HomeMy WebLinkAbout063962 - General - Contract - Lonestar Municipal Equipment, LLCCSC No. 63962
FORT WORTH
CITY OF FORT WORTH
COOPERATIVE PURCHASE AGREEMENT
This Cooperative Purchase Agreement ("Agreement") is entered into by and between Lonestar Municipal
Equipment, LLC ("Vendor"), an authorized dealer for GapVax, Inc. through Sourcewell Contract 101221-GPV,
and the City of Fort Worth ("City"), a Texas home rule municipality.
The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of
precedence in which they are listed:
1. This Cooperative Purchase Agreement;
2. Exhibit A— Seller's Quote;
3. Exhibit B— Cooperative Agency Contract (SW101221-GPV); and
4. Exhibit C— Conflict of Interest Questionnaire
Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this
Agreement for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B,
or C and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this
Agreement control.
City shall pay Vendor in accordance with the fee schedule in Exhibit A, including any future quotes, and
in accordance with the provisions of this Agreement. Total annual payment made under this non-exclusive
Agreement may be an amount up to One-Million Dollars and Zero Cents ($1,000,000.00). The Vendor
acknowledges that this is a non-exclusive agreement and there is no guarantee of any specific amount of purchase.
Further, Vendor recognizes that the amount stated above is the total amount of funds available, collectively, for
any Vendor that enters into an agreement with the City under the relevant M&C or cooperative agreement and
that once the full amount has been exhausted, whether individually ar collectively, funds have therefore been
exhausted under this Agreement as well.
The Parties will engage in multiple transactions to purchase vehicles under this Agreement. For each
purchase made pursuant to this Agreement, Vendor must supply a quote for the subject vehicles and the quote
must conform with the then-current pricing under the underlying cooperative agreement. If the City accepts the
quote and places and arder for the vehicle(s), that quote shall be considered an addendum to this agreement but is
not required to be filed in the City records. The Parties will maintain all quotes far the 3-year Audit period included
herein.
The term of this Agreement is effective beginning on the date signed by the Assistant City Manager below
('Bffective Date") and expires on June 13, 2026.
Vendor agrees that City shall, until the expiration of three (3) years after final payment under this
Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the
right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but
not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional
cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor
facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with
the provisions of this section. City shall give Vendor reasonable advance notice of intended audits.
Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have
been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives or
(2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
To CITY:
City of Fort Worth
Atm: Valerie Washington, Assistant City Manager
100 Fort Worth Trail
Fort Worth, TX 76102
With copy to Fort Worth City Attorney's Office at
same address
To VENDOR:
Paul Folker
1105 Friendship Rd.,
Weatherford, TX 76085
Facsimile: N/A
City is a government entity under the laws of the State of Texas and all documents held or maintained by
City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that
City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby
deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked
Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit
reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by
City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction.
The Agreement and the rights and obligations of the parties hereto shall be governed by and construed in
accordance with the laws of the United States and state of Texas, exclusive of conflicts of laws provisions. Venue
for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas.
To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant
County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no
force or effect.
Nothing herein constitutes a waiver of City's sovereign immunity. To the extent the Agreement requires
City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have
no force or effect.
To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or
hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and
any such terms are hereby deleted from the Agreement and shall have no force or effect.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is
prohibited from entering into a contract with a company for goods or services unless the contract contains a written
verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term
of the contract. The terms "boycott IsraeP' and "company" has the meanings ascribed to those terms in Chapter
2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor's signature
provides written verification to the City that Vendar: (1) does not boycott Israel; and (2) wi11 not boycott Israel
during the term of the Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is
prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be
paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless
the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and
(2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the
Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's
signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2)
will not boycott energy companies during the term of this Agreement.
If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not
apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code,
the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that
is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees
unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not
discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent
that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor
certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will
not discriminate against a firearm entity or firearm trade association during the term of this Agreement.
The undersigned represents and warrants that he or she has the power and authority to execute this
Agreement and bind the respective Vendor.
CITY OF FORT WORTH:
CONTRACT COMPLIANCE MANAGER:
��� ��l�-� By signing I acknowledge that I am the person
By: valerie Washin�ton (Sep 15, 2025 21:46:28 CDT) responsible for the monitoring and administration
Name: Valerie Washington of this contract, including ensuring all performance
Title: Assistant City Manager and reporting requirements.
Date:
APPROVAL RECOMMENDED:
G'� �
By; Reginald Zeno (Sep 15, 2025 19:56:55 CDT)
Name: Reginald Zeno
Title: Financial Management Services
Director
ATTEST:
((,�� �
By:
4 9 an�
aOF FORT�YdO
0 ~ ��\j/ �\ �o �°oO9jodG
� �I 1,,�� P V o %"�/'� o =d
� pP� �I o /� v
p�ap nFXP?o�''�p
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Lonestar Municipal Equipment, LLC
By:
Name: Paul E. Folker, Jr.
Title: President
Date: 09/02/2025
,AQ�i�y �'e�.�,
By: O
Name: Ashley Sorkar
Title: Purchasing Manager
APPROVED AS TO FORM AND LEGALITY:
��aa.a�,� G(%,���
By:
Name: Jessika J. Williams
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
M&C: 23-0450
Date: June 13, 2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Exhibit A
SOURCEWELL CONTRACT NUMBER 101227-GPV
PREPARED BY
Lonestar Municipal Equipment
PaulFolker
PREPAREDFOR
Mike Herring
City of Fort Worth
200 Texas Street
Fort Worth, TX 76102
GapVaxo
�,
V TE
��
, i,�,,,1 � �
�_
�.:�-
� � ��� �
� �
, � - , �
�w , _. �
�
� - �r•�
"��.�
@
QUOTE ID: 0
STD 700 GALLON HIGH DENSITY POLYETHYLENE WATER TANK WITH 16" ACCESS COVER
STD WATER FILL ASSEMBLY WITH 2" CAMLOCK WITH CAP
STD WATER TANK WATER LEVEL SIGHT GUAGE
STD 25' FILL HOSE WITH FIREHOSE-TO-CAMLOCK ADAPTER
STD 2" Y-STRAINER BETWEEN WATER TANK AND WATER PUMP
BT1 2" AUXILLARY DRAIN VALVE ON DRIVER'S SIDE REAR
• •
CD-4020 CUMMINS DIESEL ENGINE: 40 GPM / 2,500 PSI
STD PILOTLESS MANUALLY ENGAGED CLUTCH WITH 5V-BELT DRIVE
STD 400 AMP ENGINE BATTERY DISCONNECT
STD ENGINE E-STOP IN CONTROL PANEL WITH LANYARD
STD 15 GALLON FUEL TANK
STD ELECTRONIC THROTTLE CONTROL W/GAUGE PACKAGE (FUEL LEVEL, ENGINE TEMP, RPM,
OIL PRESSURE)
STD ENGINE ENCLOSURE W/ LOCKING DOOR. DOOR HAS ENGINE E-STOP INTERLOCK
STD HYDRAULIC PRESSURE GAUGE
.� .
STD 5000 SERIES GIANT WATER PUMP
STD SAFETY PRESSURE RELIEF VALVE
STD WASHDOWN SYSTEM WITH GUN AND 25 FT HOSE (NO HOSE REEL)
DT1 AIR-OUT SYSTEM
DT3 COLD WEATHER RECIRCULATION
. .• .
STD 500-800 FT CAPACITY HOSE REEL, 1/2" OR 3/4" HOSE, 4,000 MAX PSI, MAN LEVEL WIND
FT50 LATERAL HOSE REEL - REMOVABLE - 1/2" HOSE X 150' - CHUCK FOR POWER DRIVER
FT13C-2500 3/4" X 800 FT JETTER HOSE - NOT COMPATIBLE WITH FT4
.
GT1 LOW WATER WARNING LIGHT AND ALARM
.• .
HT4 CONTROL PANEL LIGHT
T
REQUIRES 3/4" 2,500 PSI HOSE
NOT COMPATIBLE WITH DT4
2500 PSI - NOT COMPATIBLE
WITH FT4
STANDARD
STANDARD
STANDARD
STANDARD
STANDARD
1
_
1
STANDARD
STANDARD
STANDARD
STANDARD
STANDARD
STANDARD
STANDARD
_
STANDARD
STANDARD
STANDARD
1
1
_
STANDARD
1
1
I
1
I
1
HT5 WORK LIGHT TOP OF TANK LED
HT6 WORK LIGHT MANHOLE LED
HT7 WORK LIGHT OTHER LED
.• .• .
IT2 STORAGE BASKETS IN TRAILER FRAME
IT4 FILL HOSE TRAY
IT5 CONE HOLDER
IT6A CS TOOLBOX FENDER MOUNT 48"
IT6B DS TOOLBOX FENDER MOUNT 48"
STD 6"FRAME
STD DOT LIGHT PACKAGE
STD STEELFENDERS
STD POWDER COATED TOUGH
STD DUAL 7,000 LB GVWR AXLES
STD WHEEL CHOCKS, TWO
TT1 PINTLE HITCH
.� . ..
STD PAINT BLACK
STD OPERATOR'S MANUAL
STD ENGINE MANUAL
"'NOTE: EXTRA WORK LIGHT TO ILLUMINATE PUMP & ENGINE AREA
-ACH SET OF STROBES SWITCHED INDIVIDUALLY
=ACH SET OFWORK LIGHTS SWITCHED INDIVIDUALLY
SUPERIOR TRAILER PRODUCTS ELECTRONIC BRAKE CONTROLLER, PER ZACH
=XTRA OPERATOR'S MANUAL
✓VHELEN SUPER ION BLUE/AMBER STROBES MOUNTED AT 6 LOCATIONS, PER ZACH
"'LME SUPPLIED - 3/4" X 20' LEADER HOSE
"'LME SUPPLIED - SEWER NOZZLE PACKAGE, INCLUDES: GENERAL, POWER PULL,
4RROW W/ DRILL POINT, RAPTOR, AND REAPER #40 NOZZLES
"'LME SUPPLIED - WHELEN MINI CENTURY 23" LED LIGHT BAR, PERMANENT MOUNT,
�LEAR LENS W/ 17 SCAN-LOCK FLASH PATTERN. AMBER/BLUE
NOT COMPATIBLE WITH DT6
�
�
�
�
�
�
�
�
STANDARD
STANDARD
STANDARD
STANDARD
STANDARD
STANDARD
1
STANDARD
STANDARD
STANDARD
�
�
�
�
�
�
�
�
�
�-�.�;
x . .
