Loading...
R-2021-251 - 9/9/2021RESOLUTION NO. R-2021-251 WHEREAS, the City of Round Rock ("City") desires to purchase equipment and tool rental services needed to support the City's Parks and Recreation Department operations; and and WHEREAS, the City is a member of the OMNIA Partners Cooperative; and WHEREAS, Sunbelt Rentals, Inc. is an approved vendor of the OMNIA Partners Cooperative; WHEREAS, the City desires to purchase equipment and tool rental services from Sunbelt Rentals, Inc. through OMNIA Partners Cooperative Contract No. R200601, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City an Agreement for Equipment and Tool Rental Services with Sunbelt Rentals, Inc., a copy of said Agreement being attached hereto as Exhibit "A" and incorporated herein. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 5 51, Texas Government Code, as amended. RESOLVED this 9th day of September, 2021. "0/ CRAIG ORGVock, ,Mayor City of Round Texas ATTEST: SARA L. WHITE, City Clerk 0112.20212; 00480326 EXHIBIT A„ CITY OF ROUND ROCK AGREEMENT FOR EQUIPMENT AND TOOL RENTAL SERVICES WITH SUNBELT RENTALS, INC. THE STATE OF TEXAS § CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § COUNTY OF TRAVIS § THAT THIS Agreement for equipment and tool rental services need to support the City of Round Rock's Parks and Recreation Department operations (referred to herein as the "Agreement"), is made and entered into on this the day of the month of , 2021, by and between the CITY OF ROUND ROCK, TEXAS, a home -rule municipality whose offices are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as the "City") and SUNBELT RENTALS, INC., whose offices are located at 2341 Deerfield Drive, Fort Mill, South Carolina 29715 (referred to herein as the "Vendor"). RECITALS: WHEREAS, City desires to enter into an agreement for the rental of equipment and tools needed to support the City's Parks and Recreation Department operations; and WHEREAS, City is a member of OMNIA Partners Cooperative and Vendor is an approved OMNIA Partners vendor; and WHEREAS, the City desires to purchase certain services from Vendor through OMNIA Partners Cooperative Contract No. R200601 to receive pricing and services as set forth herein; and WHEREAS, the parties desire to enter into this Agreement to set forth in writing their respective rights, duties, and obligations; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable consideration, sufficiency and receipt of which are hereby acknowledged, it is mutually agreed between the parties as follows: 00472639r'ss2 1.01 DEFINITIONS A. Agreement means the binding legal contract between City and Vendor whereby City agrees to buy or rent specified goods and/or services and Vendor is obligated to provide said goods/services. The Agreement includes any exhibits, addenda, and/or amendments thereto. B. City means the City of Round Rock, Williamson and Travis Counties, Texas. C. Effective Date means the date upon which the binding signatures of both parties to this Agreement are affixed. D. Force Majeure means acts of God, strikes, lockouts, or other industrial disturbances, acts of the public enemy, orders of any kind from the government of the United States or the State of Texas or any civil or military authority, insurrections, riots, epidemics, landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government and the people, civil disturbances, explosions, or other causes not reasonably within the control of the party claiming such inability. E. Goods and services mean the specified services, supplies, materials, commodities, or equipment. 2.01 EFFECTIVE DATE AND TERM A. This Agreement shall be effective on the date it has been signed by both parties hereto, and shall remain in full force and effect, unless and until it expires by operation of the term stated herein, or until terminated as provided herein. B. The term of this Agreement shall be from the effective date of the Agreement until October 31, 2025. City reserves the right to review the relationship at any time, and may elect to terminate this Agreement, with or without cause, or may elect to continue. 