HomeMy WebLinkAbout197-25 RESOLUTION
Page 1
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 197-25
File Number: 2025-1487
A RESOLUTION TO APPROVE THE PURCHASE OF A HYDRO-EXCAVATOR FROM GAPVAX INC. IN
THE AMOUNT OF $733,015.70, PLUS ANY APPLICABLE SURCHARGES, FREIGHT CHARGES, AND
DELIVERY FEES, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT, AND
TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, the Utilities Department repairs over 1,300 water leaks annually and a large number of those repairs are
service lines that are located in customers yards or crowded general utility easements; and
WHEREAS, utilizing the hydro-excavator is the safest, most efficient and least invasive method to perform these
repairs and eliminates the need to wait for utility locates before making a repair and the current hydro-excavator is in
need of replacement.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of a hydro-
excavator from Gapvax Inc. in the amount of $733,015.70, plus any applicable surcharges, freight charges, and delivery
fees, pursuant to a Sourcewell cooperative purchasing contract.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of
which is attached to this Resolution.
PASSED and APPROVED on September 2, 2025
Approved:
_______________________________
Molly Rawn, Mayor
Attest:
_______________________________
Kara Paxton, City Clerk Treasurer
Mailing address:
113 W. Mountain Street
Fayetteville, AR 72701
www.fayetteville-ar.gov
CITY COUNCIL MEMO
2025-1487
MEETING OF SEPTEMBER 2, 2025
TO: Mayor Rawn and City Council
THRU: Terry Gulley, Asst Public Works Director - Ops
FROM: Ross Jackson, Jr., Fleet Operations Superintendent
SUBJECT: WATER SEWER DEPARTMENT HYDRO-EXCAVATION TRUCK ASSET
REPLACEMENT THROUGH GAPVAX INC.
RECOMMENDATION:
A RESOLUTION TO APPROVE THE PURCHASE OF A HYDRO-EXCAVATION TRUCK THROUGH GAPVAX
INC. IN THE AMOUNT OF $733,015.70 PLUS ANY APPLICABLE SURCHARGES, FREIGHT CHARGES OR
DELIVERY FEES PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT (101221-
GPV) AND TO APPROVE A BUDGET ADJUSTMENT.
BACKGROUND:
Asset 9284 (WSEW_F097) is currently at 13.3 points and in need of replacement.
DISCUSSION:
A large number of water leak repairs made by the Water Sewer department are service lines that are located in
customers yards or crowded general utility easements. Utilizing the hydro-excavator is the safest, most
efficient and least invasive method to perform these repairs. The Water Sewer department repairs over 1300
water leaks annually. Hydro-excavation also eliminates the need to wait for utility locates before making a
repair whereas traditional excavation requires locate requests through 811 - call before you dig. These trucks
allow us to improve efficiency when making water leak repairs. it is a safer method of excavation when working
near electric and gas lines.
Fleet Operations recommends the purchase and on-time replacement of this truck, and it will be built exactly
like the last truck approved by the City Council in June of 2023.
BUDGET/STAFF IMPACT:
This unit was originally forecasted to be a FY27 replacement, but due to ongoing large and costly repairs and
downtime along with a 1-year lead time, a budget adjustment is being presented for your approval to start this
purchase earlier.
ATTACHMENTS: 3. Staff Review Form, 4. Budget Adjustment, 5. Quote Documentation
Page 1
City of Fayetteville, Arkansas
Legislation Text
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
File #: 2025-1487
A RESOLUTION TO APPROVE THE PURCHASE OF A HYDRO-EXCAVATOR FROM
GAPVAX INC. IN THE AMOUNT OF $733,015.70, PLUS ANY APPLICABLE SURCHARGES,
FREIGHT CHARGES, AND DELIVERY FEES, PURSUANT TO A SOURCEWELL
COOPERATIVE PURCHASING CONTRACT, AND TO APPROVE A BUDGET
ADJUSTMENT
WHEREAS, the Utilities Department repairs over 1,300 water leaks annually and a large number of
those repairs are service lines that are located in customers yards or crowded general utility easements;
and
WHEREAS, utilizing the hydro-excavator is the safest, most efficient and least invasive method to
perform these repairs and eliminates the need to wait for utility locates before making a repair and the
current hydro-excavator is in need of replacement.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes the purchase of
a hydro-excavator from Gapvax Inc. in the amount of $733,015.70, plus any applicable surcharges,
freight charges, and delivery fees, pursuant to a Sourcewell cooperative purchasing contract.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution.
