Loading...
HomeMy WebLinkAboutContract 64190CITY OF FORT WORTH COOPERATIVE PURCHASE AGREEMENT This Cooperative Purchase Agreement (“Agreement”) is entered into by and Sunbelt Rentals, Inc. (“Vendor”) and the City of Fort Worth (“City”), a Texas home-rule municipality individually referred to as “party” and collectively as the “parties”. The Cooperative Purchase Agreement includes the following documents which shall be construed in the order of precedence in which they are listed: 1. This Cooperative Purchase Agreement; 2. Exhibit A – Seller’s Contract Pricing; 3. Exhibit B – Cooperative Agency Contract Omnia Partners R241502; and 4. Exhibit C – Conflict of Interest Questionnaire Exhibits A, B, and C, which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. Vendor agrees to provide City with the services and goods included in Exhibit A pursuant to the terms and conditions of this Cooperative Purchase Agreement, including all exhibits thereto. If any provisions of the attached Exhibits conflict with the terms herein, are prohibited by applicable law, conflict with any applicable rule, regulation or ordinance of City, the terms in this Cooperative Purchase Agreement shall control. City shall pay Vendor in accordance with the payment terms in Exhibit A and in accordance with the provisions of this Agreement. Total payment made under this Agreement by City shall not exceed six hundred thousand dollars and zero cents ($600,000.00) annually. Vendor shall not provide any additional items or services or bill for expenses incurred for City not specified by this Agreement unless City requests and approves in writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor not specified by this Agreement unless City first approves such expenses in writing. The Parties will engage in multiple transactions to purchase goods and/or services under this Agreement. For each purchase made pursuant to this Agreement, Vendor must supply a quote for the subject goods and/or services and the quote must conform with the then-current pricing under the underlying cooperative agreement. If the City accepts the quote and places an order for the goods and/or services, that quote shall be considered an addendum to this agreement but is not required to be filed in the City records. The Parties will maintain all quotes for the 3- year Audit period included herein. The term of this Agreement is effective beginning on the date signed by the Assistant City Manager ("Effective Date") and expires on April 30, 2026, with two additional one-yearrenewal options. City or Vendor may terminate this Agreement at any time and for any reason by providing the other party with at least 90 days’ written notice of termination. Vendor agrees that City shall, until the expiration of three (3) years after final payment under this Agreement, or the final conclusion of any audit commenced during the said three years, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records, including, but not limited to, all electronic records, of Vendor involving transactions relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Vendor reasonable advance notice of intended audits. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives or (2) received by the other party by United States Mail, registered, return receipt requested, addressed as follows: To CITY: City of Fort Worth Attn: Assistant City Manager 100 Fort Worth Trail Fort Worth, TX 76102 With copy to Fort Worth City Attorney’s Office at the same address To VENDOR: Sunbelt Rentals, Inc. Attn: Stephanie L. Ransone 1799 Innovation Point Fort Mill, SC 29715 Email: contractteam@sunbeltrentals.com City is a government entity under the laws of the State of Texas and all documents held or maintained by City are subject to disclosure under the Texas Public Information Act. To the extent the Agreement requires that City maintain records in violation of the Act, City hereby objects to such provisions and such provisions are hereby deleted from the Agreement and shall have no force or effect. In the event there is a request for information marked Confidential or Proprietary, City shall promptly notify Vendor. It will be the responsibility of Vendor to submit reasons objecting to disclosure. A determination on whether such reasons are sufficient will not be decided by City, but by the Office of the Attorney General of the State of Texas or by a court of competent jurisdiction. The Agreement and the rights and obligations of the parties hereto shall be governed by, and construed in accordance with the laws of the United States and state of Texas, exclusive of conflicts of law provisions. Venue for any suit brought under the Agreement shall be in a court of competent jurisdiction in Tarrant County, Texas. To the extent the Agreement is required to be governed by any state law other than Texas or venue in Tarrant County, City objects to such terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. Nothing herein constitutes a waiver of City’s sovereign immunity. To the extent the Agreement requires City to waive its rights or immunities as a government entity; such provisions are hereby deleted and shall have no force or effect. To the extent the Agreement, in any way, limits the liability of Vendor or requires City to indemnify or hold Vendor or any third party harmless from damages of any kind or character, City objects to these terms and any such terms are hereby deleted from the Agreement and shall have no force or effect. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” has the meanings ascribed to those terms in Chapter 2271 of the Texas Government Code. By signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. If Vendor has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the City with a company with 10 or more full-time employees unless the contract contains a written verification from the Vendor that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor’s signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. (signature page follows) (remainder of this page intentionally left blank) The undersigned represents and warrants that he or she has the power and authority to execute this Agreement and bind the respective party. CITY OF FORT WORTH: By: ______________________________ Name: Dana Burghdoff Title: Assistant City Manager Date: _________________________ APPROVAL RECOMMENDED: By: ______________________________ Name: Dave Lewis Title: Director, Parks Department By: ______________________________ Name: Jannette Goodall Title: City Secretary CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: ______________________________ Name: Thomas Eatinger Title: District Superintendent APPROVED AS TO FORM AND LEGALITY: By: ______________________________ Name: Amarna Muhammad Title: Assistant City Attorney CONTRACT AUTHORIZATION: M&C: 25-0842 Date Approved: September 16, 2025 1295 Form: 2025-1315078 VENDOR: Sunbelt Rentals, Inc. By: Name: Stephanie L. Ransone Title: Senior Contract Manager Date: ________________________10/13/2025 Digitally signed by: Stephanie L. Ransone DN: CN = Stephanie L. Ransone email = stephanie.ransone@sunbeltrentals.com C = US O = Sunbelt Rentals Date: 2025.10.13 12:21:20 -04'00' Sunbelt Rentals, Inc. | 1799 Innovation Place | Fort Mill, SC 29715 Solicitation Number 24-15 Equipment and Tool Rental Service Sunbelt Rentals Statement of Pricing In place of part numbers, the rental industry identifies equipment by Category & Classification, (Cat-Class) Each category is a grouping of similar equipment with multiple classifications representing the size and specifications for the equipment represented within that category. Cat-Classes have no brand affiliation, only a product type and specification affiliation. For these reasons as well as the type of equipment, manufacturer, options, accessories, age, and condition of equipment make maintaining an industry MSRP impossible. Sunbelt Rentals currently, provides rental solutions in over 175 equipment categories. Sunbelts pricing proposal contains our Top Items list made up of the most frequently rented public sector items and based on historical usage data. In addition to the market basket items, we are offering discounts from our Day, Week, and Month rates for all catalog items. Our catalog can be located at https://www.sunbeltrentals.com Or by contacting your local Sunbelt Rentals location. Discounts are as follows: 5% off of Day, 10% off of Week, and 12% off of the Monthly rate. Rental rate pricing is developed by geographic area and is based on input from local, regional, and national market conditions relative to public sector equipment trends. Rates can vary over time based on market conditions, and geographic area. However, the discount remains the same. All market Basket and discounted prices are ceiling rates flagged as ot to Exceed within our system. Our approach in presenting this is to provide the broadest scope of rental solutions to participating entities at competitive rates in every market across North America. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � o � � � o 0 0 0 0 � o 0 0 0 � in in �n �n �ri o o � in o vi �ri �n vi �ri o 0 0 O O tll � ill � �!1 Q� Q� p� Q� � � O O ul ill ill N O O O �p ^ �!1 N � I� Q� O N � n oo �n �o �o � vi ci .� .� �n .� o m m in in in op � � � �o 00 �`'� n � � � o0 00 �o lD � � l0 l0 .--i � c-I c-i .--i c-i N M Ql Ql 1.f1 L!1 LIl � Lfl Vl U1 c-i .--i � c-I c-i .--i c-i .--i c-i .--I i/} {/} t/} {/} t/} {/} � i/i i/? {/T i/? i/} t1} t/} t/} i/} i/} (/} � t/} t/} {/} i/? {/} � i/} i/? {/} i/? {/} {1? i/} O O O O O O O O O O O O p O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O � O O O O O O O O O O O O O O O O O O O O O O O O O O � Ul O O ul �p O O O O O �!1 � ill � O O O � O � O O O O Ql O I� � � 1.f1 I� Ln Vl N 00 (�'1 � �--I a--I Lfl L!1 LIl c-I Ql Ql Ql (h l0 1� I� IIl I� Ql �--I N � N N N c'r f ch I� N �fl �!1 �fl lD Ql m m N N N 00 .� .� .� I� I� .--� lD I� I� I� 00 00 �fl i/) t/} L} V} t/} t/} i/) t/} i/) t/} i/) t/} � l/} i/1 l/} t/} </} th V} t/} V} t/} t/} t/) t/} i/) V} V} V} V} t/} O � O O O O O O O O O O O O O O O O O O O O O O � O O O O O O O O � O O O O O O O O O O O O O O O O O O O O O O � O O O O O O O . . . . . . . . . . . . . . . . . . . . . . . . . . . u1 ' u1 O O O LI') O O O u1 O O O O O O O O ' ' ' LI') O ul u1 ul O ul O ul c-I � u1 00 00 N LI') M M Ol u1 ul Ol .--I c-I .--I c-I .--I c-I � Vl � V 1� � l0 I� Ol O O c-I � �--I ^ rl .--i rl M �--I N N �--i N M C N N �--i � � M � � � N N � N N N M M M N i!} � i/? i/} i/} i/i i/} i/} i/? {/} i/? {/i {/} t/? {/} {/T {/} i/? i/? {/} t/} {/} i/? i/} �' i/} i/? {/} i/? i/i {1? i/i � � � W W � a � � � � � � � 0 � � LL LL a Q LL� d Z Z p Q o � � � � � � W CD � � � tn W � � � N N N N 0 X U U N N U � O N ln !n w a m U U V � U W NW J J J J J m .1 o W w W W W m � V�1 �N N N � .-�-I M� L.L uv7 N N � � � 2 2 � a a m m � % i � � � � � � a o 0 0 � � � z � � oc Q Q Q w w w o W W W z a a v�i w w w W w w U t7 U t7 � 2 2 N J J J � j U U W W W w w w w W v v J 0 � � � W W ^� � Y � o � � O N� M ul � �fl O "� N m � J � W N Y � uA O � � F W � V � F J w � Z � W o J J a a W J O > Z � � Q � � � � � m N G N � Z � � O O O O O Q Q w �� � W O �- Q Q H Q H �� LL a a o w� 0° >> a> a� J \ ON V1 LL LL � d' J Z X X V X l..% W FOC U O� O� �� Q Q W W w W w U � J U � � � � J a Z Z Z W W � U V � K w Z Z � � � � � � � w la'J t'aJ °° �`n �°�° m ao m oo U U W _ _ � CD y U O O J O J � Z- a� O� U Z� o o� o� O F c�-I .-i c-I � OO � � fn lD � ^ ^ H � m j� .-N-I N o a a �fl O �fl O ill O O N O O O �!1 O �!1 � `1 00 � .� c�-I N N N � � O � Lfl L�II � � � �� � O O � � � N .-N-I cm-I .-m-I i-�-I .-�-I � �� �I ^I ^� ^� ^� ^� ^� ^� �� �� �� .�� o� o� N� N� N� � oI oI oI N� N� �I N� �� �� �� �� �� ^I Ql � � � � � N N N N N N /�'1 M M M M M m O �fl O �fl O ill O O N O O O �!1 O �!1 � `1 00 � �--I c-I N N N M� V O � Lfl L!1 � � � � a O O .-Ni i-�-I O N a-N-I i-m-I a-m-I i-�-I a-�-I � � � ^ ^ ^ ^ ^ ^ � � � � � O O N N N 00 O O O N N V N LI') Lf1 Ln Lf1 Ln I� c-I �--I c-I �--I c-I c-I N N N N N N f�'1 M f�'1 M M M M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 vi vi o 0 0 0 o vi o o vi �ri �ri �ri o 0 0 0 �ri �ri vi vi o 0 0 0 0 0 o vi � o0 o m c� in �n o �n m �n � � m rn o rn oo �n m o � N N r� � �n in �n in o0 00 �n rn � rn� � vi � o0 0 �o r� o0 00 0� c� � m � o.� �.� m m o.� N N m m � rn c� � � N � �--i N N N � � �--i � �--i V V M ��j. � � N N � �--i � �--i N N N N N M M �--I N c-I i/? V} V} i/? i/} i/? i/? i/} i/? i/} i/? i!} i/? i/T l/? t/} {/} {/} {/� {/} {/} 1/} {/� {/} {/� {/} � i/? V} i/} I�������i���������������i����������1 0000000000000000000000000000000000 o�; o 0 0 0�; o 0 0 0 0 0�; o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� o 0 0 ill p O ul � N �p O U1 O U1 ul p M ul O O U7 O � O O U1 ul O O U1 � ill p pp O O ul 00 N N O � ul V 00 I� 00 I� � pp p� I� Ql O N l.f) Ql Q1 I� 00 00 (h 00 I� I� Q1 �p �p Ql Q1 N lD L!1 00 � LIl ln 00 Ql 00 .--7 I� I� 00 00 N 00 Lfl L.f) 00 00 Ql Ql Ql I� Ql 00 i/} ci y� {/} ri i--I a--I {/} i/} {/} {/} {/} ''"� ci {/} t/} i/} i/} i/} {/} t/} {/} i/} t/} t/} {/} i/} {/} {/} �""� `'"� t/} i/} t/} V} t/} t/} t/} t/} V} l/} i/} O O O O O O O O O O O O O O O � O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O � O O O O O O O O O O O O O O O O O O . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . O ul u1 ul u1 ul LI') ul u1 O u1 O O O O O �Il � O O ul O O O O O O O ul u1 O u"1 O u1 lD l0 00 Ol O V l0 N Ol Ol 1� lD O O � V � W O � �--i M M M � Ol Ol O M I� M lD M N � � N M � V c-i N �--i N N LI') l0 M ^ N N N M � M N N M M M M � l0 lD M M M i/? V} i/? V} i/? i/} i/} V} i/? i/? i/? i/? i/? i!} i/T � i/T l/} t/} {/} � {/} {/� {/} {/} {/} {/� {/} {/� {/} {/} iiF i/? i/} i � i � i � i � i � i � i � i � i � i � i � i � i � i � i � i � i � i � d J d F Z � Z m o w °` > � q � m � `�` LL `~` � a z OC � � J O W W W W J � F � U V d K I..~L Y J LL OC F J O Y � m � m p � � a a 00 a a � Q � Q F W F Q I~i O OC O � � OC Y O I~i L~L Q J m O W WQ � CO m w m z Q F LL W �' Q Vl a[ U J Z O d' L.L � lyJ � p[ J J � a °° w � � Z � � N � O ac in � a W w Y � W O oc " J W � p O � Z Z Q � �� o�� a a� a o a o=� o� Y�� Y� a w z o o a w z�� Z 2 K N H IV N � O 00 � N � � z ^ � Y � Q U X Q � � Z = Q Z W � 2 � OC LL v w� v N�n ac c� N m m p v� � v x��� Q w m z Q J= a � z w Q Q J w v� co � x w Q Z w d � ac �c � ? �>�> � �> U O m > � p m � m Zc � � O � ~ W w m W � m m � � U � c G L.L � > > K > � Z � � � O O p J G Q I� L.L LL1 [O H � Q � j m Q Q U N W O W W Q W W m W w W U J Q O ON O O� � Z �--I � ~ V m N v Lfl v O O W c-I d d' d d � [0 00 00 m V1 O (!� O N c-I OC Q � ul Ql � fV F � W w w w m m � m m m � `� - O O p c�l W � `1 � .1 � � Y a in vi H H F w W W W w � � U � � � w � m � � o o H � � N Y m n Y Y � � m �w � OC N OC � p� d � �fl O tn � c-I �!1 Y I� O Y � O � � `� � vvi vvi vvi N N w> � `� � � � � `n � � � � � o cn 'n o � J > lfl ln � M N O �!1 00 O O O O M O O O O O O O �fl O �fl O O �!1 O �!1 c-I � � Ql `� � ^ � rl .-I rl N O N c'rl lD M O rl rl c'll lD c'll N c'll m m N c'rl m N N N � O OOI 101 O� MI MI MI VI �I �I �I �I NI NI NI �I NI �I �I �I �I �� NI NI NI NI NI ml ml ml �I �I VI VI ml I� 61 � O O O O O O O O O O O c-I M 00 00 00 00 V M u'S ul lD l0 lD l0 lD l0 lD � � 00 m m � a � a v v v v v v v v v v a v a ui u� ui u� ui u� ui u� ui u� '^ '^ ui o �n o0 0 0 0 o m o 0 0 0 0 0 0 �n o �n o o �n o �n � `^ � m`� "�' �'�'� �.1 � ni o ni m� m o.1 � m� m N m m m r� m m r� r� `^ O1 0 00 l0 M M M V � � � � N N N .-I N � � �fl �fl N N N N N m m m lD lD � � c'rl I� Ol O O O O O O O O O O O O c-I M 00 00 00 00 Ol M �f5 ul lD l0 lD l0 lD l0 lD 00 00 00 m m v a v a v v v v v v v v v v v a v v v u� u� u� u� u� u� u� �n ui u� ui in ui 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � o 0 0 0 � vi vi o 0 0 0 0 0 0 0 �ri vi vi �ri �ri ui �ri ui � o 0 0 0 �ri � o 0 Ql N lll ln lll ln lll ln lll ln .� .� '-I c-I I� I� I� I� O vl vl Vl lll Vl lll l0 00 � O O Lfl O 00 I� 00 00 a--I .-I N N 00 00 I� I� I� I� O O O N O Ql Ql Ql l0 Ql � N e-i � � N N N N ^ � �--i � �--i N N N N � �--i N N N N V � � 00 yj} � � � N M u1 M lD y^j} � ymj} ymj} yNj} �mj. � i/? {/} i/? {/} {/? {/} i/? {/} i!? {/} i/? i/} i/? iiF i/T [/} i/} i/} {/� {/} {/} {/} {/� O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O � O � O O O O O O O O O O � � O O O O O � O O � O p u1 ul LI') �f1 �f1 �fl U1 Vl � � � O O O O O ill � O O 1!1 Vl O O O O Ol Ol 01 01 I� I� I� N O vl �ll Vl O O u1 00 .--i O � O O � O N l0 N l0 l0 ri .--i m m l0 l0 rl .-I ci .-I I� I� I� Vl �fI Ql Ql Ql M u� lD O N •-I c-I a-i a-I 00 I� I� I� Ql Ql Ql Ql I� I� N c'll m m M N .-I .-I � a-I M V} V} V} V} V} t/} t/T t/} i/} V} .--I i--I .--I i--I .--I i--I .-I M V} t/} i/l V? •--I .--i .--I .--i N .U} � .(/} .(/} � {�} � i/} t/} i/} t/} i/} y/} {/} y/} 1/} (/} 1/} t/} {/} ■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■ O O O O O O O O O O O O O O O O O p � O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O � � O O O O O O O O O O O O O O 00 u1 ul O O �/'1 ul O O O O O O O O �l1 Lf1 �f1 c-I u"f u1 ul O u� u1 O O u� ' ' M N V V u1 ul lD l0 V � u1 ul LI') �!1 c-I .--I .--I M � Ol Ol Ol O 1� Ol lD M .--I n') Ln V1 l0 Vl O M M M M M M M M M M � � V � I� I� I� � .-I .-I .-I u1 u� u1 M I� .-I `� m m .-I M rl i/? i/} i/? i/} i/? i/} i/} i/i i/? i/} i/? i/} i/? iiF i/T [/} i/? � � {/} i/? {/} i/T {/} i!? {/} {/� {/} i/} {/} l/} i/} i/} i/} I I I I _ _ d d m m � o � o a w m o 00 � ,,, p � ��= oNc � z � vwi 2 �i = w w W � � o �� o o a a X �� w Z �� m ,� = v v W W Z �� a� m Z a� LL m m m m m°0 N o a a��� w w=�� m w o Z � � � w d � � Z � � Z in w V � � w \ F F J J \> \> \ �> � � U J � � �. W J J O p[ Cp � W LL Z � J J � Z Z Qc � J F J F J � F J � LL m W � d Z Z p U CJ J � V � u>i Q N J Z Z J Q a G F Z J Z J Z J J Z J Z � m O a O O � J J O O x W � Y d Z a¢ z� g � v a z a z¢ z z Q z a c., Q a w�� o 0 o g v o � o �� ¢�� a�� J J� a� a� a Q� a g�� v= o o z v v w��� z o� � � � g �' � w �, � � � � W p� � � � � a O � J Z Z p in in � Q w W Q J w �~� J w s������ F�� F N g W a o o v N o o Z m� � � Q,,, w ��� a� a��, �� � m z z N a m a� o��� Q a �„ a o a o� a o� o�� � a�� Q o o g X��� v Q m v in °C � in a u-, � o � in p co in � v o c� mv Q a� v v �o �o 00 00 ,-�, � �,�r, o a a o 0 o m� o o� a v � � g H � � o o H ul m N m a d � � H H o �o � N Lfl � .--� N 00 c'II � lD � Lfl O Lfl 1!1 I� 1!1 I� � lD M N M ul O ul N � lD O �f5 � � O � O � ^ O V1 .-I � N N m m � � �!1 �fl O O N N O N N ul N � � O � M � O N N N O m lD O a ml ml �I �I �I �I �I �I �I �I �I �I �I �I �I �I �I �I NI ^� ^� NI �p� �p� �p� �I �I p� o� ol ^�� „i� �I �I 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 V I� Ol Ol u� N ul u1 ul u'S ul u'S ul u") ul u") u1 u") ul u") ul u1 u1 u1 u1 l0 O O � O O O O O � c-I � � ci .-�-� � c-I c-I �--I �--I 00 c'II � lD � �fl O �fl �!1 I� �!1 I� � lD M N M u1 O �fl N � lD O �!1 � � O � O � ^ O �!1 .-I � N N m m � � �!1 �fl O O N N O N N Ul N O .-I .-I c'll � N O O � m m � � � � � � � � lD lD lD lD 00 00 00 00 N ci a-i � N N N � � rl N 00 m � a-i N 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 � I� I� I� 00 00 00 Ql Ql O O O N �!1 �!1 �!1 � � � � � � � � � � � � � N � � � � � O O O O O O O O N �!1 �!1 �!1 �!1 �!1 �!1 ci .-i c-I .-i c-I .-i c-I .-i c-I .-i c-I .-i c-I .-i c-I � v � � � Y O O m � U O J � O 0 N �--I h a +� �a � Y O O m � U O J � O 0 O c-I � N N f0 � � O O m � U O J � O 0 L!1 � a +� � J �-+ O Z � a� � +� a� � c � � T C Q � � � � � � � � � � � � � � � � � � � � � � � � v� v� v� v� v� v� v� v� v� v� v� v� L L L L L L L L L L L L �, O �, O �, O �, O �, O �, O �, O �, O �, O �, O �, O �, O � w w� w� w� w� w� w� w� w� w� w� w� O-a O-a O-a O-a O-a O-a O-a O-a O-a O-a O-a O-a al N 4/ N 4/ N 4/ N 4/ N 4/ N 4/ N 4/ N 4/ N 4/ N 4/ N 4/ N a-+ -a a-+ -p a-+ -p a-+ -p a-+ -p a-+ -p a-+ -p a-+ -p a-+ -p a-+ -p a-+ -p a-+ -p l6 � (E � (E � (E � (E � (E � (E � (E � (E � (E � (E � (E � > > > > > > > > > > > > Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O N O � O � O � O � O � O � O � O � O � O � O � m. m. m. m. m. m. m. m. m. m. m. m. � � � � � � � � � � � � � � � � � � � � � � � � Cp � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � O � O � O � O � O v O � O � O � O � O � O � O � !o � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � +� +� +� +� +� +� +� +� +� +� +� +� �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q U'� U'� U'� U'� U'� U'� U'� U'� U'� U'� U'� U'� o a o a o a o a o a o a o a o a o a o a o a o a +� a — +� v - +� v - +� v - +� v _ +� v - +� v - +� v - +� v _ +� v - +� v - +� v — � � � � � � � � � � � � � � � � � � � � � � � � a +, v �, v �, v �, v �, v �, v �, v �, v �, v �, v �, v �, v c� a� � c a� � c a� � c a� � c a� � c a� � c a� � c a� � c a� � c a� � c a� � c o v - o v- o v- o v- o v- o v- o v- o v- o v- o v- o v- o v fl- N Q- N Q- N Q- N Q- N Q- N Q- N Q- N Q- N Q- N Q- N Q- N Q � Q � Q � Q � Q � Q � Q � Q � Q � Q � Q � Q � U U U U U U U U U U U U � O @ O@ O@ O@ O@ O@ O@ O@ O@ O@ O@ O ++ t �, t �, t �,, t �,, t �, t �, t �,, t �,, t �,, t �, t �,, t C Q- v C fl- � C fl- � C fl- � C fl- � C fl- � C fl- � C fl- � C fl- � C fl- � C fl- � C fl- � � � � � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E o � +, o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� U U U U U U U U U U U U ,� O v y O v y O v y O v y O v y O v y O v y O v y O v y O v y O v y O v � b�A +L+ 0 h�0 N 0 h�0 N 0 h�0 N 0 h�0 N � h�0 N 0 h�0 N � h�0 N � h�0 N � h�0 N � G�0 N � h�0 N � � � � � w � � � � � � 0 0 0 0 o O o 0 0 0 0 0 o�° o 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N ci �--I �--I �--I �--I a--I �--I �--I �--I �--I �--I �--I w � � � � � � � � � � � O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O a-I c-I c-I c-I c-I c-I c-I c-I c-I ci c-I c-I � w w w w � � � w w � � O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 � in vi vi vi vi ui ui ui ui ui ui ui 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � v v v v v v v v v v v � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Q n n n n n n n n n n n > > > > > > > > > > > > � ro �a �a �a �a �a �a �a �a �a �a �a � � � � � � � � � � � � � r v t v t v t v t v t v t v t v t v t v t v t v � � � � � � � � � � � � � � � � � � � � � � � � w w w w w w w w w w w w ' � o � o � o � o � o � o � o � o � o � o � o � o � a v v v v v v v v v v v �• o� o-6 0-6 0-6 0-6 0-6 0-6 0-6 0-6 0-6 0-6 0-6 o� o� o� o� o� o� o� o� o� o� o� o� u� o ,n o ,n o ,n o ,n o ,n o ,n o ,n o ,n o ,n o ,n o ,n o � J � J � J � J � J � J � J � J � J � J � J � J i/} f0 i!} (6 i!} (6 i!? �6 i!} (6 i!} (6 i!} (6 i!? �6 i!} (6 i!} (6 i!} (6 i!} (6 N V1 V1 Vf Vf V1 V1 Vf Vf V1 V1 V1 7 � � 7 7 � � 7 7 � � � O O O O O O O O O O O O � � � � � � � � � � � � > i i i i i i i i > i i a a a a a a a a a a a a a a a a a a a a a a a a � v � y � � Y v � LL � E � � � Q ` v v .3 � N s. v a� E E L w � o 'o Q- E � C7 2 '� `a a o v � a � � � > (6 � �n �/1 U W L Y i fp "a a1 p U p u O v � � � O a +.+ � �n p�p i �O x � (a ` "a C O > W � � v c O OC p � i.�i u �c fa �a ra U `n � d Q u i ~ � � O w � � � o � a � a � � Q o= o= o= o a � N � F � o o .� .� .� .� � p � p v � � @ a w w w w Y ��i1 � � i � v� � � C Y bIJ bIJ bIJ bIJ U � � a/ f0 al O C�S U1 U C C C C j N j � � O� i.+ a/ � i � � � � > m O u +-' C H �i �o E a o � 3� n � ;g Q- t t t t o'o v = � u E c c E � � � � a1 O C L L U O O O � Q m l6 Q Q Q Q U U U � W W W W � � � � � � � � � � � � � � � � � � � � � � � � � � � � v� v� v� v� v� v� v� v� v� v� v� v� v� v� t t t t t t t t t t t t t t �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o w� w� w� w� w� w� w� w� w� w� w� w� w� w� o� o� o� o� o� o� o� o� o� o� o� o� o� o� a v a v a v a v a v a v a v a v a v a v a v a v a v a v +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � � . � . � . � . � . � . � . � . � . � . � . � . � . � . > > > > > > > > > > > > > > Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O � O � O � O � O � O � O � O � O � O � O � O � O � O � m. m. m. m. m. m. m. m. m. m. m. m. m. m. � � � � � � � � � � � � � � � � � � � � � � � � � � � � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � O � O � O v O � O � O � O v O � O � O � O v O � O � O � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � +� +� +� +� +� +� +� +� +� +� +� +� +� +� �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ � � � � � � � � � � � � � � � � � � � � � � � � � � � � a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a � � a � � a � � a � � a � � a � � a � � a � � a � � a � � a � � a � � a � � a � � 'Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N U� U� U� U� U� U� U� U� U� U� U� U� U� U� f0 p f0 p f0 0 f0 p f0 p f0 p f0 p f0 p f0 p f0 p f0 p f0 p f0 p f0 p �„� i �„� i �„� i F-` i �„� i �„� i �„� i �„� i �„� i F-` i �„� i F-` i �„� i �„� i � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � fl- � � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � :N o � �, o � ;� o � ;� o � ;� o � ;� o � ;� u u u u u u u u u u u u u u y O v y O v y O v y O v,� O v y O v y O v y O v,� O v y O v y O v y O v y O v y O v 0 h�o N 0 h�o N 0 h�o N 0 h�o y � t�.o N 0 h�o N 0 h�o N � h�o y � h�o N � h�o N � h�o N � h�o N � h�o N � h�o N � � � � � � � � � � � � � � O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I � � � � � � � � � � � � � � O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I � � w � � � w � � � w � � � � � � � � � � � � � � � � � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!7 L!1 L!1 O O O O O O O O O O O O O O O O O O O O O O O O O O O O � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Q Q Q Q Q Q Q Q Q Q Q Q Q Q ? ? ? ? ? ? ? ? ? ? ? ? ? ? � � � � � � � � � � � � � � � � � � � � � � � � � � � � L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C W W W W W W W W W W W W W W O� O� O� O� O� O� O� O� O� O� O� O� O� O� aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p . . . . . . . . . . . . . . O � O � O � O � O � O � O � O � O � O � O � O � O � O � � O � O � O � O � O � O � O � O � O � O � O � O � O � O � J � J � J � J � J � J � J � J � J � J � J � J � J � J i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 � � N � � � N � � � N � � � � � 7 � � � 7 � � � 7 � � � O O O O O O O O O O O O O O . . . . . . . . . . . . . . i i i i i i i i i i i i i i � � � � � � � � � � � � � � i i i i i i i i i i i i i i - - - - - - - - - - - - - - - - - - - - - - - - - - - - a a a a a a a a a a a a a a - - - - - - - - - - - - - - - - - - - - - - - - - - - - a a a a a a a a a a a a a a � � en o � a`� *, � � � c � � � a`� fa fa ,� v � L 2 � t @ L H � � � v � @ vi i vi bA 00 a '� U1 � a/ i U% J tE d � i � J c N Y � � U a/ C Vj (j N Q � -O D U1 U C U1 U1 � � Q a/ v> Y fL � fL L/ t � i d � L N v� H v� H H � i O t �+ U � � � y O V O � O_ O_ O_ O_ O_ O_ -a N X � Uj Uj a U p v Q Q � a a a a a a � "� m° u @ @ ,�o w w w w w w t a� Q ,"n ,"n �n ,n en en en en en en °1 �� v� -a -a � � a� c c c c c c a� i F�a c c c � ;� o > > > > > > �; in O ~ O @ J J � � _ 0 0 0 0 0 0 Vi �-+ E E E E E E � '� L�n � oZS oZS F a Q t t t t t t a v � � � � � � Y � +' c � 3 3 � o E �a �a �a �a �a �a o v�3 �a v �a �a °p � a W W W W W W LL �:J Vl d= J J J � � � � � � � � � � � � � � � � � � � � � � � � � � v� v� v� v� v� v� v� v� v� v� v� v� v� t t t t t t t t t t t t t �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o �, o w� w� w� w� w� w� w� w� w� w� w� w� w� o� o� o� o� o� o� o� o� o� o� o� o� o� a v a v a v a v a v a v a v a v a v a v a v a v a v +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � +� � � . � . � . � . � . � . � . � . � . � . � . � . � . > > > > > > > > > > > > > Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O Y O O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O Q O � O � O � O � O � O � O � O � O � O � O � O � O � m. m. m. m. m. m. m. m. m. m. m. m. m. � � � � � � � � � � � � � � � � � � � � � � � � � � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � h0 � O � O � O v O � O � O � O v O � O � O � O v O � O � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � ra � +� +� +� +� +� +� +� +� +� +� +� +� +� �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q �a Q v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� v'� o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ o v_ � � � � � � � � � � � � � � � � � � � � � � � � � � a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., a, �., v� c v� c v� c v� c v� c v� c v� c v� c v� c v� c v� c v� c v� c 'Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q o v Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N Q N U� U� U� U� U� U� U� U� U� U� U� U� U� f0 p f0 p f0 0 f0 p f0 p f0 p f0 p f0 p f0 p f0 p f0 p f0 p f0 p �„� i �„� i �„� i F-` i �„� i �„� i �„� i �„� i �„� i F-` i �„� i F-` i �„� i � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � Q Q/ � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E � � E o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � ;� o � :N o � �, o � ;� o � ;� o � ;� o � ;� u u u u u u u u u u u u u y O v y O v y O v y O v,� O v y O v y O v y O v,� O v y O v y O v y O v y O v 0 h�o N 0 h�o N 0 h�o N 0 h�o y � t�.o N 0 h�o N 0 h�o N � h�o y � h�o N � h�o N � h�o N � h�o N � h�o N � � � � � � � � � � � � � O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I �--I � � � � � � � � � � � � � O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I c-I � � w � � � w � � � w � � � � � � � � � � � � � � � 0 0 0 0 0 0 0 0 0 0 0 0 0 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!1 L!7 L!1 O O O O O O O O O O O O O O O O O O O O O O O O O O � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Q Q Q Q Q Q Q Q Q Q Q Q Q ? ? ? ? ? ? ? ? ? ? ? ? ? � � � � � � � � � � � � � � � � � � � � � � � � � � L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c L �c fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C fE C W W W W W W W W W W W W W O� O� O� O� O� O� O� O� O� O� O� O� O� aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ aJ O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O-p O � O � O � O � O � O � O � O � O � O � O � O � O � � O � O � O � O � O � O � O � O � O � O � O � O � O � J � J � J � J � J � J � J � J � J � J � J � J � J i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 i!