3.01 CONTRACT DOCUMENTS AND EXHIBITS City selected Vendor to supply the goods and services as outlined in Exhibit "A," attached hereto and incorporated herein by reference. The goods and services which are the subject of this Agreement are described in Exhibit "A" and, together with this Agreement, comprise the total Agreement and they are fully a part of this Agreement as if repeated herein in full. 4.01 ITEMS AWARDED AND SCOPE OF WORK When taken together with the appended exhibit, this Agreement shall evidence the entire understanding and agreement between the parties and shall supersede any prior proposals, correspondence or discussions. Vendor shall satisfactorily provide all goods and services 2 described under the attached Exhibit "A" at the sole request of the City. Vendor provide goods and services in accordance with this Agreement, in accordance with the appended exhibits, in accordance with due care, and in accordance with prevailing industry standards for comparable services. 5.01 COSTS A. City agrees to pay for goods during the term of this Agreement at the pricing set forth in Exhibit "A." B. The City shall is authorized to pay the Vendor an amount not -to -exceed Three Hundred Thousand and No/100 Dollars ($300,000.00) for the term of this Agreement. 6.01 INVOICES All invoices shall include, at a minimum, the following information: A. Name and address of Vendor; B. Purchase Order Number; C. Description and quantity of items received or services provided; and A. Delivery or performance dates. 7.01 NON -APPROPRIATION AND FISCAL FUNDING This Agreement is a commitment of City's current revenues only. It is understood and agreed that City shall have the right to terminate this Agreement at the end of any City fiscal year if the governing body of City does not appropriate funds sufficient to purchase the services as determined by City's budget for the fiscal year in question. City may affect such termination by giving Vendor a written notice of termination at the end of its then current fiscal year. 8.01 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Vendor will be made within thirty (30) days of the day on which City receives the performance, supplies, materials, equipment, and/or deliverables, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the performance and/or deliverables or services, whichever is later. Vendor may charge interest on an overdue payment at the "rate in effect" on September I of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas Government Code, Section 2251.025(b); however, this Policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Vendor, a contractor, a subcontractor or supplier about the goods delivered or the service performed that cause the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Vendor and a subcontractor or between a subcontractor and its supplier about the goods delivered or the service performed that causes the payment to be late; or B. Invoices are not mailed to City in strict accordance with instructions, if any, on the purchase order or the Agreement or other such contractual agreement. 9.01 GRATUITIES AND BRIBES City may, by written notice to Service Provider, cancel this Agreement without liability to Vendor if it is determined by City that gratuities or bribes in the form of entertainment, gifts, or otherwise were offered or given by Vendor or its agents or representatives to any City officer, employee or elected representative with respect to the performance of this Agreement. In addition, Vendor may be subject to penalties stated in Title 8 of the Texas Penal Code. 10.01 TAXES City is exempt from Federal Excise and State Sales Tax; therefore, tax shall not be included in Service Provider's charges. 11.01 ORDERS PLACED WITH ALTERNATE SERVICE PROVIDERS If Vendor cannot provide the goods as specified, City reserves the right and option to obtain the products or services from another supplier or suppliers. 