PRICING SUMMARY
LIST PRICE OF BASE UNIT WITH OPTIONS
SOURCWELL DISCOUNT:
ESTIMATED DELIVERY: (@ $4.00 per mile)
ESTIMATED SUBTOTAL:
SALES TAX
ALL PRICES ARE IN US DOLLARS
$775,727.24
$18,303.24
$5,280.00
$102,104.00
. � c . . : . -
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
SIGNATURE DATE
Please return a signed copy to Paul@LonestarME.com
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
Exhibit B
Sourcewell �
Solicitation Number: RFP #101221
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and GapVax Inc., 575 Central Avenue, Johnstown, PA 15902 (Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
federal, state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Sewer Vacuum, Hydro-Excavation, and Municipal
Pumping Equipment with Related Accessories and Supplies from which Supplier was awarded a
contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires November 29, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended one additional year
upon the request of Sourcewell and written agreement by Supplier.
C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
Supplier's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Supplier's dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends
beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplier's authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Supplier's Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax-
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an
amendment to this Contract and will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity's
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Supplier's employees may be required to perform work at government-
owned facilities, including schools. Supplier's employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Supplier's acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry-specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum; the terms of which will be negotiated directly between the
Participating Entity and the Supplier. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity's order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, supply issues, customer
issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
• Participating Entity Name (e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above "Attn: Accounts Receivable" or remitted electronically to
Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier's Authorized Representative is the person named in the Supplier's Proposal. If
Supplier's Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party.For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master-servant, or principal-agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or
omission in the performance of this Contract by the Supplier or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications. Sourcewell's
responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota
Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and
license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Supplier.
b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and
license to use Supplier's trademarks in advertising and promotional materials for the
purpose of marketing Supplier's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in
advertising and promotional materials for the purpose of marketing the Parties' relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other party's trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's trademarks only in good faith and in a dignified manner consistent with
such party's use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
Rev. 3/2021
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
14. GOVERNING LAW, JURISDICTION, AND VENUE
1 � 1221-GPV
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party's reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Rev. 3/2021 10
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non-defaulting
party may:
• Exercise any remedy provided by law or equity, or
• Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office ("ISO") Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products-completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products-Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non-owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
Rev. 3/2021 11
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer's Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is
Rev. 3/2021 12
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self-insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self-insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
Rev. 3/2021 13
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Supplier must be in
compliance with all applicable Davis-Bacon Act provisions.
Rev. 3/2021 14
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of inechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
Rev. 3/2021 15
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier's discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier's personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
Rev. 3/2021 16
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to
this Contract or any purchase by an Participating Entity and is not subject to any obligations or
liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Contract or any purchase by an authorized user.
O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a
Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to
the anticipated work under this Contract raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S.
Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources
and support to individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it
will comply with applicable requirements of 2 C.F.R. § 200.216.
Rev. 3/2021 17
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
1 � 1221-GPV
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies
that during the term of this Contract will comply with applicable requirements of 2 C.F.R. §
200.322.
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Supplier's
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell
GapVax Inc.
DocuSigned by:
DocuSigned by:
.�y ���^� �y a. pbtib��y
By: COFD2A139D06489... By:
97DECE6A2796467...
Jeremy Schwartz Gary A. Poborsky
Title: Chief Procurement Officer Title: President
11/23/2021 � 8:50 PM CST 12/20/2021 � 11:24 AM CST
Date: Date:
Approved:
DocuSigned by:
l�`^'V� ��
By:
7E42BSF817Afi4CC...
Chad Coauette
Title: Executive Director/CEO
12/20/2021 � 11:25 AM CST
Date:
Rev. 3/2021 18
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
RFP 101221 - Sewer Vacuum, Hydro-Excavation, and Municipal
Pumping Equipment with Related Accessories and Supplies
Vendor Details
Company Name: GapVax Inc
575 Central Ave.
Address:
Johnstown, PA 15902
Contact: Matt Hughes
Email: mhughes@gapvax.com
Phone: 814-535-6766 357
Fax: 814-539-3617
HST#: 25-1633228
Submission Details
Created On: Wednesday September 01, 2021 09:42:15
Submitted On: Tuesday October 12, 2021 14:06:26
Submitted By: Matt Hughes
Email: mhughes@gapvax.com
Transaction #: 8fa7ef9f-d273-42c6-9d49-164f2c639801
Submitter's IP Address: 207.255.5.150
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Specifications
Table 1: Proposer ldentity & Authorized Representatives
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your
response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the question does not apply to you (preferably with an
explanation).
Line
Item
Question
Proposer Legal Name (one legal entity only): (In the
event of award, will execute the resulting contract
as "Supplier")
Identify all subsidiary entities of the Proposer whose
equipment, products, or services are included in the
Proposal.
Identify all applicable assumed names or DBA names of
the Proposer or Proposer's subsidiaries in Line 1 or
Line 2 above.
Proposer Physical Address:
Proposer website address (or addresses):
Response"
GapVax Inc.
are no subsidiary entities.
There are no assumed names or DBA names.
GapVax Inc.
575 Central Avenue
Johnstown, PA 15902
Proposer's Authorized Representative (name, title, Gary A. Poborsky
address, email address & phone) (The representative President
must have authority to sign the "Proposer's Assurance GapVax Inc.
of Compliance" on behalf of the Proposer and, in the 575 Central Ave.
event of award, will be expected to execute the resulting Johnstown, PA 15902
contract): gary@gapvax.com
M 814-242-4140
Proposer's primary contact for this proposal (name, title,
address, email address & phone):
Proposer's other contacts for this proposal, if any
(name, title, address, email address & phone):
Matt Hughes
Senior Vice President, Sales
GapVax Inc.
575 Central Ave.
Johnstown, PA 15902
mhughes@gapvax.com
M 814-322-7724
Betty Smith
Vice President, Administration
GapVax Inc.
575 Central Ave.
Johnstown, PA 15902
betty@gapvax.com
814-535-6766 x322
Table 2: Company Information and Financial Strength
Line Question
Item
9 Provide a brief history of your company, including your
company's core values, business philosophy, and
industry longevity related to the requested equipment,
products or services.
Response*
GapVax Inc. can trace its history back to one of the worst natural disasters in Pennsylvania's history.
The Johnstown Flood of 1977 resulted from 11 % inches of rain falling in 10 hours and the failure of
6 area dams, pouring 128 million gallons of water into the small steel town. Not long after the
devastating flood, a soon-to-be entrepreneur named Gary Poborsky sprang into action. He quit his job,
purchased a used septic pumper truck, and went to work in his hometown helping clean flooded
factories and churches, cleaning storm and sanitary sewers, and assisting with other clean-up work
within Johnstown's residential and industrial community. Gary's modest venture eventually became GAP
Pollution & Environmental Control, Inc.
Through tireless effort and unwavering support from his wife Rose, Gary turned his one-truck start-up
into an entire fleet of industrial vacuum and municipal sewer cleaning trucks. To this day, GAP
Pollution 8 Environmental Control is an industry leader offering weUdry vacuuming, hydro excavation,
and sewer cleaning throughout North America.
Several years after starting their service business, Gary and Rose were so frustrated with maintenance
issues and costly downtime associated with the products they were purchasing, they decided to try
their hand at building a better mousetrap. As a result, in 1989, the first GapVax vacuum truck was
introduced to the market. By 1994, GapVax Inc. was a full-fledged corporation. Since its inception,
Gary has operated GapVax with this business philosophy: We will design and build the highest quality
hydro excavation and sewer cleaning equipment that requires the least maintenance costs and the
lowest long-term ownership cost.
As Gary and Rose approach their 45th year in business, they remind their employees, dealers,
vendors, and family members that every company will succeed if they focus on the people -- not just
our valued employees and customers, but the people in our community -- just like Gary did after the
Johnstown flood. So as we continue to grow into new markets and develop new products, we do so
with the corporate mission of "Being good stewards of the communities where we work, live, and play."
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
10 What are your company's expectations in the event of We expect current and future Sourcewell members to purchase GapVax products to add industry-
an award? leading equipment to their fleet and achieve their goals of safely exposing and cleaning underground
utilities, storm sewers, and sanitary sewers.
11 Demonstrate your financial strength and stability with
meaningful data. This could include such items as
financial statements, SEC filings, credit and bond
ratings, letters of credit, and detailed reference letters.
Upload supporting documents (as applicable) in the
document upload section of your response.
12 What is your US market share for the solutions that
you are proposing?
13 What is your Canadian market share for the solutions
that you are proposing?
14 Has your business ever petitioned for bankruptcy
protection? If so, explain in detail.
15 How is your organization best described: is it a
manufacturer, a distributor/dealer/reseller, or a service
provider7 Answer whichever question (either a) or b)
just below) best applies to your organization.
a) If your company is best described as a
distributor/dealer/reseller (or similar entity), provide your
written authorization to act as a
distributor/dealer/reseller for the manufacturer of the
products proposed in this RFP. If applicable, is your
dealer network independent or company owned?
b) If your company is best described as a
manufacturer or service provider, describe your
relationship with your sales and service force and with
your dealer network in delivering the products and
services proposed in this RFP. Are these individuals
your employees, or the employees of a third party?