} (6 � � N � � � N � � � N � � � � 7 � � � 7 � � � 7 � � O O O O O O O O O O O O O .@ .@ .@ .@ .@ .@ .@ .@ .@ .@ .@ .@ .@ i i i i i i i i i i i i i a a a a a a a a a a a a a a a a a a a a a a a a a a E a � N a� a� � � � o ,n � � � ao 0 � u a� � �' � � � ' � Q '� c � *' � � i � = vf i,i a� � �+ � N c �' c � ,,, � F � 'tu �n O `u "' u � � � U � i U1 X � fE U � � L% � fi � p m � �/ � � �6 � ~ LL C d � � � i L OC ��if � f�II y y L �i U � U1 U1 � W � � � � p C V N N = a �; �; � � � � � > � � � O � � � L � � _ N� I.L � � .Q Q = � � � i C� � � N� I.f �'^ V+ i c� � � � t U � _ � � � � � t t� C .O � � s � � � .N 7 V � _ L -� � L � � O � �~ � �L � � � � c V � (6 � Ui � � N � � 0 � Y i U L "� � �� �� w y �, C 7 N � � (6 � � � � 0 � O (6 ` � � O � C Q � i L � 7 L O � C� C (6 � � � � 7 � �j � U C � N � C y (6 .0 � V� 3 N � N� � Q � 'C � O _ C � >' O � � ` p � � � Q O � � L _ � _ y6 p >+ • 2i � (6 O N � � � � (6 � � � � o � N •� C Q � � Q Y � O � � � � � � (� � � (6 (6 � � . � C � � � � p p .Q O T � � � � � > O N � C � U U� � � Q � � "6 N� U � � 0 C N Q � � � � � � � � N (6 Q N� f6 p V N �' � � _ >+ Q- � � �- u� � � > U s C � � co — c� Q� o � o c� � a� a� o>. c� 3 c�� .��c � � �v�3s y,�E o� a� � ���— ��.� �6 � � � �� a�i a�i L ��� a�i m c�o � �� � °� a� o — � � .� � '� '�� � .� � � >, c�o � �� c�3 m a� � � u� � c� � aL '�n � � o c�•� °oo `�' a�i � �'� � � � ��' ��a�i co u� -6 cmi r� � �, a� �>' ,� m a� � a� � f6� �� o�� ° m �E�o ��° �� � � 7 � � � O ~ N > � � � � V � N � 7 ,� � � � � � i � � fn C "6 � C > O > m �,� °� ��'�.� � � L°�� o�E •�'a�i N � � O � (� � L � "� L V1 j � "� `� � � � = C "� N C N ..+ („) � N C � � E C L �� (6 � C •� � � � � « (6 N f6 � O O U N � p � C � � � o rn � � o � Q ° °�� �w o•� � � u� � � � vi o N � `�� o'� ��a.� a °� �rn�a�'i� ��� xo � o � �� > m � a� a� �� � � c� rn� �U o � v� c� N co p� � �L��� a� �� c�o �n.o �a a�i�—u°�i � a� ���L� '3'�� �o Q�' (6 'T � O � 7 U� � tA (6 C O V� E O U(6 t� � S�- :r � N � � � C N � � �p � N � >' � � N � O O N � � � Q� � � � � � � "� � 0 0 N � � p � ` V E (0 fV6 �(� 0 V Q w � �7 �� � � U N(�6 � N Q� N� �U E(nN E� fl- �� �� � 3� � ��+ y QQ= Q� ��•`- � Q- � � v� � — �' o � � > o E '3 c� � a � � � 3 � a� �6 � o � � 2 � o a a� ��,� c� >, p� > s �o �� a�i� a�a�coo E� a a�. ��o ��� �o L � O III �N, � L�� Q' p� O �6 �� IO "� L� I6 I6 "� O � ` � LL � Q � (6 C �' .� � "� (6 � � y O � � C � ,� � O � � � y�,,,6 � 'C O >, � � � -� � y � � � (6 �rn a»��v� �� Q L����y_�� p�, y � `' Q- � N � � C � N � V � � � � O � p) al � V � y ,tA O c N (,> (6 a � �, (� E Q. ,� (6 � O U � � � }N, � U o�� �•� �'�-O 3 a� °'� ��V E � os ��� v�i"� ci i`a� � �� �a�i �a�i`��a�ia�iayi���a�iY c�v� �om�c�V�i� t O N O (6 O � _ � in� aNi 3 � �n � °'N� � °� � c•� � �'� �� o �.� � L =� �•L c � � ��a�'iRc�'�a��i��c����u°�'��������a���-N�E��oa�i NE�`�p U E,� �� O 2���� N.N � N O O � 3 N N�` N ��"� � p C C x� � a�'����° c� o o�����v�i ��� Q= � a� ��°'� � N a�i> �.o l3 ? � 3 _� � l4 (6 O w � C = N � 0 � "� "� ,. � = L [6 � � � � N X � � C N O N N i C. O c� '�o �� c L � � � � � N � � � � = � � � p = � � � = C. � � O >, C O = m L O m m � � � � N2 C >N � � > � O � � O 2 ���, C�afc6 L � a�.g>p QQw�X � o � � � °� �wc�o �� �,3 a� 3 W � II � Q. � � � N � � � Q � Qi T L L V � >,�w� Qi O 7 L (n O� o� U! := L D O G)= N N� �LN � � ~ T � � O O M �(V >'—� Nt o0 i r Yyr�� ' � ;� �'� �;= ���o t(0 � � t O' O(O fn���fn�m�� L y� � L i � L � — f6 f0 � 0 � i N � � � � � i 3 � � G. L v U% 7 � EoQ.v v�o� L � � 0 N � �� L � L � � u � � � � Q Q Q � � � � � � N � � � N � �� � � L T �� � � •� � w � � X � d C � Ul � � bOA Q" Gl � � � C � � � •a! �i Q- O C O r0 'C � � O fl- yL �' +�+ � u c c � L � � C L � � 'a >, w � 3 � o ,c X � � � yiO ,� Y L � � N C � "a 3 � � 7 � � � a�� o •� � v �o O Sy � ,� � � � a�o 3 1 � > �i t N 'a � 0 O >N > � 3 � O :� : T •� 0 � +�, i (6 � = � N :� y �,� � � . � c LN � � O w � ` o � 3 � i II �� � N y O O ' � N � Q � f_�C � � i � � Q Q L � _ � L I L L� V �"i O � � � � � � (Q ; � Q �� r� L E v o c� • N+ +��� c�6 u Q i Q� � p d�'� �i -6 i'C(OON >'_ C � C •H�aoch03mtre Contract # for with Sunbelt Rentals, Inc. Equipment and Tool Rental Services R241502 Region 4 Education Service Center The following documents comprise the executed contract effective: Vendor Contract and Signature Form Supplier’s Response to the RFP Request for Proposal and Any Addenda, incorporated by reference APPENDIX A- (Region 4 ESC approved ) CONTRACT This Contract (“Contract”) is made as of May 1, 2025, by and between Sunbelt Rentals, Inc. (“Contractor”) and Region 4 Education Service Center (“Region 4 ESC”) for the purchase of Equipment and Tool Rental Services (“the products and services”). RECITALS WHEREAS, Region 4 ESC issued Request for Proposals Number 24-15 for Equipment and Tool Rental Services (“RFP”), to which Contractor provided a response (“Proposal”); and WHEREAS, Region 4 ESC selected Contractor’s Proposal and wishes to engage Contractor in providing the services/materials described in the RFP and Proposal; WHEREAS, both parties agree and understand the following pages will constitute the Contract between the Contractor and Region 4 ESC, having its principal place of business at 7145 West Tidwell Road, Houston, TX 77092. WHEREAS, Contractor included, in writing, any required exceptions or deviations from these terms, conditions, and specifications; and it is further understood that, if agreed to by Region 4 ESC, said exceptions or deviations are incorporated into the Contract. WHEREAS, this Contract consists of the provisions set forth below, including provisions of all attachments referenced herein. In the event of a conflict between the provisions set forth below and those contained in any attachment, the provisions set forth below shall control. WHEREAS, the Contract will provide that any state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit (“Public Agencies”) may purchase products and services at prices indicated in the Contract upon the Public Agency’s registration with OMNIA Partners. 1) Term of agreement. The initial term of the Contract is for a period of three (3) years unless terminated, canceled, or extended as otherwise provided herein. Region 4 ESC shall have the right in its sole discretion to renew the Contract for additional terms up to two (2) years after the end of the initial term or for a lesser period of time as determined by Region 4 ESC by providing written notice to the Contractor of Region 4 ESC’s intent to renew thirty (30) days prior to the expiration of the original term. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Contract. In the event the proposal term, including renewals, ends before another proposal is executed, proposal prices and discounts may be extended on a month-to-month basis by mutual consent. Extensions are limited to the lesser of: a) six (6) additional monthly terms, or b) the time which is required to complete a new solicitation for the goods and services provided for in this solicitation. Notwithstanding the foregoing paragraph, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued within the Contract term for a period of up to one year beyond the Contract term. 2) Scope: Contractor shall perform all duties, responsibilities and obligations, set forth in this agreement, and described in the RFP, incorporated herein by reference as though fully set forth herein. 3) Form of Contract. The form of Contract shall consist of this Contract, any Purchase Order (or other similar document agreed to in writing by Region 4), Region 4’s Standard Terms and Conditions for Procurement Solicitations to the extent applicable to bare rental of equipment, the RFP and any Addenda (including Offeror’s standard rental terms for government entities in Addendum A), Region 4’s Electronic Bid Certifications, the Offeror’s Best and Final Offer(s), as accepted by Region 4, and the Offeror’s Proposal, as accepted by Region 4, each instrument incorporated herein by reference. 4) Order of Precedence. In the event of a conflict in the provisions of the Contract as accepted by Region 4 ESC, the following order of precedence shall prevail: i. This Contract, ii. Any Purchase Order (or other such similar document agreed to in writing by Region 4), iii. Region 4’s applicable Standard Terms and Conditions for Procurement Solicitations, iv. RFP and any Addenda, v. Region 4’s Electronic Bid Certifications, vi. Offeror’s Best and Final Offer, as accepted by Region 4, and vii. Offeror’s proposal, as accepted by Region 4. 5) Commencement of Work. The Contractor is cautioned not to commence any billable work or provide any material or service under this Contract until Contractor receives a purchase order for such work or is otherwise directed to do so in writing by Region 4 ESC. 6) Entire Agreement (Parol evidence). The Contract, as specified above, represents the final written expression of agreement. All agreements are contained herein and no other agreements or representations that materially alter it are acceptable. 7) Assignment of Contract. No assignment of Contract may be made without the prior written approval of Region 4 ESC. Contractor is required to notify Region 4 ESC when any material change in operations is made (i.e., bankruptcy, change of ownership, merger, etc.). 8) Novation. If Contractor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. Region 4 ESC reserves the right to accept or reject any new party. A change of name agreement will not change the contractual obligations of Contractor. 9) Contract Alterations. No alterations to the terms of this Contract shall be valid or binding unless authorized and signed by Region 4 ESC. 10) Adding Authorized Distributors/Dealers. Contractor is prohibited from authorizing additional distributors or dealers, other than those identified at the time of submitting their proposal, to sell under the Contract without notification and prior written approval from Region 4 ESC. Contractor must notify Region 4 ESC each time it wishes to add an authorized distributor or dealer. Purchase orders and payment can only be made to the Contractor unless otherwise approved by Region 4 ESC. Pricing provided to members by added distributors or dealers must also be less than or equal to the Contractor’s pricing. 11) TERMINATION OF CONTRACT a) Cancellation for Non-Performance or Contractor Deficiency. Region 4 ESC may terminate the Contract if purchase volume is determined to be low volume in any 12-month period. Region 4 ESC reserves the right to cancel the whole or any part of this Contract due to failure by Contractor to carry out any obligation, term or condition of the contract. Region 4 ESC may issue a written deficiency notice to Contractor for acting or failing to act in any of the following: i. Providing material that does not meet the specifications of the Contract; ii. Providing work or material was not awarded under the Contract; iii. Failing to adequately perform the services set forth in the scope of work and specifications; iv. Failing to complete required work or furnish required materials within a reasonable amount of time; v. Failing to make progress in performance of the Contract or giving Region 4 ESC reason to believe Contractor will not or cannot perform the requirements of the Contract; or vi. Performing work or providing services under the Contract prior to receiving an authorized purchase order. Upon receipt of a written deficiency notice, Contractor shall have ten (10) days to provide a satisfactory response to Region 4 ESC. Failure to adequately address all issues of concern may result in Contract cancellation. Upon cancellation under this paragraph, all goods, materials, work, documents, data and reports prepared by Contractor under the Contract shall immediately become the property of Region 4 ESC. b) Termination for Cause. Conditions of cancellation are addressed in the General Terms and Conditions set forth by Region 4 ESC in the section titled “NON-PERFORMANCE /TERMINATION OF CONTRACT”. c) Delivery/Service Failures. Failure to deliver goods or services within the time specified, or within a reasonable time period as interpreted by the purchasing agent or failure to make replacements or corrections of rejected articles/services when so requested shall constitute grounds for the Contract to be terminated. In the event Region 4 ESC must purchase in an open market, Contractor agrees to reimburse Region 4 ESC, within a reasonable time period, for all expenses incurred. d) Force Majeure. Conditions of Force Majeure are addressed in the General Terms and Conditions set forth by Region 4 ESC in the section titled “FORCE MAJEURE”. e) Standard Cancellation for Convenience. Region 4 ESC may cancel this Contract in whole or in part for convenience and without cause by providing written notice. Such cancellation will take effect 30 calendar days after Region 4 sends the notice of cancellation. After the 30th calendar day all work will cease following completion of final purchase order, provided that when Region 4 may in its sole discretion direct Contractor to cease performance of the contract at any time during the 30 day notice period, in which case Contractor shall discontinue any further charges to Region 4. 12) Licenses. Maintenance of licenses are addressed in the General Terms and Conditions set forth by Region 4 ESC in the section titled “LICENSES AND PERMITS; PERFORMANCE”. 13) Survival Clause. Conditions of survival are addressed in the General Terms and Conditions set forth by Region 4 ESC in the section titled “SURVIVAL”. 14)Delivery. Conforming products shall be shipped within 7 days of receipt of Purchase Order. If delivery is not or cannot be made within this time period, the Contractor must receive authorization for the delayed delivery. The order may be canceled by Region 4 if the estimated shipping time is not acceptable. All deliveries shall be freight prepaid, F.O.B. Destination and shall be included in all pricing offered unless otherwise clearly stated in writing. 15) Inspection & Acceptance. If defective or incorrect material is delivered, Region 4 ESC may make the determination to return the material to the Contractor at no cost to Region 4 ESC. The Contractor agrees to pay all shipping costs for the return shipment. Contractor shall be responsible for arranging the return of the defective or incorrect material. 16) Payments. Payment shall be made after satisfactory performance, in accordance with all provisions thereof, and upon receipt of a properly completed invoice. 17) Price Adjustments. Proposal prices must remain firm for at least one (1) calendar year from the proposal opening date, unless a deviation from this standard and purpose for the deviation is noted in the Vendor’s response. Such deviations are subject to Region 4 ESC approval.. Price increases requested during the term of the contract may be granted at the sole discretion of Region 4 ESC. Should it become necessary or proper during the term of this Contract to make any change in design or any alterations that will increase price, Region 4 ESC must be notified immediately. Price increases must be approved by Region 4 ESC and no payment for additional materials or services, beyond the amount stipulated in the Contract shall be paid without prior approval. All price increases must be supported by manufacturer documentation, or a formal cost justification letter. Contractor must honor previous prices for thirty (30) days after approval and written notification from Region 4 ESC. It is the Contractor’s responsibility to keep all pricing up to date and on file with Region 4 ESC. All price changes must be provided to Region 4 ESC, using the same format as was provided and accepted in the Contractor’s proposal. Price reductions may be offered at any time during Contract. Special, time-limited reductions are permissible under the following conditions: 1) reduction is available to all users equally; 2) reduction is for a specific period, normally not less than thirty (30) days; and 3) original price is not exceeded after the time-limit. Contractor shall offer Region 4 ESC any published price reduction during the Contract term. 18) Audit Rights. Audit rights are addressed in the General Terms and Conditions set forth by Region 4 ESC in the section titled “RIGHT TO AUDIT”. 19) Discontinued Products. If a product or model is discontinued by the manufacturer, Contractor may substitute a new product or model if the replacement product meets or exceeds the specifications and performance of the discontinued model and if the discount is the same or greater than the discontinued model. 20) New Products/Services. New products and/or services that meet the scope of work may be added to the Contract. Pricing shall be equivalent to the percentage discount for other products. Contractor may replace or add product lines if the line is replacing or supplementing products, is equal or superior to the original products, is discounted similarly or greater than the original discount, and if the products meet the requirements of the Contract. No products and/or services may be added to avoid competitive procurement requirements. Region 4 ESC may require additions to be submitted with documentation from Members demonstrating an interest in, or a potential requirement for, the new product or service. Region 4 ESC may reject any additions without cause. 21)Options. Optional equipment for products under Contract may be added to the Contract at the time they become available under the following conditions: 1) the option is priced at a discount similar to other options; 2) the option is an enhancement to the unit that improves performance or reliability. 22) Warranty Conditions. All supplies, equipment and services shall include manufacturer's minimum standard warranty and one (1) year labor warranty unless otherwise agreed to in writing. Longer warranty periods and other specifications may be required if indicated herein or through supplemental terms by Region 4. The rental equipment provided will be warranted for the duration of the rental. 23) Site Cleanup. Contractor shall clean up and remove all debris and rubbish resulting from their work as required or directed. Upon completion of the work, the premises shall be left in good repair and an orderly, neat, clean, safe and unobstructed condition. 24) Site Preparation. Contractor shall not begin a project for which the site has not been prepared, unless Contractor does the preparation work at no cost, or until Region 4 ESC includes the cost of site preparation in a purchase order. Site preparation includes, but is not limited to moving furniture, installing wiring for networks or power, and similar pre-installation requirements. 25) Registered Sex Offender Restrictions. For work to be performed at schools, Contractor agrees no employee or employee of a subcontractor who has been adjudicated to be a registered sex offender will perform work at any time when students are or are reasonably expected to be present. Contractor agrees a violation of this condition shall be considered a material breach and may result in the cancellation of the purchase order at Region 4 ESC’s discretion. Contractor must identify any additional costs associated with compliance of this term. If no costs are specified, compliance with this term will be provided at no additional charge. This requirement is in addition to other provisions contained in this RFP related to criminal history information. 26) Safety measures. Contractor shall take all reasonable precautions for the safety of employees on the worksite and shall erect and properly maintain all necessary safeguards for protection of workers and the public. Contractor shall post warning signs against all hazards created by its operation and work in progress. Proper precautions shall be taken pursuant to state law and standard practices to protect workers, general public and existing structures from injury or damage. 27) Smoking. Persons working under the Contract shall adhere to local smoking policies. Smoking will only be permitted in posted areas or off premises. 28) Stored materials. Upon prior written agreement between the Contractor and Region 4 ESC, payment may be made for materials not incorporated in the work but delivered and suitably stored at the site or some other location, for installation at a later date. An inventory of the stored materials must be provided to Region 4 ESC prior to payment. Such materials must be stored and protected in a secure location and be insured for their full value by the Contractor against loss and damage. Contractor agrees to provide proof of coverage and additionally insured upon request. Additionally, if stored offsite, the materials must also be clearly identified as property of Region 4 ESC and be separated from other materials. Region 4 ESC must be allowed reasonable opportunity to inspect and take inventory of stored materials, on or offsite, as necessary. Until final acceptance by Region 4 ESC, it shall be the Contractor's responsibility to protect all materials and equipment. Contractor warrants and guarantees that title for all work, materials and equipment shall pass to Region 4 ESC upon final acceptance. 29) Funding Out Clause. A Contract for the acquisition, including lease, of real or personal property is a commitment of Region 4 ESC’s current revenue only. Region 4 ESC retains the right to terminate the Contract at the expiration of each budget period during the term of the Contract. 30) INDEMNITY. CONTRACTOR SHALL PROTECT, INDEMNIFY, AND HOLD HARMLESS BOTH REGION 4 ESC AND ITS ADMINISTRATORS, EMPLOYEES AND AGENTS AGAINST ALL CLAIMS, DAMAGES, LOSSES AND EXPENSES ARISING OUT OF OR RESULTING FROM THE ACTIONS OF THE CONTRACTOR, CONTRACTOR EMPLOYEES OR SUBCONTRACTORS IN THE PREPARATION OF THE SOLICITATION AND THE LATER EXECUTION OF THE CONTRACT. ANY LITIGATION INVOLVING EITHER REGION 4 ESC, ITS ADMINISTRATORS AND EMPLOYEES AND AGENTS WILL BE IN HARRIS COUNTY, TEXAS. 31) Marketing. Contractor agrees to allow Region 4 ESC to use their name and logo within website, marketing materials and advertisement. Any use of Region 4 ESC name and logo or any form of publicity, inclusive of press releases, regarding this Contract by Contractor must have prior approval from Region 4 ESC. 32) Certificates of Insurance. Should the original or addended proposal solicitation identify insurance is required to perform a work, certificates of insurance shall be delivered to the Region 4 ESC prior to commencement of work. The Contractor shall give Region 4 ESC a minimum of ten (10) days’ notice prior to any modifications or cancellation of policies. The Contractor shall require all subcontractors performing any work to maintain coverage as specified. 33) Legal Obligations. It is Contractor’s responsibility to be aware of and comply with all local, state, and federal laws governing the sale of products/services and shall comply with all laws while fulfilling the Contract. Applicable laws and regulation must be followed even if not specifically identified herein. Addendum A- Equipment Rentals Agreement This Addendum A- Equipment Rental Agreement modifies the terms of the Master Agreement to which it is attached and is incorporated into such Agreement. If there is a conflict between language in the Master Agreement and this Addendum A, the Master Agreement controls. Notwithstanding anything to the contrary contained in the Master Agreement, the Parties hereby agree to the following as a summary of applicable terms for a Participating Public Agency. Notwithstanding anything to the contrary, the definition of “Work” is defined in the Supplier’s Quote as Equipment Rental and Labor (Services) and therefore Supplier agrees to indemnify, defend, and hold Participating Public Agency harmless from and against any third-party claims including any and all liabilities, losses, damages, claims, penalties, fines and expenses, including attorney’s fees for any damages to property and/or persons including death (“Claims”) to the proportionate extent arising from Supplier or any of its Suppliers, suppliers, officers, agents, or employees negligent acts or omissions in the performance of this Agreement. Participating Public Agency will (i) give Supplier prompt notice of any such Claim, and (ii) at Supplier’s reasonable request, cooperate with Supplier in the defense and settlement of Claim. Participating Public Agency has care, custody, and control of the Work at all times Supplier does not; therefore, Supplier is not responsible for any third-party claims including any and all Claims to the proportionate extent arising from Participating Public Agency’s or any of its Suppliers, suppliers, officers, agents, or employees negligent acts or omissions in the performance of this Agreement. There shall be no right or authority for any claims to be arbitrated or tried on a class action basis. Neither party shall have any liability in regard to consequential, exemplary, special, incidental or punitive damages, even if it has been advised of the possibility of such damages. Terms Summary: 1. CREDIT APPROVAL. If the Participating Public Agency does not have a current valid account established with Supplier, it must complete Supplier’s credit application and be approved for a credit account. Supplier shall only be obligated to extend credit to those Participating Public Agencies who qualify for credit after completing Supplier’s credit application. Any Participating Public Agency of OMNIA that chooses not to obtain a Supplier credit account or does not qualify for a credit account will not become a Participating Public Agency in the Program. If Participating Public Agency is an existing customer of Supplier, such Participating Public Agency must have no amounts outstanding longer than 60 days. 2. TERMINATION. Either Party may terminate this Agreement without cause by providing at least ninety (90) days’ prior written notice to the other Party. 3. TITLE AND RISK OF LOSS. title will remain at all times with Contractor and risk of loss for the Equipment transfers to Customer upon taking possession of Equipment. Risk of loss transitions back to Contractor when returned to Contractor’s possession. 