12.01 INSURANCE Vendor shall meet all requirements required by the City as set forth at: httns:!lwww.roundrocktexas.gov:"wp-content/ upload s/2014 `I2/corr_insurance_07.20112.pdf 13.01 CITY'S REPRESENTATIVE City hereby designates the following representatives authorized to act in its behalf with regard to this Agreement: 4 Rick Atkins Parks and Recreation Director 301 West Bagdad Avenue, Suite 250 Round Rock, Texas 78664 (512) 341-3344 ricka-.'a:- round rockte x as.gov 14.01 RIGHT TO ASSURANCE Whenever either party to this Agreement, in good faith, has reason to question the other party's intent to perform hereunder, then demand may be made to the other party for written assurance of the intent to perform. In the event that no written assurance is given within the reasonable time specified when demand is made, then and in that event the demanding party may treat such failure as an anticipatory repudiation of this Agreement. 15.01 DEFAULT If Vendor abandons or defaults under this Agreement and is a cause of City purchasing the specified goods elsewhere, Vendor agrees that it may be charged the difference in cost, if any, and that it will not be considered in the re -advertisement of the service and that it may not be considered in future bids for the same type of work unless the scope of work is significantly changed. Vendor shall be declared in default of this Agreement if it does any of the following: A. Fails to make any payment in full when due; B. Fails to fully, timely and faithfully perform any of its material obligations under this Agreement; C. Fails to provide adequate assurance of performance under the "Right to Assurance" section herein; or D. Becomes insolvent or seeks relief under the bankruptcy laws of the United States. 16.01 TERMINATION AND SUSPENSION A. City has the right to terminate this Agreement, in whole or in part, for convenience and without cause, at any time upon thirty (30) days' written notice to Vendor. B. In the event of any default by Vendor, City has the right to terminate this Agreement for cause, upon ten (10) days' written notice to Vendor. 5 C. Vendor has the right to terminate this Agreement only for cause, that being in the event of a material and substantial breach by City or by mutual agreement to terminate evidenced in writing by and between the parties. D. In the event City terminates under subsections (A) or (B) of this section, the following shall apply: Upon City's delivery of the referenced notice to Vendor, Vendor shall discontinue all services in connection with the performance of this Agreement and shall proceed to cancel promptly all existing orders and contracts insofar as such orders and contracts are chargeable to this Agreement. Within thirty (30) days after such notice of termination, Vendor shall submit a statement showing in detail the goods and/or services satisfactorily performed under this Agreement to the date of termination. City shall then pay Vendor that portion of the charges, if undisputed. The parties agree that Vendor is not entitled to compensation for services it would have performed under the remaining term of the Agreement except as provided herein. 17.01 INDEMNIFICATION Vendor shall defend (at the option of City), indemnify, and hold City, its successors, assigns, officers, employees and elected officials harmless from and against all suits, actions, legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all other costs or fees arising out of, or incident to, concerning or resulting from the fault of Service Provider, or Service Provider's agents, employees or subcontractors, in the performance of Vendor's obligations under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be deemed to limit the rights of City or Vendor (including, but not limited to the right to seek contribution) against any third party who may be liable for an indemnified claim. 18.