City of Fayetteville Staff Review Form
2025-1487
Item ID
9/2/2025
City Council Meeting Date - Agenda Item Only
N/A for Non-Agenda Item
Ross Jackson 8/11/2025 FLEET OPERATIONS (770)
Submitted By Submitted Date Division / Department
Action Recommendation:
A RESOLUTION TO APPROVE THE PURCHASE OF A HYDRO-EXCAVATION TRUCK THROUGH GAPVAX INC. IN THE
AMOUNT OF $733,015.70 PLUS ANY APPLICABLE SURCHARGES, FREIGHT CHARGES OR DELIVERY FEES PURSUANT
TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT (101221-GPV) AND TO APPROVE A BUDGET
ADJUSTMENT.
Budget Impact:
9700.770.1920-5802.00 Shop
Account Number Fund
97001.5400.720 Fleet Replacement Vehicles
Project Number Project Title
Budgeted Item?Yes Total Amended Budget $1,020,663.00
Expenses (Actual+Encum)$172,480.64
Available Budget $848,182.36
Does item have a direct cost?Yes Item Cost $733,015.70
Is a Budget Adjustment attached?Yes Budget Adjustment $736,000.00
$267.00 Remaining Budget $851,166.66
V20221130
Purchase Order Number:Previous Ordinance or Resolution #
Change Order Number:Approval Date:
Original Contract Number:
Comments:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division
/Org2 FLEET OPERATIONS (770)
Adjustment Number
2025 Requestor:Ross Jackson
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
A RESOLUTION TO APPROVE THE PURCHASE OF A HYDRO-EXCAVATION TRUCK THROUGH GAPVAX INC. IN THE AMOUNT OF
$733,015.70 PLUS ANY APPLICABLE SURCHARGES, FREIGHT CHARGES OR DELIVERY FEES PURSUANT TO A SOURCEWELL
COOPERATIVE PURCHASING CONTRACT (101221-GPV). WSEW_F097 replacement
COUNCIL DATE:9/2/2025
ITEM ID#:2025-1487
Holly Black
8/13/2025 8:09 AM
Budget Division Date
TYPE:D - (City Council)
JOURNAL #:
GLDATE:
RESOLUTION/ORDINANCE CHKD/POSTED:/
v.2025721TOTAL736,000 736,000
Increase / (Decrease)Project.Sub#
Account Number Expense Revenue Project Sub.Detl AT Account NameGLACCOUNTEXPENSEREVENUEPROJECTSUBATDESCRIPTION X
9700.770.1910-4999.99 736,000 RE Use Fund Balance - Current
9700.770.1920-5802.00 736,000 97001 5400.720 EX Vehicles & Equipment - base
--
--
--
--
--
--
--
--
--
--
--
--
--
--
--
--
1 of 1
SOURCEWELL CONTRACT NO. 101221-GPV
PREPARED BY
GapVax, Inc
575 Central Ave.
Johnstown, PA 15902
PREPARED FOR
Ross Jackson
City of Fayettville AR
QUOTE ID UPDATED:
01/21/2525242 REVISION 2
QUOTE
2026 HV56 WET/DRY HYDRO EXCAVATOR
QUOTE ID: 25242 REVISION 2
August 11, 2025
ALPHA DESCRIPTION NOTES QTY
CHA CHASSIS OPTIONS '--
CHA001 2026 PETERBILT 567 - 500 HP - 315" WHEELBASE 1
CUMMINS X15-500 V RATED FOR 500 HP @ 1900 RPM AND 1850 LB-FT @ 950 RPM '--
ALLISON 4500 RDS-P TRANSMISSION '--
315'' WHEELBASE (240'' CA) '--