16 If applicable, provide a detailed explanation outlining
the licenses and certifications that are both required to
be held, and actually held, by your organization
(including third parties and subcontractors that you use)
in pursuit of the business contemplated by this RFP.
Our ever-growing dealer network stands ready to support Sourcewell members with a standard of
excellence that aligns with our corporate mission. By doing so, we expect to create new relationships
with Sourcewell members and grow our government and education market share.
Please see the GapVax Financial Information file that has been uploaded as part of our proposal.
As a privately held, family-owned business, GapVax considers our market data confidential. However,
we are very proud of the growth we've experienced since our first Sourcewell contract in 2018 and
feel this is vital information to share. Before 2017, we manufactured between 60 to 90 machines a
year and were at maximum capacity due to facility constraints. To help with our goal of continued
growth, we completed two major capital expansion projects, one in 2017 and another in 2020. This
investment gained a total of 160,000 sq. ft. of additional manufacturing space. As a result, our sales
increased an average of 17.3% each year from 2017 to 2020. We attribute this growth to two main
factors: 1) The sales acceleration from our initial Sourcewell contract award, and 2) The manufacturing
space added to support the increased sales.
As a privately held, family-owned business, GapVax considers our market data confidential. However,
we are very proud of the growth we've experienced since our first Sourcewell contract in 2018 and
feel this is vital information to share. Before 2017, we manufactured between 60 to 90 machines a
year and were at maximum capacity due to facility constraints. To help with our goal of continued
growth, we completed two major capital expansion projects, one in 2017 and another in 2020. This
investment gained a total of 160,000 sq. ft. of additional manufacturing space. As a result, our sales
increased an average of 17.3% each year from 2017 to 2020. We attribute this growth to two main
factors: 1) The sales acceleration from our initial Sourcewell contract award, and 2) The manufacturing
space added to support the increased sales.
No, GapVax Inc. never petitioned for bankruptcy.
b) GapVax Inc. is the manufacturer of GapVax branded equipment.
Our dealers are independently owned and operated, not owned by GapVax Inc. The dealers handle
most of the sales process, including equipment demonstrations, quotation, fulfillment, and all service
work associated with GapVax products.
The Commonwealth of Pennsylvania licenses GapVax Inc. as a"VEHICLE MANUFACTURER" and
a"VEHICLE DEALER." In addition, our Pennsylvania-based sales force has "VEHICLE
REPRESENTATIVE" licenses also issued by the Commonwealth of Pennsylvania. Other licenses
include State Sales Tax License, Business Privilege License, Pennsylvania State Vehicle Inspection
License, State of Texas Converters License, State of Texas Vehicle Dealer License, Florida
Manufacturer License, Louisiana Converter License, Kentucky Motor Vehicle Component License,
National Association of Trailer Manufacturers Certificate of Compliance, and a Minnesota Workforce
Certificate of Compliance. GapVax Inc. is registered with the Secretary of State in each state that is
required.
17 Provide all "Suspension or DebarmenY' information that GapVax Inc. has no Suspension or Disbarment notices to report.
has applied to your organization during the past ten
years.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 3: Industry Recognition & Marketplace Success
Line Question Response *
Item
18 Describe any relevant industry awards or recognition 2021 - Ralph Macchio Lifetime Achievement Award - The pumping industry's highest honor was
that your company has received in the past five years awarded this year during the WEQ Fair in York, Pennsylvania, recognizing Gary Poborsky, owner of
GapVax, for his 44 years of dedication and commitment to the industry. This award epitomizes the
saying, "The best compliment any professional can receive is praise from another within their
discipline." More information can be found at https://www.plumbermag.com/how-to-articles/gapvax-weq-
fair-inc/macchio-achievement-award-to-be-presented-at-upcoming-weq-fair .
2016 - Gary & Rose Poborsky, Cambria Regional Chamber of Commerce Business Hall of Fame
Inductees - The Cambria Regional Chamber of Commerce, and Junior Achievement of Western
Pennsylvania sponsor an annual award ceremony to celebrate the lives of extraordinary leaders whose
achievements have enhanced the cultural, civic and economic growth of our region. The following link
is the video submitted for their induction ceremony https://youtu.be/5pIz7v45LsU
19 What percentage of your sales are to the
governmental sector in the past three years
20 What percentage of your sales are to the education
sector in the past three years
21 List any state, provincial, or cooperative purchasing
contracts that you hold. What is the annual sales
volume for each of these contracts over the past three
years?
22 List any GSA contracts or Standing Offers and Supply
Arrangements (SOSA) that you hold. What is the
annual sales volume for each of these contracts over
the past three years?
Table 4: References/Testimonials
Our percentage of sales in the last three years to the government sector is:
2018 = 34°/
2019 = 28°/
2020 = 44°/
Average 35%
GapVax Inc. chooses to combine the education sector into government sales. Our percentage of
sales in the last three years to the government sector is:
2018 = 34%
2019 = 28%
2020 = 44%
Average 35%
Please see our GapVax Cooperative Purchasing Contract list that has been uploaded as part of our
proposal.
GapVax Inc. does not currently hold a GSA Contract. However, we have a dealer that holds a GSA
multiple award schedule that we utilize.
Line Item 23. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
IEntity Name' Contact Name * Phone Number'
ICity of Ventura Frank Palmer 805-652-4573
ICity of Santa Ana Edwin Sosa 714-472-7106
ISanta Margarita Water District Bill Webster 949-289-3327
ICape May County MUA John Reardon Jr. 609-465-3968
Table 5: Top Five Government or Education Customers
Line Item 24. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the
entity is located in, scope of the project(s), size of transaction(s), and dollar volumes from the past three years.
Entity Name Entity Type"
ICity in TX Government
County in CA Government
State Government
Transportation
Agency, PA
ICity in OH Government
ICity in KY Government
State / Province *
Texas - TX
California - CA
Pennsylvania - PA
Ohio - OH
Kentucky - KY
Table 6: Ability to Sell and Deliver Service
Scope of Work *
Sewer Cleaner, Hydro-Excavation
Sewer Cleaner
Sewer Cleaner
Sewer Cleaner
Hydro-Excavation
Size of Transactions "
Avg $338,350.00
Avg $316,962.00
Avg $306,000.00
Avg $290,248.00
Avg $244,730.00
Dollar Volume Past Three
Years '
$1,015,054.00
$950,888.00
$918,005.00
$870,745.00
$489,461.00
Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address
in detail at least the following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector,
whether these workers are your direct employees (or employees of a third party), and any overlap between the sales and service functions.
Line question
Item
Response*
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
25
f��7
27
28
Sales force. The GapVax sales team relies heavily on government markets to achieve corporate sales goals. Our
teams consist of 6 Regional Sales Managers that oversee 22 Municipal Government dealers and two
Federal Government dealers in the North American market. The Regional Sales Managers (RSM) go
through an extensive factory training program that includes a minimum of 30-days on the shop floor,
shadowing various disciplines. They spend most of their time working with the Quality Control team
learning deep-dive inspection techniques that include testing, verification, adjustment, validation, test
drives, and standard field repairs. Our customers and dealers value our rigorous internal training
program and often refer to our RSM's as the most knowledgeable Subject Matter Experts in the
industry.
Dealer network or other distribution methods.
After training, the RSM's are deployed into the government sector to develop relationships with city,
county, and state fleet managers, sewer, water, and wastewater department heads, and customers in the
federal and educational markets. The RSM's also work with GapVax dealers to provide product training `
and a greater understanding of the Sourcewell sales process. The GapVax dealer is ultimately
responsible for promoting and supporting the GapVax products they sell.
In reference to the potential Sourcewell Sewer, Vacuum, Hydro-Excavation Equipment contract, the
RSM's would promote the contract to state and local government officials who either do not have their
own state purchasing contract or have limited products in their existing state contracts.
If awarded, the RSM's will promote these resources to their dealers and partners throughout Nor[h
America:
1) Sourcewell Sales Accelerator Seminar
2) Sourcewell University
3) Sourcewell New & Reclaimed Participating Agency Update
GapVax dealers are known for their dedication to providing best-in-class sales and customer service.
Our ever-growing dealer network stands ready to support Sourcewell members with a standard of
excellence that aligns with our corporate mission of "Being good stewards of the communities where
we work, live, and play." GapVax dealers are privately-owned companies that are the link between
GapVax and the end-user. Our dealers' sales managers oversee a team of representatives responsible
for selling and marketing in their exclusive territories. In addition, each dealer is required to stock
replacement parts and provide in-house and (or) on-site service and repair.
GapVax dealer Tina and Cory McDonough of One.7 in Ravensdale, WA, are excellent examples
of "Being good stewards of the communities where we work, live, and play." Their tireless pursuit of
cancer awareness led them to start the Valley Girls & Guys foundation. Their once-small endeavor has
grown into a thriving community service organization in the pacific northwest. More information on their '
public service can be found at: https://www.lpoint7.com/breast-cancer-awareness-wa-ca-az-nv-ak-nj-ut--
three-day and https://valleygirlsandguys.org/
Having 22 GapVax dealer locations across North America, the likelihood of each of them establishing a
thriving non-profit charity is not realistic, but that doesn't stop us from promoting the success of Cory
and Tina McDonough and using community service as criteria for evaluating dealer success.
For a complete list of Dealers, please reference the attached file GAPVAX DEALER AND SERVICE
MAP.
For more information on our dealer One.7 please see file GAPVAX MEET THE DEALER - ONE7
Service force. In addition to two factory-owned service centers, one in Pennsylvania and the other outside of Houston,
TX, GapVax uses channel partners as our service force to provide service, repair, and warranty support
to our end-user customers. Our government sales sector has 22 dealers in the United States and
Canada to meet the vast needs of Sourcewell members. We also utilize 16 factory-authorized service
and repair facilities to offer added support outside our dealer network. The independently owned
facilities provide in-house and (or) on-site service, repair, warranty, and equipment rental. Often our
service force will act as a"force-multiplier" by identifying additional sales opportunities while providing
first class service, repair, and warranty.