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES A. Vendor, its agents, employees and subcontractors shall use best efforts to comply with all applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as amended, and with all applicable rules and regulations promulgated by local, state and national boards, bureaus and agencies. B. In accordance with Chapter 2270, Texas Government Code, a governmental entity may not enter into a contract with a company for goods and services unless the contract contains 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 signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott Israel and will not boycott Israel at any time during the term of this Agreement. 19.01 ASSIGNMENT AND DELEGATION The parties each hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Agreement. Neither party shall assign, sublet or transfer any interest in this Agreement without prior written authorization of the 6 other party. 20.01 NOTICES All notices and other communications in connection with this Agreement shall be in writing and shall be considered given as follows: 1. When delivered personally to the recipient's address as stated in this Agreement; or 2. Three (3) days after being deposited in the United States mail, with postage prepaid to the recipient's address as stated in this Agreement. Notice to Vendor: Sunbelt Rentals, Inc. 2341 Deerfield Drive Fort Mill, South Carolina 29715 Notice to City: City Manager Stephen L. Sheets, City Attorney 221 East Main Street AND TO: 309 East Main Street Round Rock, TX 78664 Round Rock, TX 78664 Nothing contained herein shall be construed to restrict the transmission of routine communications between representatives of City and Vendor. 21.01 APPLICABLE LAW; ENFORCEMENT AND VENUE This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 22.01 EXCLUSIVE AGREEMENT This document, and all appended documents, constitutes the entire Agreement between Vendor and City. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing, duly authorized by action of the City Manager or City Council. 23.01 DISPUTE RESOLUTION City and Vendor hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 7 USC Section 1-14) or any applicable state arbitration statute. 24.01 SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent this entire Agreement from being void should a provision which is of the essence of this Agreement be determined void. 25.01 MISCELLANEOUS PROVISIONS Standard of Care. Vendor represents that it employs trained, experienced and competent persons to perform all of the services, responsibilities and duties specified herein and that such services, responsibilities and duties shall be performed in a manner according to generally accepted industry practices. Time is of the Essence. Vendor understands and agrees that time is of the essence and that any failure of Vendor to fulfill obligations for each portion of this Agreement within the agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully responsible for its delays or for failures to use best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Service Provider's failure to perform in these circumstances, City may pursue any remedy available without waiver of any of City's additional Iegal rights or remedies. Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible as defined herein. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. Multiple Counterparts. This Agreement may be executed in multiple counterparts, any one of which shall be considered an original of this document; and all of which, when taken together, shall constitute one and the same instrument. [Signatures on the following page.] 8 IN WITNESS WHEREOF, City and Vendor have executed this Agreement on the dates indicated. City of Round Rock, Texas By: Printed Name: Title: Date Signed: _ Attest: By: Sara White, City Clerk For City, Approved as to Form: By: Stephan L. Sheets, City Attorney Sunbelt Rentals, Inc. By: Printe ame: Stepha ie L. Ransone Title: _Senior Customer Contract Manager Date