22,000 LB FRONT AXLE '--
52,000 LB REAR AXLE '--
CAB PAINTED FACTORY WHITE 1
A DEBRIS BODY OPTIONS '--
STD 15 USABLE YARD DEBRIS TANK MADE OF 1/4'' ASTM A-572 GRADE 50 EXTEN STEEL STANDARD
STD BOLT-ON CYCLONES AND CYCLONE DUMP CHUTE STANDARD
STD TOP-LOADING MATERIAL BACKED BODY INLET STANDARD
STD FULL-OPENING REAR TAILGATE STANDARD
STD FOUR HYDRAULIC REAR DOOR LOCKS STANDARD
STD DUAL TAILGATE LIFT CYLINDERS STANDARD
STD FRONT MOUNTED HOIST CYLINDER, POWER UP AND DOWN STANDARD
STD STAINLESS STEEL TAILGATE SEALING ROD STANDARD
STD THREE TIE-OFFS ON TOP OF THE BODY STANDARD
STD SEMI-CIRCULAR BODY BAFFLE WITH SURGE BAR STANDARD
A2A DECANT AT BOTTOM OF TAILGATE - 6" BRASS LEVER VALVE 1
A24P DECANT HALF WAY UP TAILGATE - 4" BRASS VALVE 1
A3 LIQUID LEVEL INDICATOR ON TAILGATE 1
A6C PUMP OFF SYSTEM - 4" SLUDGE PUMP WITH SILICONE CARBIDE SEALS REQUIRES J303 1
A350G UPGRADE OPTION A33A SPLASH SHIELDS TO STAINLESS STEEL 1
A350Q UPGRADE FLOAT BALL CAGE TO STAINLESS STEEL 1
A350R UPGRADE TAILGATE LL INDICATOR TO SS 1/2" ROD INSIDE TAILGATE 1
A23 ELECTRIC VIBRATOR ON DEBRIS TANK STANDARD
A33A TAILGATE SPLASH SHIELDS - WELDED TO TANK 1
A44 PNEUMATIC TAILGATE PROP (IN ADDITION TO STANDARD TAILGATE PROP ROD)REQUIRED
STD PNEUMATIC ACTUATED BODY PROP STANDARD
B WATER TANK OPTIONS '--
STD 1,200 GALLON WATER TANK MADE OF 1/4'' ASTM A-572 GRADE 50 EXTEN STEEL STANDARD
STD WATER TANK COATING NOT WARRANTIED STANDARD
STD 3'' WATER FILL LINE WITH 3'' Y-STRAINER AND ANTI-SIPHON STANDARD
NOTE: THE GAPVAX HV UNIT MAY EXCEED FEDERAL BRIDGE ALLOWABLE WEIGHTS WHEN LOADED WITH WATER, OR DEBRIS,
AND/OR BOTH WATER AND DEBRIS COMBINED. PLEASE CONSULT FACTORY.
STD WATER LEVEL SIGHT TUBE ON CURBSIDE STANDARD
STD 2" WATER TANK DRAIN STANDARD
STD 20'' MANWAY ON WATER TANK STANDARD
B300 UPGRADE TO BUTTERFLY VALVE IN SUPPLY LINE MOUNTED AT REAR HINGE PIN REQUIRED
B305 ADD 3/4" BALL VALVE AND SPOUT TO WATER TANK SIGHT GLASS 1
C VACUUM SYSTEM OPTIONS '--
C300 HIBON 8702 VACUUM PUMP 5250 CFM AND 27'' HG STANDARD
STD 12'' LIQUID SHUTOFF STAINLESS STEEL FLOAT BALL STANDARD
STD SINGLE MODE WET/DRY FILTRATION WITH (6) BOLT-ON EZ-DECON CYCLONES STANDARD
STD BAGHOUSE WITH (40) POLYESTER FILTER BAGS STANDARD
STD AIR-POWERED PULSATORS FOR CLEANING FILTER BAGS STANDARD
STD NOISE AND VIBRATION DAMPENING MOUNTS STANDARD
STD ULTRA QUIET EXHAUST/INTAKE SILENCERS STANDARD
C320 VULKAN VIBRATION DAMPENER ON BLOWER HIGHLY RECOMMENDED 1
C321 8" VACUUM RELIEF VALVE HIGHLY RECOMMENDED 1
C330A UPGRADE FILTER BAGS TO 285 DEGREE ACRYLIC BAGS 1
C370 REMOTE PULSATOR TANK DRAINS HIGHLY RECOMMENDED 1
