Contract - Sunbelt Rentals, Inc. - 9/9/2021CITY OF ROUND ROCK
AGREEMENT FOR
EQUIPMENT AND TOOL RENTAL SERVICES
WITH
SUNBELT RENTALS, INC.
THE STATE OF TEXAS §
CITY OF ROUND ROCK §
COUNTY OF WILLIAMSON §
COUNTY OF TRAMS §
KNOW ALL BY THESE PRESENTS:
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
�;F�BCJZ, y
20211 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, WITNES SETH:
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:
00472639/ss2
"' 2VA J Z5(
1.01 DEFINITIONS
A. Agreement meansthebind g 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.
Be City means the City of Round Rock, Williamson and Travis Counties, Texas.
co Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Maj*eure 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
40
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
49 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 teinate thi
rms Agreement, with or without cause, or may elect to continue.
3.01 CONTRACT DOCUMENTS AND EX BITS
City selected Vendor to supply the goods and services as outlined in Exhi*bit "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 arelyfula 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 Elchibit "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 p0
ricing set
forth in Exhibi*t "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 couimitment 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 fiM"I"As 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 Nwmntten 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 perfiormance,
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 1
of the fiscal year in which the payment becomes overdue, in accordance with V.T.C.A., Texas
Government Code, Section 2251.025(b)lo 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:
httos://www.roundrockt � .�._�.:, WP-Content/ Lip lo ad.s/ ;--`014/ 1 �: ; 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:
Rick Atkins
Parks and Recreation Director
301 West Bagdad Avenue, Suite 250
Round Rock, Texas 78664
(512) 341-3344
rickaLwr. oundrock.texa.s . go-v
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.
W
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 anPly: Upon City's delivery of the referenced notice to Vendor, Vendor shall
49 discontinue all services in connection with the performance of this Agreement and shall proceed
to cancel promptly all existing orders and co ntracts 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 harnless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorneys 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.
IV
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
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 follows0
:
le When delivered Personally to the recipient's address as stated in this Agreement;
or
2. Three (3) days after being deposited i*n the United States mail, with postage
prepaid to the recipients 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 i's
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 construedin 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 unenforceabl*lity 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
ep that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed ti eframes 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
41
Agreement. Where damage is caused to City due to Service Provider's failure to perform i*n
these circumstances, City may pursue any remedy available without waiver of any of City's
additional legal rights or remedies.
Force Maj*eure. 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 i*n performance
48
must be timely given, and all reasonable efforts undertaken to mitigate its effects.
Multiple Counterparts. This Agreement may be executed 1*n 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: LO
Printed Name:
Title: �N 1
Date Signed: _
Attest:
By: — I MAC�:
Sara lMiteI City Clerk
For City, A p oved as te6
o rm
By: G.
Steps, City Attorney
Sunbelt Rentals, Inc.
By:
Printed Name: ftephanie L. RVI one
Title: Senior Customer Contract Manager
Date Signed: & - 1(a - ?d Z (
