercharge SM14 Series lifts with exclusive SHOCKWAVE power SHOCKWAVE equipped lifts are the fastest lifts in the world, accelerating productivity and in- creasing service orders per bay. Designed spec;fically for bays where service speed is essential. WATCH AND LEARN ABOUT SHOCKWAVE SPOTLINE'"LASER KIT Motion activated laser helps center vehicles in bays quickly and accurately. Laser guided system comes complete with motion sensor and mounting hardware. STANDARD on SHOCKWAVE-equipped SM14 SERIES Lltts AIR OPERATED TIRE LIFTS nctudes air hose and air tool connection and pressure regulator to prevent overloading 200 lbs. and 500 lbs. capacities #MW -200 itMW-500 RAMP KITS • Oil resistant, non-skid coating • includes two ramps and hardware • Extended length ramps for low clearance vehicles available S1CO1S1 5100W" S•<S1o00/R 5100013 7C59 7 -.H.< _'.:5790-3 za57f31-7 wo .O 1/1' 'tar^ps 'or SWSMO1--100 Series Two 49 7/16" Rar—ps `^r SM/SVIQK Series -WO7p. Rarips `or XA14 TWo =x ercec Rarps rar SVIl Twa tR V- '`i x J Rar ps 'or SM18Ore S:ar'oarc; _er•g.h Ran -a for sM30 : i" 5 ore -x:er,c.ec I. erg+'^'tarp `c)i SM30 Vvu OPTIONAL ROLLING JACKS Increase your service opportunities by lifting front, rear or alt wheels off the runways. OPTIONAL BOLT -ON ALIGNMENT CONVERSION KITS Transform your existing flat top runway lift into a fully functioning alignment Lift Kits fasten to the side of the lift runway and feature adjustable flush mounted compo- nents that accommodate a variety of vehicle wheelbases. SM14 / SMO14(S/L/EL) ALIGNMENT KITS Bolt -O^ At K I Max mum Wneel Base Range S 100'30M •82" ('1623mm) S'00"3'M 2'5" (5'16'mm) Kit includes stainless steel radius gauges, slip plates and ramp modifications, with necessary mounting hardware. Rolling jacks sold separately. Bolt -On Al gnment K t - no Rad us Gauges Max mum Wneel Base Range S'00'36M 'f32" (1623mm) SI0C'3tM 75" (546'mm) S'00' t nc...oes acditiona. air,ine kit ano one (1) ro..ingjack 182" (4623mm) Kit includes stainless steel slip plates and ramp modifications, with necessary mounting hardware. Rolling jacks sold separately. RADIUS GAUGE KITS Bolt -on stainless steel radius gauge for performing two - wheel alignments. Turntable capacities up to 15,000 lbs SM18 / SM18EL2 ALIGNMENT KITS Dolt Cn Al gnment K t Max mum Wneel Base Range S"00'82 / Post 10-20' 1 '94" (4623mm) S'00'8' / Post 10-201/ 230" (4623mm) Kit includes stainless steel radius gauges, slip plates and ramp modifications, with necessary mounting hardware. Rolling jacks sold separately. SM30 SERIES ALIGNMENT PACKAGE Boll -On Al gnment K t Max mum Wneel Base Range I C /17H %Al rn rolloac,c 2(1" (696C mm) Includes two (2) carbon steel radius gauges, one (1) work step and recoil hose. Rolling jacks sold separately. Consult factory for additional alignment kit accessories and packages. ROLLING JACKS Increase your service opportunities by lifting front, rear or all wheels off the runways for brake, tire, suspension and two or four-wheel alignment work. From 6,000 lbs. to 15,000 lbs. capacities. Contact factory for complete details, options, and service lift applications. 6,000 lbs. / 7,000 lbs. CAPACITIES* --R.,6100Y 1 6,000 capacity for S\/1L ifts R„71{h)-X 7C00 .b caoac►ty for X1L/XA'4 ifts Rt,7100Y 7 C0C .b capacity `o- SV1L/18 ills Each mace. inc..,Ces bber aoapter b.Cc4s. :'arm aoap..ers anc extens:ons =C6631K RC) VG ..ACK -RAY OR SV/SV0'L =06133 C RO__ NG .,AC< RAY =O? SV30 . fts 9,000 tbs. CAPACITIES* L9100Y for SV18 ,efts .9100Y-1 for SV18 ,ills t.,9100Y--2 for SV30 .ifls Each mcce. ,nc,.,oes r Jbber acapter bncks, frame acapiers anc extensions " \K)= =act- jack rrcce 1 -as clirrecr. Te estzpirg Bros C,.r.- c- r r r, rv♦ - e ce 15,000 lbs. CAPACITIES 8.,150 far SV30 . f is 8,,152 for SV30 INTERNAL AIRLINE KITS Standard internal airline connections let two rolling Jacks operate simultaneously, and provides air outlet on the runway. :C5 60.1L fa000 capacity .its anc :C7138 :or XIL Its I Retrofit LOCK LIGHT' Provides an instant green light visual confirmation when lift is towered tc its locks. Compatible with high-pressure lifts that use an electric/hydraulic power unit providing an unused pressure port is available. Patent -pending. Kit includes: • indicator light assembly • Pressure switch • Mounting bracket • 10' of electrical wire =A83� C -- 1-0V =A835- K - 22.0V TECH LIGHT" RUNWAY LIGHTING LINE LIGHT 4 LED Lighting Kit Effective runway lighting system, attach the four 54" light wands to runways for efficient lighting where you need it. n5 goo Includes 60W power supply unit, 16' cable lengths and 8 magnetic suspensions • 120V AC input voltage • 60112 PORTABLE PRODUCTIVITY JACKS Junior-Jack2 / 4,400 lbs. capacity High rise jack assembly for removal and transportation of fuel tanks, transmissions, transfer cases and other items. Floor style jack. • Air assist and foot pedal adjustment • Swivel caster wheels • Patented corrosion protection set GA4 Accessory Table �JJ .0 / f�c 5iy.c 12 oegree lc.l / 20-7/8' X 15" X t -3/C wit • _arge r ., bber s., pperts w&', h two straps 3134101 Acaater for GA' AIR / UTILITY BOX Mounts easily on any column and provides quick access to utilities • Two 110v electric outlets and air connection • The filter/regulator/lubricator helps extend the life of your air toots =A915 A'r/ , ecinc Lituty Sox nc.,,ces = .ter/Reg,,.alor/_„bncalor =A22593-< Ar/=.eclric 3cx for SV18. SV30 nc..,ces =tler/Reg„..alcr/__.oricatcr- =A2260.3KC Arr/E_ecut 1,:'.