C399 REMOVE STANDARD PULSATOR SYSTEM EXCEPT FOR TUBES ON BAGHOUSE DOORS 1
D HX WATER SYSTEM OPTIONS '--
D30D STAINLESS BOX 60" WIDE X 28" DEEP X 24" TALL PUMP ENCLOSURE HX PUMP MUST BE
HYDRAULICALLY DRIVEN 1
D317HAE 19 GPM / 2,900 PSI GIANT LP200-SS-GB, HYDRAULICALLY DRIVEN VIA AUTO TRANS PTO
(FIXED SPEED HYDRAULIC CONTROL)REQUIRES J303A, G2B, G330B 1
D25B-PM UPGRADE STD REEL TO HD AIR MOTOR RETRACT HOSE REEL WITH 1/2" X 100' HOSE INCLUDES PUSH LEVER AIR
CONTROL 1
D4-HX+RAV
PNEUMATICALLY OPERATED HX WATER PRESSURE RELIEF VALVE IN LIEU OF 3-WAY
AND UPGRADE HOSE REEL VALVE TO P/N: VAL022790 REMOTE ACTUATED INTEGRATED
OPTION D4-HX CONTROL (G2B)
REQUIRES D307HA OR D317HA AND
G312A OR G312B 1
D372A HEATED CABINET FOR PUMP AND HOSE - VIA ENGINE COOLANT SYSTEM
REQUIRES D30 AND ENGINEERING
APPROVAL 1
D21 COLD WEATHER RECIRCULATION VIA AUTO TRANSMISSION REQUIRES D300 OR D315 1
D18 AIR PURGE SYSTEM - PUMP, REGULATOR, HOSE REEL 1
D28 GLYCOL INJECTION SYSTEM 1
D34 BURNER SYSTEM - MOUNTS ONLY REQUIRES VERTICAL SILENCERS 1
D35B 1/2" HX LANCE WITH 6' EXTENSION AND RIPSAW NOZZLE 1
E BOOM OPTIONS '--
E300 TUBE IN TUBE BOOM - EXTENDABLE - 17' - 25' REACH FROM CENTER OF TRUCK,
INCLUDES VERTICAL SILENCERS 1
E321A UPGRADE TO REINFORCED BOOM ELBOW (TUBE-IN-TUBE STYLE ONLY) REQUIRES E300 1
E322 AIR-X CANNON UPGRADE (TUBE-IN-TUBE BOOM ONLY, N/A ON INDUSTRIAL STYLE
BOOM) 1
E323 3" CLEANOUT DOOR ON BACK OF BOOM CANNON 1
E329 BOOM HYDRAULIC HOSE SUPPORT ARM 1
E324 BOOM DOCKING PORT 1
G CONTROLS, GAUGES, ACCESSORIES OPTIONS '--
G2B DM430 DISPLAY MOUNTED ON SIDE CONTROL PANEL, SAFETY SYSTEM INCLUDES
WATER PUMP ENGAGE SWITCH, REQUIRES G330B 1
WATER LEVEL, LOW WATER SHUT DOWN, WATER PUMP FLOW AND HOURS INCLUDED
ENGINE / PUMP OVER SPEED SHUT DOWN, LOW PTO OIL PRESSURE WARNING INCLUDED
WATER TEMPERATURE SENSOR WITH SHUT DOWN INCLUDED
G14 BODY UP LIGHT & ALARM IN CAB 1
G16 BOOM UP LIGHT & ALARM IN CAB 1
G312B AARCOMM WIRELESS REMOTE WITH BOOM, VACUUM AND WATER FUNCTIONS 1
G312B-ATD ADDITIONAL AARCOMM TRIDENT TRANSMITTER (ONLY ONE CAN BE OPERATIONAL AT A
TIME)
REQUIRES OPTION G310B OR
G312B INCLUDED
G340A 25' GROUNDING CABLE HIGHLY RECOMMENDED 1
G330B 16" X 20" STAINLESS CONTROL BOX WITH WINDOW ON CURBSIDE 1
H LIGHTING '--
STD TRUCK-LITE LED STOP, TURN, AND TAIL LIGHTS STANDARD
STD TRUCK-LITE LED RUNNING (MARKER) LIGHTS STANDARD
STD UPGRADE STOP/TAIL/TURN LIGHTS TO LED STANDARD
H0A UPGRADE STOP/TAIL/TURN LIGHT BOX TO POLISHED STAINLESS STEEL STANDARD
H1 ONE LED STROBE BEACON LIGHT - FRONT (SAE CLASS-1 (SAE J595) COMPLIANT) (WHELEN L10 OR EQUAL) 1
H5C (2) BOOM WORK LIGHTS - HIGH INTENSITY HELLA PB1500 LED WORK LIGHTS (PN:
