Loading...
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