Exhibit "A"
City of Round Rock, Texas
Price Sheet
Sunbelt Rentals, Inc.
OmniK Partners Contract No. R200601
The City of Round Rockwould like to enter into a contract with Sunbelt Rentals, Inc per the terms of ®mnia Partners Contract R200601. The City intends to purchase from this contract equipment and
tool rental services in an annual amount not to exceed $60,000.00
Contract Term: Effectiv* fronr date of execution and will expire on 10/31/2025 per Omnia Partner=_ Contract R200601
Description
9_70
56KW DIESEL GENERATOR
$345.00
$925.00
$2,115.00
940
36KW DIESEL GENERATOR
$250.90
$664.85
$1,564.69
930
20KW DIESEL GENERATOR
$175.00
$483,12
$1,068.63
9_100
100KW DIESEL GENERATOR
$445.00
$995.00
$2,800.00
729
30-33' ELECTRIC SCISSOR NARROW
$225.00
$565.00
$1,120.00
728
30-33' ELECTRIC SCISSOR
$210.00
$507.00
$995.00
725
19' ELECT SCISSORLIFT
$145.00
$250.00
$435.00
716
40-44' ELECT SCISSOR NARROW
$315.00
$775.00
$1,735.00
7_11
25-26' ELECT SCISSOR NARROW
$165.00
$315.00
$615.00
64_220
PLATE TAMPER 200LB CLASS 19.5" WIDE
$95.00
$250.00
v $600.00
6_1
SPIDER BOXTPB50P
$75.00
$205.00
$725.00
58_855
120' STR MANLIFT W/JIB
$1,300.00
$3,500.00
$8,250.00
58_822
8O' STR MANLIFT
$675.00
$1,656.00
$3,970.00
58_823
80' STR MANLIFT W/JIB
$715.00
$1,762.00
$4,075.00
58 803
80' ART MANLIFT W/JIB
$713.32
$1,775.00
$4,048.69 r
58_626
60' STR MANLIFT W/JIB
$460.00
$1,205.00
$2,650.00
58_624
60' STR MANLIFT
$440.00
$1,125.00
$2,500.00
58 607
60' ART MANLIFT W/JIB
$400.00
$1,195.00
$2,715.00
5849
50' TOWABLE ART MANLIFT Y
$355.00
$875.00
$2,300.00 '
58 455
45' ART MANLIFT
$288.00
$740.00
$1,584.00
58 457
45' ART MANLIFT W/JIB
$300.00
$785.00
$1,650.00
58_45
34' TOWABLE ART MANLIFT
$327.95
$745.00
$1,950.45
58440
45' ART ELECT MANLIFTJIB
$345.00
$930.00
$2,20&00
58_435
WART ELECT MANLIFT NARROW JIB
$341.00
$915.00
$2,150.00 a
58 426
40' STR MANLIFT W/JIB
$340.00
$785.00
$1,850.00
58_424
40' STR MANLIFT Y
$285.00
$705.00
$1,625.00
58_343
34' ART MANLIFT
$330.73
$819.60
$1,825.00
58_301
30' ART ELEC MANLIFT NARROW ROTAJIB
$325.00
$785.00
$1,798.00
56_620
10K 55' SHOOTING BOOM FORKLIFT
$635.00
$1,600.00
$3,300.00
56 330
6K-7K 42' SHOOTING BOOM FORKLIFT
$389.03
$975.00
$2,250.00
56_230
5500LB 19' SHOOTING BOOM FORKLIFT
$335.00
$850.00
$2,100.00
55_235
SOOOLB IND FORKLIFT LOW MAST DF
$205.00
$585.00
$1,310.00
55 220
5000LB IND FORKLIFT DF
$187.62
$537.56
$1,147.42
53 230
4WD STANDARD BACKHOE CANOPY
$315.00
$865.00
$1,105.00
496
SKIDSTEER / MINI EX AUGER ATTACHMENT
$111.87
$278,20
$754.40
48 510
1500-2100LB TRACK SKIDSTEER
$265.00
$804,80
$2,016.35
48_400
1500-2000LB SKIDSTEER
$235.00
$750,00
$1,425.00
43_230
3" GAS TRASH PUMP
$75.00
$190.00
$470.00
41_163
6X6X11 SOLIDS VAC 74HP QF CONTR PUMP
$300.00
$875.00
$3,295.00 W
4045
LITTER VACUUM RIDE -ON - OUTDOOR
$445.00
$1,465.00
$2,850.00
4035
SWEEPER MID -SIZED RIDE -ON LP
$395.00
$1,440.00
$2,520.00
40_31
SWEEPER COMPACT RIDE -ON BATTERY
$265.00
$745.00
$1,600.00
40 230
SWEEPER/SCRUBBER INDUSTRIAL RIDE -ON LPG
$610.00
$2,000.00
$4,240.00
40 220
SCRUBBER INDUSTRIAL RIDE -ON LPG
$555.00
$1,780.00
$4,040.00
40 200
SCRUBBER MICRO RIDE -ON BATTERY
$255.00
$835.00
$1,810.00
40 118
SCRUBBER W/B MIDSIZE 28"
$190.00
$580.00
$1,235.00
40 115
SCRUBBER W/B 28" PATH BATTERY
$225.00
$575.00
$1,650.00
40_110
SCRUBBER W/B 20" PATH BATTERY
$155.00
$480.00
$900.00
39 60
12" CHIPPER
$457.03
$1,139.28
$2,856.42
3785
36" TRACK TRENCHER WALK BEHIND
$255.00
$695.00
$1,782,48
3780
24" TRACK TRENCHER WALK BEHIND
$255.00
$515.00
51,625.00
35_140
7,500LB MINI EXCAVATOR
$305.00
$775.00
$1,655.00
35_130
6,000LB MINI EXCAVATOR
$243.65
$670.67
$1,605.37
35 120
3,500LB MINI EXCAVATOR
$270.00
$725.00
$1,675.00
32_220
CONCRETE PLANER 8" GAS/PROP
$265.00
$665.84
$1,716.66
24_1102
12'DECK SINGLE AXLE TILT TRAILER <10K#
$50.00
$165.00
$425.00
22_140
47" DOUBLE DRUM RIDE -ON ROLLER DIESEL
$265.00
$760.00
$1,875.00
22 120
36" DOUBLE DRUM RIDE -ON ROLLER
$245.00
$725.00
$1,650.00
20_50
14" GAS CUTOFF SAW
$85.00
$195.00
$540.00
185
TRENCH ROLLER W/ REMOTE
$299.33
a $795.00
$1,810.00
15567
50' #2 BANDED 5-WIRE s
$15.67