LHT022406)1
H6B (2) REAR WORK LIGHTS - HELLA LED WORK LIGHTS (PN: LHT022429) 1
H301D ONE (1) WHELEN PIONEER SLIMLINE LED REAR CURBSIDE FLOOD LIGHT (P/N:
LHT022552)
FLOOD LIGHT (RATED 5100 LUMEN
EACH)1
H302D ONE (1) WHELEN PIONEER SLIMLINE LED REAR DRIVER'S SIDE FLOOD LIGHT (P/N:
LHT022552)
FLOOD LIGHT (RATED 5100 LUMEN
EACH)1
H8E-CS ONE (1) HIGH INTENSITY CODE 3 (CW2311) LED FRONT CURBSIDE WORK LIGHT (4950
LUMEN) (P/N: LHT022540)1
H8E-DS ONE (1) HIGH INTENSITY CODE 3 (CW2311) LED FRONT DRIVER'S SIDE WORK LIGHT
(4950 LUMEN) (P/N: LHT022540)1
H9B (2) WORK LIGHTS IN TAILGATE - HELLA LED WORK LIGHTS (PN: LHT022429) 1
H18C REAR WHELEN ION SUPER LED FLASHERS - 6 LIGHT HEADS 1
3 ON EACH SIDE REAR (1 @ 45 DEGREES) 1
H22 REAR ARROW LIGHT - LOW PROFILE LED ARROW STICK (CLASS-1 (SAE J595)) (WHELEN TAM85 OR EQUAL) 1
I STORAGE OPTIONS '--
I300B TWO FOLD-DOWN TUBE TRAYS 1
INCLUDES SUBFRAME (J302), WASH OUT HOLES, STAINLESS MUD FLAPS AND WHEEL
CHOOCKS & HOLDERS ON EACH SIDE INCLUDED
I7C-DS 36" TOOL BOX - STAINLESS STEEL, 36" WIDE X 24" HIGH X 24" DEEP, DRIVER'S SIDE 1
I303 ALUMINUM 24" X 24" X 48" TOOLBOX ON BURNER MOUNT REQUIRES D34 1
I14 TRAFFIC CONE HOLDER ON DRIVER'S SIDE INCLUDES CONES 1
I19 25' HOSE RACK 1
I20A REAR DRAIN HOSE RACK FOR 6" LAYFLAT HOSE X 15' LONG 1
J CHASSIS OPTIONS '--
STD INSTALLATION AND INTEGRATION OF BODY ONTO CHASSIS INCLUDED
STD DOT LIGHTING / FENDERS / MUD FLAPS / TAILGATE SAFETY PROP, ICC LIGHTS STANDARD
STD BODY SAFETY PROP STANDARD
STD 60 GALLON HYDRAULIC OIL TANK STANDARD
STD REAR BUMPER STANDARD
STD TRIANGLE KIT, FIRE EXTINGUISHER, BACKUP ALARM STANDARD
J000 MID-SHIP MOUNTED (SPLIT-SHAFT) TRANSFER CASE WITH TOP DISCONNECT REQUIRED
J001 MUST BE "OMSI" BRAND TRANSFER CASE 1
J101 UPGRADE TO 8" BODY LIFT CYLINDER UPGRADE, 175" STROKE
MODEL HV56-1200 OR 1400 GALLON
X-LONG BODY ONLY REQUIRED
J2 TRANSFER CASE OIL LEVEL SIGHT GLASS 1
J303A ADD TWO HYDRAULIC OIL COOLERS TO CIRCUIT 1
J4A TOW HOOKS - REAR - HEAVY DUTY - WELDED REQUIRES J16 1
J14C 20,000 LB LIFT AXLE MOUNTED IN THE PUSHER POSITION 1
J16D 3/4" WELDED PINTLE PLATE WITH DUAL GUSSETS AND REMOVABLE REAR STEP
BUMPER 1
K PAINT OPTIONS '--
STD PAINTED WITH PPG FLEET URETHANE PAINT STANDARD
STD PAINT FRAME BLACK STANDARD
STD PAINT PARTS AND BOOM BLACK STANDARD
STD FLEET FINISH STANDARD
K10 PAINT BODY ANY COLOR OTHER THAN WHITE REQUIRES PAINT CODE # 1
M MISCELLANEOUS OPTIONS '--
STD STANDARD - 8" TO 6" RINGLOCK REDUCER STANDARD
STD STANDARD - 6" IN-LINE SAFETY VACUUM BREAK TEE STANDARD
STD STANDARD - GAPVAX SAFETY DECALS STANDARD
M3 FILL HOSE 25' X 2 1/2" 1
M29D FOUR CAMERA - BACK-UP CAMERA SYSTEM WITH 7" COLOR MONITOR (RV-805A),