4. BILLING CYCLE. The rental charged will be determined by the daily, weekly, and 4-week rental rates in combination with the rental period. This calculation will always be billed at the most advantageous rate available to the customer. Ex. If the rental period is 4 days and the daily rental rate is $100 and the weekly rental rate is $250, the customer will be charged the weekly rate of $250 instead of $400 (4 days x $100 per day) because it is the lower of the two amounts. This same logic will work for any combination of rates within a 4-week period as the 4-week rental rate will be the most the customer will be charged for that equipment, using single shift rates. Additionally, a shift rate schedule shall apply for all hour metered machines and shall affect the rental rates accordingly. 5. PERMITTED & PROHIBITED USE: Participating Public Agency agrees that Supplier has no control over the manner in which the Equipment is operated during the Rental Period by Participating Public Agency or any third party that Participating Public Agency implicitly or explicitly permits. Participating Public Agency warrants that: (a) prior to each use, Participating Public Agency has or will inspect the Equipment to confirm that it is in good condition, without defects, includes readable decals and operating and safety instructions and is suitable for Participating Public Agency’s intended use; (b) any apparent agent at the Site Address is authorized to accept delivery of the Equipment (and if Participating Public Agency requests the applicable waiver, Participating Public Agency authorizes Supplier to leave the Equipment at the Site Address without requirement of written receipt); (c) Participating Public Agency shall immediately notify Supplier if the Equipment is lost, damaged, stolen, unsafe, disabled, malfunctioning, levied upon, threatened with seizure, or if any Incident occurs; (d) Participating Public Agency has received from Supplier all information needed or requested regarding the operation of the Equipment; (e) Supplier is not responsible for providing operator or other training unless Participating Public Agency specifically requests in writing and Supplier agrees to provide such training which may be at an additional fee (Participating Public Agency being responsible to obtain all training that Participating Public Agency desires prior to the Equipment’s use); (f) only authorized individuals shall use and operate the Equipment (“authorized individuals” being those who are properly trained to use the Equipment and who are not under the influence of drugs or alcohol or otherwise impaired); (g) the Equipment’s use shall be in a careful manner, in compliance with all operational and safety instructions provided on, in or with the Equipment and all Federal, State and local laws, permits and licenses, including but not limited to, OSHA, as revised; and (h) the Equipment shall be kept in a secure location. Participating Public Agency shall not (a) alter or cover up any decals or insignia on the Equipment or remove any operational or safety instructions; (b) assign its rights under this Agreement; (c) move the Equipment from the Site Address without Supplier’s written consent; or (d) use the Equipment in a negligent, illegal, unauthorized or abusive manner, or in any publication (print, audiovisual or electronic) nor allow the use of the Equipment by any unauthorized individual (Participating Public Agency acknowledging that the Equipment may be dangerous if used improperly or by untrained parties). 6. MAINTENANCE. Participating Public Agency shall perform routine maintenance on the Equipment, including maintenance of fuel and oil levels, and routine visual inspections of grease, filters, cooling system, water, batteries, cutting edges, and cleaning in accordance with the manufacturer’s specifications. Participating Public Agency shall submit a request for a service call a) if upon visual inspection a need for service is required, or b) any other maintenance or repairs are required. Such service may only be performed by Supplier. Supplier has no responsibility during the Rental Period to inspect or perform any maintenance or repairs unless Participating Public Agency requests a service call. If Supplier determines that repairs to the Equipment are required, other than resulting from Ordinary Wear and Tear, Participating Public Agency shall pay the full cost of repairs and rental of the Equipment until the repairs are completed. 7. NO WARRANTIES. Notwithstanding anything contained in the Agreement to the contrary, Supplier provides rental equipment that is neither sold nor integrated into the work, therefore there is no warranty, expressed or implied, as to the rental equipment or to its capabilities, and no warranty of merchantability, other than those detailed in the manufacturer’s specifications. 8. RELEASE AND INDEMNIFICATION. Participating Public Agency has care, custody, and control of the Work at all times Supplier does not; therefore, Supplier is not responsible for any third- party claims including any and all Claims to the proportionate extent arising from Participating Public Agency’s or any of its Suppliers, suppliers, officers, agents, or employees negligent acts or omissions in the performance of this Agreement. There shall be no right or authority for any claims to be arbitrated or tried on a class action basis. Neither party shall have any liability in regard to consequential, exemplary, special, incidental or punitive damages, even if it has been advised of the possibility of such damages. 9. FEES: For Equipment that uses fuel, Participating Public Agency has two options: (a) Pay on Return Option - if Participating Public Agency returns Equipment with less fuel than when received, Participating Public Agency shall pay a refueling charge (calculated by multiplying gallons required to refill tank with fuel to level when received, by the Pay on Return per gallon rate); and (b) Return Full Option – if Participating Public Agency returns the Equipment with at least as much fuel as when it was received (most Supplier Equipment comes with a full tank of fuel, but not all), no fuel charge will be assessed. The cost of Participating Public Agency refueling Equipment itself will generally be lower than the Prepay Fuel Option or the Pay on Return Option; however, these options each allow for the convenience of not refueling. The rental rates for the Equipment's are for "one shift," being not more than 8 hours per day and 40 hours per week unless otherwise noted. Weekly and 4-week rental rates shall not be prorated. Shift Rates apply to all generators and certain other equipment with hour meters. During a Declared State of Emergency, or a pending or existing disaster or catastrophe, natural (i.e. hurricane, tornado, flood, etc.) all diesel generators and pumps rented will be billed based on a one week minimum Rental Period at triple shift rates. This one week minimum rental at triple shift rates will not affect Equipment then on rent to Participating Public Agency. To promote a clean and sustainable environment, Supplier takes various measures to comply with federal and state environmental regulations, as well as with Supplier's own policies. Supplier also incurs a wide range of environmental related expenses (both direct and indirect). These expenses may include waste disposal, construction maintenance of cleaning facilities, acquisition of more fuel- efficient equipment, labor costs, administration costs, etc. To help defray these and other costs, Supplier charges an environmental fee in connection with certain rentals. The fee is not a tax or governmentally mandated charge. It is not designated for any particular use or placed in an escrow account. Rather, it is a fee that Supplier collects as revenue and uses at its discretion. RENTAL PROTECTION PLAN (“RPP”). Upon execution of Supplier’s Rental Out ticket, Participating Public Agency may choose to either reject or participate in Supplier’s RPP program as detailed https://www.sunbeltrentals.com/customerservice/rpp/. 10. RETURN OF EQUIPMENT: Participating Public Agency must contact Supplier to request pickup of Equipment, retain the Pick Up Number given by Supplier and will be responsible for Equipment until actually retrieved by Supplier. 11. WARRANTY: Notwithstanding anything contained in the Agreement to the contrary, Supplier provides rental equipment that is neither sold nor integrated into the Work, therefore there is no warranty, expressed or implied, as to the rental equipment or to its capabilities, and no warranty of merchantability, other than those detailed in the manufacturer’s specifications. 12.LIMITATION OF SUPPLIER’S LIABILITY:In consideration of the rental of the equipment and services provided, Participating Public Agency agrees that Supplier’s liability under this contract, including any liability arising from Supplier’s or any third party’s comparative, concurrent, contributory, passive or active negligence or that arises as a result of any strict or absolute liability, shall not exceed one million dollars ($1,000,000). Term Sheet Provision Description Clause Indemnity Sunbelt indemnifies for its negligent acts or omissions Sunbelt is not responsiblefor any action or inaction ofPPA Consequential Damages Neither party shall have any liability in regard to consequential, exemplary, special, incidental or punitive damages, even if it has been advised ofthepossibility ofsuch damages. LimitationofSupplierLiability In consideration of the rental of the equipment and services provided, Customer agrees that Sunbelt’s liability under thiscontract,includingany liability arising from Sunbelt’s or any third party’s comparative, concurrent, contributory, passive or active negligence or that arises as a result of any strict or absolute liability, shall not exceed one million dollars($1,000,000). Insurance Sunbelt has insuranceto cover their obligations (w/ SIR of$5M) PPA is self-insured Confidentiality SuppliermaintainsPPA information confidential Use of Rental Equipment What is allowed for use of Equipment. SeeAttachment A Maintenance Supplier to perform all maintenance, PPA must advise ifa need for service is noticed Return of Equipment PPA must callSunbelt for pick-up and receive a pick-up number that is time and date stamped Choice ofLaw State of PPA Warranty For Equipment rented –repair or replacement of faulty equipment Payment Terms Net 30 BillingCycle 28 days DiscountoffBookRate fornon- core equipment Day 5% / Week 10% / 4-week 15% Single Shift 8/40/160 Overtime Shift Rates(for dieseldriven generators, pumpsand air compressors): Double Shift Rate = 1.5 X Day / Week / Month Rate 8 - 16 hours per day 40.1 - 80 hours per week 160.1 - 320 hours per month Triple Shift Rate = 2 X Day / Week / Month Rate 16.1+ hours per day 80.1+ hours per week 320.1+ hours per month Overtime charges for engine drive equipment (excluding diesel engine generators, pumps and air compressors) will be calculated as follows: Divide the quoted rate by the hours allowed and multiply by the number of hours used over and above the hours allowed. *During a Declared State of Emergency, or a pending or existing disaster or catastrophe, natural hurricane, tornado, flood, etc.) or otherwise a one week minimum rental period at triple shift rates will apply for all diesel generators and pumps. 1799 Innovation Pt. Fort Mill, SC 29715 Phone: 866-786-2358 Fax: 803-578-6850 OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish gaods andlor services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing on the Deviation Form submitted with the request for propasal. Company Name Address CitylStatelZip Telephon� Na. Email Address Printed Narrte �itle Authorized signatur� Accepted by Region 4 �SC: 5unbelt Rentals, Inc 1799 lnno�ation Point Fort Mi!!, SC 29715 8656-786-2358 conf ractteam@s u nbeltrenta Is. com Peggi Sawick Contract Facilitator �-��,..roah �.�� �,..� Peggi ��,:�':.mm' aun,�h� �� �:h� �.5.+.a, q.���, r. . �W�C C� w,�zo_S..:o:�s,��.�ar Contract No. _R241502 Initial Contract Term ���12025 to � �tir, c�l�S��irs�i Re ion 4 ESC uthorized Board Member Linda Tinnerman Print Name Regior� A� ESC orized Board Memb Victor E. White Print Name 413 012 0 2 8 4/22/2025 Date 4/22/2025 Date RFP Page 24 �����b�-� ���.�� DEVIATION FORM Signature on the Offer and Contract Signature form certifes complete acceptance of the terms and conditians in this solicitation and draft Contract except as noted below with proposed substitute language (additional pages may be attached, if necessary). The provisions of the RFP cannot be modified without the express written approval of Region 4�SC. If a proposal 9s returned with modifications to the draft Contract provisions fhaf are not expressly appro�ed in writing by Region 4 ESC, the Contract provisions contained in the RFP shall pre�ail. Check one of the following responses: Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract. (Note: lfnone are listed below, it is undersfood that no exceptions/deviations are taken.) � Offeror takes the follvwing exceptions to the RFP and draft Contract. All excepkions must be clearly explained, reference the corresponding term to which Offeror is taking exception and clearly state any proposed modified language, propased additional terms to the RFP and draft Contract must be included: (Nofe: Unacceptable exceptions may remove Offeror's proposa! from consideration for award. Region 4 ESC shal! be the sole judge on the accepfance of exceptions and modiircations and fhe decision shall be frnal.) 1f an offer is made with modifications to the contract provisions that are not ex�ressly approved in writing, the contract provisions coniained in the RFP shall pre►+ail.) Section/Page/Line Term, Condit{on, or Exception/Proposed Modification Accepted Specification {For Region 4 ESC's use See attached Bid Clarificati ns and Excaptions � ►( Dp1 RFP Page 25 suHSELT� F! E NTALS CLARIFICATIONS AND EXCEP7fON5 While Sunbelt Rentals is ahle to agree to most terms af the bid package; because Sunbelt is not a typital vendor we will require some modifications. Sunbelt does not perform work that will stay on your property, nor does Sunbelt supply materials that will be permanent to any structures. Sun6elt rents equipment to its customers without operators; therefore, Sunbelt's customers are responsible for using the equipment properly and only allowing trained individuals to operate the equipment. Appendix A�-- Draft Contract: - 5ection il.a) Sunbelt has excluded ownership of the rental equipment upon terminatian. At no time wil! Region 4 ESC own the equipment. Sect€on ll.d) The Member still has the enjoyment of the equfpment during any such force majeure event and therefore should continue to pay rental fees for it. For example, if It is a generator being rented, the member is continuing to use the generator during any starm, strike, etc. 5unbelt should cont'tnue to be paid for tbe rental fees. Additionally, we would expect that due care will Ge taken with the equipment to not intentionally leave it in harm's way while in the member's possession. If a force majeure event is anticipated, the rnember may ca�l the equ+pment off rent and Sunbelt wll! retrieve it and the member is no longer responsible. Section 12. In many instances 5unbelt is not able to pull permits, because we are not using the equipment, they will not issue them to us. The memher wilE need to pull the permits for how they intend to utilize the equipmenC. Section 22. Once the work is tomplete, nothing stays behind to warrant. It makes no sense to warrant For a year after the �ob Is complete. There is noti�ing there to warrant, ihis was changed to the duratlon of the rental. - There are multiple references to "Region 4's Standard Terms and Conditions for Pracurement SoliGltation5". We were unable to find those terms In the bId package nor in an online search. Because those are most likely terms for the purchase of goods and services and not, we respectfully reserve the right to make additfonal comments on those terms when provlded: • 5ection ll,b) Terminatio� for Cause - Generel Terms and Conditlons set forth by Region 4 ESC (n the section titled "NON-PERFORMANCE /TERMINATION OF CONTRACT". • Section I l.d) Farce Majeure - General Terms a�d Conditions set forth by Region 4 ESC in the section titled "FORCE MAJ@URE". • Section 12 Lioenses - General Terms and Cot�ditians set forth by Region 4 ESC in the section titled "LICENSES AND PERMITS; PERFORMANCE" . Section 13 Survival Clause - General Terrns and Conditions set forth by Region 4 ESC in the section tided "SURVIVAL" . Section 16 Audit Rights - General Terms and Conditions set forth by Region 4 ESC in the secdon tided "RIGHT TO AUD]T". 1799 Innovation Pt. � Fort Mill, 5C 29715 � Phone: 866-786-2358 � Fax: 803-578-6850 Page 1 of 2 Sunt�elt will provide equipment that is well maintained, in good working condition and fit For the intended purpose. New equipment will not be guaranteed as this is a true rental contract and title wi41 remain with S�nbelt Rentals. There are terms that we need to ha�e in the agreement that are specific to the rental of equipment. While we understand that there are certain terms that government and quasi-government customers are unable to agree to {like indemnity or they may be self-insuredj, we have Ifmited these terms to solely permitted and prohibited use of the equipment and who is to perform maintenance, how to return the equipment to Sunbelt, etc. Please review the language that has been included herein as Addendum A for your consideration. One of these such terms is the Limitation of Liability. Due to our limited exposure, we ask that our liability be capped. Sunbelt cannot offer such pricing without doing so. Sunbelt must manage its liability in orderto remain a viable companyjust as any other business must do. Additionally, this is a mandate from our parent company that there be some sort of a cap. We do, however, have flexibility as to the manner that it is capped; a percentage, a flat fee, capped to insurance levels, etc. We understand that it was not provided previously, bui The Board of Directors of SunbelYs parent company has implemented new guidelines since that time to satisfy the current regulatory en�ironment. We have inserted $1,000,000 as a place holder, but we are happy to consider any alternative that is acceptable. Exhibit C - MICPA Since the previous agreement, we learned some best practices from hoti� the Puhlic and Pri�ate Omnia sectors. For simplicity and better understanding with the Participating Public Agenties, we belie�e that it would be beneficial to have a simple detail of the rental terms that are needed as detailed above. 5unbelt would like respectfully request the attached term sheet for easy visibility far the Participating Puhlic Agencies to see at a glance the applicable requirements. These are the rental terms that would not otherwise be addressed in a municipalities standard terms of purchase. Sunbelt has intluded two options for consideration. - A clause table that can be posted on the dMNIA website - Language to include relating to rentals in Exhibit C for the Participating Public Agencies registration. Question 116 in the bid portal for Buy American Act -The Federal Regulations are very fimited in the coverage of rental equipment without aperators. It has been an issue we have come across for years. We do have a G5A contract in place and have had it since 2007. The instructions we had been given by our Contracting Qfficer is to just provide any clarification when we execute the contract detailing that we are not in compliance. The language provided below is what we gi�e on all of aur Federal Contracts/BPAs/Tasfc Orders etc. As long as we are upfront about ihe fact that we don't comply, they are ok. It is up to each Federal Entity to decide if they want to continue with a contract. We have never had any Federal Entity say they do not want to mo�e forward with us because of this. We can't say we comply and not. It has not been an issue, because they really aren't applicable ta the work we provide."52.z25-11- Buy American — Construction Materials under Trade Agreements. 5unbelt Rentals, Inc. will be supplying/renting equipment that may or may not be domestic or from a qualifying country end products and due to the size and scope of our rental fleet, Sunbelt cannot confirm the state or country of origin of eath brand of equipment sinte we are not the manufacturer." 1799 Innovation Pt. � Fort Mill, SC 29775 � Phone: 868-788-2358 � fax: 803-578-6850 Page 2 of 2 Term Sheet Prov(sion Description Clause Indemnity Sunbelt indemnifies for its negligent acts or omissions Sunbelt is not responsible for any action or inaction of PPA Consequential Damages Neither party shall have any liability in regard to consequential, exemplary, special, incidental or punitive damages, even if it has been advised of the possibility of such damages. Limitation of 5upplier Liability in consideration of the renta► of the equipment and services provided, Customer agrees that Sunbeft's liability under this contract, including any liability arising from Sunbelt's or any third partys comparative, toncurrent, contributory, passive or active negligence or that arises as a result of any strict or absolute liability, shall not exceed one million dollars ($1,000,000}. Insurance Sunbelt has insurance to co�er their abligations (w/ SIR of $SMj PPA is self-insured Confidentiality Supplier maintains PPA information confidential Use of Rental Equipment What is allowed for use of Equipment. See Attachment A Maintenance Supplier to perfarm all maintenance, PPA must advise if a need for service is noticed Return of Equipment PPA must call Sunbelt for pick-up ancE receive a pick-up number that is time and date stamped Choice of Law State of PPA Warranty For Equipment rented — repair or replacement of faulty equipment Payment Terms Net 3Q Billing Cycle 28 days Discount off Book Rate for non- Day 596 / Week 109b / 4-week 15% core equipment 5ingle Shift 8/40/160 Overtime 5hift Rates {for dlesel dri�en generators, pumps and air compressarsJ: Douhle Shift Rate =1.5 X Day / Week / Month iiate 8 -16 hours per day 40.1- 80 hours per week 160.1- 320 haurs per month Triple Shift Rate = 2 X Day / Week / Month Rate 16.1+ hours per day 80.1+ hours per week 320.1+ hours per month Overtime charges for engine drive equlpment (excluding dlese! engine generators, pumps and air compressors] wi{I be calculated as follows: Divide the quoted rate by the hours allowed and mulriply by the number of hours used vver and abo�e the hours allowed. 'During a Declared 5tate of Emergency, or a pending or existing disaster or catastrophe, natural hurricane, tornado, flood, etc.j or otherwise a one week minimum rentai periad at triple shift rates will apply for a�l diesel generators and pumps. Page 1 of 2 Addendum A - Eaui�rrrent Jtentals This Addendum modities the terms af the Aereement to whith it is attathed and is incorporeted Into such Aareement. li there is a contlict between lan ua e in the �eement and this Addendum the reement controls. Nohvithstandiog anylhing to tho coatrery, thc de6nition in the Agrcemcnl of the tcrm "War�" is dcfincd in tbc Supplicr's Quotc as Lyuipmtnt Rtmal and Labor (Scrvices} and the�efocc Supplicr agcces to indemnify, defcnd, end hold Parlicipatiag Public Agency harmleu froro and against any tLird pury cEaims including any aad a�U liabiliues, losscs, damages, claims, pemlties, fincs and czpcases, including ariomcya' fccs for arry dsmages io property aadJor peraona including death ("Cleims") ta the proportiooato exteat a[iamg &om Suppher or any of iu Suppliers, aupplien, officera, agents, or employeca negiigrnt acia or omise�ons in the perforn�ance of this AgrcemeM. Participating Public Agency wi0 (i) givc Supplicr prompt noticc af any such Claim, and (ii) nt Supplier's reasonable rcqucsl, cooperatc with Supplicr in thc defensc and acttlement of thc Cla�m� Participating Pub]ic Agenty has care, custody, end control of the Wo[1c at all timp Supplier daes not; thcrofore, Supplicr is not responsible for any lhird party claims including any end sll Cleuos to thc proportionatc extant wis�ag &om Perticipetmg Public Agency's or aay of ils Suppliers, suppliers, otTcen, agents, vr cmployces nagi�geat ecls or omissions in the perfonnena of this Agreement There shall be no right ar eutharity for eny claims to 6e ubitrated or tried on a dass ection besis. Neither pazry shnll 6ave any liabihty m mgerd W consequential, exemplary, special, intidontai or punitive demages, evea if it hw beea advised of the possibility of such damagcs. PBRMI'1"CED & PROiiiBiTED USE: Partieipating Public Agcncy agrees Chat Supplicr has na conirol over the manner in which the Fquipment is operated during Ihe Rental Pmod by Participafmg PubLc Agency or euiy th�rd party thal Pefitipating Public Ageecy �mplicilly or uplicitly perm�ts Perticipating Public Agency warrants 1hat: (a) priar lo each use, Panicipating Public Agcncy has or will iaspcct the Equipment to confirn� ihai it is in good condi6on, wiWout defects, includcs madabkc dccals and operahng and sakty insWctions and is suitable for PeAicipating Public Agency's intended use; {b) any apparcnt agent at the Sitc Address �s authoazed w aceept delivery of the Fquipment (and if Parpcipahng PubUc Agency requests the epplicable waiver, Participating Public Agency suthonzes Supplicr to lcava ehc Fqu�pment at the Site Address vnthout requirement of wntten receipt); (c) Perticipeting Pu61ic Agency s6all immediatcly notify Supplier if Ihc Equipment is last, dameged, stolen, unsafc, disabled, malfuncuoning, lcvicd upon, U�rcatcncd w�th scizunc, or �f any Incidcnt occws; (d} psrticipating Public Agency has rcccivcd from Supplicr all infortnatian nccdcd or rrquested rogarding the apeeation of the Equipmcnt; (c) Supplier is not respons�ble for providing opemlor or o�her training unless Participahug Public Agency specifically requesu m wnling end Supplier agrccs lo prov�dc such 6raimng which may be at an additianal fec {Panicipatiag Publ�c Agency being responsible to oblain all training Hiat Participatiug Public Agmcy doauca pnor to tLe Eqoipment's uae); (Q only authonud individuals shell use and operate the Equipmcnt {"autbonzed mdividuals" bcmg those who ue properly trained lo we the Equipment end who ue not under the inlluencc of drugs or alcohol or othcrwisa uapaircd)', (g) �he EqnipmenYs use shell 6c �m a careful manner, m compliance with all operational aud safety inshvctions provided on, in or with thc Tyuipmcnt and all Federel, State and local lews, permiU and licenms, including but no[ I�mitod ta, OSHA, as revisod; and (h)16c Equipmcnt shall 6c kepl in a aeciue location. Parucipating Public Agency shalf not (a) alter or cover up nny deeals or insignin on the Equipment or remove any opaationel or safety instrucRons', (b) ass�gn its rights undcr this Agrccrncnl; (c) movc thc Fquiprtem fmm the Sile Address without Supplicr's writteo consenl; or (d) use the Equipment in a negtigent, illegal, unauthorized or abusive manner, or in any publication (priat, audiovisua] or electronic) nor allow the use oithe Equipmtnt by any unauthonzed individual (Participating Public Agency acknowlcdging �hat the Equipment rr�ay be dangerous if used improperly or by unhaincd partics). MAiNTENANC�: PaAicipating E'ublic Agmcy shall perfortn routine mainteneace on tht Equipment, includmg maintenance of Cuel and oil levels, and routine visual mspections of grea4e, filtera, cooling system, water, batlenes, cutling edges, and oleaaing in accocduice wil6 the manufachver's specificalioas. Pazticipaling Public Agency shall submit a request for a service call a) if upoa visual inspection a nced for sesvice is requireQ or b) any otlter mainteoance or repairs are required. Sucb acrvice may only bc performcd by Suppliar� Supplier hes no responsibility during the Rrntai Period ta inspect or perfoim any mamteoance or repeirs unless Participating Public Agency rcqucsts a acrvice call. If Supplier d�tcrmines that repairs W the Equipment are required, other than resulting from Ordinary Wcar and Tcar, Pertieipating Public Agency shall pay the full cost of repairs and mntal of the Equipmcnt until thc repairs ere campleted. FEES: For Equipmcnt tfiat uscs fucl, Participating Public Agcncy has two options: (a) Fay on Rcturn Option - if Participating Public Agcncy rccums Equipment with Icss fuel than wAen received, Participating Public Agcncy shall pay e refueliug eharge {calculattd by muluplying gallans rcquircd to mfi0 tanlc wilh fuel m level when received, by the Psy on Retum per gallon tate); end (b) Rcnw Full Option - if Participating Publie Agency retums the Cquipment with at lea4t as much Fuel as when it was reccived (most Supplia F.quipmcnt wmcs with a fuq tenk of fuel, but nm all), no fuel charge will 6e assessed. 