Signed: _of,rttrzoll Exhibit "A" Ory of Round Rock, Tcxa1 Price Sheet Su twit Rentals,Inc Dmnia Partner Contract No. R200601 Tire Ctll of Revd Rack would IRe to enter Into a contract wfh Sw"k Rental$, Inc per the term{ofOnwJaPartnersContract R200T01. The CIty Intends to par h se from IWs contract egWpmant and noel rental ser4lm in aR annual amount not todceed $60,000.00 Contract Term: Eflectlre from date of rXecutim and WIN expire on 10/3/72025 per Owla Partner Contract R20=1 9_70 56KW DIESEL GENERATOR $34S.00 $925.00 $2,115.00 9 40 36KW DIESELGENERATDR $254.90 SWAS $I�fi4.69 9_30 20KW DIESELGENERA70R $175.00 $483.22 $LN8.63 9_300 i00KW DIESEL GENEMTOR $145.00 S99S.00 52,300.80 7_29 3633'EIECTRIC SCISSOR NARROW $225.00 5565.00 $S,ISO.DD 7 28 30-33'ELECTRIC SCISSOR $210.00 $507.013 $995.0a 7_25 19' ELECTSCISSORUFT $14S.0D $250.00 $435.00 7_16 40-44'ELECT SCISSOR NARROW $31S.00 $77S.00 S1,735.00 7_31 2S-26'ELECT SCISSOR NARROW $16S.00 $315.00 SGI5.00 64_220 PLATE TAMPER 200LB CLASS 19.S" WIDE $9S-00 $250A0 VIIS.00 $3,S00.DD %D0.00 S725.00 $8,250.00 61 SPIDER BOX TP650P $75,00 58IL55 12W STR MANLIFT W/J18 S1,300.00 SB_822 80 M MANUFT SW STR MANUFT W/116 S67S.00 SI,6S6.00 $3,970.00 58_823 $715.00 $1,762.00 $4.075.00 58_I103 Bd ART MANLIFTW/Illt $713.32 $1,775.00 $4.048.69 58_616 6D' STR MANLIFf W/118 5460.00 $1,205.00 $2,650.00 58_624 6V STR MANUFT $440.D0 $400.00 $1,125.00 $1,195.00 $2,SDD.00 $2,715.00 SB_607 60r ART MANLIFT W/J18 Se 49 501 TOWABLE ART MANLIFT 6875.DD $2,300.00 58_455 45-ARTMANLIF1 S288AD S740A0 511W.00 50_457 45'ART MANUFT W/JIB $300.DO $785.00 $I,fiS0.00 58 45 34' TOWABLE ART MANUFT $327.95 $745.00 51,9SOAS 58_440 45' ART ELECT MANLIFT JIB 534S.00 $930.00 $2,200.00 58_435 40'ART ELECT MANLIFT NARROW JIB 5341.00 $915.00 $2.1SO.OD 58_426 MY STR MANUFT W/JIB $340.00 $785.00 S1,850.00 58 424 40STRMANUFT $22S.00 $705.00 SI.W3 58_343 34'ART MANLIFT $330.73 $819.60 $1,825.DD 58_301 39 ART ELEC MANLIFT NARROW AOTAEIB $325.00 S785.00 S1,798.0D 56_620 IOK SS' SHOOTING BOOM FORKLIFT $635,00 S1,60OD0 S3,300.00 %_330 6K-7K 42' SHOOTING BOOM FORKLIFT 56 230 255065819' SHOOTING 000M FORKLIFT 55 235 5000L0IND FORKLIFT LOW MAST OF $389,03 S97S.00 $2,250.00 $335,00 $850.00 $2,100,00 S20S.00 5585.00 $1,310.00 55 220 53_I30 496 SOOOLB IND FORKLIFT DF Y S387.62 S537-S6 S1,147.42 4WD STANDARD BACKHOE CANOPY $315.00 $865.00 $1,105.00 SKIDSTEER/MINI EX AUGER ATTACHMENT $111.87 $278.20 $754.40 48_530 48_400 43_I30 F41_363 1S0D-Il0DL8TRACK5KID5TEER 1500-20001.11 SKIDSTEER $265.00 $804.80 $2.016.35 $235.00 $750.00 $2,425.00 3"GAS TRASH PUMP $75.00 $190.00 $470.00 6X6X11 SOUDSVAC74HP OFCOHTR PUMP $300.00 $875.00 $3,295.00 40 45 ~ UTTER VACUUM RIDE -ON -OUTDOOR $415.OD $1,465.00 $2,BSO.00 40_35 SWEEPER MIDSIZED RIDE -ON UP $395.00 $1,440.00 52A20.00 40_31 SWEEPER COMPACT RIDE -ON BATTERY S26S.00 $745.00 S im-00 40_230 SWEEPERISCRUBBER INDUSTRIAL RIDEAN LPG S610.0D $2,000.00 $4,240.00 40_220 SCRUBBER INDUSTRIAL RIDE -ON LPG $555,00 $1.78L1.00 S4,O40.00 40_200 SCRUBBER MICRO RUDE -ON BATTERY $2S5.00 $035.00 S1,810,OD 40_118 SCRUBBER W/B MIDSIZE 28" 5190.00 $580,00 S3,23S.00 40_1L5 SCRU88ERW/828' PATH BATTERY $225.00 S575.00 S1,650.00 40_310 SCRUBBER W/82W PATH BATTERY $155.00 $480.011 r $900.00 39_60 12"CHIPPER $4S7.03 $1,139.28 $2,656.42 37_35 36" TRACK TRENCHER WALK BEHIND_ 24" TRACK TRENCHER WALK BEHIND 7.5001.5 MINI EXCAVATOR S255.OD S695.0D $1,782.48 37_80 $255.01), $515.00 $2.625.00 35 140 $3DS.OD $243.65 S775.00 S670.67 $1.655.00 $1,605.37 35_130 6,OML$ MINI EXCAVATOR 35_120 3300LB MINI EXCAVATOR $270.00 $725.00 $1,675.00 3I_I20 _ 24_I102 22_140 CONCRETE PLANER B'GAS/PROP $265.00 $665.84 $1,726.66 $425.00 S1,875.00 SI,fiS0.OD %".Do $1,810.00 12'OECK SINGLE AXLE TILT TRAILER c10KP $S0.00 S165.DD 47' DOUBLE DRUM RIDE -ON ROLLER DIESEL $26S.00 $760.00 22_120 20_5O 18 S 36' DOUBLE DRUM RIDE -ON ROLLER $245.00 $725.00 IC GAS CUTOFF SAW SB5.00 $195.00 TRENCH ROLLER W/ REMOTE $299.33 $795.00 15S 67 50 N2 BANDED 5-WIRE $1S.57 $47.03 $141.79 L55 24S