$47.03
$141.79
155 245
CABLE RAMPS
$10.00
$35.00
$75.00
155_100
4/0 CAMLOCK CABLE SO'
$26.41
$53.10
$125.00
152_3310
6X20 ORANGE/CLEAR SUC BAUER HOSE
$34.21
$79.89
$225.00
150_800
SO' SPIDERBOX CABLE 6/4
$35.10
$108.61
$320.00
150_25
3/4" X 50' AIR COMPRESSOR HOSE
$13.25
$25.47
$52.38
120_120
65LB CLASS DEMOLITION HAMMER
$117.42
$309.50
_ $745.09
12 410
4000W NARROW HORIZONTAL MAST LIGHT TOWER
$102.00
$233.64
$515.41
1091270
70 TON SCROLL CHILLER
$675.00
$2,045.00
$5,725.00
109_1005
10 TON SCROLL CHILLER
$335.00
$1,001.66
$3,020.16
108_245
40 TON AIR CONDITIONER NON-XP NEMA 4
$575.00
$1,350.00
$4,950.00
108_230
25 TON AIR CONDITIONER W/HEATER 480V 3PH
$550.00
$1,400.00
$3,885.00
108_216
12 TON AIR CONDITIONER W/HEATER 208V 3PH
$485.00
$1,150.00
$2,450.00
1072018
1T PORTABLE HEAT PUMP/AC/DEHU
,
5140.00 5285.00 5607.00
Exhibit "A"
107_112
1.25T CLASSIC PORTABLE AC/DEHU
$195.00
$345.00
$1,154.50
107_105
1T OFFICE PORTABLE AC/DEHU 110V
$210.00
$395.00
$1,318.20
10 540
30KW ELECTRIC HEATER 480V 3PH
$195.00
$285.00
$859.72
10 53S
15KW ELECTRIC HEATER 480V 3PH
$195.00
$285.00
$859.72
1_30
185CFM 125PSI DIESEL AIR COMPRESSOR _
$101.97
$258.39
$621.88
All other
Items/Cat- Classes
Y
Sunbelt Catalog or www.SunbeltRentals.com
5% Off Book
Rate
10% Off Book
Rate
15% Off Book
Rate
In addition to that which is listed below, Sunbelt Rentals provides a multitude of customer specific saftery and equipment training and certifications. Classes meet all indus
are customized for the desired classroom criteria. Price is based on number of attendees and materials/topics to be covered.
New Class Name on Wallet Card Expires Cost per Person
ANSI/CSA MEWP Operator Manually Propelled 1a ANSI/CSA MEWP Operator Scissor Lifts 3a ANSI/CSA MEWP Operator Boom
Lifts 3b
ANSI/CSA MEWP Operator Tow Behind Vehicle Mounted lb ANSI/CSA MEWP Operator Boom Lifts 3b, Scissor Lifts 3a
ANSI/CSA MEWP Operator Tow Behind lb, Boom Lifts 3b, Scissor Lifts 3a Canada expires 3 years, all others j18s
ANSI/CSA MEWP Operator Manually Propelled la, Tow Behind lb, Boom Lifts 3b, Scissor Lifts 3a 5 years
AWP MEWP Trainer
$985
Forklift Trainer
Expires 5 years $985
Earthmoving Equipment Trainer
$985
ANSI/CSA Class 7 Rough Terrain and Class 1, 4, 5 Warehouse Forklift
ANSI/CSA Class 7 Rough Terrain Forklift Trucks Telehandlers
Expires 3 years $185
ANSI/CSA Class 1, 4, 5 Warehouse Forklift
Earthmoving Equipment Operator: Backhoe Only
Earthmoving Equipment Operator: Backhoe/Compact Excavator
Earthmoving Equipment Operator: Backhoe/Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Backhoe/Front-End Loader
Earthmoving Equipment Operator: Compact Excavator Only
Earthmoving Equipment Operator: Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Dozer
Earthmoving Equipment Operator. Excavator
Earthmoving Equipment Operator: Front -End Loader Only
Canada Expires 3 years all others
Earthmoving Equipment Operator: Skid -Steer Only
Expires 5 years
Earthmoving Equipment Operator: Skid-Steer/Backhoe
Earthmoving Equipment Operator: Skid-Steer/Backhoe/Compact Excavator
Earthmoving Equipment Operator: Skid-Steer/Backhoe/Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Ski d-Steer/Backhoe/Front-End Loader
Earthmoving Equipment Operator: Skid-Steer/Compact Excavator
Earthmoving Equipment Operator: Skid-Steer/Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Skid-Steer/Compact Excavatot
Earthmoving Equipment Operator: Skid-Steer/Front-End Loader
Supported Scaffold User Hazard Awareness
$95
Supported Scaffold Competent Person
Expires 5 years $350
Suspended Platform User Hazard Awareness
$95
Suspended Scaffold Competent Person
$350
Trench Shoring Safety Competent Expires 5 years $350
Trench Shoring Safety Awareness $95
Information Only: The City of Round Rock reserves the right to order other products from the attached MSRP Sheet per the discounts quoted in BuyBoard
Contract #610-20
COMPANY NAME:
Sunbelt Rentals, Inc.
SIGNATURE OF AUTHORIZED
REPRESENTATIVE.
PRINTED NAME:
Steyhame L. Ran r one
PHONE NUMBER:
_
800-508-4 ! 61
EMAIL ADDRESS:
ContractteaTll�sunbeltrentalS.com