Describe the ordering process. If orders will be
handled by distributors, dealers or others, explain the
respective roles of the Proposer and others.
For a complete list of service providers, please reference the attached file GAPVAX DEALER AND
SERVICE MAP.
Sourcewell members will follow our Dealer-to-Government order process. The order process begins
with the GapVax quote document. It is available on our web-based GapVax dealer portal and updated
as needed. The dealer will download the current document revision and work with the Sourcewell
member to develop a quotation that best suits their needs. Next, the finalized quotation is sent to
GapVax Inc for engineering review. After engineering's final approval, the quote is logged into our
document control system, awaiting the purchase order. Finally, the Sourcewell member or GapVax dealer
is notified of engineering approval and submits the purchase order to the GapVax Regional Sales
Manager for processing, noting the Sourcewell contract number on the PO. After the product is built, the
dealer or GapVax Inc. will coordinate the delivery to the Sourcewell member. Upon final acceptance of
the product, GapVax Inc., at its discretion, can invoice the Sourcewell member directly or elect to have
the dealer invoice them (referencing the Sourcewell contract number.) Having all PO's sent to our
Regional Sales Managers ensures the orders are correctly entered and monitored for accurate quarterly
reporting.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
29 Describe in detail the process and procedure of
your customer service program, if applicable.
Include your response-time capabilities and
commitments, as well as any incentives that help
your providers meet your stated service goals or
promises.
30
K�I
32
33
34
Describe your ability and willingness to provide your
products and services to Sourcewell participating
entities in the United States.
Describe your ability and willingness to provide your
products and services to Sourcewell participating
entities in Canada.
Unless the Sourcewell member is within the geographic parameters of our two factory-direct service
centers, the support of GapVax equipment occurs at our nationwide dealer network or our 16 factory-
authorized service, warranty, and repair centers.
The preferred method for scheduling warranty, service, or repair is to call ahead. Some locations offer
drive-in service, and some provide field service capabilities that allow service work at the customer's
site. Our directive is to respond within 24 hours of the customer's initial contact. Turnaround time is
based on the scope of work required for the repair or service. The corporate office has trained
service representatives on-call 24 hours a day, seven days a week, to support the customer, dealer, or
service centers. `
While the post-sale customer service ultimately falls to the dealer or service network, the around-the-
clock support offered by GapVax to our service and repair technicians ensures each member receives
a consistent customer experience. When appropriate, customer service issues are elevated to the
Regional Sales Managers, General Manager of Warranty and Service, Vice President of Sales, and, if
necessary, the company President for resolution.
For a complete list of dealers and service centers, please reference the attached file GAPVAX
DEALER AND SERVICE MAP.
As described in some of the earlier questions, the GapVax government sales team utilizes 6 Regional
Sales Managers that oversee 22 Municipal Government dealers and two Federal Government dealers.
GapVax will promote the awarded Sourcewell contract to all current and future members of the
government and educational sectors across North America. GapVax also utilizes factory-authorized
service and repair facilities to offer added support outside our dealer network. Often our service force
will act as a"force-multiplier" by identifying additional sales opportunities while providing first class
service, repair, and warranty.
As described in some of the earlier questions, the GapVax government sales team utilizes 6 Regional
Sales Managers that oversee 22 Municipal Government dealers and two Federal Government dealers.
GapVax will promote the awarded Sourcewell contract to all current and future members of the
government and educational sectors across North America.
Pre-pandemic, GapVax was negotiating with dealers in Canada to promote the Canoe Procurement
Group, a Sourcewell partner in Canada. Unfortunately, international travel restrictions have temporarily
sidelined the project. However, we fully intend to move forward with this plan and look forward to
improving our coverage in Canada.
Identify any geographic areas of the United States GapVax will promote the use of the awarded Sourcewell contract to all current and future members in
or Canada that you will NOT be fully serving through the United States, including Alaska and Hawaii, and Canada. `
the proposed contract.
Identify any Sourcewell participating entity sectors GapVax will promote the use of the awarded Sourcewell contract to all current and future members in
(i.e., government, education, not-for-profit) that you all participating entity sectors.
will NOT be fully serving through the proposed
contract. Explain in detail. For example, does your `
company have only a regional presence, or do other
cooperative purchasing contracts limit your ability to
promote another contract?
Define any specific contract requirements or GapVax will serve all current and future Sourcewell members and market segments in Hawaii, Alaska,
restrictions that would apply to our participating US Territories, and Canada. Factory freight will be calculated at quoting and will be included on the `
entities in Hawaii and Alaska and in US Territories. quote to the Sourcewell member.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 7: Marketing Plan
Line IQuestion
Item
35 Describe your marketing strategy for promoting
this contract opportunity. Upload
representative samples of your marketing
materials (if applicable) in the document
upload section of your response.
36
37
Describe your use of technology and digital
data (e.g., social media, metadata usage) to
enhance marketing effectiveness.
In your view, what is Sourcewell's role in
promoting contracts arising out of this RFP?
How will you integrate a Sourcewell-awarded
contract into your sales process?
Response*
GapVax will market the proposed Sourcewell contract through:
a) Marketing staff and dedicated budget for marketing material and collateral items
b) Internal and external staff communicating with government, end-users, and dealers
c) Marketing campaigns using print media, digital media, online display ads, online and print buyers
guides, e-blasts, e-newsletter, and social media (samples uploaded)
d) Training of GapVax staff and dealers at annual dealer meeting, regional dealer meetings, corporate
open house, and GapVax dealer's open house
e) Maintaining a robust GapVax presence at tradeshows and association events such as WWETT, APWA
Regional Shows, CWEA, WJTA, WEQ, Utility Expo, PA Safety Days, Tri State Seminar, NASTT No-Dig Show,
TWUA, and TML, etc.
f) Continued GapVax dealer network expansion
g) GapVax dealer-only portal to access government sales tools such as the Sourcewell Contract,
explanation of benefits, product offering and who to contact with quoting or ordering questions.
h) GapVax.com public website to access Sourcewell Contract video and general description of cooperative
purchasing advantages. Visit www.gapvax.com/purchasing
i) Marketing material and literature with product offerings to include Sourcewell logos and contract numbers
(samples uploaded)
GapVax Inc's marketing department, Regional Sales Managers, dealers, and partner contributors will continue
to use social media platforms, including Facebook, Instagram, Linkedln, TikTok, and Twitter, to build brand
awareness, display customer affinity, communicate best-in-class value, and drive leads to our channel partners
who sell and support our products locally. In addition, we will utilize Digital Media, Online Display Ads, E-
Blasts, E-newsletters, and other digital communications to deliver our message to Sourcewell members.
For a sample of our digital communications, please reference the attached file GAPVAX E-NEWSLETTER
SAMPLE.
Our view of Sourcewell's role in promoting contracts from this RFP includes a broad-coverage PR event
announcing the contract award. Additionally, for optimum coverage, Sourcewell should issue individual news
releases to each contract holder so they can distribute them through their PR channels.
The integration of Sourcewell into our sales process is an ongoing activiry that currently exists today.
Sourcewell plays a key role in supporting our Regional Sales Managers in their pursuit of capturing new
Sourcewell members, supporting existing Sourcewell members, and continuously educating our dealer network.
If awarded, we will include the following tools in our plan:
1) Sourcewell Sales Accelerator Seminar
2) Sourcewell University
3) Sourcewell New & Reclaimed Participating Agency Update
Further, we will invite our Sourcewell Contract Administrator to present Sourcewell's advantages at our annual
dealer meeting, regional dealer meetings, and corporate open house.
38 Are your products or services available GapVax products are currently not available through e-procurement for government and education customers.
through an e-procurement ordering process? If However, we expect technology to advance to the degree that e-procurement plafforms will one day easily
so, describe your e-procurement system and adapt to our customer's procurement systems and have the capacity to configure very complex equipment
how governmental and educational customers combinations.
have used it. When it comes to GapVax equipment, there are thousands of equipment configurations that could potentially
overwhelm the end-user without the aid of a knowledgeable GapVax dealer. For the most part, government
agencies still feel that working directly with the dealer will ensure they're getting equipment that best suits
their needs.
Table 8: Value-Added Attributes
Line Item �Question
39 Describe any product, equipment,
maintenance, or operator training
programs that you offer to Sourcewell
participating entities. Include details, such
as whether training is standard or
optional, who provides training, and any
costs that apply.
IResponse'
A large portion of our government sales occurs through our dealer network. These dealers are independent
business owners and offer varying degrees of training. The minimum training included with purchase is one
day on-site. However, most dealers provide an additional day of classroom training.
Sourcewell members needing phone support can call GapVax 24 hours a day. Calls received after standard
business hours are answered by an answering service. The answering service will contact an "on-call" GapVax
employee to help attend to any pressing customer needs.
GapVax also offers in-depth factory training at a reasonable cost to the end-user. This training takes place our
newly expanded training department at GapVax's Headquarters in Johnstown, PA. The dates vary year by year.
Topics include the following:
Operator Basic Maintenance
Operator Basic Troubleshooting
Mechanic Basic Maintenance
Mechanic Basic Troubleshooting
When necessary, this training can be provided at the end-user's location.
Please see the file GAPVAX TRAINING ANNOUNCEMENT for information on our newly expanded training
department.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
40 Describe any technological advances that GapVax's most advanced technological offering is based on the "less is more" concept. Today's agencies are
your proposed products or services offer. constantly pushed to save water. Seeing this as the wave of the future, GapVax partnered with German-based
manufacturer Wiedemann Enviro-Tec, the inventors of water recycling technology for sewer cleaning equipment,
to bring the GapVax Recycle JetVac to North America. Our Recycle JetVac is the only sewer cleaning recycling
truck on the market that does not use mechanical filter screens or disposable filter cartridges as part of the
water cleaning system. Instead, by using Wiedemann's tried-and-true "sedimentation system" for recycling the
collected water, operators can work without interruptions from filter cleaning or filter failure from grease, sand or
clay. As a result, pipe cleaning that once took several hours and wasted countless gallons of water can now be
accomplished fast and efficiently.