INCLUDES DVR-916 REAR, DVR-921 FRONT, AND TWO (2) DVR-920 SIDE CAMERAS. SIDE 1
E330 8" FLAT FLANGE FITTING ON END OF BOOM HOSE IN LIEU OF STD. (P/N: A051911)8" FLAT FLANGE 1
M34A ALUMINUM VACUUM TUBE, 8" X 5' X 0.090" WALL WITH CAST ALUMINUM FLAT FLANGE
ENDS (P/N: PIP008555)8" FLAT FLANGE 5
M36A FLAT FLANGE HEAVY DUTY ALUMINUM HX TUBE, 8" X 6' X 0.090" WALL WITH PRESSED
IN STEEL ENDS AND SOFT TIP END 8" FLAT FLANGE 1
M35A 8" FLAT FLANGE TUBE CLAMP, EACH (P/N: CLA001041)8" FLAT FLANGE 6
STD ONE PAPER OPERATOR'S MANUAL STANDARD
STD ONSITE FACTORY TRAINING (1 DAY) STANDARD
* CUSTOM OPTIONS --
*3M INDUSTRIAL PROTECTIVE FILM 7071UV APPLIED AFTER FINAL TOP COAT ABOVE
TUBE STORAGE 1
** OPTION I309A, VERTICAL LANCE HOLDER MOUNTED DRIVER'S SIDE VERTICAL TOOLBOX 1
*** FILTER SCREEN FOR PUMP OFF SYSTEM (SHORT BOX) (A11B) 1
**** REAR FLASHERS TO BE DUO GREEN / CLEAR 1
PRICING SUMMARY
PRICE OF BASE UNIT WITH OPTIONS:794,479.28$
SOURCWELL DISCOUNT:65,563.59$
DELIVERY: ($1,000.00 MINIMUM)@ $4.00 PER MILE 4,100.00$
SUBTOTAL:733,015.70$
SALES TAX:-$
FEDERAL EXCISE TAX (BODY):-$
FEDERAL EXCISE TAX (CHASSIS):-$
TOTAL PRICE (PER UNIT):733,015.70$
ALL PRICES ARE IN US DOLLARS
DELIVERY TERMS:
PLEASE RETURN A SIGNED COPY TO CFAILE@GAPVAX.COM
By: ________________________________________________________
Title: _______________________________________________________
Date: _______________________________________________________
TERMS: 15% DOWN PAYMENT. BALANCE DUE UPON COMPLETION. IN THE EVENT OF THE PURCHASER'S DEFAULT AND TERMINATION OF THIS
SALES PROPOSAL AGREEMENT BEFORE THE START OF PRODUCTION, 25% OF THE DOWN PAYMENT SHALL BE FOREFEITED AND APPLIED TO
GAPVAX, INC. AS PART OF ITS DAMAGES. ONCE PRODUCTION HAS COMMENCED ON THIS SALES PROPOSAL AGREEMENT, AND THE PURCHASER
CANCELS THE SALES PROPOSAL AGREEMENT OR, FAILS TO ACCEPT DELIVERY, OR FAILS TO COMPLETE THE SALES PROPOSAL AGREEMENT IN
ITS ENTIRETY, THE FULL DEPOSIT SHALL BE FORFEITED TO GAPVAX, INC. BUT SUCH FORFEITURE SHALL NOT PREJUDICE ANY OTHER REMEDY
WHICH GAPVAX, INC. MAY HAVE FOR BREACH OF ANY OF THE SALES PROPOSAL AGREEMENT. IN THE EVENT OF A COMPLETED UNIT NOT BEING
FUNDED IN A PROMPT AND TIMELY MANNER, AN ADDITIONAL FEE WILL OCCUR TO COVER THE ADDITIONAL FLOOR PLAN EXPENSE.
FEDERAL EXCISE TAX AND DELIVERY ARE LISTED. STATE SALES TAX IS NOT INCLUDED. STATE SALES TAX AND VEHICLE REGISTRATION IS THE
RESPONSIBILITY OF THE PURCHASER. EXLUDES ALL OTHER APPLICABLE TAXES, DUTIES, TARRIFS, BROKERAGE, OR DOCUMENTATION FEES.
DELIVERY, IF COORDINATED BY GAPVAX, IS $4.00 PER MILE, $1,000 MINIMUM.
