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