41
42
43
44
Describe any "green" initiatives that relate
to your company or to your products or
services, and include a list of the
certifying agency for each.
Identify any third-party issued eco-labels,
ratings or certifications that your company
has received for the equipment or
products included in your Proposal related
to energy efficiency or conseroation, life-
cycle design (cradle-to-cradle), or other
green/sustainability factors.
Describe any Women or Minority
Business Entity (WMBE), Small Business
Entity (SBE), or veteran owned business
certifications that your company or hub
partners have obtained. Upload
documentation of certification (as
applicable) in the document upload
section of your response.
New to the GapVax product line is our VHX hydro excavator. Much like our GapVax HV, the most significant
difference of the VHX is its ability to haul payload over the road legally. For example, government agencies
can now legally move 15,000 pounds of wet or dry excavation spoils in states that strictly adhere to federal
bridge laws. This ultra-light solution, combined with onboard weight scale technology, allows the operator to
achieve maximum legal payload, reduce inefficiency from transporting partial loads, and ensures over-the-road
safety by eliminating dangerously overweight loads.
By following our corporate mission of "Being good stewards of the communities where we work, live, and play,"
our decision to utilize brownfield sites for our expansion plan was an easy one. According to the Johnstown
Redevelopment Authority, "Cleaning up and reinvesting in brownfields increases the local tax base, facilitates job
growth, utilizes existing infrastructure, takes development pressures off of undeveloped open land, and improves
and protects the environment. Brownfield redevelopment is particularly critical in Johnstown because of the city's
unique geography as a landlocked municipality. Adaptive reuse of Johnstown's limited available sites prevents
urban sprawl and the destruction of one of Pennsylvania's biggest assets, its natural landscape." By one
estimate, for every one acre of redeveloped brownfields, we save 4.5 acres of open space!
Our capital expansion projects, one in 2017 and the other in 2020, reused turn-of-the-century steel mill buildings
that were in disrepair, converting them into state-of-the-art manufacturing facilities encompassing 160,000 sq. ft.
Several green initiatives, starting from the ground up, were considered when planning these projects.
We designed our shop floors with radiant heat fed by high-efficiency 95% AFUE boilers that use significantly
less energy than traditional methods. Radiant heat is also more efficient and requires less energy during winter,
especially in manufacturing environments that utilize large overhead doors to reposition trucks.
Any Pennsylvania trout fisherman will tell you the role that cool, clean water plays in the life cycle of our once-
prolific State Fish, the native Brook trout. When choosing our roofing material, GapVax considered the impact
of water runoff temperature and its harmful effect on the historic Stonycreek River that runs behind our facility.
Using light-colored roofing material creates less heat; less heat means cooler water outflow from rainfall
captured on our factory roofs. The Stonycreek, a once-damaged river that fell victim to decades of coal mining,
steel making, and logging, is now making a comeback. In a report published by the Somerset Conservation
District, the impact of public and private conservation initiatives are starting to pay off. "The comeback of water
quality in the Stonycreek River watershed is one of Pennsylvania's greatest conservation success stories. The
effort has taken nearly two decades, millions of dollars, and untold numbers of hours from professionals and
volunteers alike to restore significant portions of the 486 square mile watershed. The public-private partnerships
established to accomplish the task stand as a testimonial to innovation and determination in the broad field of
resource conservation."
Other efforts include a plant-wide use of energy-efficient LED lighting, a 4 million dollar investment in a high
efficiency, state-of-the-art paint system designed to reduce VOC emissions, a computer-controlled paint mixing
system that reduces waste by mixing precise quantities of paint, converting outdated cranes from inefficient DC
power to highly efficient AC power, and a closed-loop water system designed to capture and reuse water in
our QC test bays.
All GapVax products offered will be compliant with the EPA (Environmental Protection Agency) Tier 4
requirements and CARB (California Air Resource Board), including products offered on clean-burning CNG
(compressed natural gas) as an alternative to diesel engines.
GapVax does not qualify as a WMBE, SBE, or veteran-owned business. However, most of our distributor/dealer
partners are designated Small Businesses.
Our support of Woman/Minority-owned business is evident in our partnership with Anna Johnson from AQUIP
LLC. AQUIP was founded in October of 2018 and is the first and only known independently female-owned
vacuum truck and environmental products dealership in the United States. You can learn more about AQUIP at
https://www.aquipco.com/about `
Gary And Rose Poborsky founded GapVax Inc as an equal business partnership. Though the legal definition of
Woman-Owned does not apply, Rose has played an active role in GapVax's success and will continue to guide
our organization into the future.
For more information on dealer AQUIP, please see the attached file GAPVAX MEET THE DEALER - AQUIP
What unique attributes does your Our most unique attribute that will appeal to Sourcewell members is that our ownership structure is now and
company, your products, or your services always has been a family-owned business. We are also proud to promote that GapVax employees have partial
offer to Sourcewell participating entities? ownership of the company through our ESOP program. This program incentifies our employees to have
What makes your proposed solutions a"customer-firsY' mentality while doing their jobs.
unique in your industry as it applies to
Sourcewell participating entities? Unlike most of our competition, GapVax is not owned and managed by an equity group or publicly traded
company. This unique position allows us to change direction quickly based on our customer's needs. This
flexibility, combined with our passionate pursuit of "Being good stewards of the communities where we work,
live, and play," is how we've continued to grow in a highly competitive space. These beliefs may get
overlooked at companies with absentee investors or a board of directors who have a"bottom line firsY'
mentality when making decisions about customers and employees.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 9A: Warranty
Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You
may upload representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to
responding to the questions below.
Line Item I Question
Do your warranties cover all products, parts, and Iabor7
Do your warranties impose usage restrictions or other
limitations that adversely affect coverage?
Do your warranties cover the expense of technicians' travel
time and mileage to perform warranty repairs?
Response* I
Yes, our warranty covers all the products we are proposing within the specified warranty
period. Warranty coverage on GapVax products sold through our dealers includes parts and
labor (or partial labor in some circumstances.) In addition, optional extended warranties are
available to meet the needs of current and future Sourcewell members. '
For a sample of our warranty policy, please reference the attached file GAPVAX
WARRANTY.
The standard municipal equipment warranty covers the equipment for one year. Optional
extended warranties are available to meet the needs of current and future Sourcewell
members.
The limited warranty does not cover chassis components, defects due to misuse, abuse, and
neglect, nor does it supersede the warranty of an original component manufacturer.
Warranty on GapVax products sold through our dealers covers parts and labor or partial
labor, depending on the claim. The labor and travel reimbursement varies from dealer to
dealer.
Are there any geographic regions of the United States or Certain areas of North America do not have dealer coverage. These areas function as
Canada (as applicable) for which you cannot provide a factory-direct regions. In these regions, parts associated with warranty claims are covered,
certified technician to perform warranty repairs? How will but labor is not. There are certain instances that GapVax will dispatch a factory technician to
Sourcewell participating entities in these regions be provided a customer's site. GapVax evaluates each instance on a case-by-case basis.
service for warranty repair?
Will you cover warranty service for items made by other
manufacturers that are part of your proposal, or are these
warranties issues typically passed on to the original
equipment manufacturer?
What are your proposed exchange and return programs and
policies?
Describe any service contract options for the items included
in your proposal.
Table 9B: Performance Standards or Guarantees
For a complete list of dealers and service centers, please reference the attached file
GAPVAX DEALER AND SERVICE MAP.
The standard municipal equipment warranty covers the equipment for one year. The limited
warranty does not supersede the warranty of an original component manufacturer. Note: all
items offered in response to this RFP will be covered by the warranty of GapVax Inc.
To date, no exchanges or returns have occurred on GapVax products ordered from a
government entity. However, if the situation arises, GapVax Inc. will work with the customer
and dealer on a case-by-case basis. We intend to provide the customer with the best-in-
class value that is synonymous with GapVax products. In the event that a new and unused
GapVax is shipped and delivered to a Sourcewell member and it is found that the unit does
not meet the customer's intent, and the unit was quoted and ordered per the Sourcewell
member's request or quote, GapVax Inc. may initiate up to a 30% restocking fee on the new
and unused unit to cover additional transportation and costs associated with reselling the unit.
GapVax dealers and service partners offer a variety of maintenance programs depending on
the need of the Sourcewell member. Plans range from preventive maintenance contracts, full-
service maintenance and repair contracts, or customer-specific service intervals based on the `
region of operation. Dealers and service partners provide pricing for these programs on a
local level. Therefore, GapVax Inc. is not including service contract options with our proposal.
Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and overall structure. You may
upload representative samples of your performance materials (if applicable) in the document upload section of your response in addition to responding to the
questions below.
Line Question Response *
Item
52 Describe any performance standards or guarantees GapVax Inc is offering manufactured goods only. Therefore, no services are being quoted in this RFP,
that apply to your services and service performance standards and guarantees do not apply.
53 Describe any service standards or guarantees that GapVax Inc is offering manufactured goods only. Therefore, no services are being quoted in this RFP,
apply to your services (policies, metrics, KPIs, etc.) and service pertormance standards and guarantees do not apply.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 10: Payment Terms and Financing Options
Line Question
Item
54 Describe your payment terms and accepted payment
methods?
55 Describe any leasing or financing options available for
use by educational or governmental entities.
56 Describe any standard transaction documents that you
propose to use in connection with an awarded contract
(order forms, terms and conditions, service level
agreements, etc.). Upload a sample of each (as
applicable) in the document upload section of your
response.
Response`
GapVax Inc's payment terms are NET 30 with authorized municipal, government, or dealer purchase orders.
We accept bank checks, ACH, and wire transfers.