TERMS OF DELIVERY SHALL BE F.O.B. SHIPPING POINT, JOHNSTOWN, PENNSYLVANIA, U.S.A. THIS PROPOSAL WILL REMAIN IN EFFECT FOR 30
DAYS UNLESS CHANGED IN THE ITERIM UPON WRITTEN NOTICE FROM THE COMPANY. BY SIGNING THIS PROPOSAL, PURCHASER THERBY
EXPRESSES ACCEPTANCE OF EACH AND EVERY TERM AND CONDITION SET FORTH HEREIN. ANY PURCHASE ORDER OR ACKNOWLEDGEMENT
OFFERING TERMS INCONSISTENT WITH THE TERMS AND CONDITIONS HEREOF SHALL HAVE NO BINDING EFFECT WHATSOEVER ON GAPVAX
INCORPORATED (THE "COMPANY") OR THE TERMS AND CONDITIONS HEREOF. THIS DOCUMENT AND THE OTHER DOCUMENTS SPECIFICALLY
REFERED TO AS BEING A PART HEREOF CONSTITUTE THE ENTIRE CONTRACT ON THE SUBJECT MATTER, AND SHALL NOT BE MODIFIED EXCEPT
IN WRITING SIGNED BY BOTH PARTIES. ASSIGNMENT MAY BE MADE ONLY WITH WRITTEN CONSENT OF THE OTHER PARTY.
ALL ORDERS ARE SUBJECT TO CURRENT PRICES IN EFFECT AT THE TIME OF ORDER ACKNOWLEDGMENT. PRICES AND SPECIFICATIONS ARE SUBJECT TO CHANGE
WITHOUT NOTICE. PRICING DISCLAIMER: WHILE WE MAKE EVERY EFFORT TO MAINTAIN AND PRESERVE PRICING ACCURACY, ALL COST INCREASES INCURRED AFTER
ORDER ACKNOWLEDGMENT FOR MAJOR COMPONENTS AND GOVERNMENT MANDATED REQUIREMENTS, TARIFFS, AND RAW MATERIAL SURCHARGES WILL BE
PASSED THROUGH AND ADDED TO CUSTOMER INVOICES WITH OR WITHOUT NOTICE. ALTHOUGH THE INFORMATION ON THIS QUOTATION IS PRESENTED IN GOOD
FAITH AND BELIEVED TO BE CORRECT AT THE TIME OF PRINTING, WE MAKE NO REPRESENTATIONS OR WARRANTIES AS TO THE COMPLETENESS OR ACCURACY OF
THIS INFORMATION. WE RESERVE THE RIGHT TO CHANGE, DELETE, OR OTHERWISE MODIFY THE PRICING INFORMATION WHICH IS REPRESENTED HEREIN WITHOUT
ANY PRIOR NOTICE. WE CAREFULLY CHECK PRICING SPECIFICATIONS, BUT OCCASIONALLY ERRORS CAN OCCUR, THEREFORE WE RESERVE THE RIGHT TO CHANGE
SUCH PRICES WITHOUT NOTICE. WE DISCLAIM ALL LIABILITY FOR ANY ERRORS OR OMISSIONS IN THE MATERIALS. IN NO EVENT WILL WE BE RESPONSIBLE FOR ANY
DAMAGES OF ANY NATURE WHATSOEVER FROM THE RELIANCE UPON INFORMATION FROM THESE MATERIALS. PLEASE CHECK YOUR ORDER TO CONFIRM YOUR
PRICING INFORMATION
PURCHASER'S ACCEPTANCE: THE FOREGOING QUOTE 25242 REVISION 2 IS HEREBY ACCEPTED
Mayor Molly Rawn
09/02/2025
GapVax Incorporated
Terms and Conditions of Sale
1. ORDERS. All orders are subject to acceptance by an officer 9. F.O.B. POINT. Unless otherwise stated, all prices listed are
of GapVax Inc. Orders for products not regularly carried in F.O.B. point of manufacture.
stock or requiring special engineering or manufacture are in
every case subject to approval by an officer of GapVax. 10. TAXES. Unless specifically stated, prices listed do not
include Federal, State, City or other excise occupation,
2. PERFORMANCE. GapVax Inc. shall not be liable for failure sales, use or similar taxes which are extra and are to be
to complete the contract in accordance with its terms if added at rates in effect at time of shipment. If federal Excise
failure is due to wars, strikes, fires, floods, accidents, delays Taxes are included or listed on the reverse side of this
in transportation or other causes beyond its reasonable paper, they are stated at the rates and regulations in effect at
control. the time this order is written and are subject to revision in
accordance with rates and regulations in effect at time of
3. EXPERIMENTAL WORK. Work performed at customer's
request such as sketches, drawings, design, testing,
fabrication and materials shall be charged at current rates.