7'he cost of Participating Public Ageney refueling Equipment ilself vn11 gencrally ba lower than thc Prepay Fucl �ption or We Pay on Retum Oplion; hawever, thesc options tach allow for the coovenience oCnot refueling. Thc rcntal cates Tor Ih� EquipmenPs ere for "one shift," 6eing nol morc than $ ho+us per day and AO houcs per wcck unlcss othcnvisc notcd. Wcekly and 4 weck rental n�es shall not bc prorated. ShiN Retes apply to all gcnc�ators md certain other oquipment witi� haur mete�s. During a Pcclarod S1atc of Emergency, ar a pending or cxisting disaster or cateaUophc, netwal (i.e. hurticanq Wmado, (lood, etc.) alk diesel gencrntors and pumps renled will Ix bikled based on a one weck minimum Rcntai Pcriod at triplc shiH rates. 7Lis one wcek minimum rental at triple shift rates will nat atFect Equipment then on rcnt to Participating Public Agency. To promoSc a cican and sustainablc rnvironmcnt, Supplicr takcs various mcasures to comply with fedcral and slate environmcntal rcgulalions, as well as wi�h Supplicrs own palieies. Suppli�r also in�wa a wide renge of environnsental related expenses {hoth dimt and indirect). These expenses may include waste dispoaal, conswctioa maintcnance of cicaning fecilitics, acquisition of morc fucl-cfficicnt cquipmcnt, labor cos�s, administratian costs, etc. 7'o hclp dc6sy thcsc and olhcr costs, Supplicr charges an enviroamenlal fce in comeclion with certain rentals. 'Ihe fee is oot a lax or goveromentaily mandated charge. It ia aet designated for any particular uu or placed in an escrow accouat. Rather, it is a fce thet Supplier wllscts as revenue and uses at its discectiou. ltEtJTAL PROTEC7'ION PLAN ("RPP'�. Upon exocudon af Supplior's Raalel Out liekel, Participaung Public Agrncy mey choose to eilher rejecl or participale in Supplicr's RPP prugram as dctailed https:/lwww.auobeltrcntals.com/customcrscrvicdrppl. RETIJRN OF EQUIPMENT: Participating Public Agency must contect Supplier to request pickup of Equipment, retain tlte Pick Up Number given 6y Supplier and will be respansible for Equipmrnt until actually retricved by Supplier. WARRAN7'Y: Notwilhslanding anylhing contained ia lhe Agrecment to Ihe coatrary, Suppl�er providcs rcntal cquipmenl that is ncithcr sold nor integatcd into thc Work, thcrefom thcie is no warraoty, exp�cssed or implicd, as to thc rontal equipment or to its capabilitics, aud no wartanty of inerchantabiliry, other �han lhosc detailcd io thc mauuFaeturer's speeifieations. LIMITATfON OR SUPPLIER'S LIABILITY: In consideration of the rrntal of 1he equipment end services provided, Partieipatiug Publie Agency agecs that Supplicr's liability undcr this contract, including eny lia6ility arising Crom Supplicr's or any th'vd party's comparalive, concurtent, wntributory, passivc or attivc negligencc or �hat eriscs az a ruult of eny stricl or absolute liahility, shall not exceed one million dolla:s (S1,000,000). Page 2 of 2 CONFIDENTIAI. TERMS SUMMARY APPLICABLE TO PARTICkPA71NG PUBLIC ENTITIES Notwithstanding anylhing to the contrary contained in the MPA, the Parties hereby agree to the following is a summary of applicable terms to the Program. 1. CREDIT APPROVAL. If the Part�cipating Public Agency does not have a currenl valid account established with Supplier, it must complete Suppl'sers credit application and be appraved for a credit acoount. Supplier shall only be obligated to extend credit to Ehose Participating Public Agencies who qualiiy for credit after completing Supplier's credit application. Any Participating Pub[ic Agency oi OMNIA that chooses not to obtain a Supplier credit account or does not qualify for a credit account wiEl not become a Participating Public Agency in the Program. If Participating Public Agency is an existing customer of Supplier, such Participating Pu61ic Agency must nave no amounts outstanding longer than 60 days. 2. TEl2MINATION. Either Party may terminate this Agreement without cause by pro�[ding at least t�inety (90) days' prior written notice ta the other Party. 3. TITLE AND RISK OF LOSS. title will remain at all times with Contractor and risk of loss for the Equipment transfers to Customer �pon taking possession of Equipment. f2isk of loss transitions back to Confractor when retumed to ContractoPs possession. 4. BILLING CYCLE. The rental charged wiEl be determined by the daily, weekly, and 4-week rental rates in combination with the rental period. This calculalion will always bill at the most advantageous rate availabls to the custQmer. Ex. I[ the rental period is 4 days and the daily rental rate is $100 and the weekly rental rate is $250, the customer will be charged the weekly rate of $250 instead of the $400 {4 days x$10d per day) because it is the lower of fhe two amounts. This same iogic will work for any combination of rates within a 4-week period as the 4-week rental rate will be the most the customer wiN be charged for that equipment, using single shift rates. Additionally, a shift rate schedule shall apply for all hour metered machines and shall affect the rental rates accordingly. 5. PERMITTED 8� PROHI�ITEb USE: Participating Pubiic Agency agrees that Supplier has �o conirol over the manner in which the Equipment is operated during the Ften4al Period by ParEicipating Public Agency or any thirc! party that Pa�ticipating Public Agency impliciUy or explicitly permits. Participating Public Agency warranis that: (a) prior to each use, Participating Public Agency has or will inspect the Equipment to confirm lhat it is in good condition, without defects, includes readable decals and operating and safety instructions and is suitable for Participating Public Agency's intended use; (b) any apparent agent at the Site Address is authorized to accept delivery of the Equipment (and if Participating F'ublic Agency requests the applicable waiver, PaRicipating Public Agency authorizes Supplier to leave the Equipment at the Site Address without requirement of written receipt); (c) Participating �ublic Agency shal� immediately nokify Supplier if the Equipment is lost, damaged, stolen, unsafe, disabled, malfunctioning, levied upon, threatened with seizure, or if any Incident occurs; (d) Participating Public Agency has received from Supplier all information needed or requested regarding the operation of the Equipment; (e) 5upplier is not responsible for providing operator or other training unless Participating Public Agency specifically requests in writing and Supplier agrees to provlde such tralning which may be at an additional fee (Participating Public Agency being responsible to obtain all training that Participating Public Agency desires prior to #he Equipment's use); (fl on[y authorized individuals shall use and operate the Equipment ("authorized individuals" being those who are properly trained to use the Equipment and who are not under the influence of drugs or alcohol or otherwise impaired); (g) the Equipment's use shall be in a careful manner, in compliance with alE operational and safety instructions provided an, in ar with the Equipment and a!I Federal, State and locai laws, permiks and licenses, including but not limifed to, OSHA, as revised; and (h) the Equipment shall be kept in a secure location. Participating Public Agency shall not (a) alter or cover up any decals or Insignla on the Equipment or remove any operational or safety instructions; (b) assign its rights under this Agreement; (c) move the Equipment from the Site Address without Supplier's written consent; or {d) use the Equipment in a negfigent, illegal, unautho�ized or abusive manner, or in any publication (print, audiovisual or electronic} nor allow the use of the Equipment by any unauthorized indi�idual (Participating Public Agency acknowEedging #hat the Equipmeni may be dangerous if used improperly or by untrained partiesj. 6. MAINTENANCE. Participating Public Agency shall perform routine maintenance on the Equipment, including maintenance of fueE and oil le�els, and routine visual inspections of grease, filters, cooling system, water, batteries, cutiing edges, and cleaning in accordance with the manufacturer's specifications. Participating Public Agency shall submit a request for a service ca11 a) if upon visual inspection a need for service is requ+red, or b) a�y other maintenance or repairs are required. Such service may only be pertormed by Supplier. Supplier has no responsibf[ity during the Rental Period to inspect or perfo�m any rnaintenance or repairs unless Participating Public Agency requests a service call. If 5upplier deterrnines that repairs to the Equipment are required, other than resufting from Ordinary Wear and Tear, Participating Public Agency shall pay the full cost of repairs and renta! of the Equipment until the repairs are completed. 7. NO WARRANTIES. Notwithstanding anything contained in lhe Agreement to the contrary, Supplier provides rental equipment that is neither sold nor integrated into the work, iherefore there is no warranty, expressed or implied, as to the rental equipment or to its capabilities, and no warranty of merchantability, other than those detailed in the manufacturer's specifications. 8. RELEASE AND INDEMNIFICATION. Participating Public Agency has care, cusiody, and controE of the Work at all times Supplier does not; therefore, Supplier is not responsible for any third party claims including any and aA Claims to the proportionate extent arising from Participating Public Agency's or any of its Suppliers, suppliers, officers, agents, or employees negligent acts or omissions in the performance of this Agreement. There shall be no right or authority for aroy claims ta be arbitrated or tried on a class action basis. Neither party shall have any Eiability in regaM to consequential, exemplary, special, incidental or punttive damages, even ff il has been advised of the possibility of such damages. 9.FEES: For Equipment that uses fuel, Participating Public Agency has two options: (a) Pay on Return Option - if Participating Public Agency retums �quipment with less fuel than when received, Participating Public Agency shall pay a refueling charge {calculated by multiplying gallons required to refil! tank wikh fuel ko level when received, by the Pay on Return per gallon rate); and (b) Return Full Option — if Participating Public Agency returns the Ec�uipment with at least as much fuel as wi�en it was received (most Supplier Equipment comes with a full tank of fuel, but not all}, na fuel charge will be assessed. The cost af Participating Public Agency refueling Equipme�t itself will gene�ally be lower than the Prepay Fuel Option ar the Pay on Retum Option; however, these aptio�s each allow for She convenience of not refueling. The rental rates for the EquipmenYs are for "one shift," being not more than 8 hours per day and 40 hours per week unkess otherwise noted, Weekly and 4 week rental rates shall not be prorated. 5hift Rates apply to all generators and certain other equipment with hour meters. During a Declared State of �mergency, or a pending or existing disaster or catastrophe, natural (i.e. hu�ricane, tornado, flood, etc.} all diesel generators and pumps rented will be billed based on a one week minimum Rental Period at triple shift rates. This one week minimum rental at triple shift rates will not afiect Eq�ipment then on rent to Participating Public Agency. To promote a clean and sustainable environment, Supplier takes various measures to comply with federal and state environmental rsgulations, as well as wit� Supplie�'s own policies. Supplier also incurs a wide range of environmental related expenses (bath direct and indirect). These expenses may include waste disposal, construction maintenance of cleaning facilities, acquisition of more fuel- efficient equipment, labor costs, administration costs, etc. To help defray these and other costs, 5upplier charges an environmental fee in connection with certain rentals. The fee is not a lax or governmenkally mandated charge. It is not designated for any particular use or placed in an escrow account. Rather, it is a fee tnat Supplier colkects as revenue and uses at its discretion. RENTAL PROTECTION PLAN ("RPP"j. Upon execution of Supplie�s Rentai Out ticket, Participating Public Agency may choose to either reject or participate in Suppller's RPP program as detailed https:/lwww.su nbeltrentals. comlcustomerservice/rppl. 10. RETURN OF EQUIPMEN7: Participating Public Agency must contact Supplier to request pickup of Equipment, retain the Pick Up Number given by Supplier and will be responsible for �quipment untll actually retrieved by Supplier, 11. WARRANTY: Notwithstanding anything contained in the Agreement to the contrary, Supplier provides rental equipment that is neither sold nor Integrated into the Work, therefore there is no warranry, expressed or implied, as to the rental equi�rnent or to its capabilities, and no warranty of merchantabiEity, other than those detaiEsd in the manufacturer's specifications. 12. LiMITATt�N OF SUI'PLIER'S LIABILITY: In consideration of the rental of the equipment and services provided, Parlicipating Public Agency agrees that Supplier's liability under this contract, including any liability arising from Supplier's or any third party's comparative, concurrent, contributory, �assive or active negligence ar that arises as a result of any strict or absolute liability, shall not exceed one million dollars ($1,aoa,000). 24-15 Addendum 1 Sunbelt Rentals Inc Supplier Response Event Information Number: 24-15 Addendum 1 Title: Equipment and Tool Rental Services Type: Request for Proposal - Region 4 ESC Issue Date: 11/7/2024 Deadline: 1/21/2025 02:00 PM (CT) Notes: Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. Only online proposals will be accepted. Proposals must be submitted via Region 4 ESC's online procurement system: region4esc.ionwave.net. No manual, emailed, or faxed proposals will be accepted. NON-MANDATORY PRE-PROPOSAL CONFERENCE Meeting to be held on Wednesday, November 20, 2024 at 1:00 pm via ZOOM at https://esc4.zoom.us/j/95819080175?from=addon Offerors are strongly encouraged, but not required to participate in a pre-proposal conference with the Procurement Contract Specialist. Contact Information Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 1 of 34 pages Address: Finance and Operations ***BID DUE DATE HAS BEEN EXTENDED UNTIL 1/21/2025.*** 7145 West Tidwell Road TX 77092 Email: questions@esc4.net Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 2 of 34 pages Sunbelt Rentals Inc Information Address: 1799 Innovation Point Fort Mill, SC 29715 Phone: (866) 909-0954 Toll Free: (866) 909-0954 Email: SBR4Gov@sunbeltrentals.com Web Address: www.SunbeltRentals.com By submitting your response, you certify that you are authorized to represent and bind your company. Peggi Sawick contractteam@sunbeltrentals.com Signature Email Submitted at 1/21/2025 11:11:45 AM (CT) Supplier Note Thank you for extending this bid opportunity to Sunbelt Rentals! We are very excited to continue our solid relationship with OMNIA and Region 4. Requested Attachments Offer and Contract Signature Form 24-15 Offer and Contract Signature Form_Sunbelt Rentals.pdf Please complete the Offer and Contract Signature Form, located on the Attachments tab, and upload the completed document here. Deviation Form 24-15 Deviation Form - Sunbelt redline combined.pdf Please complete the Deviation Form, located on the Attachments tab, and upload the completed document here. Conflict of Interest Questionnaire No response If a conflict exists that requires the submission of a Conflict of Interest Questionnaire (CIQ), complete and upload the document here. (REQUIRED ONLY IF A CONFLICT EXISTS, see Attribute titled "CONFLICT OF INTEREST QUESTIONNAIRE" for additional information.) Products and Pricing OMNIA Pricing 24-15 Sunbelt Rentals FINAL.xlsx Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. Value Added Services Sunbelt Rentals Value Add and Command Center.pdf Provide any additional information related to products and services the Offeror proposes to enhance and add value to the Contract. For example, a proposal for furniture may include additional value-added selections such as installation, white glove delivery options, setup/cleaning, classroom design/layout, special orders, etc. (OPTIONAL) Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 3 of 34 pages Diversity, HUB Certifications No response If your firm holds a certification from certifying agencies related to M/WBE, DBE, HUB, or other diverse business designations, you may upload the certificate here. (OPTIONAL) OMNIA Partners - Exhibit F Federal Funds Certifications OMNIA Partners - Exhibit F Federal Funds Certifications Form - Sunbelt executed.pdf Please complete the OMNIA Partners - Exhibit F Federal Funds Certifications, located on the Attachments tab, and upload the completed documents here. OMNIA Partners - Exhibit G New Jersey Business Compliance Exhibit G Sunbelt Executed.pdf Please complete the OMNIA Partners - Exhibit G New Jersey Business Compliance forms, located on the Attachments tab, and upload the completed documents here. Additional Agreements Offeror will require Participating Agencies to sign. Exhibit C MICPA EXAMPLE for Region IV ESC - Sunbelt redline.pdf Upload any additional agreements offeror will require Participating Agencies here. W-9 Upload 2025 W9 SBR INC.pdf Interested offerors must upload an updated Form W-9 prior to submitting a proposal. Response Attachments Sunbelt Rentals Key Contacts.pdf Key Contact information question 128 Sunbelt Rentals respponses to 127 and 128.pdf Answers to Questions 127 and 128 Climate Control Education Case Study 128.pdf Case Study 128 CRT Case Study- High End Condo Disruption.pdf Case study 128 CRT-Case Study-Office Tower Disruption.pdf Case Study 128 Load Banks_Wind Farm Case Study.pdf Case Study 128 Northwest-Oil-Drain-Case-Study.pdf Case Study 128 Temporary-Bypass-Piping-Case-Study.pdf Case study 128 Transformer-Rentals-Case-Study.pdf Case study 128 Utility-Power-Services-Case-Study.pdf Case study 128 Vol. 23 Sunbelt Rentals Full Line Catalog - Low Res.pdf Sunbelt Full Line Catalog Omnia Bid Customer References .pdf Customer References Ashtead-ARA2024-Financial-Statements (1).pdf Sunbelt Financials FY2024 Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 4 of 34 pages 2024-2025 EMR - Experience Modification Rating - Letter Sunbelt Rentals as of 9.3.2024.pdf Sunbelt EMR Letter Safety Record 24-15 Appendix A - Draft Contract - Sunbelt redline.pdf Appendix A Draft Contract with Sunbelt redlines Exhibit B Administration Agreement Example for Region IV ESC - Sunbelt redline.pdf Exhibit B: Administration Agreement Example Sunbelt redlines Omnia Region 4 Statement of Pricing RFP 040924.pdf Statement of Pricing Explanation Bid Attributes 1 CONTRACT DURATION The initial term of the Contract is for a period of three (3) years unless terminated, canceled, or extended as otherwise provided herein. Region 4 ESC shall have the right in its sole discretion to renew the Contract for additional terms up to two (2) years after the end of the initial term or for a lesser period of time as determined by to the expiration of the original term. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Contract. In the event the proposal term, including renewals, ends before another proposal is executed, proposal prices and discounts may be extended on a month-to-month basis by mutual consent. Extensions are limited to the lesser of: a) six (6) additional monthly terms, or b) the time which is required to complete a new solicitation for the goods and services provided for in this solicitation. Notwithstanding the foregoing paragraph, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued within the Contract term for a period of up to one year beyond the Contract term. I certify compliance with this attribute. 2 NAME OF INDIVIDUAL COMPLETING THIS PROPOSAL Peggi Sawick 3 HOW MANY YEARS HAS YOUR BUSINESS OPERATED UNDER ITS PRESENT NAME 42 4 WHAT IS YOUR CURRENT NUMBER OF CUSTOMER ACCOUNTS? 200000 5 WHAT ARE YOUR BUSINESS HOURS? available 24/7 Sunbelt branches are open 7am - 5pm M-F some are open on Saturday. An after-hours service fee may apply in some cases and can be discussed in detail upon award. 6 IS 30 DAYS AFTER RECEIPT OF INVOICE AN ACCEPTABLE PAYMENT SCHEDULE FOR YOUR BUSINESS? If Yes, type "YES". If No, describe your payment schedule in the field provided. 30 days after date of invoice Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 5 of 34 pages 7 WHAT IS THE STANDARD LEAD TIME FOR RECEIPT OF PRODUCTS AFTER ORDER IS RECIEVED (ARO), IN DAYS? Provide your answer in number of DAYS after receipt of order (ARO). 24-48 hours depending on equipment and location needed and if longer, will discuss with customer options. 8 ACCOUNT MANAGER NAME Please indicate the name of the account manager we should speak to with concerns about the products and/or services in this proposal. Natalia Welch 9 ACCOUNT MANAGER EMAIL governmentsales@sunbeltrentals.com 10 ACCOUNT MANAGER PHONE (800) 667-9328 11 PAYMENT REMITTANCE ADDRESS PO Box 409211, Atlanta, GA 30384-9211 12 PAYMENT REMITTANCE PHONE (866) 786-2358 13 CONTRACT/PURCHASE ORDER/QUOTE EMAIL Vendors may choose to have purchase orders emailed to them in PDF format in lieu of having them faxed or mailed. To elect this option, please offer the preferred email address in the accompanying field. This email address will apply to any purchases from your company, so the use of a generic email address is suggested, such as bids@companyname.com or purchaseorders@businessname.com. governmentsales@sunbeltrentals.com 14 CONTRACT/PURCHASE ORDER/QUOTE FAX NUMBER, IF APPLICABLE If applicable, please provide a fax number to send orders and quote requests. 15 REQUIRED REFERENCE QUOTE OR CONTRACT NUMBER, IF APPLICABLE Enter your quote or contract number and/or any other information our staff would need provide on the face of purchase orders in order to receive discount percentages and contract pricing. in the absence of the new contract #, please reference #186849 16 COMPANY WEBSITE ADDRESS, IF APPLICABLE www.SunbeltRentals.com 17 HOW WERE YOU NOTIFIED OF THIS BID OPPORTUNITY? In order to verify the efficiency of communication tools used to notify vendors of bidding opportunities, we ask that you provide us with the manner in which you received notification of this request for bid/proposal. Sunbelt Rentals is the incumbent supplier. We were aware of all extensions, and the final expiration date. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 6 of 34 pages 18 REFERENCE 1 Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include Company/Government name, address, contact name, and contact phone number. 19 REFERENCE 1 EMAIL michael_burdette@dekalbschoolsga.org 20 REFERENCE 2 Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include Company/Government name, address, contact name, and contact phone number. 21 REFERENCE 2 EMAIL jschewni@fmc.sc.edu 22 REFERENCE 3 Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include Company/Government name, address, contact name, and contact phone number. 23 REFERENCE 3 EMAIL Rcavazos@saisd.net 24 THE U.S. STATE YOUR PRINCIPAL PLACE OF BUSINESS IS LOCATED. South Carolina 25 RECIPROCITY For Businesses not located in Texas: Does your state of residence or incorporation require out-of-state bidders to underbid vendors residing in your state by a prescribed amount or percentage to receive a comparable contract? If Yes, please input that percentage; If No, please leave the adjacent field blank. No response 26 PARTIAL AWARD ACCEPTANCE REGION 4 ESC retains the right to award this contract in such a manner that it receives the best overall value for the goods and/or services requested in this request for proposal or bid, which may include awarding to multiple vendors. I understand. 27 PURCHASE ORDER POLICY REGION 4 ESC purchases tangible goods and services through the use of approved Purchase Orders. Vendors are highly discouraged from sending products, and/or performing services without prior receipt of an approved District Purchase Order. While campuses and departments may call for quotes and information, please be advised the District is not obligated to pay for any services and/or products ordered via telephone or email in without the presence of a properly executed Purchase Order. I understand. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 7 of 34 pages 28 ADDENDA NOTIFICATIONS Any addenda to this proposal will be issued electronically through this system. It is vendor's responsibility to review addenda upon e-mailed notice and retract/amend their submission as deemed necessary. REGION 4 ESC may choose to mark a proposal received prior to the issuance of an addendum as non-responsive should REGION 4 ESC, in its sole determination, finds the addendum to be of such material change that it warrants such determination. If such proposal is found non-responsive, REGION 4 ESC will not consider the proposal for evaluation or further consideration. I understand. 29 Provide equipment manufacturer, equipment types and discounts off published list price. Sunbelt Rentals offers 40+ equipment categories with thousands of Category Classes (Cat-Classes). Our equipment solutions are manufactured by the industries most notable manufacturers in the industry. Equipment brands we offer include, but are not limited to: John Deere, JCB, JLG, Genie, Bobcat, Ditch Witch, Tennant, Komatsu, Cummins, MQ Power, Hilti, Dewault, Milwaukee, Airrex, Movin Cool, Terex, Kubota, and countless others. We've provided an Omnia Partners Public Sector catalog in the attached pricing template. The template contains equipment most frequently rented by Public Sector customers as well as discount from our local book rates on all other items offered by Sunbelt Rentals. The template also outlines additional charges not included in the rental rates. 30 Define any freight charges. Standard Freight Charges also known and Pickup and delivery (P&D) are $150.00 Each way, plus $4.00 a loaded mile. Please see the pricing template for details regarding pick up and delivery that requires third party carriers, tolls, permits, emergency response and more. 31 Describe how Offeror responds to emergency orders. Natural and everyday disasters are difficult to project. Emergency Response at its core is ensuring a building, property, or community is operational as quickly as possible when disasters happen. We offer our customers 24/7 emergency response support year-round in all conditions and within 24-hours. We understand the unique needs of disaster response projects, and our emergency power generation, HVAC solutions, aerial work platforms, and scaffolding services are always ready. With a nationwide equipment of inventory, we offer the broadest offering for any job. Emergency Response at its core is ensuring a building, property, or community is operational. Natural and everyday disasters are difficult to project. Sunbelt Rentals can support our customers in each phase of an emergency from emergency response planning to mitigation/immediate response, to business continuity and recovery. 32 What is Offeror's average Fill Rate? N/A to scope of rental equipment 33 delivery timelines. 