►ty Sox • a REMOVEABLE WORK STEP Optional accessory for the runway lifts with slots, this repositionable stand fits the outer sides of the four -post runway slots as shown. -C33783K <El of Lwc steps for 1LtK capac!ly L i.:;sl I =C5663Y_ <+l of two steps rot 181( anc 304. capacity L. post .ills OIL DRAIN PANS Available for most lifts, drain pan includes splash guard, drain valve and dust cap. =C59673K grain pan, 30 Ge.._on, S`.'/ SVO1L. SV18 _iris =C5968-i.C Drain pan, 30 Gaon rc..�ng, SV30 _iRs =C52L7 lose. 8 ft a. cram with QD I Lung TECH LIGHT" LIGHT R Rechargable LED inspection hand lamp with top spot light. Supplied with flexible suspension clips holder with both hook and magnet for positioning the light where you need it. • 1eo lumen in main light operates for up to 3 hours • 120 lumen in spot light operates for up to 6 hours • 4 hour charging time =A5702 i Snur4`r'weli 7.1 ALIGNMENT SYSTEMS Rotary Lift 2700 Lanier Drive / Madison, IN 47250, USA rotarylift.com Sales: 1.8'42.273.1622 / 800.445.5438 insidesales@vsgdover.com Government Sales: 800.445.5438 X5655 For additional information: rotarylift.com/Government-Purchasing-Assistance/ MASEo Advantage! VatuePo+nt GSA C.A./MS, Ma MCI (S oak ►tS Can..: ♦. (120, 4 •.....a . Covin vo CP4IS Tech. Support: 800.445.5438 technicalsupport@rotarylift.com WHEEL BALANCERS TIRE CHANGERS r The name you've come to trust for lifting vehicles worldwide also offers the best wheet service equipment for your shop. Rotary's tine of wheel. service equipment offers cuffing -edge technology, productiv- 'ty and safety features that every shop is looking for. Providing the best service is about more than just know -haw. It's about having the right equipment for the job. The go -to choice for shops of all sires. Rotary's line of premium equipment is manufactured to the highest standards of quality and durability to help you perform the job right the first time, every time. All Rotary wheel service equipment carries an indus- try -leading 3 year warranty Offer your customers top quality tire and wheel service by putting Rotary to work for you. odar www.rotarywheelservice.com Lit# Rotary Drive On Lifts Brochure.2021.11 ©2021 VEI IICLE SERVICE GROUP . Printed in U S.A . All Rights Reserved Unless otherwise indicated, ROTARY LIFT, VEHICLE SERVICE GROUP '. DOVER and all other trademarks are property of f)c:vet Corpor atior r and its affct1tc s Manufactured using the following patents: Sentinel Lock System (U S. Patent No 6/1.16,757) Bolt -On Agin -nerd. Kit Spacer Plate with enclosed pockets (U.S. Patent No D740742) Intuit:ve Control Console / wireless Column Communication (U S Patent No 6983'96 Si Patent No 8033034) Product specifications. par t nurn tiers, images aril compor iwr ri descrlcitions are subject to change without notice or liability. Esther Gesick From: Sent: To: Cc: Subject: Liftnow <pjstern@liftnow.com> Wednesday, August 17, 2022 10:13 AM Esther Gesick Bruce Barker; Don Warden; Ryan Rose; Christie Peters; Toby Taylor; Cheryl Pattelli Re: Appeal Determination - Bid #B2200096, Vehicles Lift Replacement - Facilities Department Caution: This email originated from outside of Weld County Government. Do not click links or open attachments unless you recognize the sender and know the content is safe. Folks, Thank you very much for taking the time today to respond to my protest appeal. I understand that it isn't a process anyone wants to undergo but I do appreciate the effort. I hope that you folks enjoy the new lifts from the new vendor. Please feel free to call us or email us whenever you have another garage equipment need. As I said on the call, we successfully sell, install and service lifts, garage equipment, air/lube systems, etc. in nearly all 50 states through our numerous contracts and would still love a shot to earn your business. Best, Paul Stern On Mon, Aug 8, 2022 at 5:36 PM Esther Gesick <egesick@weldgov.com> wrote: Mr. Stern, The attached packet contains the Notice confirming an Appeal hearing scheduled for Wednesday, August 17, 2022, at 9:00 a.m. If you wish to present any further written evidence to support your appeal of the Board's decision, you may forward it to me for inclusion in the public record, as well as distribution to appropriate County personnel. I'll be sure to share any additional staff -generated documents with you as well. Thank you, Esther E. Gesick Clerk to the Board 1150 O Street!P.O. Box 758/Greeley, CO 80632 tel: (970) 400-4226 Hello