4. SKETCHES, ENGINEERING DRAWINGS, MODELS and all
preparatory work created or furnished by GapVax Inc. shall
remain its exclusive property; and no use of same shall be
made, nor may ideas obtained therefrom be used, except
with the consent of and on terms acceptable to GapVax Inc.
5. CANCELLATION. Orders regularly entered cannot be
canceled except upon terms that will compensate GapVax
Inc. for any loss or damage sustained.
6. SHIPMENT. All proposals are based on continuous and
uninterrupted delivery of the order upon completion unless
specifications distinctly state otherwise. In the event that an
agreement is reached for GapVax Inc. to store completed
items, they will be immediately invoiced to the customer and
become due and payable. Storage shall be at the risk of the
customer and GapVax Inc. shall be liable only for ordinary
care of the property.
7. CUSTOMER'S PROPERTY. GapVax Inc. shall charge the
customer at current rates, for handling and storing
customer's property (e.g., truck chassis) held for more than
thirty (30) days after notification of availability for shipment.
All customer's property, or third party's property, that is
stored by GapVax Inc. is at the customer's or other party's
risk. GapVax is not liable for any loss or damage thereto
caused by fire, water, corrosion, theft, negligence, or any
cause beyond its reasonable control.
8. PRICES. All orders are subject to current prices in effect at
the time of order acknowledgment. Prices and Specifications
are Subject to Change Without Notice. PRICING
DISCLAIMER: While we make every effort to maintain and
preserve pricing accuracy, prices are subject to change
without notice. Although the information on this quotation is
presented in good faith and believed to be correct at the time
of printing, we make no representations or warranties as to
the completeness or accuracy of this information. We
reserve the right to change, delete, or otherwise modify the
pricing information which is represented herein without any
prior notice. We carefully check pricing specifications, but
occasionally errors can occur, therefore we reserve the right
to change such prices without notice. We disclaim all liability
for any errors or omissions in the materials. In no event will
we be responsible for any damages of any nature
whatsoever from the reliance upon information from these
materials. Please check your order to confirm your pricing
information.
shipment
11. PRODUCT IMPROVEMENT. GapVax Inc. reserves the right
to change manufacturing specifications and procedures
without incurring any responsibility for modifying previously
shipped products.
12. MOUNTING PRICES. Mounting prices assumes normal
factory installation on a truck chassis suitable for the unit
purchased. Relocation of batteries, gas tanks, mufflers, air
tanks, etc. will be an additional charge, billed at the standard
factory labor rate.
13. WARRANTY. GapVax Inc. warrants its products to be free
from defects in material and workmanship, subject to the
limitations and conditions set forth in its current published
warranty but makes no warranty of merchantability or fitness
for any particular purpose. GapVax Inc. does not assume
liability for any loss of product, time or any direct, indirect, or
consequential damage, losses or delay or any nature
whatsoever. No warranty, express or implied, is made or
authorized to be made and no obligation is assumed or
authorized to be assumed with respect to products of
GapVax Inc. other than that set forth in the current,
published warranty. It is to be understood that the
acceptance this order is expressly conditioned upon your
acceptance of GapVax Inc. standard written warranty for the
products sold hereunder GapVax Inc. hereby disclaims any
responsibility or liability for any consequential losses delays
or downtime resulting from orders hereunder the use of its
products. GapVax does not and will not warranty any tank
coating or tank lining. PTO damage is not covered when the
PTO protection system or low water shut down system is not
selected / installed / and operational. GapVax does not and
will not warranty any water system component(s) that show
any sign or indication of ice or freeze damage.
14. This agreement shall be construed according to the laws of
the State of Pennsylvania. Our failure at any time to exercise
any right we may have under the agreement shall not
constitute a waiver thereof nor prejudice our right to enforce
same thereafter.
15. This order, including the above terms and conditions
contains the complete and final agreement between the
parties hereto and no other agreement in any way modifying
any of said terms and conditions will be binding on us unless
in writing and agreed to by authorized representative of this
company.