GapVax Inc. does not directly finance or lease equipment; we utilize third-party finance companies to assist
our customers with their financing needs. When a finance need arises with a Sourcewell member, we try to
partner with Sourcewell contract holders like NCL Government Capital.
The GapVax quote document is the beginning of the purchase process for a Sourcewell member. Document
revision control is facilitated through the GapVax dealer portal, which is password protected for dealer-only
access. The GapVax dealer portal ensures that the dealer presents the Sourcewell member with the most up-
to-date quote version and avoids rejection due to an out-of-date document. To begin the quotation, the dealer
selects the "Yes box" next to the question asking if the purchase occurs through Sourcewell. By selecting yes,
the custom program populates the Sourcewell contract number on the cover page and automatically chooses
the Sourcewell discounted price column, ensuring the Sourcewell member receives the preferred pricing
promised. From there, the quotation process is relatively simple, and the Sourcewell member has a bonafide,
binding, quote document in a matter of minutes. In addition, the opportunity for human error is significantly
reduced because the custom-programmed quote document has unique identifiers alerting the GapVax Regional
Sales Manager and accounting team to invoice and report all Sourcewell contract sales accurately.
For a sample of our quote document, please reference the attached file GAPVAX QUOTE DOCUMENT.
57 Do you accept the P-card procurement and payment GapVax Inc. currently does not accept the P-card procurement and payment process.
process? If so, is there any additional cost to
Sourcewell participating entities for using this process?
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of
an awarded Contract as described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form.
Line
Item
58
59
60
61
62
63
64
65
Question
Describe your pricing model (e.g., line-item discounts or product-category
discounts). Provide detailed pricing data (including standard or list
pricing and the Sourcewell discounted price) on all of the items that you
want Sourcewell to consider as part of your RFP response. If applicable,
provide a SKU for each item in your proposal. Upload your pricing
materials (if applicable) in the document upload section of your response.
Quantify the pricing discount represented by the pricing proposal in this
response. For example, if the pricing in your response represents a
percentage discount from MSRP or list, state the percentage or
percentage range.
Describe any quantity or volume discounts or rebate programs that you
offer.
Propose a method of facilitating "sourced" products or related services,
which may be referred to as "open markeY' items or "nonstandard
options". For example, you may supply such items "at cosY' or "at cost
plus a percentage," or you may supply a quote for each such request.
Identify any element of the total cost of acquisition that is NOT included
in the pricing submitted with your response. This includes all additional
charges associated with a purchase that are not directly identified as
freight or shipping charges. For example, list costs for items like pre-
delivery inspection, installation, set up, mandatory training, or initial
inspection. Identify any parties that impose such costs and their
relationship to the Proposer.
If freight, delivery, or shipping is an additional cost to the Sourcewell
participating entity, describe in detail the complete freight, shipping, and
delivery program.
Specifically describe freight, shipping, and delivery terms or programs
available for Alaska, Hawaii, Canada, or any offshore delivery.
Describe any unique distribution and/or delivery methods or options
offered in your proposal.
Response*
The GapVax Inc. pricing model is ceiling based with Sourcewell members
receiving a percentage discount off of MSRP for each product category.
For a complete price list, please reference the attached file GAPVAX
SOURCEWELL PRICE LIST.
The percentage of discount for Sourcewell members is 2% off MSRP. In addition,
GapVax dealers understand that the Sourcewell contract is ceiling price based and
may offer additional discounts throughout the contracYs life.
GapVax dealers understand that the Sourcewell contract is ceiling price based and
may offer additional discounts based on unit quantity.
GapVax will utilize open market pricing for the chassis portion of our equipment.
The chassis is a sourced good that we will offer at Invoice + 3%. GapVax will
also consider customization requests by Sourcewell members as open market or
sourced goods negotiated between the GapVax dealer and Sourcewell member.
Outside of the chassis cost (as identified in question #61 regarding sourced
goods), the other cost not included in the price list is delivery. Factory freight to
the Sourcewell member is known at quoting and will be listed on their quote.
Government agency requirements vary significantly from one agency to the next, as
do the costs associated with these requirements. As a result, GapVax dealers
may be required to offer pre-delivery inspections, on-site training, extended
warranties, and service and repair contracts, which will be priced to the Sourcewell
member at the time of quoting.
Freight costs from the factory to customers in the contiguous United States and
adjoining Canadian provinces will be itemized on the quote and paid by the
customer. GapVax may charge up to $4.00 per loaded mile to deliver the
equipment. The dealer decides if the product will ship directly to the customer or
the dealer's location. The dealer will be responsible for making contact with the
customer to arrange final delivery and start-up training.
Exceptions to this delivery fee are GapVax units built on truck chassis powered by
CNG (compressed natural gas.) They require unique transportation methods and
will be quoted at the time of the proposal.
When deliveries are made to Alaska, Hawaii, Canadian territories, or offshore, the
customer is responsible for the freight costs. GapVax Inc. and the customer will
review these charges at the time of quoting. It is common for GapVax to work
with the customer and utilize any specific delivery methods that work best for them.
Other than the delivery methods mentioned in #63 and #64, if a unique delivery
situation exists that is better overall for the Sourcewell member, GapVax will work
closely with them to attain the best possible solution.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 12: Pricing Offered
Line The Pricing Offered in this Proposal is: ` Comments
Item
66 c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments. Pricing offered in response to this
Sourcewell RFP is similar or is
better than some pricing offered to
other cooperative procurement
organizations or state purchasing
departments. In addition, our
discount structure offered will allow
for best value, more flexibility, and
volume discount considerations
provided through our dealers
because of the ceiling-based
pricing.
Table 13: Audit and Administrative Fee
Line Question Response *
Item
67 Specifically describe any self-audit process or program that you plan to employ GapVax will be paying Sourcewell directly for all administrative fees
to verify compliance with your proposed Contract with Sourcewell. This process associated with this contract. Pricing and discounts will be loaded into the
includes ensuring that Sourcewell participating entities obtain the proper pricing, GapVax quote document as detailed in our response to question #56.
that the Vendor reports all sales under the Contract each quarter, and that the This document is controlled on a password-protected website known as
Vendor remits the proper administrative fee to Sourcewell. Provide sufficient detail the GapVax Dealer Portal. Dealers are required to submit all orders
to support your ability to report quar[erly sales to Sourcewell as described in the using the quote document they download from the dealer portal. Submitted
Contract template. orders will be verified against the customer's PO and processed by the
GapVax Regional Sales Manager to ensure consistency and process �
compliance. Opportunity for error is significantly reduced because the
custom-programmed quote document includes unique identifiers that alert
the GapVax Regional Sales Manager, the order management team, and
the accounting team that the order is through the Sourcewell contract,
which ultimately triggers quarterly reporting and remittance activity.
For a sample of the quote document mentioned above, please reference
the attached file GAPVAX QUOTE DOCUMENT
68 If you are awarded a contract, provide a few examples of internal metrics that As with most businesses, GapVax projects its yearly sales forecast at the
will be tracked to measure whether you are having success with the contract. beginning of our fiscal year. This forecast includes a Government sales
budget listed by month and quarter. The executive team reviews our sales
budgets monthly, including sales through our cooperative purchasing
contracts. A few examples of KPI's used to measure success are "quote
to close ratio," "government sales budget vs. actual" and "Soucrewell
sales budget vs. actual." We also review our dealers every year and
evaluate them on their use of cooperative purchasing contracts.
69 Identify a proposed administrative fee that you will pay to Sourcewell for If we are awarded a contract, GapVax will pay Sourcewell a 2%
facilitating, managing, and promoting the Sourcewell Contract in the event that administrative fee for facilitating, managing, and promoting the Sourcewell
you are awarded a Contract. This fee is typically calculated as a percentage of Contract.
Vendor's sales under the Contract or as a per-unit fee; it is not a line-item
addition to the Member's cost of goods. (See the RFP and template Contract for
additional details.)
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 14A: Depth and Breadth of Offered Equipment Products and Services
Line Question
Item
70 Provide a detailed description of the equipment,
products, and services that you are offering in your
proposal.
71 Within this RFP category there may be subcategories
of solutions. List subcategory titles that best describe
your products and services.
Response*
Unlike many cookie cutter-type manufacturers, GapVax Inc. is known as a customer-focused builder of
industrial and municipal equipment. We pride ourselves in our ability to address a customer's needs
and create a solution (thaYs often customized) to meet those needs. The following products were
born from a passionate pursuit of building equipment "the way we'd want iY' if we were the customer:
The GapVax MC is a combination vacuum and sewer flushing machine designed to wash and remove
debris from sewer drains. With a wide variety of sizes available, this is an ideal candidate for any
size municipality, water and sewer district, or government agency that is cleaning storm drains, catch
basins, and sewers. GapVax offers truck-mounted configuration available on a single-axle and a double-
axle chassis. The single-axle gives you the choice of a 4-8 cubic yard debris body and a water tank
capacity of 500-1,200 gallons. The Double Axle MC ranges from 8-13 cubic yards, and water tank
sizes up to 2,000 gallons. In addition, our custom-configured units allow for various arrangements not
currently available through our competition.
GapVax VHE hydro excavators use non-destructive pressurized water combined with an industrial-
strength vacuum to safely expose buried utilities or excavate near objects easily damaged by
traditional mechanical digging. The operator directs the pressure stream to the ground to break up the
soil, positions the vacuum hose at the excavation area, and conveys the loosened soil into the debris
body through the vacuum hose. The hydro excavation process results in safe, fast, precise excavations
that require less backfill and site restoration, and has less environmental impact than traditional
excavation techniques. This system is ideal for any size municipality, water and sewer district, public
or private utility, or contractor that needs to locate buried objects or safely excavate around
underground utilities.