90% or greater. Sunbelt prides itself of meeting delivery dates as we know that it is critical to our customer's project and business success. We have a vast network of locations to go to in case any issue with deliveries at one. 34 Describe Offeror's return and restocking policy. N/A to scope of rental equipment 35 Describe Offeror's ability to meet service and warranty needs. During the term of this Agreement, Supplier agrees to repair or replace any defective rental equipment or workmanship that Owner, notifies Supplier of in writing; Owner shall not be charged for any such repair or replacement provided that Owner immediately, upon discovery, notifies Supplier of the need for such repair or replacement and the rental equipment has been used in accordance with normal and intended use and has not been tampered with, modified, adjusted, altered, changed or otherwise repaired or damaged, by any party other than Supplier. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 8 of 34 pages 36 Describe Offeror's customer service/problem resolution process. Include hours of operation, number of services, etc. We take customer complaints and service concerns very seriously. When a customer reaches out to us to voice their concerns, we make sure to take the time to listen and ensure we collect all the associated details. Once the details have been captured and entered, we share this report with the appropriate Branch Manager, District Manager, and Regional Vice President. This group has 24 hours to respond to the customer and to let Customer Service know the details of the outcome or that they are working on a resolution. Sunbelt Customer Service is available 24/7. 37 Describe Offeror's invoicing process. Include payment terms and acceptable methods of payments. Offerors shall describe any associated fees pertaining to credit cards/p-cards. E-processes used by Sunbelt included emailed PDF invoices, customer direct XML feed, EDI, .csv FTP Files. We are established with various portals including Ariba, Onvia, BidSync. Our web portal/app MyAccount can be utilized by each customer location to monitor usage and pay invoices directly. Payment Terms are Net 30 from date of invoice. 38 Describe Offeror's contract implementation/customer transition plan. As the incumbent supplier with a proven track record, Sunbelt holds a distinct advantage over our competitors as it relates to implementation and customer transition. Implementation is seamless as the contract initially is only a matter of signature, and extension. Omnia Partner member accounts have already identified in cooperation with Omnia Partners, linked to the agreement, assigned to Sunbelt sellers, and targeted for interaction and growth. Customer transition is a matter of continuous improvement for Sunbelt. We are engaged with the Omnia Partners team to identify new customers and transition new customers to the existing Omnia Partners agreement. Regardless, Implementation and transition would continue in perpetuity. These efforts would include, but not be limited to: Training, Promotions, Target Identification, Assignment, Execution, Follow through, and follow up. 39 Describe the financial condition of Offeror. Sunbelt is financially sound at over $10B revenue. Feel free to review our Annual report at https://www.ashtead- group.com/investors/results-centre/annual-reports/ and also attached in attachments tab. 40 Provide a website link in order to review website ease of use, availability, and capabilities related to provides customers a global view of all equipment on rent and a historic look on previous rental transactions. This includes invoicing, purchase order numbers, rented-by name, equipment type and model, days on rent, total billings, etc. Reports can be set up to send on a regularly scheduled day and time, or you can pull the reports as needed. 41 Sunbelt has a dedicated Safety Dept comprised of fulltime occupational health and safety professionals whose sole mission is to work directly with our field personnel to identify hazards & eliminate incidents by making safety the #1 priority for all of our 22,000 team members. Attached please find EMR letter showing the effectiveness of such department. 42 Provide a brief history of the Offeror, including year it was established and corporate office location. Established in 1983 and headquartered near Charlotte, North Carolina, Sunbelt has evolved from a small, local operation to a giant in the rental industry today. Sunbelt is a wholly owned subsidiary of Ashtead Group plc which is headquartered in London, England. Building on its solid foundation in the Southeast, the company has now established itself as the second largest rental company in the United States and will continue to grow through green field initiatives and acquisitions. Sunbelt is strategically positioned with convenient locations to provide superior customer service with more than $15 billion in rental fleet and over 1,400 plus locations combined across all 50 states within the contiguous United States, including Hawaii, and in eight provinces in Canada. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 9 of 34 pages 43 Describe Offeror's reputation in the marketplace. Sunbelt Rentals is the second largest equipment rental company in North America. We have a solid reputation as a solutions provider with a customer experience that is second to none. A leader in the equipment rental industry, Sunbelt Rentals is constantly advancing the idea of how a company can best serve its customers, communities and the planet. With a vast network of over 1,200 locations across North America and an expansive portfolio of products and services, we deliver solutions to support any job. Moreover, our communities are an extension of our team members and their families. Sunbelt Rentals aims to positively impact these areas by leveraging our time, talents and financial resources. Our work with numerous organizations throughout North America helps support communities and emergency response needs. 44 Describe Offeror's reputation of products and services in the marketplace. Sunbelt Rentals has a reputation for providing the broadest range of quality rental solutions in the industry With a strong focus on customer service, and a vast inventory of tools and equipment, we're able to cater to a diverse range of construction, facility maintenance, and industrial projects across North America. 45 Describe if distributors/dealers/resellers/subsidiaries/partners ("affiliates") will be used to fulfill the contract. Submit a list of those affiliates authorized to sell under the proposed contract. Where and how does Offeror propose to maintain an authorized affiliate list so it may be accessed by Participating Agencies? How often does the supplier propose to update the affiliate list? Confirm the Offeror reviews the financial health, debarment status and overall general capacity of authorized affiliates. Offerors who us authorized affiliates are responsible for ensuring authorized affiliates are performing in accordance with the contract. Not Applicable to scope 46 Describe the experience and qualifications of key employees. Key personnel will be the Sunbelt Rentals Government Solutions Team. Sunbelt Rentals is the only nationwide equipment rental company with a team of dedicated Government sales force. This team of senior level sales professionals, each with a decade or more of public sector sales experience and equipment rental experience. The team is focused on promoting the power of Sunbelt Rentals within the public-sector, and successfully integrating those opportunities with the appropriate Sunbelt solutions and locations. See attachment for more details. 47 Describe Offeror's experience working with the government sector. Sunbelt Rentals began working with the public sector on as as/if needed basis when we opened in 1983. Over the past 42 years we have we've experienced the public sectors slow but steady transitions from ownership to rental. Today, we have approximately 22 standalone state contracts, a GSA schedule, multiple local, and education contracts, and several cooperative contracts with our Omnia Partners cooperative agreement being our largest and top performing public sector opportunity. 48 Describe past litigation, bankruptcy, reorganization, state investigations of entity or current officers and directors. Sunbelt has been in the past and currently is involved in litigation, however, none of the litigation is material in nature to its in relation to its provision of rental equipment. 49 Provide Offeror's expertise in working with public sector and understanding of the unique technical regulatory requirements. Sunbelt Rentals is one of the largest equipment rental providers in North America. Our position in the industry affords us the luxury of being on the cutting edge of new equipment, technology, and compliance with new and existing regulatory requirements. Whether its emissions, fuel consumption, energy storage solutions, or the electrification of equipment we're often the first to have it, and at times involved in the development, design and manufacturing of such items. Additionally, Sunbelts Government Solutions team is often engaged with customers to anticipate regulatory requirements whether its equipment specifics, or the procurement process. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 10 of 34 pages 50 Indicate if Offeror is licensed to do business in all 50 states. Yes No 51 Value Add - Provide any additional information related to products and services Offeror proposes to enhance and add value to the Contract. operational efficiency. We can do this by impacting areas such as equipment inventory, standardization, service - Equipment Inventory: Renting equipment cuts costs by eliminating the need for storage, maintenance and repair parts, service area and staff. Using a four-wheel drive backhoe as an example, the cost of ownership over a five- year period is approximately $71,000. This is based on an average purchase price of $64,000, a residual value of $25,000 and operating costs of $18,560. The cost of renting the same piece of equipment six months a year over - Standardization: Using Sunbelt allows you to standardize your equipment fleet by accessing new equipment whenever you have a need. - Service: Keeping an equipment fleet serviced and ready at all times is expensive. Leveraging our fleet reduces the costs on your end by placing the burden of service on our company. This results in much lower operating costs, as - Process Improvement: Sunbelt Rentals Command Center provides the ability to streamline the process of managing all your rentals. Using our web tools, you can move equipment from job site to job site, call equipment off rent, create alerts and custom reports, manage your AR, pay invoices online and much more. These process improvement result in fewer hours required to fulfill the needs of your company." 52 Include a per diem rate. Not Applicable to scope of rental equipment 53 For Non-Normal Working Hours, indicate if there is a minimum charge of hours and what the number of hours is. As it relates to Equipment rentals, the minimum rental period is 1 day/8 hours. 54 Is pricing available for all products and services? Yes, pricing is available for all Sunbelt Rentals products and services including future products and services through greenfield developments or acquisitions. Some products may require a request for quote, but will be discounted according to the discount structure laid out in the pricing template. Rental industry as a whole does not publish a MSRP. Please refer to Attachment Statement of Pricing. 55 Describe any shipping charges (where applicable). For equipment requiring delivery. Pickup & Delivery Charges are Not included in The Rental Rates. $150.00 Each Way plus $4.00 a Loaded Mile. * If required, fees associated with permitted, overweight, oversized loads, or Third Party Carriers are additional and will be quoted at the time of request. 56 Provide pricing for warranties on all products and services. Not Applicable. - Equipment is owned by Sunbelt Rentals. Sunbelt will handle all warranty issues. 57 Describe any return or restocking fees. Not Applicable 58 Describe any additional discounts or rebates available. Additional discounts or rebates may be offered for large quantity orders, single ship to location, growth, annual spend, guaranteed quantity, etc. Our offer is a discount of 5/10/12% off from book rates. No additional rebates or discounts at this time, however, we are open to further discussions after award. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 11 of 34 pages 59 Describe how customers verify they are receiving Contract pricing. Member pricing is notated in Sunbelts CRM module, Members may verify Contract Pricing through the Sunbelt Rentals Omnia Partners contract Manager, or their local sales representative. Also, encouraged to create account on MyAccount found on www.Sunbeltrentals.com to view pricing and manage account. 60 Describe any proposed indices to guide price adjustments. If offering a catalog contract with discounts by category, while changes in individual pricing may change, the category discounts should not change over the term of the Contract. Pricing will be updated annually. Price adjustments will be guided by industry trends, Producer price indices for equipment, and heavy machinery for rental and leasing, transport services, fuel costs, the U.S. Energy Information Administration, and the Employment Cost Index as it relates to to equipment rental. Sunbelt is offering an equipment catalog with category discounts. The discount is on the rental period rather than the category, and as such may change. 61 Describe how future product introductions will be priced and align with Contract pricing proposed. Future equipment and services introductions will be priced according to industry standards by rental market, and priced and discounted similarly to like products and categories. 62 Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. Not applicable. Sunbelt Rentals self performs nearly every aspect of the rental process. 63 Minority Women Business Enterprise Certification If yes, list certifying agency. Not applicable 64 Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Certification If yes, list certifying agency. Not applicable. 65 Historically Underutilized Business (HUB) Certification If yes, list certifying agency. Not applicable. 66 Historically Underutilized Business Zone Enterprise (HUBZone) Certification If yes, list certifying agency. Not applicable 67 Other recognized diversity certificate holder If yes, list certifying agency Not Applicable Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 12 of 34 pages 68 Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Offeror holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Sunbelt is committed to growing the contract and collaborating with Omnia Partners on any marketing plan or strategy with OMNIA to result in an Omnia contract. However, the transition of existing public agency accounts will be at the customers discretion as to which contract vehicle they will utilize. 69 Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. Yes No 70 nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Offeror's sales initiatives should communicate: Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency Best government pricing No cost to participate Non-exclusive Yes No 71 Confirm Offeror will train its national sales force on the Master Agreement. At a minimum, sales training should include: Key features of Master Agreement Working knowledge of the solicitation process Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners Knowledge of benefits of the use of cooperative contracts Yes No 72 Provide the name, title, email and phone number for the person(s), who will be responsible for: Executive Support Marketing Sales Sales Support Financial Reporting Accounts Payable Contracts As the incumbent, Sunbelt has all of the requested personnel established and set up to handle OMNIA inquiries. Please forward to governmentsales@sunbeltrentals.com and they will be directed/forwarded to appropriate people and/or departments. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 13 of 34 pages 73 the highest-level executive in charge of the sales team. Sunbelt Rentals has a robust nationwide sales force,, but more importantly Sunbelt has a dedicated Government sales team. The Government team ultimately reports to the VP of Sales. Our structure is VP of sales, then Senior Director of Sales & Operations, followed by our Director of Government Sales. There are three (3) Regional Sales Managers who report to the Director of Government Sales. The Regional sales managers each have a team of Government Sales Specialists that cover the U.S. These sellers work directly with the sales staff and end users at the 1400 Sunbelt locations nationwide. As the current contract holder all pertinent contact information is currently in place. 74 Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the national program. As the incumbent supplier, Sunbelt Rentals is currently fully implemented. Our focus is on the future, empowering our sales force, while continuously improving and refining our approach. This approach has yielded over 170% growth over the past 5 years, and will continue well into the future. Please see attached Marketing Plan for additional details. 75 Explain in detail how Offeror will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. Many of the details surrounding the coordination of marketing and sales efforts are laid out in our attachment for question 74. The existing relationship allows for accounts to be set up and linked within a matter of hours. The account set up and linking process identifies the account to be included in ongoing marketing and sales efforts and administration. 76 Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. SAN ANTONIO ISD SAN ANTONIO, TX DEPARTMENT OF SOUTH ALABAMA PASCO COUNTY BOARD COMMISSION HUNTSVILLE, TX PRAIRIE VIEW, TX $340,635.30 77 Year 1 - Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. $52306810.00 78 Year 2 - Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. $60152832.00 Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 14 of 34 pages 79 Year 3 - Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. $69175757.00 80 Please download and thoroughly review the Scope of Work, located on the Attachments Tab. Indicate your review and acceptance. Yes 81 Oral Communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. Yes 82 Please download and thoroughly review the Terms and Conditions, located on the Attachments Tab. Indicate your review and acceptance. Yes 83 Products/Pricing - Upload on Response Attachments Tab i. Offerors shall provide pricing based on coefficient pricing completing Appendix D; or on a discount from a available from Offeror and the pricing per item. Multiple percentage discounts are acceptable if, where different percentage discounts apply, the different percentages are specified. Additional pricing and/or discounts may be included. Products and services proposed are to be priced separately with all ineligible items identified. Discounts proposed shall remain the same throughout the term of the contract and at all renewal options. At a minimum the Awarded Offeror must hold the proposed price list firm for the first 12 months after the contract award. Offerors may elect to limit their proposals to any category or categories. Complete the applicable Pricing information o Provide equipment manufacturer, equipment types and discount off published list price. o Define any freight charges. o any sub-office pricing as required. Each of these labor classification rates shall be fully burdened, defined and will be set for Normal Working Hours and Non-Normal Working Hours. Sub-contractor labor shall not be recognized. o If using coefficient pricing, the Normal Working Hours and Non-Normal Working Hours for tasks identified in the Scope of Work shall use a benchmark against an established data set (e.g.; RSMeans or others) to ensure that the hours provided can be verified. Each of these hourly tasks shall have a coefficient of labor against an established determine effectiveness of providing these tasks. Offerors using coefficient pricing will complete Appendix D. Federal Funding Pricing: Due to products and services potentially being used in response to an emergency or disaster recovery situation in which federal funding may be applied, provide alternative pricing that does not include cost plus a percentage of cost or pricing based on time and materials; if time and materials is necessary, a ceiling price that the contract exceeds at its own risk will be needed. Products and services provided in a situation where an agency is eligible for federal funding, Offeror is subject to and must comply with all federal requirements applicable to the funding including, but not limited to the FEMA Special Conditions section located in the Federal Funds Certifications Exhibit F. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 15 of 34 pages 84 Not to Exceed Pricing Region 4 ESC requests pricing be submitted as not to exceed pricing. Unlike fixed pricing, the Contractor can adjust submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. 85 network as applicable. as of 1/20/2025 there are 1,393 Sunbelt locations throughout USA for a comprehensive/updated list please visit www.sunbeltrentals.com/location 86 Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days leadership, along with the OMNIA Partners team within first 90 days As Sunbelt is incumbent and currently holds the OMNIA contract, there will not have to be a transition per se, as all protocols and processes are in place on both sides. Given the 170% growth over the last 5 years, we feel this is a well oiled machine--however, we are open to tweaking if both sides feel necessary. 87 Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) as Sunbelt is incumbent and currently holds the OMNIA contract, there will not have to be a transition per se--as all protocols and processes are in place on both sides. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 16 of 34 pages 88 GENERAL TERMS AND CONDITIONS Respondent agrees to comply with the Contract and General Terms and Conditions provided as an attachment to this online bid event. Any deviations to the Contract and General Terms and Conditions may be provided using the procedures set forth in the attribute pertaining to deviations. I certify compliance with this attribute. 89 DEVIATIONS TO TERMS AND CONDITIONS Any Deviation from the RFP documents, including the General Terms and Conditions, Notice to Offeror, or any other document presented with terms for consideration by the proposer MUST be documented and presented on the Deviation Form and attached to this electronic bid event via an electronic upload to the "Response Attachments" tab. In addition to indicating the requested deviations on the form, additional pages may be provided to more thoroughly explain each deviation listed on the Deviation Form. I certify compliance with this attribute. 90 FELONY CONVICTION NOTIFICATION person or business entity that enters into an agreement with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must determines that the person or business entity failed to give notice as required by Subsection (a), or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services Use the list of values associated with this item to identify your status as it relates to this legal requirement. Non-Felon - person/owner IS NOT a convicted felon 91 NAME OF FELON AND NATURE OF FELONY, IF APPLICABLE If response to previous attribute was "Felon - person/owner IS a convicted felon", vendor shall give the name of the felon and details of conviction. If you did not answer "Felon - person/owner IS a convicted felon" in the previous question, type "N/A" in the respective field. N/A 92 CRIMINAL HISTORY RECORDS REVIEW OF CERTAIN CONTRACT EMPLOYEES Texas Education Code Chapter 22.0834 requires that criminal history records be obtained regarding covered employees of entities that contract with a school entity in Texas to provide services for that school entity disqualifying criminal histories are prohibited from serving at a school entity. Contractors/Subcontractors contracting with a school entity shall (1) maintain compliance with the requirements of Texas Education Code Chapter 22 to the school entity; and (2) require that each of their subcontractors complies with the requirements of Texas Education Code Chapter 22. Contractors performing work at a school entity in Texas must comply with these statutes. Compliance includes providing or causing employees and sub-contractor employees to provide requested information and fingerprinting upon request. Covered employees: Employees of a Contractor/Subcontractor who have or will have continuing duties related to the service to be performed at a school entity and have or will have direct contact with students. The school entity will be the final arbiter of what constitutes continuing duties and direct contact with students at their school. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 17 of 34 pages 93 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) CERTIFICATION Businesses that have been certified by the Texas Building and Procurement Commission (TBPC) or other qualified agency as Historically Underutilized Business (HUB) entities are encouraged to indicate their HUB status when responding to this proposal invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Select one of the available options: OPTION A: My business has NOT been certified as HUB. OPTION B: I certify that my business has been certified as a Historically Underutilized Business (HUB), and I have/will upload the certification information into the "Response Attachments" Tab located in this online bidding event. OPTION A - Not HUB 94 DISCLOSURE OF INTERESTED PARTIES Texas state law requires the Disclosure of Interested Parties be filed with a public entity, including regional service centers and school districts, for any contract which: (1) requires an action or vote by the governing body; or (2) has a value of $1 million or more; or 305. NOTE: This form is not required if the vendor is a publicly-traded business entity, including a wholly-owned subsidiary of the business entity (a company in which ownership is dispersed among the general public via shares of stock which are traded via at least one stock exchange or over-the-counter market). If you are required by law to submit this form, it must be completed online at the Texas Ethics Commission website. Obtain a numbered certificate and click the link below to access the instructions and to complete this required form. Upon completion, vendors required to submit the form must attach it to the proposal via the "Response Attachments" Tab. Click here to complete the form on the Texas Ethic Commission's 1295 Form webpage. Please note: The District must verify receipt of all required 1295 forms received within 30 days on the Texas Ethics Commission website. This verification does not indicate a contract award. Contract awards will be issued via direct communication from the AISD Purchasing Department. A contract requiring a Disclosure of Interested Parties form is voidable at any time if: (1) the governmental entity or state agency submits to the business entity written notice of the business entity's failure to provide the required disclosure; and (2) the business entity fails to submit to the governmental entity or state agency the required disclosure on or before the 10th business day after the date the business entity receives the written notice. IF UNDER LAW YOU ARE EXEMPT FROM SUBMITTING THIS 1295 FORM, PROPOSERS MUST SUBMIT A DOCUMENT THAT SHOWS PROOF OR PROVIDES EXPLANATION OF THIS EXEMPTION. THE FOLLOWING CONTRACTS ARE EXEMPT FROM THE REQUIREMENTS OF TEXAS DISCLOSURE OF INTERESTED PARTIES LAWS: I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 18 of 34 pages 95 CONFLICT OF INTEREST QUESTIONNAIRE Region 4 Education Service Center (Region 4) is required to comply with Texas Local Government Code Chapter 176, Disclosure of Certain Relationships with Local Government Officers. House Bill 23 significantly changed Chapter 176 as well as the required disclosures and the corresponding forms. As of September 1, 2015, any vendor who does business with Region 4 or who seeks to do business with Region 4 must fill out the new Conflict of Interest Questionnaire (CIQ) if a conflict of interest exists. A conflict of interest exists in the following situations: 1) If the vendor has an employment or other business relationship with a local government officer of Region 4 or a family member of the officer, as described by section 176.003(a)(2)(A) of the Texas Local Government Code; or 2) If the vendor has given a local government officer of Region 4, or a family member of the officer, one or more gifts with the aggregate value of $100, excluding any gift accepted by the officer or a family member of the officer if the gift is: (a) a political contribution as defined by Title 15 of the Election Code; or (b) a gift of food accepted as a guest; or 3) If the vendor has a family relationship with a local government officer of Region 4. means a person who enters or seeks to enter into a contract with a local governmental entity. The term includes an agent of a vendor. The term includes an officer or employee of a state agency when that individual is acting in a private capacity to enter into a contract. The term does not include a state agency except for Texas Correctional Industries. Texas Local Government Code 176.001(7). means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Texas Local Government Code 176.001(3). means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Texas Local Government Code 176.001(2-a). means: (A) a member of the governing body of a local governmental entity; (B) a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or (C) an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. Texas Local Government Code 176.001(4). Individuals serving as a Member of the Board of Directors, the Executive Director, Cabinet Members, and other local government officers may be found at: https://www.esc4.net/about/about-region-4. For additional information on Conflict of Interest Questionnaire, and the statutes that mandate it, please visit the following links: Texas Local Government Code, Section 176 Texas House Bill 23 A blank Conflict of Interest Questionnaire is available by clicking: https://www.ethics.state.tx.us/data/forms/conflict/CIQ.pdf. If your firm is required to return a completed Conflict of Interest Questionnaire with your proposal submission, use the "Response Attachments" Tab to upload the completed document. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 19 of 34 pages 96 ENTITITES THAT BOYCOTT ISRAEL Pursuant to Chapter 2271 of the Texas Government Code, the Respondent hereby certifies and verifies that neither include refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. EXCEPTIONS: Clause only applies to contracts and contractors that meet the following criteria: (i) Respondent is not a sole proprietorship; (ii) with 10 or more full-time employees; and (iii) with a contract to be paid a value of $100,000 or more wholly or partially from public funds of the governmental entity. I certify compliance with this attribute. 97 FOREIGN TERRORIST ORGANIZATIONS Section 2252.152 of the Texas Government Code prohibits Region 4 ESC from awarding a contract to any person who does business with Iran, Sudan, or a foreign terrorist organization as defined in Section 2252.151 of the Texas Government Code. Respondent certifies that it not ineligible to receive the contract. I certify compliance with this attribute. 98 FIREARMS ENTITIES AND TRADE ASSOCIATIONS DISCRIMINATION Respondent verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. APPLICABILITY: This clause applies only to a contract that: (1) is between a governmental entity and a company with at least 10 full-time employees; and (2) has a value of at least $100,000 that is paid wholly or partly from public funds of the governmental entity. EXCEPTIONS: This clause is not required when a state Agency: (1) contracts with a sole-source provider; or (2) does not receive any bids from a company that is able to provide the written verification required by Section 2274.002(b) of the Texas Government Code. I certify compliance with this attribute. 99 ENERGY COMPANY BOYCOTT PROHIBITED Respondent represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. EXCEPTIONS: partially from public funds of the governmental entity. I certify compliance with this attribute. 100 CRITICAL INFRASTRUCTURE AFFIRMATION Pursuant to Government Code Section 2274.0102, Respondent certifies that neither it nor its parent company, nor any affiliate of Respondent or its parent company, is: (1) majority owned or controlled by citizens or governmental entities of China, Iran, North Korea, Russia, or any other country designated by the Governor under Government Code Section 2274.0103, or (2) headquartered in any of those countries. EXCEPTION: Clause only applies to solicitations and contracts in which the contractor would be granted direct or remote access to or control of critical infrastructure, as defined by Section 2274.0101 of the Texas Government Code, in this state, other than access specifically allowed for product warranty and support purposes. The Governor of the State of Texas may designate countries as a threat to critical infrastructure under Section 2274.0103 of the Texas Government Code. Agencies should promptly add any country that is designated by the Governor to this clause. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 20 of 34 pages 101 OPEN RECORDS POLICY All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Policy below: OPTION A this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. OPTION B: We declare the following information to be a trade secret or proprietary and exempt from disclosure under the Public Information Act and these requested exemptions are uploaded into the "Response Attachments" Tab located in this online bidding event. (Note: Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confidential and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) OPTION A - No proprietary information 102 CONSENT TO RELEASE PROPOSAL TABULATION Notwithstanding anything explicitly and properly declared as Confidential or Proprietary Information to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the District may publicly release, including posting on the public Region 4 ESC and/or OMNIA Partners website(s), a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), unit price(s), hourly labor rate(s), or other specified pricing; and Vendor award notice information. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 21 of 34 pages 103 CONTRACTING INFORMATION If Vendor is not a governmental body and (a) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC; or (b) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC in a fiscal year of REGION 4 ESC, the following certification shall apply; otherwise, this certification is not required. (unless the Agreement is (1) related to the purchase or underwriting of a public security; (2) is or may be used as collateral on a loan; or (3) proceeds from which are used to pay debt service of a public security of loan): the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or Pursuant to Subchapter J, Chapter 552, Texas Government Code, the Vendor hereby certifies and agrees to (1) preserve all contracting information related to this Agreement as provided by the records retention requirements applicable to REGION 4 ESC for the duration of the Agreement; (2) promptly provide to REGION 4 ESC any contracting information related to the Agreement that is in the custody or possession of the Vendor on request of REGION 4 ESC; and (3) on completion of the Agreement, either (a) provide at no cost to AISD all contracting information related to the Agreement that is in the custody or possession of Vendor, or (b) preserve the contracting information related to the Agreement as provided by the records retention requirements applicable to REGION 4 ESC. I certify compliance with this attribute. 104 ANTI-TRUST CERTIFICATION STATEMENT Vendor affirms under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company have violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company have violated any federal antitrust law; and (4) Neither I nor any representative of the Company have directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. I certify compliance with this attribute. 105 FEDERAL RULE (A) - CONTRACT TERM VIOLATIONS (A) is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when federal funds are expended by Region 4 ESC, Region 4 ESC reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 22 of 34 pages 106 FEDERAL RULE (B) - TERMINATION CONDITIONS (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of $10,000) Pursuant to Federal Rule (B) above, when federal funds are expended by REGION 4 ESC, REGION 4 ESC reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Vendor, in the event vendor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or (3) otherwise perform in accordance with the contract and/or the procurement solicitation; (4) to the greatest extent authorized by law, if an award no longer effectuates the program goals or priorities of the Federal awarding agency or REGION 4 ESC. REGION 4 ESC also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if REGION 4 ESC believes, in its sole discretion that it is in the best interest of REGION 4 ESC to do so. The vendor will be compensated for work performed and accepted and goods accepted by REGION 4 ESC as of the termination date if the contract is terminated for convenience of REGION 4 ESC. Any award under this procurement process is not exclusive and REGION 4 ESC reserves the right to purchase goods and services from other vendors when it is in the best interest of REGION 4 ESC. I certify compliance with this attribute. 107 FEDERAL RULE (C) - EQUAL EMPLOYMENT OPPORTUNITY (C) It is the policy of REGION 4 ESC not to discriminate on the basis of race, color, national origin, gender, limited English proficiency or disabling conditions in its programs. Vendor agrees not to discriminate against any employee or applicant for employment to be employed in the performance of this Contract, with respect to hire, tenure, terms, conditions and privileges of employment, or a matter directly or indirectly related to employment, because of age (except where based on a bona fide occupational qualification), sex (except where based on a bona fide occupational qualification) or race, color, religion, national origin, or ancestry. Vendor further agrees that every subcontract entered into for the performance of this Contract shall contain a provision requiring non-discrimination in employment herein specified binding upon each subcontractor. Breach of this covenant may be regarded as a material breach of the Contract. Pursuant to Federal Rule (C) and the requirements stated above, when federal funds are expended by REGION 4 ESC on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 23 of 34 pages 108 FEDERAL RULE (D) - DAVIS BACON ACT/COPELAND ACT (D)Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146- 3148) as supplemented by Department of Labor mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when federal funds are expended by REGION4 ESC, during the term of an award for all contracts and subgrants for construction or repair, the vendor will be in compliance with all applicable Davis-Bacon Act provisions. I certify compliance with this attribute. 109 FEDERAL RULE (E) - CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (E)(40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act. I certify compliance with this attribute. 110 FEDERAL RULE (F) - RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT (F) subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Pursuant to Federal Rule (F) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 24 of 34 pages 111 FEDERAL RULE (G) - CLEAN AIR ACT/FEDERAL WATER POLLUTION CONTROL ACT (G)The Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the vendor certifies that the vendor will be in compliance with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process in excess of $100,000, the vendor certifies that the vendor is in compliance with all applicable standards, orders, regulations, and/or requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15. Pursuant to Federal Rule (G) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. I certify compliance with this attribute. 112 FEDERAL RULE (H) - DEBARMENT AND SUSPENSION (H) listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency or by the State of Texas. Vendor shall immediately provide written notice to REGION 4 ESC if at any time the vendor learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances. REGION 4 ESC may rely upon a certification of a vendor that the vendor is not debarred, suspended, ineligible, or voluntarily excluded from the covered contract, unless REGION 4 ESC knows the certification is erroneous. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 25 of 34 pages 113 FEDERAL RULE (I) - BYRD ANTI-LOBBYING AMENDMENT (I) certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (I) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term and after the awarded term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certificate is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. I certify compliance with this attribute. 114 FEDERAL RULE (J) - PROCUREMENT OF RECOVERED MATERIALS (J)When federal funds are expended by REGION 4 ESC, REGION 4 ESC and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include: (1) procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Pursuant to Federal Rule (J) above, when federal funds are expended REGION 4 ESC, as required by the this document, that the percentage of recovered materials content for EPA-designated items to be delivered or used in the performance of the contract will be at least the amount required by the applicable contract specifications or other contractual requirements. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 26 of 34 pages 115 FEDERAL RULE (K) - PROHIBITION ON CERTAIN TELECOM AND SURVEILLANCE SERVICE AND EQUIPMENT (K) Region 4 ESC, as a non-federal entity, is prohibited from obligating or expending Federal financial assistance, to include loan or grant funds, to: (1) procure or obtain, (2) extend or renew a contract to procure or obtain, or (3) enter into a contract (or extend or renew a contract) to procure or obtain, equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system. Covered telecommunications equipment is telecommunications equipment produced Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) and physical security surveillance of critical infrastructure and other national security purposes, and video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) for the purpose of public safety, security of government facilities, physical security surveillance of critical The Respondent certifies that it will not purchase equipment, services, or systems that use covered telecommunications, as defined herein, as a substantial or essential component of any system, or as critical technology as part of any system. I certify compliance with this attribute. 116 FEDERAL RULE (L) - BUY AMERICAN PROVISIONS (L) As appropriate and to the extent consistent with law, REGION 4 ESC has a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, including but not limited to iron, aluminum, steel, cement, and other manufactured products, when spending federal funds. Vendor agrees that the requirements of this section will be included in all subawards including all contracts and purchase orders for work or products under this award, to the greatest extent practicable under a Federal award. Purchases that are made with non-federal funds or grants are excluded from the Buy American Act. Vendor certifies that it is in compliance with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must still follow the applicable procurement rules calling for free and open competition. metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. I certify compliance with this attribute. 117 FEDERAL RULE - REQUIRED AFFIRMATIVE STEPES FOR SMALL, MINORITY, AND WOMEN-OWNED FIRMS FOR CONTRACTS PAID FOR WITH FEDERAL FUNDS When federal funds are expended by REGION 4 ESC, Vendor is required to take all affirmative steps set forth in 2 CFR 200.321 to solicit and reach out to small, minority and women owned firms for any subcontracting opportunities on the project, including: 1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 27 of 34 pages 118 FEDERAL RULE - FEDERAL RECORD RETENTION When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Vendor agrees that REGION 4 ESC, Inspector General, Department of Homeland Security, FEMA, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any books, documents, papers and records of Vendor, and its successors, transferees, assignees, and subcontractors that are directly pertinent to the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The relating to such documents. Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Vendor agrees to provide the FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Contract. I certify compliance with this attribute. 119 FEDERAL RULE - PROFIT NEGOTIATION For purchases using Federal funds in excess of $250,000, REGION 4 ESC may be required to negotiate profit as a separate element of the price. (See 2 CFR 200.324(b)). When required by REGION 4 ESC, Vendor agrees to provide information relating to profitability of the given transaction and itemize the profit margin as a separate element of the price. I certify compliance with this attribute. 120 FEDERAL RULE - SOLID WASTE DISPOSAL ACT A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Sold Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceed $10,000; procuring sold waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. (78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014.) Pursuant to this federal rule, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of all contracts resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in this paragraph. I certify compliance with this attribute. 121 APPLICABLITY TO SUBCONTRACTORS Vendor agrees that all contracts it awards pursuant to shall be bound by the terms and conditions of this procurement action. I certify compliance with this attribute. 122 COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When REGION 4 ESC expends federal funds for any contract resulting from this procurement process, Vendor certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 28 of 34 pages 123 INDEMNIFICATION Acts or Omissions Vendor shall indemnify and hold harmless Region 4, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES arising out of, or resulting from any acts or omissions of the Vendor or its agents, employees, subcontractors, Order Fulfillers, or suppliers of subcontractors in the execution or performance of the Contract and any Purchase Orders issued under the Contract. Infringements a) Vendor shall indemnify and hold harmless Region 4 and Customers, AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES from any and all third party claims involving infringement of United States patents, copyrights, trade and service marks, and any other intellectual or intangible property rights in connection with the PERFORMANCES OR ACTIONS OF VENDOR PURSUANT TO THIS CONTRACT. VENDOR AND THE CUSTOMER AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER FEES. b) Vendor shall have no liability under this section if the alleged infringement is caused in whole or in part by: (i) use of the product or service for a purpose or in a manner for which the product or service was not designed, (ii) any Customer, or (v) any use of the product or service by Customer that is not in conformity with the terms of any applicable license agreement. c) If Vendor becomes aware of an actual or potential claim, or Customer provides Vendor with notice of an actual or expense; (i) procure for the Customer the right to continue to use the affected portion of the product or service, or (ii) modify or replace the affected portion of the product or service with functionally equivalent or superior product or a) VENDOR AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF THIS CONTRACT, VENDOR VENDOR AGREES TO COMPLY WITH ALL STATE AND FEDERAL LAWS APPLICABLE TO ANY SUCH PERSONS, CUSTOMER AND/OR REGION 4 SHALL NOT BE LIABLE TO THE VENDOR, ITS EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/OR ANOTHER GOVERNMENTAL ENTITY CUSTOMER. b) VENDOR AGREES TO INDEMNIFY AND HOLD HARMLESS CUSTOMERS, REGION 4 AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, AND/OR ASSIGNEES FROM ANY AND ALL ITS PERFORMANCE UNDER THIS CONTRACT, VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE I certify compliance with this attribute. 124 EXCESS OBLIGATIONS PROHIBITED Proposer understands that all obligations of Region 4 ESC under the contract are subject to the availability of state funds. If such funds are not appropriated or become unavailable, the contract may be terminated by Region 4 ESC. I certify compliance with this attribute. 125 SUSPENSION AND DEBARMENT Respondent certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared ineligible, or otherwise excluded from participation in the contract by any state or federal agency. I certify compliance with this attribute. Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 29 of 34 pages 126 CHANGE IN LAW AND COMPLIANCE WITH LAWS Proposer shall comply with all laws, regulations, requirements and guidelines applicable to a vendor providing services and products required by the contract to the Region 4 ESC, as these laws, regulations, requirements and guidelines currently exist and as amended throughout the term of the contract. Region 4 ESC reserves the right, in its sole discretion, to unilaterally amend the contract prior to award and throughout the term of the contract to incorporate any modifications necessary for compliance with all applicable state and federal laws, regulations, requirements and guidelines. I certify compliance with this attribute. 127 For the following categories, the Offeror shall provide the following information to include; o HVAC Refrigeration Type (e.g., Rotary, Centrifugal, Scroll, Reciprocating., Absorption) Cooling medium (e.g., air, water) Brand Name(s) Capacity Range (tons) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Range of Efficiencies (KW/Ton) Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o Indoor Air Quality Products and Devices Type (Active polarization, non-ionizing, electronic air cleaning systems intended to replace passive filtration, any other.) Brand Name(s) Capacity Range Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Range of Efficiencies Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o Unitary Type (e.g., rooftops, split systems, VRFs, Heat Pumps, PTACs, water source, mini-splits) Brand Name(s) Capacity Range Heating Medium (Electric, Gas, Steam, Hot Water) Cooling Medium (DX, Chilled Water) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Range of Efficiencies (EER, SEER, COP) Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o Air handling Type (e.g. central station-manufactured or custom makeup air, fan, filter, coil sections) Brand Name(s) Fan Types (e.g. Backward incline, Forward curve, airfoil) Capacity Range (CFM) Heating Medium (Electric, Gas, Steam, Hot Water) Cooling Medium (DX, Chilled Water) Standard Warranty (Parts & Labor) Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 30 of 34 pages Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o Air Terminal Devices and Heating Products Type (e.g. VAV, Fan Coils, Unit Ventilators, Unit Heaters, Fin Tube Radiation/Convectors) Brand Name(s) Capacity Range (CFM) Heating Medium (Electric, Gas, Steam, Hot Water) Cooling Medium (DX, Chilled Water) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o DDC Controls Type (core components, end devices, lighting, panels) Brand Name(s) System Protocol (BACnet, LonWorks, Proprietary or Combo) LAN Communication Structure (Peer-to-peer, Polling) Human Machine Interface (HMI) types (PC, Notebooks, Handheld terminals) Third party interface (Drivers and Gateways) Remote alarm and message capabilities Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Estimated Market Share (North America) Detail Features & Benefits o Cooling Towers Type (e.g., open, closed, evaporative, other) Brand Name(s) Capacity Range (tons) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Range of Efficiencies Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o Pumps Type (e.g., single stage, split case, end suction, inline, circulator, turbines) Brand Name(s) Capacity Range (GPM) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Range of Efficiencies Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o Invertors Brand Name(s) Capacity Range (HP) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 31 of 34 pages Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o Boilers & Water Heaters Type (e.g., modulating, condensing, cast iron, water tube, packaged, other) Brand Name(s) Heating Medium (Electric, Gas, Steam, Hot Water) Capacity Range (MBH) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Range of Efficiencies Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits o HVAC Specialty Products Type (e.g., modular, outside/inside, S&T Heat Recovery, Humidity Control, Heat Wheel, Heat Pipe, Heat Exchangers) Brand Name(s) Heating Medium (Electric, Gas, Steam, Hot Water) Cooling Medium (DX, Chilled Water) Capacity Range (CFM and/or MBH) Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Location of Manufacturing (City, State or Country) Range of Efficiencies Estimated Market Share (North America) Provide example data on each type of product provided Detail Features & Benefits Refrigeration Products Display Cases Refrigeration Systems Glass Doors & Lids Walk-in Products Others o LED Lighting Products LED Area Lights Flexible LED Strips Ceiling Lighting Bulbs, Fixture Products Others o Equipment Parts and Supplies Type (e.g., manufactured parts, emergency parts service, miscellaneous material and supplies and other) Brand Name(s) stocked Location of stocking parts Standard Warranty (Parts & Labor) Optional Warranty (components covered & Labor) Estimated Lead/Delivery Time Percentage of locally stocked parts to delivered parts Detail Features & Benefits 128 Offerors are requested to provide service forms with detailed description of your service offerings. Provide service forms with detailed descriptions; at a minimum, Offerors are to include the following information as it is applicable to their product, service, and solutions offering: o Startup & Commissioning Services Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 32 of 34 pages Define process for validation of system or equipment operation to design Type (e.g., equipment startups, system checkouts, control verification, retro commissioning, M & V verifications, rebate auditing, other) List key personnel (factory, sub-contract, other) References (public sector only) Case studies describing benefits of services o Service & Maintenance Type (e.g., preventative and full maintenance contracts, man-at attendance, remote monitoring, annuals, emergency services, regulatory compliance, cleaning (e.g., duct, coils and filters), scheduled maintenance (e.g., oil, chemical and vibration analysis) and other) Define processes for each type of service and/or maintenance of the system or the equipment List key personnel (factory, sub-contract, other) References (public sector only) Case studies describing benefits of services o Installation and Turnkey Contracting Type (e.g., retrofit, new construction, energy retrofit, controls new- and upgrade and other) Define processes for each type install of the system or the equipment Bonding and licensing capabilities List key personnel (factory, sub-contract, other) References (public sector only) Case studies describing benefits of services o Warranty Services Type (e.g., Extended parts & labor (define maximum number of years available), delayed start-up and other) Define processes for each type of warranty List key personnel (factory, sub-contract, other) References (public sector only) Case studies describing benefits of services o Energy Services Type (e.g., (Energy Tracking, Energy Analysis, Evaluation of potential upgrades, demand response, rebates and others) Define processes for each type of energy services Certifications of personnel List key personnel (factory, sub-contract, other) References (public sector only) Case studies describing benefits of services o Equipment Rentals Type (e.g., chillers, pumps, transformers, terminal units, generators, cooling towers, packaged unitary and other) Brands available Locations of rental fleet Process of accessing rental fleet during disaster event List key personnel (factory, sub-contract, other) References (public sector only) Case studies describing benefits of services o Financial Services Type (e.g., leasing, prompt and pre-payment discounts, guaranteed savings and other) Describe type of each funding and availability Funding Sources (internal and/or external) List key personnel (internal and/or external) References (public sector only) Case studies describing benefits of services o Professional Services Describe type of each professional service and availability Licensing and certification capabilities List key personnel (internal and/or external) References (public sector only) Case studies describing benefits of services o Site Surveys Type (e.g., Equipment, system analysis, operational, architectural and other) Describe type of survey Licensing and certification capabilities Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 33 of 34 pages Advanced technology uses for each type of survey List key personnel (internal and/or external) References (public sector only) Case studies describing benefits of services Vendor: Sunbelt Rentals Inc 24-15 Addendum 1Page 34 of 34 pages � � 1 � , ` _�_ "" � � � ,�•. _ ' - - � ... • i � � -!.... y,t - � ''� � _`�-'�_� � . t"-�. y _ �~`' � � � � `,`��;==_ �' 1-� , `�� � - �� �_ « i � � �,�— — 1 - -- `^- �-- - �1 - " ^ -- " .:�,, ,._ _ : �.....