CABLE RAMPS $10.00 $35.00 $75.0D 155 ]00 4/0 CAMLOCK CABLE 50' $26.41 SS3.10 SII5.00 152_3310 '6XZOORANGE/CLEAR SIX SAUER HOSE $34.21 $79.0 _ SZZS.00 150_8DD 50' SPIDERBOX CABLE 614 $15.10 S108.61 S320.00 15OI5 3/4" K SO? AIR COMPRESSOR HOSE S0.25 $25.47 S52.38 S745.D9 $515A1 120_120 665E CLASS DEMOLITION HAMMER $117.42 $309.50 12_410 4009W NARROW HORIZONTAL MAST LIGHT TOWER S102A0 S233.64 109_1270 70 TON SCROLL CHILLER $675.00 S2,045.00 $S,725.00 109_2005 10 TON SCROLL CHILLER S335.00 S3,001.66 S3.D20.16 lOk245 140 TON AIR CONDITIONER NON-XP NEMA4 $575.OD SSSO.OD S485.00 $1,350.00 $1,400.OD $1,250.00 $4,950.00 $3,885.00 1 $2,450.00 108 230 2S TON AIR CONDITIONER WIHEATER 4ROV$PH 108'_216 12 TON AIR CONDITIONER WIHEATER 208V3PH PO TABLE HEAT PUMP/AC/OENU 107 2018 11T T14D 99 F."35 CK: Exhibit "A" 107_212 1.25T CLASSIC PORTABLE AC/DEHU $19S.00 $345.00 S1,154.50 107_105 1T OFFICE PORTABLE AC/OEHU IIOV $210.011 S39S.00 $1,312.20 105410 30KW ELEC111C HEATER 49DV 3PH S19S.00 S285.00 $859-72 20535 1SKW ELECTRIC HEATER 490V3PH $195.00 SIBS.00 $859.72 130 165CFM IZSPSI DIESEL AIR COMPRESSOR S101.97 S258.39 S621.88 All other Hems/Cat-classes Sunbelt Gino; or w .SunbeltRenbls.com S%Off gook Rate 10%Off Book Rate 15%Off Book Rate In addition to that which is listed below. Sunbeft Rentals povides a muhAude of cuslomer specific saltery and equipment Raining and unifications. Classes meet all induct are customized for the desired classroom CfiLeria. Price is based on numberor attendees and malenahllopias to be uvemd. New Class Name on Wallet Card Expires °eef""se'a ANWCSA MEWPOperator Manually Propelled la ANSI CSA MEWP nperolor Scissor Lifts 38 ANSVCSA MEWP Operator Boom Ofts3b ANS/CSA MEWP Operator Taw Behind Vehicle Mounted Ib ANSVCSA MEWP Operator Boom Lifts 3b, Scissor Lifts 3. ANSVCSA MEWP Operator Tow Behind lb, Boom lifts 3b. Scissor Lrfts3a Canada expires 3yeao, all others s,ry ANSVCSA MEWP Operator Manually Propelled 1s. Tcw Behind lb. Boom lifts 3b, Scissor Lifts 3. S years AWP ME W P Trainer S985 ForkkftTrainer Expires 5 years SSE Esrthmovin6 Equipment Trainer S98S ANSVCSA lass 7 Rough Terrain and Class 1. 4, 5 Warehouse Foal ft ANSVCSA Class 7 Rough Forklift Trucks Telehandlen a8 bpires 3 years SIBS ANSVCSA Class 1,4, 5 Warehouse Forkbft Earthmevtrel Equipment Operator. Backhoe Only Earthmovin6 Equipment Operator: Backhoe/Compact Excavator Earthmoving Equipment Operator: Sackhog/Compact Excavator/Front-End Leader Earthmoving Equipment Operator eackhoe/From-Endleader Earthmoving Equipmenl operator: -o Dan Ec sler Only EarthmoMog Equipment Operator Campan Etrarato-r+Front-End lwdcr Earlhmoving Egri imeni Operator Dater EarlhmsArig Equipment Operator: Ernvator Earlhmoving Egiapment Operator. Front -End loader Only Canada bpoes 3 years al' others Eacthmawrig Equipment Operator. Skid -Steer Only Expires 5 years Earthmovang Equipment Operator: Aid-Steer/Sackhoe Earthmoving Equipment Operator: Skld-Steer/Backhoe/Compact Excavator Eanhnwving Equipment Operator: Skid-Slcer/Backhoe/Compact Excavator/Front-End loader Earahmairing Equipment Operator: Skid-Steer/Backhoe/From-End Leader Eadfimoving Equipment Operator: Skid-Steer/Compan Exnvater EarrhmoAng Equipment Operator: Skid-Slcer/Compact Exwatorjtmt-End loader Earrhmc ving Equipment Operator: Skid-Steer/Compare ExravatoL fanhmcvntg Equipment Operator: Aid-Steer/Front-End loader Supported Scaffold User Hatacd Awareness $95 Supported Scaffold Competent Person ExpiresS years $350 Suspended Platform the, Heard Awareness 59S Suspended Scaffold Competent Person 5350 Trench Storing Safety Competent Expims5 years $350 Trench Shoring Safety Awareness S9$ Information Only: The City of Round Rock roaerws the right to order other products from the attached MSRP Sheet per dsa discounts quoted in IduyBoatd Contract 8610." COMPANY NIAME: Sunbelt Rentals, Inc. SIGNATURE OF AUTHORIZED — REPRESENTATIVE: PRNNEED NAME: to h le L. RAIL ne y PHONENUMBER; 8010-50-4762 EMAIL ADDRESS: contractteamlea;sunbeltrentals.com