The GapVax HV is a"next level" hydro excavator compared to the VHE. The HV series is a true wet
and dry unit that offers high-pressure water and compressed air for excavating. The use of
compressed air is becoming more common for unearthing buried utilities. Unlike water, compressed air
does not increase the waste stream, and the excavated soil can be quickly backfilled into the same
hole. However, unlike wet-only units, a very stringent filtration system is required to protect the truck's
vacuum pump when vacuuming dry product. The HV uses cyclone and baghouse technology to .
provides ultimate vacuum pump protection.
New to the GapVax product line is our VHX hydro excavator. Much like our GapVax HV, the most
significant difference of the VHX is its ability to haul payload over the road legally. For example,
government agencies can now legally move 15,000 pounds of wet or dry excavation spoils in states
that strictly adhere to federal bridge laws.
The GapVax GJET is a truck-mounted high-pressure water Jet designed to remove sand, dirt, grease,
detergents, and materials typically found in sanitary and storm drain pipes. The GJET's single-engine
design uses the chassis engine to power all functions. The hydraulically powered water pump
pressurizes the onboard water supply and conveys the water into the sewer through a high-pressure
hose. The hose is spooled in and out by a hydraulically powered hose reel mounted on the truck's
front. The GJET's efficient design surpasses competitive units that utilize multiple engines by reducing
weight, fuel costs, emissions, and maintenance costs.
Our G7 is a trailer-mounted version of our GJET. It has a distinct non-cdl weight advantage over truck-
mounted jetters, making it an ideal pipe cleaning solution for government agencies that struggle to find
drivers with a commercial driver's license. Its compact design is an added benefit for tight, hard-to-
reach areas.
GapVax's most advanced technological offering is based on the "less is more" concept. Today's
agencies are constantly pushed to save water. Seeing this as the wave of the future, GapVax
partnered with German-based manufacturer Wiedemann Enviro-Tec, the inventors of water recycling
technology for sewer cleaning equipment, to bring the GapVax Recycle JetVac to North America. Our
Recycle JetVac is the only sewer cleaning recycling truck on the market that does not use mechanical
filter screens or disposable filter cartridges as part of the water cleaning system. Instead, by using
Wiedemann's tried-and-true "sedimentation system" for recycling the collected water, operators can
work without interruptions from filter cleaning or filter failure from grease, sand or clay. As a result,
pipe cleaning that once took several hours and wasted countless gallons of water, can now be
accomplished fast and efficiently.
"RFP 101221 - Sewer Vacuum, Hydro-Excavation, and Municipal Pumping Equipment with Related
Accessories and Supplies" accurately describes the products GapVax Inc. is offering. Therefore, no
subcategories are needed for our submission.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 14B: Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box
provided, as necessary.
Line Category or Type Offered * Comments
Item
72 Sewer vacuums or combination sewer cleaners r. Yes GapVax MC JetVac
r No GapVax Recycle JetVac
Please reference the attached file GAPVAX SOURCEWELL LITERATURE
73 Hydro or air excavation equipment r. Yes GapVax VHE, Hydro Excavation
� No GapVax VHX, Hydro/Air Excavation
GapVax HV, Hydro/Air Excavation
Please reference the attached file GAPVAX SOURCEWELL LITERATURE
74 Jetters and rodders � Yes GapVax GJET Jetter Truck
� No GapVax G7 Jetter Trailer
Please reference the attached file GAPVAX SOURCEWELL LITERATURE
75 Dewatering, mud, trash, and centrifugal pumps r Yes Not applicable to GapVax Inc. product offerings.
r. No
76 Pumps used in lift stations, sewage treatment, water � Yes Not applicable to GapVax Inc. product offerings.
treatment, or water collection facilities � No
77 Accessories, supplies and replacement or wear parts � Yes Accessories, supplies and replacement or wear parts related to the offerings
related to the offerings above. r• No above will be supplied at the local level through GapVax dealers and service
centers and are not included in this RFP.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Table 15: Industry Specific Questions
Line Question Response *
Item
78 Describe any product or equipment features that improve Several improvements have been made to GapVax models that improve operator's safety.
operator safety. These items include:
79 Describe any product or equipment innovations that increase
uptime and operator productivity.
1) Standard chassis requirements to include additional entry grab handles, wider entry
steps, and a two-speed or viscous engine fan drive to reduce noise in the cab and at the
front operator station.
2) MC Front hose reel operation to include remote hose reel in/out options, front reel
power articulation upgrade, remote or cab controls for front reel articulation upgrade, new
and improved autowinder mounting for increased ground clearance, and hose tracking, and
a new digital footage counter with very accurate hose measurement
3) New vacuum pump mounting and noise reduction silencers, mid-ship gearbox
mounting, and ergonomic controls.
4) More accessible operator daily checks with ground-level cyclone and filter cleanouts,
ground-level remote lubrication manifolds, and options for auto lube systems for the vacuum
module, chassis, or both.
5) Camera system options to include single to quad-camera packages and new
mounting positions to reduce/eliminate blind spots.
6) Simplified systems engagement, disengagement, console layout, and operational
features with the GapVax G2 logic control system.
7) Improved wireless control systems, including charging stations, spare transmitters,
and failsafe interlocks. Also, the new wireless transmitter safety features include LED
indicators, feedback displays, integrated remote body dump options, remote body wash-out
options, and remote water flow/pressure control options.
8) Better HX Water systems to include new hydraulically driven packages, new mounting
arrangements to enclose all moving parts and reduce hoses, reduce the number of
operation valves, and the development of a new multi-flow HX water system that is
integrated with the new wireless remote system.
9) LED lighting options to illuminate perimeter work areas, operation controls,
dumping / clean out areas, and SAE or CA Title 13 compliant beacon lights, directional
lights, and flashers.
10) Ergonomic storage boxes, changing over to swing forward doors where possible in
place of fold-down doors. In addition, pump enclosures now have an option to upgrade to
a roll-up style door to keep the open door out of the operator work area.
11) Enhanced connectivity of the electrical controls with improved sunlight, oil, and
abrasion-resistant engineered cord sets and over-molded, weather-tight electrical connectors.
12) New and improved hydraulic hose, water hose, electrical cord, and control wire
routing and clipping on the frame and body. Also, a new hydraulic hose and wire support
has been developed for the rear-mounted loading boom.
13) Improved operator manuals by customizing each manual to the system controls of
each exact unit.
14) Air-actuated MC body safety prop that is safely engaged and disengaged at a
safe distance from an elevated collector body
15) Rear-mounted MC float shut-offs eliminating the operator's need to enter the tank
GapVax's most advanced technological offering is based on the "less is more" concept.
Today's agencies are constantly pushed to save water. Seeing this as the wave of the
future, GapVax partnered with German-based manufacturer Wiedemann Enviro-Tec, the
inventors of water recycling technology for sewer cleaning equipment, to bring the GapVax
Recycle JetVac to North America. Our Recycle JetVac is the only sewer cleaning recycling
truck on the market that does not use mechanical filter screens or disposable filter
cartridges as part of the water cleaning system. Instead, by using Wiedemann's tried-and-
true "sedimentation system" for recycling the collected water, operators can work without
interruptions from filter clogging or filter failure from grease, sand or clay. As a result, pipe
cleaning that once took several hours and wasted countless gallons of water can now be
accomplished fast and efficiently.
New to the GapVax 2021 product line is our VHX hydro excavator. Much like our GapVax
HV, the most significant difference of the VHX is its ability to haul payload over the road
legally. For example, government agencies can now legally move 15,000 pounds of wet or
dry excavation spoils in states that strictly adhere to federal bridge laws. This ultra-light
solution, combined with onboard weight scale technology, allows the operator to achieve
maximum legal payload, reduce inefficiency from transporting partial loads, and ensures
over-the-road safety by eliminatinq danqerously overvveiqht loads.
Table 16: Exceptions to Terms, Conditions, or Specifications Form
Line Item 80. NOTICE: To identify any exception, or to request any modification, to the Sourcewell template Contract terms, conditions, or specifications, a
Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or Specifications Form immediately below. The contract
section, the specific text addressed by the exception or requested modification, and the proposed modification must be identified in detail. Proposer's exceptions and
proposed modifications are subject to review and approval of Sourcewell and will not automatically be included in the contract.
Contract Section Term, Condition, or Specification Exception or Proposed Modification
N/A N/A N/A
Documents
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Ensure your submission document(s) conforms to the following:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded
document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than
one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan
category save the document as "Marketing Plan."
• Pricina - GAPVAX SOURCEWELL PRICE 2022.x1sx - Tuesday October 12, 2021 12:51:15
• Financial Strenath and Stabilitv - GAPVAX FINANCIAL INFORMATION AND COOPERATIVE PURCHASING CONTRACT LIST.zip - Thursday October 07, 2021
12:37:04
• Marketina Plan/Samoles - GAPVAX SOURCEWELL MARKETING.zip - Thursday October 07, 2021 17:31:10
• WMBE/MBE/SBE or Related Certificates - GAPVAX LITERATURE.zip - Tuesday October 12, 2021 14:02:44
• Warrantv Information - GAPVAX WARRANTY.pdf - Thursday October 07, 2021 12:19:03
• Standard Transaction Document Samoles - GAPVAX QUOTE DOCUMENT.pdf - Thursday October 07, 2021 12:19:45
• Uoload Additional Document - GAPVAX DEALER AND SERVICE MAP -TRAINING.zip - Thursday October 07, 2021 1731:50
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and
Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its
residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created
without colluding with any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been
created fairly without any fraud or dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or
business in an effort to influence any part of this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free
trade or competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the consultant (an individual
or a company) has not assisted any other entity that has submitted or will submit a proposal for this solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to
an organizational conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor's objectivity
in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized
agent of the Proposer and will not be communicated to any such persons prior to Due Date of this solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms,
conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver
such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell
Members. Unless otherwise agreed to, the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an
awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety.
Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is
awarded. At that point, proposals become public data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a"trade
secret," and thus nonpublic data under Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control of the United States
Department of the Treasury found at: https://www.treasurv.aov/ofac/downloads/sdnlist.qdf;
2. Included on the government-wide exclusions lists in the United States System for Award Management found at: https://sam.aov/SAM/; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota;
the United States federal government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it
nor its principals have been convicted of a criminal offense related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this Proposal on behalf of the
Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not
be denied such legal effect, validity, or enforceability solely because an electronic signature or electronic record was used in its formation. - Gary Poborsky,
President, GapVax Inc.
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or
potential Conflict of Interest in performing the contractual obligations contemplated in the bid.
r Yes r. No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: D33E99F8-7427-43F0-BAE6-E6472DAF0835
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
File Name
Addendum 3 Sewer Vac_Hydro-Excavation_Pumps_RFP_101221
Thu September 30 2021 03:29 PM
Addendum 2 Sewer Vac_Hydro-Excavation_Pumps_RFP_101221
Fri September 10 2021 02:40 PM
Addendum 1 Sewer Vac_Hydro-Excavation_Pumps_RFP_101221
Thu August 26 2021 05:40 PM
I have reviewed the
below addendum and pages
attachments (if
applicable)
r �
r
r
Bid Number: RFP 101221 Vendor Name: GapVax Inc
DocuSign Envelope ID: ADC87573-C1A1-4AF0-BFAA-07E9011 D9058
AMENDMENT #1
TO
CONTRACT #101221-GPV
THIS AMENDMENT is effective upon the date of the last signature below by and between
Sourcewell and GapVax Inc. (Supplier).
Sourcewell awarded a contract to Supplier to provide Sewer Vacuum, Hydro-Excavation, and
Municipal Pumping Equipment with Related Accessories and Supplies, to Sourcewell and its
Participating Entities, effective December 20, 2021, through November 29, 2025 (Contract).
NOW THEREFORE, the parties wish to amend the Contract as follows:
Section 18. Insurance—Subsection A. Requirements— Item 5. Network Security and
Privacy Liability Insurance, of the Contract, is modified to reduce the minimum limit
requirements to $1,000,000 per occurrence and $1,000,000 annual aggregate.
Except as amended by this Amendment, the Contract remains in full force and effect.
Sourcewell
DocuSigned by:
By. ,�t,V�,� y �C�,U/a��j
COFD2A139D06489...
Jeremy Schwartz, Director of Operations/CPO
GapVax Inc.
DocuSigned by:
By. �A�V'y Q. �b�ibV�� y
97DECE6A2796467...
Gary Poborsky
Date: 5/9/2023 � 6:51 PM CDT
Approved:
DocuSigned by:
l�`^'V(/� ��
By. 7E4268F817A64CC .
Chad Coauette, Executive Director/CEO
Date: 5/9/2023 � 6:55 PM CDT
Title: President
Date: 5/9/2023 � 3:31 PM CDT
Sourcewell Contract #031622-MUI � Amendment #1
Page 1 of 1
Docusign Envelope ID: 2D4E2C6E-75B1-43CA-806F-52BOA0BB3FOE
Sou rcewel I �
CONTRACT EXTENSION
Contract Number: 101221-GPV
Sourcewell and GapVax
202 12th Street Northeast 575 Central Ave
P.O. Box 219
Staples, MN 56479 Johnstown, Pennsylvania 15902-2600
(Sourcewell) (Vendor)
have entered into Contract Number: 101221-GPV
for the procurement of: Sewer Vacuum, Hydro-Excavation, and Municipal Pumping Equipment
with Related Accessories and Supplies
The Contract has an expiration date of 2025-11-29 , but the parties may extend the Contract by mutual
consent.
Sourcewell and Vendor acknowledge that extending the Contract benefits the Vendor, Sourcewell and
Sourcewell's Members. Vendor and Sourcewell agree to extend the Contract listed above for an additional
period, with a new Contract expiration date of 2026-11-29 . All other terms and conditions of the Contract
remain in full force and effect.
Sourcewell
Signed by:
I J�� Sc���,
Auf�°O°riz�9�°�`i�nature
�Signed by:
�A�'t� Q. �b�bSV'��
Aut�i'orizec�9�ignature
Jeremy Schwartz
Name
Chief Operating and Procurement Officer
Title
2/7/2025 � 4:14 PM CST
Date
Gary A. Pobosrky
Name
ceo
Title
2/10/2025 � 10:45 AM CST
Date
Rev. 7/2022 1
Exhibit C- Conflict of Interest Questionnaire
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
FORM CIQ
OFFICE USE ONLY
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who oate Received
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the
vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the statement to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
J Name of vendor who has a business relationship with local governmental entity.
Lonestar Municipal Equipment LLC (DBA Lonestar Municipal Equipment)
J
❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
J Name of local government officer about whom the information is being disclosed.
N/A
Name of Officer
� Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
� Yes � No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
� Yes � No
� Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
N/A
J
❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
J
�c� �'����ii. �.lr�,.
Signature of vendor doing business with�Yie governmental entity
l/
09/02/2025
Date
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code � 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
***
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code � 176.006(a) and (a-1)
(a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021
City of Fort Worth,
Mayor and
DATE: 06/13/23
Texas
Council Communication
M&C FILE NUMBER: M&C 23-0450
LOG NAME: 13P BLANKET COOPERATIVE AUTHORIZATION FLEET ACQUISITIONS ADK
SUBJECT
(ALL) Authorize Purchase Agreements with Multiple Vendors for the Purchase of Fleet Vehicles, Off-Road Vehicles, and Other Motorized
Equipment up to the Amount of Available Funding in Capital Projects Across Multiple Funds Citywide using Multiple Cooperative Contracts and
Interlocal Agreements for Three Years for the Property Management Department
RECOMMENDATION:
It is recommended that the City Council authorize the execution of purchase agreements with multiple vendors for the purchase of fleet vehicles, off
road vehicles, and other motorized equipment up to the amount of available funding in Capital Projects Across Multiple Funds Citywide using
multiple cooperative contracts and interlocal agreements for three years for the Property Management Department.
DISCUSSION:
The Property Management DepartmenYs Fleet Acquisitions Division is currently in the process of fulfilling a multi-year backlog of City vehicle and
equipment purchases. The biggest challenge in trying to overcome this backlog is the availability of vendors, inventory, and the time it takes for the
City to make purchases when vehicles are available. Currently, the City has a backlog of eight (8) years totaling more than $30 million dollars.
The City currently has contracts with the following vendors using cooperative contracts:
VENDOR
Siddons Martin Emergency Group, LLC
Siddons Martin Emergency Group, LLC
JHouston Holdings, LLC
Versalift
Lake Country Chevrolet
North Texas Trailers, LLC
Silsbee Ford
Associated Supply Company (ASCO)
Rogue Jet Boatworks, Inc.
Lenco Industries, Inc.
Polaris Sales, Inc.
Nationwide Trailers, LLC
Crafco, Inc.
��Z�] � �:7_� � 1�/ �_[�3 �►[� 1
BuyBoard
Houston-Galveston Area Council (HGAC)
BuyBoard
Sourcewel I
The Interlocal Purchasing System (TIPS)
Buyboard
TIPS
BuyBoard
General Services Administration (GSA)
HGAC
Sourcewel I
BuyBoard
BuyBoard
However, due to limited inventory and availability, additional vendors and options are needed. Fleet Acquisitions has already identified twenty-nine
additional vendors that are available through cooperatives.
Approval of this Mayor & Council Communication (M&C) authorizes the City to execute contracts with any vendor that is currently listed on any valid
cooperative that has one or more vehicles or pieces of equipment that is a current need for the City's fleet. This authorization would also include
purchases made using Interlocal Agreements with other governmental entities.
Fleet Acquisitions recently partnered with the Purchasing Division in an effort to better ensure that the City is able to purchase needed items as
quickly and efficiently as possible. The Fleet team meets regularly with key personnel to ensure that specifications are appropriate for the City's
fleet, costs are reasonable and acceptable, and that departments are receiving items that meet their business needs.
COOPERATIVE PURCHASE and INTERLOCAL AGREEMENTS - State law provides that a local government purchasing an item under a
cooperative purchasing agreement or interlocal agreement satisfies state laws requiring that the local government seek competitive bids for
purchase of the item.
AGREEMENT TERMS - Upon City Council approval of this M&C, the City will have authority to enter into one-time purchase agreements or annual
agreements with available vendors for up to three years from the date of approval. At the expiration of three years from the date of approval, the
City will seek additional authorization for any necessary contracts at that time.
BUSINESS EQUITY - an M/WBE goal is not assigned when purchasing from an approved purchasing cooperative or other public entity.
FUNDING - Currently, there is $42,593,019.00 in the City's budget in capital projects across multiple funds citywide for the purpose of funding fleet
acquisitions. Prior to each purchase agreement or contract being executed, staff will confirm that funding is available for that purchase and is
appropriated for that purpose. All existing contracts shall be amended or terminated to release encumbered funds to ensure that the City is able to
make purchases with the vendors that have needed items available for purchase on a rolling basis. No guarantee has been or will be made to any
vendor regarding minimum purchases.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the Vehicle and
Equip Replacement Fund, W&S Capital Projects Fund, Stormwater Capital Projects Fund, Municipal Airport Capital Proj Fund, Solid Waste
Capital Projects Fund, CCPD Capital Projects Fund, ITS Capital Fund, Fleet Capital Projects Fund, Environmental Prot Cap Proj Fund, Tax Note
2019 Fund and Tax Note 2020 Fund to support the approval of the above recommendation for the purchase of vehicles and equipment. Prior to
any expenditures being incurred, the Property Management Department has the responsibility to validate the availability of funds.
Submitted for Citv Manaaer's Office bv: Reginald Zeno 8517
Dana Burghdoff 8018
Oriainatina Business Unit Head: Reginald Zeno 8517
Steve Cooke 5134
Additional Information Contact: Jo Ann Gunn 8525
Ashley Kadva 2047