--� ``�.,�,�� _ ��... , ��. ,�,... - y �. -..:;,. _.�... . ��. ��� ��'� a 7 , ��'`.: "' � ._.___ ek�i.u. . . , .. t -_._TMa .� .. _ .. .. � .. .. ... .__y .- 4 • �.h J;" /'G' �_ . �, .� , . . z . , , " _ ,. . � � "�.,, � . ' . . _ � ` ���'� , �• 3 F .. "�':a x� � _� ,,,, ' �: .Y y�y�"�{°� ' r � *,' '���� 4� . �_-- � i .,. — � . , y� "�,��!�y �-f / * p �if �l / , � . „^"i —, t ".w 5 '+K.,1Xi '^I.. � f� p / . . - 'Y �k'.{,,,� ' �+� y M,iI r ,�. �" . � � r4 y��' � "e� y,�r t' � ��� { ' � � �' .'1 �'�,� ���,� - sc%>.' k.� � a,w 6 Y;' _ f ," I `'��" �, r r '� .�r � - . R;�� :R + � . •'s !t ��� +q .-1�'e �, , , ,n,�1r� } y� j . j t�t � f�������,, „�, tlf l,t' � • � .� , n. _ - •. �� � �� � ' # Y ; �+A`� �i+-* l � i� � , ny . � - . � ..,�� h�� ` �.i �. .yz. :� �,�,, ..._.�+` �". ; � ����j � .�.: .�;,,� ""'�.�,�+''� , :e�' �"�� *�, ��;,�*. .,,� P " +!:, -'�'�,,,�/G.'"3� �'''r" ��.f -r "'" - � '� ,k � � � �. "�+ ,�� �'�� .� . '• d'' ' � ` : � ,,-��' .�. „,�,�"'\ � ' .� �;�' - .� ' �� � �, ' �`_ < < � � /�T �� � /� c�-� � �. .. �`x'"' -.sfi�'�'��}` `=-�'� _ :.�,� , � A � N�.� r �.. � ^.-�"� ����'�'��`� � { .:i � � 5� Esj'�l� ..rT� a� x`�}����`� � � P. � � �• .:rk�ul c '..�rup1 `f� t } .. ._ � •' ( �� +d 4A.' , ,' ,��,., r � ;` ,'!''/�"�^'''� �a.� .:. � ~ r� � -�:,;�.2 �`�,y� °, •� � ""'4t t � %" 1 s ' r .f .�� � _ ' �l�A�z..�F.f�'�Y . � ' � .. �.� N . � ,�94 .r• �; �.;: n'..�„-,�," �'t3`�,,•. d .,,$t ,. r. " Y t �td�r.$��S �' �, i 11H.f��u.».+. �:i �e � ��'+ .. �� �!"h � ,t r.: '°�'��ry �•;s '�+ ''. � �'"Cil� � :4; __� , � . �;,;.r �{ ,y k, . s.y' w�q[.''y�; r 3 a ,�+ 4�ic �•/;�'� '. -�' ;i�,t ��,—�--... � ` - �, ,�.:, '.�` � ' -r� .�J�r.�.� ;.�.L �-t> . �, � � : � ry�� { i ' .,, .: "` � �- � �'� , � � � ► 1��. �� '.� S.�I . . � �i' 1� � i- � . �.y .� ° `:h.i�'��H" � "�.L���� ; ��� �.`, ' �7' -f, t!'I� � ��� # t � �"' � � �"� ���. � 4 `� : 1 •y��.� .S�'i � 1 y.$ i' 7,'!� „ � yy-.. ��r. : � I 7;, � �;E � 3� . % � � d _ ��+D v�.�+ � 8 . 1't." � 1 ;:, � +. � � ! iyq '�'F - � - C �'`MD �'_ � �r_ J'a +,�,,�, '�'+'' `. ' � - ..� :!� . .�. �.y �„ ,. i ,.. 'x .. . �.: .4:_ ' 'n' . , $�`v' :Z � �' � .,� lr.''1F 4i'•.� . J �i � ji ; �1q' t � ". ��� �- �. a'�� � �,�� ,�,w ° `, ��� �'� � • ��� �'i 14k ) �,+�� k . ,, s .: +h,yA�` M y , , � . � �r K �"�!a�r` �, "' �� � R �" ��'. 4 �`�'r( ,��� '� ,,�°' �'�'� !;a � �9 �atY�,:���^ x �,�y� " �.:T �A;1; .iP'' ,+ ;�r :j�. r?� � Sy� •' r�,�.. w•� 1 '�a„. . ��•r.�. r i �, ?'• �' �* � '3'Y tMis,'"" ....,� R �. �� i'J� f'. � � � ,{+ Y � � {� f x ' ,. '� � � Yi, M1 �'>.y i{ . r ` "�' �� � ' ' � �� T '�' ..� --� Y � _ r_ ' , ' y � ,�w�,�`' �, .., • �' � > -� , � � �.' �'' a i �'� � • `° e �' y . 1.^� +�� �iC., .. ` ,C � . N�'r.��"$�v. ;lil�t♦ �l'.. ,.�}� t ri'"�Yt r y *1..: t � . ' `M,�,r� I � � A.....I "� ♦ t ��:; �;�, ' ;� , � 4 � .i ' Y �,C� { �. 1 ,, �,,� � aa - ,� t .r.c " ��`�,t�''� \ AY �+ .'l� � ... � i . ..� ��`,,' Jar ,�s �� } F� . , .ddE' .. � , u1 L� iM�r'��P �:�5. ��� - - ' ,r .�. lr�' 1i'. i r t .. R, � � �� .�; - � M ,� y �' I ,x� _ ,�,�4 "� ,1;y�. '�� � � ;• ,; � �� '� �� � ,� �� �� � ��� � � � � ����� , ,� F 1 F"' � � r � y � �',� S t � At SUR6eC R� n. . ., .:: the equipment, senrice. and expertise your roject re " y not merety a :�cta im. We back it u�. Armed'with the s ` a. " th of 14,000+ � - � . .,�, ' , ; '; empowered team�members our U.S. and Canadian',���`�iwork af rental tocations is poi�ed;;; �-'� '.'''�r ` � ent when and where y� need i.,: �. �� ,� `�,��. ,M . _. ,f � �, It's sim � e rea� ' Q� eo te ran e` � . P P . 9 and broad solutions set us apart in the renta[ industry, enabling us to provide unpara[leted customer ex�, � '�c s. . ��; , �., �: �� - { ; t�` ,�� � �' ' ! , � 3� � ,• y :� l d ' � . �� ��� ► '� . ii THE SUNBELT PROMlSE , ,� � . __- � ._:...._. ..� .� ___._ ,. :-_ : _ _� .. _ .. - -_.. _ �.s ._: _.. � ��� We prorr3ise to have our core equipment available in the mark�t you are in, arwe will leverage aur network to source it. We witl deliver your equipment within 1 hour of our promised delivery time. While our equipr�ent is an rent, we will be arr si�e within 1 hour af our promised service time. We pro�ide 24/7 c+�stamer support. We prornise total custamer saiisfaction — in person, online, and by phone. How iT woRKs Sunbelt Rentals err�powers our team memhers to make renting equipment the easiesfi part ofyourjob. When you have a jtib to do, we have a job ta do. Your challenges are our chaL[enges, and your deadlines dri�e ours. That's why when i# comes ta our people and products, we promise availa6ility, reliability, and ease. � r .,� _ .� . r+�Y ��� „ � ,._ . # - : � �i�� �_..._ ..,-. ,' �� �� . �►. , � :a, �NBE � F � v� � ;� .�" , • �`, , . � � �.. , . ; . � .�,�.�, � �, s . .�.a, . �,:n, , �,. Y--,. �, ` _ ,�,,, .M�,.,�.a.. �. '` , . M f ` .a ,�` M�� . ., .. ... .i�. f � . w .o.F��.a:.p i � �� �`�S� �lw�Fw�. �Y�^� � • � � � r � a �, � + �� .� � � �.��► � . �-�._„�+.._.,, �'"' ; �" � # H�,_ k �' =s' , � �.�.,� .� "'� �; � ., ,.'.....,� �: '�w►� ,,} " �► � �w ; "�^'a T. � '� 'w:��' � f' r��,:�. � � ��'� d' � ir�aa. - � ' ,� �'� #� + '�h � � • �s, ' � � . � _ �;1 � J� e. �t ' _ . . ,� , + ve-'^ - � t � ,�. • -� _,.wz.. � : _ r i�,� � ��- a �� r _ � ---•- �:���� � �, , , ; � .1 �- E �, .� , iy� f! �' � ��: .� � ■�� ..,.�� � ,�` , i , ! �4, �k � � } . . ��' . n-. ' , . ., � ��� � ��. � . � � � �,-�'.�� '- `° —," , � r� � � a':�::�" •��_ . ..:. �..�+r'"'r�� - . .�... � "�,�� _.,,�"""A�"" _ � . .. ;Y .irr^` y� � ��� . � � �� „ � . . . . .,:�,�. � . y .i .. ' � � r� � 'sb , � . � . .� � - �. • � y�.�� .. ... .. L � �� �' . � �.t.... . . . � r �. • � � ���` 1. 1. . � .. '�I� a� '�C �'�� - -; �. .. �.�. » :.r =�- 1� ' °� • ,, �k } '�it"'nt'�.- � ' � • E• F �y 1, ' �Y " � W ,� M s . � �' •• � , "`��z ,.�. ..., � •r ��`y' .Fr "��?",3 �,,�, '�'t . , . - � p , ., . �" . , . �� . . � . Y..,rc. (��'..� �}�'_ , . . . �i `V� ��' l� ( ��a��Y . . . "Y f , �! � � _ - k Z. • � �t 1 �i �` j� � ", t'� � ' � � �� 'y s �V J � � Wv�� ywl�IfdYi4���� r � � T G,u i 1'� i" 4!' ��� � � Yak �i � �' . . .. �y. ' � 4Y q. + , �, ����° F '�j4��� L� �s� � � I � � - � .� .�. . . � . , . . ... . '` W� r ir � '. �e, A`".,,��-a� . � `'�:.. 1' 'v�. � � t ,�, A;. .y � .r �+r, '. Ja+ ��vqr�.� � y ,. r . y �.� , �y��9il�� �� h+P�'yF�;+�������'�.�'�S .fpw r I�^ �1 '" • _� �rt� ' �' ',,;YdGi �h'�' ��i%5 rll �i1jl�pu, i i �.Z l�, ���„`:. , . � "�n� � . 5'' � �� �"��� �y; ��1���.� ��� � �,31 a t �•��� y� k� ���` �� ��� � 1 � '�� � .� � . '�'�tl A., , . � " � "` .y �'� y2F f '�� � � �r , A .� �, � �et l �. . . . � -. A '.` i�'� � ��"�'�� '�} , . , . � .' � � ��p_ � `��'� � er �s � W, �4�, r� �h.7µ �t�+r '�"y�, � ^ . — � . . . _ ��` . . , , . � _ . � � � � FULL—SE�2V�CE .. � . ,� t. � . . T H E P 0 W E�� �R - 4�� �o��oH� �� [Ys not ertough to provide the equip�nentyou �eed. We're in the • prob.Iem-solving business. 0ur team of experts lewerage a vast netwark and "rnake it happen" aEtitutie fo �- delive� EuEI-service solutions fae any ' . , ' . . - project. targe ar�nall; . . ,: �M!}rL. .. . . � • ' •, ^*�9�0" �' a,..y� 4f 1rt .+ "� � rp��R . C, . a ca* ..�...u..::.�.`. . . . '7 ' �,. '�i '; �y F�•,� � y.1�iG� �.�, � ♦� Y � aY �;. � ���� l � . ,�r , ..`;., . �� � �'��„ � . � � � , r�" � � s��� � � � ., � , ?• � � ��i �� ��„ � ,,, ,� ., rY� � . � ...-.... �'�; �, • _ , • w �. � �`..,, '�' +�'' -p. �.��� i � y � • � i �+. - r . . . , ���� - a t � . �r ; ` �� . M� �� i'. r•' . . . � J � � �. `�.. . ..=i: .:±�.*�_, �3¢' .. . ..., ,�� �f. i t�i � � � . . • p � "' , e" „�,�'" � � � ��. ' �, `• � 1 ��� ,f �'�,��,, .> � � � !�,',; � iT�� � � w� ' � h� � '"' ��� � . � r. ,� � . . '�I'�'.�. . . . , , � �.�xr �'' iq� . .. .F•�.�ip,�� ��� �� �Y �., ... � � .. �. `,R.��7� %�� �� � ` '.%" i f N __�___ � a , � .. ec i', �i +� ' .. � . • - � �,�`_� � - aas "�a ; .�j� ...a :I . .. ,,:;�r � s .^'w'"" ' —....._ ' ' ,''w`" .--t�! , ; .�� '-""" --.. ~ ■ � �'- - { �+x:.,, t F ,� � 1 '�r .. �;� � f.. _ , r � r . � ; � .� :- �� �.; � �;, - � ._ �,,`�� . . � �� �: w � 1r,.4: ,: 1�p:' �,�`�� �j , � , �� e +' ` � �� ' .... '� �d�i � . i1i� �� � . ,/P;,�,� + '� ' �k + w.gw �' �„ �, �r l �`'' a'.•^� 1 � t�1�.. ' � r.�`' ��!�` '� t� r„ � ��.'�, '+� -sy �` � 1 • 4 �� ��# ''v rw �,J�aN��""" ` �t ��� ��, � •; ���r%, � �,�;, ; , �''• � � � MT'k. � n. :i".�.yv R � � .1l� • � ,�,r� � �� . . ,] . . ,.,,.., . _ i ��. � v . �' S' ar, ��` w � / e.� �.�b M .`.� 1 '; . .a ..'ll� y� 4:y . .1i' . .���'`� y_. �w b w I •t"`t'' � � - ,.�.�; F, � I . ,iy.�����F �1� . � � . N .. ;, J, d S 1.'�ipZ{' c ` � A' i�� ''1 C � ����,.5+ ,.J�� �``��„'�+KAt � ,�Va �,r> �.n $�'.1'�: `� 3T � ��� L1���fi �.. ,(t�i'"" � �rF. ;� - �.�f �i� I�.,' 1 � p ' Fl� a0 .r 'I' y �} wa�" . . '���',��.��di � �, . �� i; ` i M � � . � y � 111�� 0 ������7 an' ,r 'y j��i W.� ala2n KA� �' � r� � Y'�,� �j. � "'v � .�i � ��� ��i x �' .�i .. ' � � � % d �, .} � � H T { j yl�i � �, l � +' w .,a� 4 J.',., � .q"�ai �Vi7.�*,"' t C . .. I i.�L � , . �,;f h1�,jy L ; ;/Fp ,� 'Y�j�;� l:'�- . M S . . . . . . � . 4'�Y,�rlk'l r� 1..:A': ` � . r "` . ' . _ . .. ,I; � � .. � . . ' , - ��, � , `� ir 'T ������ ��P`CANGV�D �,�D ��.:� ��,� �� � ��� .-�4�7: �uPPORT � ONE RENTAL�PARTNER ��' ;� � UNPLANI�E�:�I�EEQS ` .'' h . �ccidents,-breakdowns, and � � Q�ES IT ALL".' � �' � Whether you need reguCar � emergencies can wreak havoc Time is money when you're working maintenance support or a satqtion for ' on project schedules. ThaYs why ,• to meet a tight timeline. Save both � ' an unptanrted situation, we have the we offer 24/7 support. When � by pa�tne�ing wnth Su�rbett Rentels. expertise to get fhe job dune. From � traubEe strikes, strike 6ack with Vlfhether it's a#ull-servite solution sfaged events to tong-term rentals, our ' a calt to the Sunbelt RenEals or a single too! rental, we'ce the' equipment portiotio is always ready. �• team of experts. one stop snurcg;far alE.of your _ � because yourdmnmtime is our• gotime� : ' ' � ", • � project needs.';• . � so�uT�oNs � ...+.�� i t,....:. L�, CLIMAi� CONTROL SERVlCES Ovtfitted with the industry's largest fieet of tamperature control equipment, ous team of seasaned prafessionals provides turnkey engineered cooling, heating, and dahurr�idificatian solutions ior a wide variety of applications. w_ �. �r��. �. FLOURING SOLUTIONS Our flaoring experts provide custamizecf so[utions for cleaning, maintaining, and restoring al� hard and saft surfates using scrubhers, sweepers, carpet extractors, vacuums, grinders, polishers, and accessories ideaE for everything 4rom carpet and resilient surfares, to finished and unfinished concrete. � `i , � ,, �.�. GENERAL TDOL & EQUIPMENT With more than B4OOfl product types, we stock khe broadest fteet in khe rentai industry for commercial, residential, industrial, municipal, speciatized service industries, and homeowners. �Rou�r� PRa��criar� VYe serve the industry with Che [argest inveniory oF composite ground protection mats and accessories for rent. Our tearn of expe�ts will handle everything. from initial site visit and instellaCion, to post- project teardow�. _ _ �' . � Q 1NDUSTRIAL HEAT We deliver site-specific engineered solutions for all industrial heating applications. Our heaters can withstand the hershesi weather conditions and include indirect-fired, flamelsss, hydronic, rig heaEers, and more. y�; N + � � � 1NDUSTRIAL SERViCES Providing comprehensive tool and equipment packages, inc�uding on-site toa� management, ta support all projects and special needs for industrial applications, including ptant shutdowns, outages, tur�arounds, pEant maintenance, and more. {� ��'�'�' _ _:._..s� a �,-, d z�.» "'°�... � �. � � � ' ���� i .. OIL & GAS SERUICfS We offer full start-to-fnish svpport. From stte prep to frack, coil tube to completio.ns, we can meet the needs of the most chalienging oil and gas projeci. �(� �Lx'IIIII i'� , ? � �� � � , •. �'�` f , ` _ ` r�rt POW�R & HVAC 5ERUIC�5 Backed hy a diverse fleet flf portable and containerized generators, load 6anks, air compressors, desiccant dehumidifrers, chillers, cooling towers, and more, our experts specia�ize in pro�iding cuskom-designed solukions for a. diverse array of projects across a hroad renge of industries. � ¢: '�� � PUM� SOLU�IONS We ha�e eguipment and expertise for all major pumping projects, including dewatering jo6 sites, periorming large sewer hypasses, fluid handling for industrial facilities, and more. �( ��. + _y .� f'�rti.. �-fi�"--` ` . _. _ "f•X�.t i - � S�AFFOLD SERV�CE5 WhetYseryou require 1 asserr3bleror5Q0, 5unbelt Rentals delivers the scaffo[ding and manpoweryou need in a fulL turnkeysotution }or commercial and indusirial projects. .' �k:�..;� �. SiiORING SOLI�TION5 Supparted 6y a comprehensive ffeet af excavation shoring, structura! shoring, and hridging equipment, our team delivers unrivaled safety on any project with the most cost-e#fective rental options in the industry. Available equipment indudes stee� and aluminum trench boxes, road plates, sheet piie, frames, slide rail, hridging, and more. 5un beltrenCals.com/solf�tions MAKE IT HAPPEN � ' COMMAND CENTER Bring alf aspects of the rental process to your web-enabled device and a�hieve digital control. * Reserve, rent, or release equiprnent • Track fleet in real tirne • View equipment on the job • Reor�er with o�e click • Manage paya6les and simptify rental financing • Manage safety and mainter�ance schedules • Receive alerts an� notifications Sign up far a Comma�d Center account at �unb�lire�tais.tornl�amrn�a�d-ce�t�� ,s��.�; � �, Y _.,� � a ;: 9� < ;«W >;; -. .. _ : ` a `"` J i ., � � � � commandc�N�R° .� �� �.► WITH Z417 SUPPORT T�IROl1GH0UT TNE U.S. AND CANADA, YOU'LL FIND A SUNBELT RENTALS LOCATION NEARBY TO SERV��A�� YOUR RENTAL NEEDS. �''` SUHBELT� RENTALS 800-6b7-9328 I sunbel#renials.com. 5BR495-CG 7/19R EQUIPMENT RENTAL SOLUTI�NS SUNSE�T� RENTAL -.s^ Aerial Work Platforms Atrlum Lifls Martllfls, ArUculatlng Manllfls, Single ManliNs, Slraight Baom ManliNs, Tawa6le Scissor Liits, Electric Scissor Lifls, Raug{� Terrain Alr Compressars oiesel Air Compressors Oust Colleciors EEecinc Air Compressars Portahle Gas Nr Compressars High-Pressure Air Compressors Inslrumeni Quality Air Comprassors Alr Gompressor Accessorles Air Nose, Air ManHolds ARer000lers �ryers ARercoolers Filte�s Aftercoolers Separators �esiccant Dryers Relrigerated Dryers Alr Cand3tlaners Heat Pumps Indusiriel Rir Canditianers Partable Air Candifioners Air Handlers & Chillers Air•conled Chiilers Air Handfing iJnlls Glyco4 Holding Tanks AirToals sackfi[i Tampers Chlpping Hammers lmpact Wrenches lndus�rlal Air 7o01S Nailers & Sisplers Pavfng Breakere F'ost Drivers Rivet Buslers Aack, orills Backhoe Loaders Backhoe Loaders Compact Backiioe Loaders Chaln Nolsfs & AirWinches Nr Chain Hofsts Air Wfnches Beam 7rolleys & Clamps Electric Chain Hoists Garnry Cranes E.ever Hoists Manual Chain Holsis Campaclion Equipmen# AsphaH Rollers ,lumping Jadc TamperslRammers 7rench Roilers,+Nalk-Behind Vihratory Compactors, Ride-On Vibfatory Plate Compactors ConereteJMasonry Equipment Ml�dng & Plxing EquipmeM Cortcrate $uckets CoRcre�e Mi�rers Georgia Push Buggies Mortar Mixers, M�Itl-Use Mlxers Power Buggles Rebar Cutters & Benders Vibrators Cuiting & Drllling EquiPme� Concrete Saws, Early En1ry Cancrete Saws, Push Type Concrete Saws, SeH-Propelled Cra[k Chasers Oiamond 8 Ahrasfve 8lades oiamond Chaln Saws �famond Cote Drilfs & Bfts Gas 8reakers Hydraulic Splitters Masonry 8 Tile Saws Pawer Cutoff Saws Concrele Finishing Equ�pment Hand Finishing Tools PowerTrowels Vlhratory 5creeds SuAaca Preparadon Equipmant Concrete Ceiling Grindars Concrete Raar Grinders Concrete Planers (Scari�ersj Dust Collector Vacuums Grirtder-VaCs Magnefic 9weepers Srah�lets, Air-Ppwered Sho[ Blesters, PortaGie Tratfic Line Remarers Convayors Portahle Comreyors Seclional Conveyors Crenes Carry �eck Cranes Porfable Industrial Cranes Deh u m Id i f le rslRe me d iat[o n EqWpmem A�r Movers, Carpet Dryers Air Scrubbers, Portade Corrtaknmenf Area Endosures Dehumidifiers, Industrial fietrigerant Oehumid�ier� Large Desfcpni �ehumidiBers, Porta6le Relrige�ant ElecFric Heaters High 5tatic Biowers Hybrfd Caaling Units Indireci-Fired Heaters Inline Eleclric Blowers Insulafian Uacuums Negauve Air Machines 5unbelf Air Manitoring System Ooxars & Crawler Loaders Crawler pozers Crawler Loaders Drain & 5ewer Cieaningtlnspection Pipe & Qrain Cleaners Pipe Freezers Videa Pipe IRspectars Eleetric Toals Angfe & Die Grinders OemoliU'vn Hammers Drills, Hantl-Heltl & Magnetic Drywall Screuvdrivers Heat Guns impacl Wrenches ftotary 8 Combination Hammers Routers & pianers 5anders 5aws 8hears Excavators Hydraulle ExCavators Mini-Excavators Fan st91 awersNen tl lato rs Confined Space Ventilsiars Elechfc Floar Fans Evapomtive Cooling Fans Nazardous Location Ventilators 7ank Fans Venluri Air Hams Floor & Carpei Gare Equlpment Air Sralers Carpe? Extractors Carpe! Tools Flaod Pumpar Vacuum Floor Buffers Flaar Burnishers Floor Sanders Flaor Scru�bers Flaor Strlppers Flaar Sweepers Flaodng Taols Hardwood Flaor Neilers Forkiifts Industdal Warehouse Forklifls Slraight Masf RT Forklii4s Shootlng Baom Forklifls FuelTanks Auxiliary Fuel Tanks Pmpane 7anks Ganerators Diesei EndusUial Generators DEesel Mov€e Set Generators Dfesei Tawable Genereiars Gas Portable Garierators NaWral Gas C,enerators Generatcr Accessories Dlstributfon Panels Fuseahle �isconnect 5witches Power Cable gawer Oistribution Accessories Aemote Moni9oring Systems 9te�r0own Transformers Transfer Switches 7-800-G67-9328 I 5UN BELTRENTALS,COM Ground Protectian ContainmeM Berms Ground Pratectlon Mats HeaEers Convectlon Heaters �ired-Fired Heafers, Oil �irect-Ffred Heafers, Natural Gss �irect-Fred HeaFers, Propane @leclric FEeaters Rameless Heaters Heat Pumps Hydronic Ground Heate�s Indirect-Fred Heaters, 011 Indirecl-Fred Weaters, Netural Ges Indirecl-Fred Heaters, Prapane Industdal Heaters Inline iieaters Radlant & Infrared Ffeaters &ieam Heaters Hydtaullt BreakerslDemolBlQn Atlachments Hydrauilc Demoli�on Breakers Hydrauiic Plate Tampers HydraaElc Cylindars & Fumps Oou6le�Acting Cylinders Electric Pumps Hand Pumps Hydraulic Mafnlen2nce Sets Pull Cylinders Singfe-Acting Cyilnders HydraulicTools Cutterheads Flange 5preaders Nut Spfitters Punches 7orque Wrenches, HeYagan Cessette Torque Wrenches, 5quare Drive To�que Wrench Pumps "WedgEe° Spreaders Indusirlal Vehicles Efectric Material Carts GoH Catis U61ity Vehicles Jacks Engine Noisis 8 5tands HydrAulic Bot�e JackS HydraulicToe Jadcs Jack 5tands Radlroad Jadu Screw Jacks SeMce &Transm[ssion Jacks Laser & Ogticai Leve�s Ceiling & Arywall Lasers Grade Rods & Tripods Laser Grade Levels Optical ievels Pipe Lasers Lswn & Landscape Aeraiors BaCkpadc Slowets Bark Blowers Bed �dgedTrenchers Brush Cuflers Chain 5aws �ethatcher5 Garden Tillers Gas-Powered �rflls HedgeTrimmars Hydroseeders Lawn Mawers Lawn Spreaders & fialfers Lawn Uacuums Leaf Blowers Log Splitters Metai DetecWr Overseeders Pole Pruners post Hole Augers Sod CuQe�s Siraw Blowers Trimmers & Edgers Wheeibarrows Llghting Equlpment 9uc�r laghts Hazardo¢s Location Lighting LightTowers, �iesei 7owaWe LEghtTowers, Solar Towable MagnetEc Work Lights Mobile Survelllance Camera Trailer Portahle Light Stands Load Banks Load Barcks - ReslsUvelReacHve Load Banks - �C bEaterfal Handling Equfpment Applianee Tnd(S �ackplates Drywall Llits 8 Carts Glass �'its Glass Suction Cups Hand Trucks & Oollies Loading Equipment PalEet Tracks Plpe Hartdling Equipment Pnrtahla Material Lifts Roller Sldd Systems Sandusky Crate Wagons Trash Sidps MechaNcal & Electrlcai CantractarTrade Taols Cable Benders Cable Cutters Cahle Pullers & Feeders Ca61e Aeel Rollers Cable Aeel Stands ChainVlse, Porta6le ClrcuftTracers Gonduit Benders Conduit Racks Cfmping Tools Hole Cutting Tools Hydraulic Runch �rive�s Pipe Cutlers Pipe Threeder� Pipe Toals PVG Neaters Power Fish Syslems Roll Groavers Siding Brakes wire Carts Mad3a Blasters ❑ry Ice Blasters Porta6le Ahrasive Blasters Soda BlasEers Vapor Abrasive Blasters Paint Sprayers Aidess Sprayers Flne Foish Sprayer Indusiri8l Sprayers Line Stripers 7ezture Sprayers Wallpaper Steamers Piie �dvfng Equipment Concrete Pfle Cutters Diesel Pile Hammers Hydraulic Pawer Units Vibratory DrivedEztractors Pressure Weshers Cold Water Pressure Washers Hot WaFer Pressure Washers I�dustriaf HotlCold Pressure Washers Pressure Washer Accessories Pumps Air Oia�hragm Pumps Oouble Oiaphragm Pumps diesel Trash F'umps EEettrlc Drive Trash Pumps Efeciric Suhmersihle Pumps Gas Portahle Pumps High Head Oiesel Pumps Hydraulic Power Pac�s Hydraulic Sudmersible Pumps Hydrwtatic Test Pumps Sllenced nieselTrash Pumps Wellpoint Pumps pump Accessaries Au10-3tart Systems Auxiliary Fuel Tanks Bauer Pipe & �itings H�PE Pipe & Fitings LOFA Panels Hose & Fittings Plpe Plugs Remote Manitoring Sysiems Road Ramps Trensducers Valves 8 Flanges Staffoiding & Ladders Genera[-Parpose Frame Scaflolding Interior Adjustakde Spflolding Ladtlers Fulf-Servfee Seatfolding Aluminum Stages F1XE0 5wing Stage Frame 3cafiolding Mast CEimbing Work Platforms Portable Hoists Suspended Platforms Systems Scatfolding 'fransport Platfirms Skld-Steer Loadars Gompad Skid•SSeer Laaders 51dd-5teer Loaders Skid-SieerTFaCk ioadets Sbd-Sieer Attachmenis Storage Cantalners Large 5lorage Containers Mobiie Storage Baxes Street SweeperBrooms 5Reei Sweepers Angle Broom Atfachmenis Stump Grinders Stump Grinders, SeH-Propelled SNmp Gdnders, Walk�behind Tractors & Landsppe Lqaders Landscape Loaders Off-road Dump Trailers 7ractor Anachmenl5 l7tifiryTraclors haflle Safeiy Equlpment Banlcades &Warning Lights 5olar Arrow & Message Boards TraKc Cones & Barrels TraNic Cant�al 5igns Trellars Bax UtiEity Trailers Folding Ramp &Tilt DecicTrailers Hydraulic Oump hailers Platlorm Lifl Trallers Waier Trailers 7rench Shoring Equlpment Aluminum Lite-Shields BeddingfRac[c Baxas, 3Yeel Hydraulic Sharing Shields Hydraulic Vertica[ Shores Marshale Shields, Steel irench saues, ,vuminum 7rench Soxes, Steel Raad Plates, Steel WaterTap 8oxes, 5teei Trenchers Cable Locetars RIde�On 7renchers Rock Saws Ybratory Plaws 4Vs[k-Behind Trenchers Trenehless 7echnolagy Trenchless Boring Toals Vacuum Evacuatar 5ystems Trucks, Rental Boom Trucks Oump Trud�s Water hucks Uacuums Badc Pad� vacuums Cleanroom & HEPAVacaums Hazardaus Material Vacuums WeU�ry Vacuums We3ding & Plasma Cuttsng Equipment Engine-Driven WeEders Fume Exiractors Inrerter Welders MIG Welders Mufti•Operafor Welders MuRiprocess Welders �ipe � Fa4rication Stands Pipe Bevelers Plasma Cuiters Rod 4vens TIG WeEders Wlre Feeders, Portable Wheel Laadere Campact Wheel Laaders Large Wheel Loaders Woad & Brush Chippers Diesel Chip¢Ers Gas Chippers Rental Ascessarles & SaTety Supplies Avallable �D2U18 Sunhalt Ran�ls. Inc SUNBELT RENTALS LOCATIQWS U.S. AND CANADA � Sunbelt Rentals is one of the fargest equipment renia] companies in Nort� Ar�erica. Backed by an ever expand€ng netwark, Sunbelt s�ccessiully s��vices a variety of customers — fram those in #�re commercial, residential, industrial, municipal and specialized service industries, tQ wreeke�d do-it-yourselfers. Desig�ed to serve distinct customer segments requiring a high leve] af technical expertise, our specialty divisions offer a highly diversified praduct mix, as well as trained experts. sunbeltrentals.cam General Toof & Equiprr�ent 1-500-667-9325 ToI�-free numbers that connect you to the nearest Sunbelt Rentals speciatt}I locations, Climate Gontrol Services: Facility Maintenance: Flaoring Salutions: GSA Services: lndustrial Heat: Industriai Servic�s: 8QU-�92-8877 soa-�os-��sa 844-i23-4'778 500-667-932$ $33-723-4325 855-26�-6725 Oil & Gas Services: Pile Driving Equipment: Pawer & HVAG Services: Pump Solutions: Remediation & Restoration Scaffold Services: 8i7'-B$7-y1k6 $oa-�7�-s��� 84a-738-25U4 8U0-7'38-2504 8Q0-S08-4760 856-784-7785 SHELC 1�79 � � a � � O � � w � Z � V .� � � � � J _ m a a � C� � � O � � � � _ J a � a � N N O N � W O 7 � J � � L � � � � � Q � � � � �^ ii � � � � � � � � ♦.+ � � � � G �� � �.i Q � � 0 � � O � L " 1 (I �( 1 c L �1 1 �r �r �� �,. . 9 � C N � O � N � — � � � � +r cn � � � � � c .� o � � � � o �A` �+ +� � N +-. W L L � � L � � N � � N � U ��R � � � �^' � `V L « •� W � }� � � � N O � o C i p � � � Y � i +� � N � V C � � � � (6 C � (6 a-% N N ��R � � T�--�� �.�., � � U `v L � y L^' VJ u� �✓ L � � U Q (� (� (6 � U � � � � N � N � L � � O � � � > � � � � � � �O � .0 N cn � N N (6 > c� N � �� >� �.� � � . . . . . . �� ', ! , .� N N �,.=r-; ,, " � - � -,4,.. fi•.y' - �ya ,. �">` 1 l�' \ 1 l�_ , � � , � � `� � � �+ i � V � i � � � 0 V � � � � � W m � O � � � � O U � c� O � .� � � � O N � � N � r�-^-r VJ ! � � � � N � � (� Ca � N U O � � ca �a N � N � O .� N O L Q � � O U Ca � � � a� � � � � O � � � � � � W � � � � � � N � � � / U .� � N � O � � 0 � � � � O � (a � O � � U Q � � O U � � N � � � (a � a� U � � � � N .� O � U O � � � � � .� � � � � �/� ` V YA I` W �U � N �U � N N > O L Q � O �--� � � � .� 0 � � � � ca N � � (� N (� .� � � .� � � � N � U 0 � � O �-_� � � � � (� O � U � N � U O � � Q N � � N � �--i � . . . . . . . . . M � � W ■� � O � � � � � ■ - � � � �� V/ � W � � N � (� a--� L � L � � � � Q � � N � N U Q ❑ � � � U � � � �'^ V/ � O � ❑ �--� � � .� � � � � � � � ❑ � � C � � Q � L � � L Q N � � U Q ❑ � N Q � L � � � � � Q � � � N � � ❑ � W �li 0 � � L Q O +� � � ❑ � � L � � V J O � N � � .� Q ❑ � � � U C � � U U � ❑ � � N � � � � � � � N L �� N � � ❑ �--� C � .� � � � � � � � � ❑ v �� � W � W � � ii � W � � � ,�J S a�� 9�S p�4 df 4��, 84 r1r �4d ar' �'^ V , W U/� `v W �/� �V N .� O a--� � � � O U L � � T O '� U � l�. N T � +r L � O � � � � � � � •� � .� � Q � � � � N � O O U � Q � I W . s4 s/r . �o '�A � /pfi dd, ad, 4� Ab N C 7 O U U Q � y � L � L O � � 0 � � C!� I � � E � o . w � � a � � �o � a a c � c� C � �--� W � Q .� �.�..� a--r � � � 0 I � � � C6 � I � E � o � �� n n 3 � � a c n _ � =+ � 7 � � � � L � � L Q � N� O L.L � � .0 U � Q � I I W U � N lN� T � � � W � � � W L � Q 0 � � � N � � � C Q � � � I I � �--� � � � O � W � � W i/� 0 �--� �^' W �� O �^ Y..i � V , � � � Q � � � � � � � (� � � .� 1 0 1 �--� � � N .� N � . � � 0 � � C.� �� i � � .� � � W � .� � O 0 � � � �/� � V^i' � �y L U � (6 �+ N }' +r � � � � � N � � U .� � N � � � � .� •� O � � Q O � � � � O U }' � � Q ca � � }, U Q � a� � �� � � � �� � o O j � � � }, o � � � � � a� � � U — � Q � � � '� a�i � � w cn � � � � � � V ! N � O � �0 [) � �U 41 �. � � N - � � d ' '- o � z" C 3 E p - - - � � � � a � � � � � � a _ E �o � � o m E a � _ y K - n _o ::.: o; �; �_ 0 � o_ 3 = 09 � .. � - m o � _ a y q c � � o�_.. ._ '— � � � � � �o � �_, o�/� � �'� ; �/ � - ,= 1` W fi� �-� „� �- - , _ ��� ' "� ` i .J� _ _ ' �� ,"S _ e - [t�] 3 a� .� d � L � � L � W � � � � � � � � .� � � � � � ._ � O e 8 + < � y o- o' � E - a � W w $ ' y ' N m E _ _- - - E � _ __ - _ " _ - - E - s LL z £ w' o a v, � 0 �. I w 0 � s" � S E s w w 0 0 o �� o Z ¢ m _ - � a � w ¢ � - �o in - � m `o i �;,. > m,_ � a_ ia � o�� -,�._ y_ a' ' ¢ W � � O � N � W � � �^, L W O � W N � �� � o � � o , a� � � � � .� � � o � � o � � � }' O � ca � � � � O �� � � � � � � N � O +- N � � � � � � � � � � � (� � � • � U � a� � v� O a� � � � � 'x p � C� N � � }, U � � _ O U � � N O C� O � }, � � � � � � cn �� U cn W cn � c�i c� � �i € ❑.; '� � ti x Y r 3• ¢ � 2 o �� �0 < o �i :.5 � w � V T N + N � — 7 J tf] Q C'] � � � �� o p _ $ _ � _ U � C 3; _ � i^ � � n , > _ �` E. � R Q � � y � _ �', _ � � � Z Z o U Q . d " 3 Q ',. � 2 � > Q � � E O LL rQ Z W .. 3z � � =� �o � 7 s — °e - _ •U U O O .U, c . 5� ���'. � � F . _ _ . .a o ¢ £ � _ Z' i'%"� { a � m � z �R � _ Q a � � _ � z � Z � E 3 '�^ O z' _ a� 6 — = 1� � m a . . .... �V e i- - m = � ' • U c O .;". � � � . I] W ? `e ¢ N 8 _ c — h � � tt ❑ ¢' � � .$ o a R � c Y $ c V .� Q E x � _ Q . � �^`� W U � N � � � O � � � � O � � � � � L N +� � �--' }' � � '� � .� � � O � � L L � � 0 � � O � � � � � � � � � Q � � z � � � •— � � +� j � � � z (� � > � � p N O .N � � ? 0 U 0 . . . g z s" I� � ry U � U E C Z j a — o � � �L� T � � � ■� � � W � � � O � .... � � �+ � � � � .� � � i � � n � o = � � � � � � _ _ � o > o � m � � - � � w � �� � = �� � � o � �� � �il � � I- � �^ ~ � � rlt = °' o � L� a O N � N O � u � � � il ] A � yY /� � T � � O W � y � 'n � � J III = � r � � � _ � F c, � � � ^' . . ��i��, a , ` w �� � III � � � Q N � G � � � �� •— � � " � � � � ° `' � , O � III a � � m � V � 4 � a a V u L � 5 W m � �� /� J U C � •�/ A' - W C V ;� � _ a � p � � YI 9 - a N " ~ � � � � Q � U � � �:� � � J a � � �. u LL❑ 2i Q a C� � o�� w�� u .> � U � � � N N � � � � U o �.� U O � � f� � {--' � Q � � � � � � � � Ca � � � L N � � � � � � � � � � � �� V � � Ca � � � N � � � � N � � � � � � � � � N L � � Ca � > � L � � � � N . � � �--, V .� � > � � `� �� � � O � O L.L � � � � � � � � � � 0 0 Q b O �J O � N N O O N N � O 7 Z �"v [�7 � � 4 4 z z Q Q � � r a � a m w U Q N l� Y �� W C O ,=; o � � U : � :tS_ � C"' , � � � �' ':S� 4'' ' �yAt ' r� - y� - F .',•�.' -.) S �� i Cf = [ o. � {r' �'�� �.� � = <= �,, , . u: S "� . :J � � — — '—, L m e�e — � - _' _ . 1 - ^ - �. �. , o � m � _ oi - � ` , . / � ' ' ' ,S,' , �� a : � �� . P F � .. � x J . .. . . _ . _ � r "^^r;� ,."� � . . ' � �� e 'S s _ . � � �� � € �,a e _ � �� ''�LJ� °'p �� 5 S 4'-u 36 . � . . � . � . � � ��.. �\� � y ; � � _ . � � ��.@' :€ ' � �� .. �� s . ."�� :-'L. "�.. . ��� ` � a .. - � . �"� .� c ' . ;''r .� �..�'I� '�i.��,'� _ ��� ` _ 'k" u ' - , .�r �-. -��1�i�a-�=!�� o . , ' � _ ��� . '" , � i $ 'R x f . � /',Li' '� [ t ' � r . . . ^ ..>... o s. s � �.y�s o t / .. - i ' � . . Y�G � �;����� �t''i $ � � z z� I .. - ` �i. .�. �. ! �,ti ' > �- r� - A. . � . ^ . k �.,� o -. . �a . "5i'" 4 � : i a - � )� ,�ti SJ 5 , a � � � ���� ��� � �� a �- .:�'�5ic,. � :G. a�� "_ �-�-�. � �--+ � � 0 � L � � O + U O+ . � � Q � � � � � o � o � o N O � � � �+— � � O i � � �_-� (6 � � � � � � � � � o � � � .N � � p � �+ � V c � � � c N � N U � � ' V O / \ �"i � }� � � L L r � � N +� p Q .� }� � N � �' N � � � - � .N i � � � � �i � � � ��+ c� � N � �i +-� � N L �' � � � � � � �'� � ��a�a� � (n . . . "'�€'•-E'�t s_ � -. g. - .i` 8 ' . � - : � � � � � � -:; . i �� . : . ; . . . a--� Q) � L � � � � � � N � � O �N � N � � a�.., � U +� L N � � � o � O � •V (6 � � � � � Q C � C � N � � � �� � � U �-_� • (� � i--' tn Q f/j — (B � � _ +� � � U O � � � � � �' � � � •� � � C �--� C U o L � � � � � � p � +� N � N N � W � o � � � � � C � C tA N O � O � � � +� > '+� '+r C i � � V � V � � � � � � �•� � i '� � � � +' � +� � � �� a �� � � Y. . . . a� � N C f6 � O U a � Q C � m U O 7 O T U @ C O U N N (6 N Q N O � i f6 N H 0 � > a 0 U 2 V) O U C 0 U G � w U 0 � .� V �O i � — � .� � � i ca � > q � n � v O O O � � a a a � t a� v, �, � 3 % � 3 3 f e v v � a a a 0 ) ' � � x s '� a � � a � Q M = 4 ,� � - - r _ � m s M � i!} ❑ ❑ ❑ ❑ � Q � � ai O � � �� � U �> �O � .� . ���� � ��' � �_'-.'-: . . U � � � � � �� � � � U � O � L N � o � � �� � Q �' � � � �� N j � � � � � �O � Q Q � � � . . � N � � O m p � � � � U a� � � � � � � � � � a � � }, . U O � . � }, � O � o � .� . . � � � - � � .-. � � � � � � � � � � .� � i ca � ca 0 � � � � L U N � � � .� � � O � O � cn � >, V � � � 0 � � U � � +r � � N V� � -� _ � � 0 � p '� � � � � � � � Cn (n �, � � � p � N �, � N � }, � � � .V �� U O � � ,V � � � � � � � � L � � � � � O � � Ca � �--� � �+ � � V c�/� � °, o 'u� � � � U � � Ca � � � O � � U +-� � �� � � L � � L � L L ° � o p o o .cn � +r � � (� 2 � � N = _ � � �, Q U U � � � �� �o �o � > � w � � � a� cn ca . . . . � 0 � _ �a � � . �, � ,: , � �,� . . � q �,', � � ��. � a �„� .. 'f'�..a . �.... _. �:_�.'�:C� � N � x O U Q Z � �`\ a ^ �� ■� ■ �/�� V � �� � � O � � Q �w _ I � � � L � � � rI � .� � � � � a E _ � � � � 0 � a - g u � � 0 ¢ � O � a � w w Q 4 c 3 E �a W `�^ a c j O C gj y Q d N p � L - �t.. O 9� d ' � 3 i a[ — — � E � � � � `� n � � [i, o '' r� �I £ � b � � � O^ � � I..L � ` W O �✓ /��, iL A1 W / � }, S..L N �--� ' � .. � O O � � � (� (� i V � � Q � � +—� i � O 0 V � � � � tn N N � � N � � � N � 0 +r � � � � J � }�—, 0 O O � N Q j � � U � a--� (� (� cn . � �--� _ � � � � � � � O � � � � � Q U � � 0 � � N O � � ++ (B � � i (6 X w � '+-, N � V L1J ,. N ca V �> � � N tA � � O • — c � C� c a=-� ca �L � • • N W � 2 y c o g m S� u `�° 10 _ � a `a - 4 9 � Q � m �' � - a a z � � � y 3 m _ ' a E o n E - 3 C � � 3� � � _ � 3 � z � z E a¢ � a a� a a� _ �� �� -�� 33a 33a 33a -¢� -a� -a� -�� , ��� o�„ o�„ o�H �m� sa� ��� ��� c _ � o� y� 'og �� Eg a . `^ a� _� � - - �e - =m °e - = �� �� �s o� a� ns ve �'_ �� �s �� �R '� � `� aR � M � � � � � � � > � � "�\ 'e � � ` �..1 _ �. : � �. r . � � ■ � O � � � � � � ��-� . � �� � �� � O U N � C � � � � � � E 0 U N (0 N N � C 7 N � U L � � � � � , . ;' � �/ r � � � � t � � � � � �� ������� RC�ITAL'`a AVAILABILITY RELIABILITY � � � --� � � � r. #. i � ; � * � � � � � � � # � � � � � i J � �� � �� . �,r � , �� � � �' .} � _r . i ... . � i .. .,. . .. .. � i ' ' _ ,,..�. ��� � � � � li' ��� �ar'. # � J ' � � � � � Sunbelt Rentals helps professionals and do-it-yourselfers get things done. With a highly diversified offering of equipment and services available, we help customers extend their capabilities, complete projects on-time and handle times of crisis. No matter if you are ' commercial, industrial, residential or municipal industries, we are constantly advanci idea of what a rental equipment companycan do fori'l�tustomers. � . � � _ ��� �� �� .� ��� , .;�.�t� .� ,_ „�,�.;..� .T ..�_� �� � 3� -�����::, � � �� ��� #�• .._i �� � � �.�� �. �. � � �� �;. . � � �r � � �� .� .y _� _ __��= __ _�.__ _ � � �y ,VISIT SUNBELTRENTALS.COM TO FIND OU WHAT WE CAN DO FOR YOU. - . �.. � ����� ��� � :,��� . .�, E� -� I �, � ., � TEAM OF 20,000+ PASSIONATE I Aren't sure what is the best tool for the job? Reach out to RENTAL EXPERTS the team to help. No project is too big or small. RESERVE, RENT AND RETURN Manage all your projects from start to finish with the YOUR EQUIPMENT WITH EASE Sunbelt Rentals mobile app. READY 24/7 I Not everything can be planned. We are ready to get you what you need, for planned and emergency situations. 14,000+ TYPES OF TOOLS AND I The right tool or piece of equipment can make all the EQUIPMENT READY TO WORK difference in helping to get a job done fast and efficiently. � �, -s 1� rr u� r�_."-Y .1 .� �� rt �� .ii,; ' . . . � ��. ,If � �f� - �� � � ?' . � � � � I ; 3� i� � � � #- � � � = `r ��� � � ���; �� .� �: � - , .:; ��.� _ ..� �-� 0 � �� . � � . .-. �:� - �7 � � .���.' ��`'� � . � �'. . �� ; �� ;� ����� i .I. ' � . � ��� ��� j� � � �� � Y��'', .�� ,� iy�_ . �!4 . � �' � ' F' • - � _ � � I �; .� . � ,� �`� ��.� � �- �� # •�-����•��-�� ' ' - - -_ -- ^- � . . , - „ti r - - THE SUNBELT PROMISE SOLUTIONS � �_ � CLIMATE CONTROL SERVICES Outfitted with the industry's largest fleet of temperature-control equipment, our team of seasoned professionals provides turnkeyengineered cooling, heating and dehumidification solutions for a wide variety of applications. C:� � -�. + ' c ! � � ��� FLOORING SOLUTIONS Our flooring experts provide customized solutions for cleaning, maintaining, and restoring all hard and soft surfaces using scrubbers, sweepers, carpet extractors, vacuums, grinders, polishers and accessories — ideal for everything from carpet and resilient surfaces to finished and unfinished concrete. � - �� �� .k r � . GENERAL TOOL & EQUIPMENT With more than 8,000 product types, we stock the hroadest fleet in the rental industryforcommercial, residential, industrial, municipal, specialized service industries and homeowners. �t �`_ GROUND PROTECTION We serve the industry with the largest inventory of composite ground protection mats and accessories for rent. Ourteam of experts will handle everything from initial site visit and installation to post- project teardown. � �� �Q PROJ ECT ��� ���� ���-� } �*�_ INDUSTRIAL HEAT We deliver site-specific engineered solutions for all industrial heating applications. Our heaters can withstand the harshest weather conditions and include indirect-fired, flameless, hydronic, rig heaters and more. i �+�r-' ��._ i •-.' . � 1►U1��'��;�1:1�9�;��1[�l�` Providing comprehensive tool and equipment packages, including on-site tool management, to support all projects and special needs for industrial applications, including plant shutdowns, outages, turnarounds, plant maintenance and more. � I ���. �s.�,��� - � - f+. .� - r� OIL & GAS SERVICES We offerfull start-to-finish support. From site prep to frack, coil tube to completions, we can meet the needs of the most challenging oil and gas project. ����fi11 f}� �I � 1� ��. I P POWER & HVAC SERVICES Backed by a diverse fleet of portable and containerized generators, load 6anks, air compressors, desiccant dehumidifiers, chillers, cooling towers and more; our experts specialize in providing custom- designed solutions for a diverse array of projects across a broad range of industries � �� �. �� ��, PUMP SOLUTIONS We have equipment and expertise for all major pumping projects, including dewatering job sites, performing large sewer bypasses, fluid handling for industrial facilities and more. � . � . . `r. � � . SCAFFOLD SERVICES Whether you require one assembler or 500, Sunbelt Rentals delivers the scaffolding and manpoweryou need in a full turnkey solution for commercial and industrial projects. I ��� � . TRENCH SAFETY Supported by a comprehensive fleet of excavation shoring, structural shoring, and bridging equipment, our team delivers unrivaled safety on any project with the most cost-effective rental options in the industry. Available equipment includes steel and aluminum trench boxes, road plates, sheet pile, frames, slide rail, bridging and more. I ' � lv�� � � ' I I �f { CONTAINMENT WALLS, FENCING &STRUCTURES Temporary containment walls, fencing and structures provide flexible structures and solutions to control and secure yourjobsite keeping your project moving foward with little downtime. �MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �` TABLE OF CONTENTS Air Compressors ...........................................................7 Air Conditioners ..........................................................17 AirToals ......................................................................25 Backhoe Loaders ........................................................31 Chain Hoists & Air Winches ........................................35 Compaction Equipment ..............................................41 Concrete & Masonry Equipment ................................47 Conveyors....................................................................b5 Cranes.........................................................................67 Dehumidification & Remediation ................................71 Dozers.........................................................................77 Drain & Sewer Cleaning/Inspection ...........................81 Electric Tools ..............................................................87 Excavators ...................................................................97 Fans, Blowers & Ventilators ....................................101 Floor Care & Surface Preparation ............................107 Forklifts.....................................................................121 FuelTanks .................................................................125 Generators & Power Distribution .............................129 Ground Protection .....................................................143 Heaters......................................................................147 Hydraulic Breakers & Attachments .........................157 Hydrau�ic Tools .........................................................161 Indoor Air Quality ......................................................173 Industrial Vehicles ....................................................179 Jacks.........................................................................183 Laser & Optical Levels ..............................................189 Lawn & Landscape ....................................................193 Lighting Equipment ..................................................205 LoadBanks ...............................................................209 Material Handling Equipment ..................................215 Mechanical & E�ectrical Trade Tools ........................227 Media Blasters ..........................................................241 Mobile Elevating Work Platforms .............................245 Paint Sprayers ...........................................................257 Pile Driving & Drilling Equipment ............................261 Pressure Washers ....................................................265 Pum ps .......................................................................269 Scaffold.....................................................................279 Secondary Containment ...........................................301 Site Services .............................................................303 Skid Steer Loaders ...................................................307 Storage Containers ...................................................311 Temporary Containment Walls .................................313 Temporary Fencing ...................................................317 Temporary Structures ..............................................321 Tractors.....................................................................325 Traffic Safety Equipment ..........................................327 Trai le rs ......................................................................331 Trenchers..................................................................335 Trenchless Technology .............................................339 Trench Safety ............................................................343 Trucks.......................................................................355 Welding & Plasma Cutting Equipment .....................359 Wheel Loaders ..........................................................367 Rental Accessories & Supplies .................................369 GENERAL INFORMATION OPERATING HOURS Standard business hours at most Sunbelt Rentals locations are from 7:00 a.m. to 5:00 p.m. Monday through Friday (weekend operating hours vary by location). We also offer a 24-hour emergency hotline to accommodate both after-hours service and rental needs: 800-667-9328. RENTAL TERMS For more information on rental To apply, complete the credit terms and conditions visit app�ication online at www.sunbeltrentals.com/about/ sunbeltrentals.com/ terms-and-conditions. creditapplication or toll-free at 800-508-4756. FUEL PAYMENT OPTIONS Prepay Fuel Option Customer may purchase a full tank of fuel for the Equipment at the start of the rental, in which case a"convenience charge" will appear on this Contract (calculated by mu�tiplying the estimated fuel capacity of Equipment by the Prepay per Gallon rate). As an added benefit, Customer may return the Equipment full of fuel and the convenience charge wi�� be refunded (however, if not returned full, Customer will not obtain any credit for fuel left in the Equipment upon return). Pay on Return Option If Customer returns Equipment with less fuel than when received, Customer sha�� pay a refueling charge (calculated by multip�ying gallons required to refill tank with fuel to level when received, by the Pay on Return per gallon rate). Return Full Option If Customer returns the Equipment with at least as much fuel as when it was received (most Sunbelt Equipment comes with a full tank of fue�, but not all), no fuel charge will be assessed. The cost of Customer refueling Equipment itself will generally be �ower than the Prepay Fuel Option or the Pay on Return Option; however these options each allow for the convenience of not refue�ing. Customer agrees that none of these options are a retail sale of fuel. DELIVERY & PICK-UP Sunbelt Rentals maintains an extensive fleet of delivery vehicles to provide responsive transport of equipment for our customers at competitive rates. We also offer trailers for rent, specially designed for hauling the types of equipment we offer. TRANSPORTATION SURCHARGE There is a charge intended to defray a wide range of transportation expenses (both direct and indirect), which are not always fu�ly recovered by other transportation charges. GSA CONTRACT HOLDER ��. � � -- WearHearing WearEye WearDust Protection Protection Mask �� U si Wear WearHard WearSafety Gloves Hat Harness � � � WearSafety WearWelding Wear Shoes Helmet Overalls Sunbelt Rentals, Inc. is a GSA contract holder on Schedule 51 V—Hardware Superstore. Sunbelt Rentals is committed to offering our federal government customers the best service in the rental industry. In order to ensure this high level of service we have established a team that is dedicated exclusively to your needs. We offer a large portion of our rental fleet on our GSA schedule. Any equipment that is not on our GSA schedule is also available. �MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �` CO R E VALU E � Contract Holder GSA Contract # GS-21 F-0028T Section 833 Qualified FSC Group 51 V- Hardware Superstore SIN's:105-001 &515-002 CCR Registered�. Duns #: 101776490 CCR Registered� Cage Code� 1LCW3 GENERAL INFORMATION RENTAL PROTECTION PLAN The Rental Protection Plan (RPP) is NOTan insurance policy. The RPP is an extended rental protection plan foryou oryour company, to offset possible damages or theft that may occur during the equipment rental period. While the RPP is completely optional, it is recommended to maximize your total protection while renting equipment. The RPP can also cover gaps in your insurance coverage such as when the loss is within your insurance deductible or when the loss is greater than the deductible, but not large enough to make filing a claim in your best interest. Actual terms of the RPP are outlined in the rental contract. Theft Protection For equipment stolen, customer is only responsible for 10°/a of the manufacturer's suggested list price, up to a maximum of $500. In the case of theft of equipment, the customer's responsibility is limited when you have paid for the RPP and comply with the rental contract, including filing a proper police report of the theft within 48 hours of discovery of theft. If the equipment is recovered at a later date, Sunbelt Rentals retains ownership. Without the RPP, if equipment is stolen from yourjob site, yau are 100% responsible for replacing the equipment. Even if your insurance covers the stolen equipment, you will likely have to meet your deductible. With the RPP, your maximum responsibility for stolen equipment is 10°/a of the manufacturer's suggested list price, up to a maximum of $500. Damage Protection (Incidental & AccidentalJ For the cost of repairs, the customer is on�y responsib�e for 10°/o of the cost of the repairs, up to a maximum of $500. The RPP can shield you, as the customer, against unexpected expenses that could result from damage during the use of rental equipment. Typica�ly insurance does not cover the cost of repair or such repair cost is within your deductib�e amount. Tire Protection First $50 of tire puncture repair costs are covered for each occurrence. Rental Liability Customers are exempt from rental charges on damaged equipment covered by RPP while it is being repaired. The RPP limits your responsibility for cost of repairs, as well as eliminating your liability for the rental amount normally charged during the period in which the equipment is repaired. There are limitations to the RPP coverage which are clear�y listed on the Rental Contract. Please refer to your contract or ask to speak to a manager if you have questions about the RPP. FOC-713R ENVIRONMENTAL FEE In order to meet the equipment needs of our va�ued customers, Sunbelt Rentals handles potentially hazardous materials like fuel, oil, cleaners, batteries and sediment every day. Proper management of these materials and their by-products is expensive, but we are committed to protecting the environment and our communities. As a result, Sunbelt Rentals invests in solutions intended to minimize impacts to our environment and comply with Federal, State/Provincial and local regulations, such as containing our potentially hazardous materials, treating our wash bay run-off/waste, and proper disposal or recyding of oil, filters, fluids, tires, batteries and shop waste. The Sunbelt Rentals Environmental Fee is not a government mandated tax or fee. This fee helps offset a wide-range of environmental-related risks and expenses (direct and indirect) incurred through activity of our rental fleet, such as: • Waste disposal • Oil recycling • Fuel and fluid handling • Construction and operation of cleaning facilities • Treating ourwash bay run-off/waste • Investment in low emission rental assets (i.e., Tier IV) • Labor costs related to environmental compliance • Governmental reporting • Administrative costs This fee is not intended for any particular purpose or placed in an escrow account. It becomes part of Sunbelt Rentals revenue and is used at our discretion. This fee is intended to be added to each piece of rental equipment identified as having a potential for environmental impact, and in accordance with the groupings set forth in the following chart. How Is the fee calculated7 No charge What is the rate of the fee?* 0.00% What is the minimum charged7 N/A How Is the fee calculated7 % of rental rate What is the rate of the fee?* 1.25% What is the minimum charged7 $1.00 USD or CAD � How Is the fee calculated7 % of rental rate What is the rate of the fee?* 1.50% What is the minimum charged7 $1.00 USD or CAD How is the fee calculated7 %of rental rate What is the rate of the fee?* 1.95% What is the minimum charged7 $1.00 USD or CAD *Percentage charged against the total rental amount SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 �� . , ___ � ��� � �� �_�� � � � - -� -� _ ����� ����r��C� � �� _ � . � . - -���� . _. ����.�}�� _ `� .r-- -, �� - _ � _- __ �� � �� - � � . =� °-`-� + ` �� +y � Y - x I+' � � ��I Ji'r� ?'o-. � � � i ~ r �L F � . + � F���y s . �;� � � I � ! ..1 � � ' � -- ' �. ���r �' � �� � i �t��� � ���i. �� � �� . . � _ -��,,�, - ; __� . � �, _ . - , � � i I t��*', � i i �, � � � . � � _ � � ,� � �; � � � ;� �.. � � � . �. � , � � i � . ,-, �� , � ri ��, �' ' ' . y� �t L ' - �d tYrv'i � Y - - � � ._ . .. � �l�'�i. ti�-- � � ' * '1 �---� � �1 �_- �. . _ .�s� � �� . 1,' { _ 4 � . � ��� s � .,� _ . - � � � ,�� _- � � f t - :r � {.`^' � r � �. . - � � � � � � �'� �� I I � � � �; � �- � � � � � . � . �� � ' . -����' � 0 �� �� { � � � 4 �. ~ 1 �. �� . �� m T � Gi � ' �' � � .0 Air compressors are designed for contractors' rugged demands and numerous applications, including demolition, road and bridge building, sandblasting and general construction work. Sunbelt Rentals carries a wide variety of air compressors that are portable, towable or industrial size — all built to answer the demands of whatever job needs to get done. Aftercooler/Dryer/Filter Packages Aftercooler/Filter Packages Aftercooler/Separators Air Hoses Air Manifolds Custom Filter Packages Desiccant Dryers Electric Air Compressors Instrument-Quality Air Compressors Membrane Dryer/Aftercooler Packages Portable Air Compressors Standard Diesel Air Compressors Towable Air Compressors � suNSE�T� RENTALS � AIR COMPRESSORS AIR TYPES Standard Compressed Air (Oil-Flooded) • Hot (Heat of compression is approximately 110°F over ambient) • Wet (Humidity in ambient air is sent downstream) • Oily (Oil-flooded compressors will pass oil downstream) ISO 8573.1 Quality Classes 0 Exceeds Class 1 1 0.1 2 1 3 5 4 15 5 40 6 — Typical Compressed Air Applications Chemlcal Plants Critical Instrument Air Electronics Food and Drug (packaging) M etalworking Plants Paper Mills Pharmaceuticals Refineries Snowmaking Textiles General Industrial/Manufacturing Instrument Air Shipyards Painting & Blasting Demolition Tools General Construction Catalytic Regeneration (gasoline and refined oils� Drilling (down-the-hole rock and oil) Nitrogen Membrane Separation PET (bottle blowingl Soot Blowing (utilitleswith coal fired furnaces) Instrument-Quality fIQ) Compressed Air • Oil-flooded airwith after-treatment • After-cooled (15-25°F of ambient) • Filtered (.01 micron and .01 ppm remaining oil content) • 99.99% of all impurities are removed • Cleanest compressed air available -70 -40 -20 3 7 10 -94 -40 -4 38 45 50 Oil-Free Compressed Air (Dry Screwj • No oil utilized in the compression cycle • After-cooled (25°F of ambient) • Minimal filtration (filtered to 25 microns) • Not cost effective and not needed for compressing air (in most applications) 0.01 0.1 1 5 >5 0.008 0.08 0.8 4 >4 Preferred Preferred Preferred Preferred Preferred Preferred Preferred 8 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �` Preferred Good Preferred Good Preferred Preferred Preferred Good Preferred AIR COMPRESSORS � �.. �: _ � �� �� _. _ , ��y �� �F . � � �., f� ... ' 2 2 4 4 1.5 1.5 5.5 5.5 .� � , . * -. � � MI-T-M AM7-HE02-05M1 JENNY K15A-SP MI-T-M AM1-PH55-08M JENNY G8HGA-77P 2 hp Electric Hand Carry Type 1.5 hp Electric Wheelbarrow Type 5.5 hp Gas Wheelbarrow Type 8 hp Gas Cart Type PORTABLE AIR COMPRESSORS are commercial grade units designed for the rigorous demands of the construction industry. They are ideal for powering all types of small air tools. Electric and gas-powered models are available in several sizes and mounting types. All models include a pressure regulator and receiver tank(s). � Jenny Mi-T-M Jenny Mi-T-M Jenny Mi-T-M Jenny Mi-T-M AM780-HC4V AM1-HE02-05M1 AM840-4HG-HC4V AM1-HH04-05M K15A-8P AM1-PE15-08M K5HGA-8P AM1-PH55-08M Electric Hand Carry Electric Hand Carry Gas Hand Carry Gas Hand Carry Electric Wheelbarrow Electric Wheelbarrow Gas Wheelbarrow Gas Wheelbarrow � f � � � . t� � � 4.1 4.1 4.7 4.4 6.5 6.5 8.9 9.0 4 gal. 5 gal. 4 gal. 5 gal. 8 gal. 8 gal. 8 gal. 8 gal. 17 gal. Jenny G8HGA-17P Gas Cart 8 16.2 *CFM rating is at 100 P51 rated output, except Mi-T-M A52-SH08-30M, which is at 175 P51 rated output. TOWABLE AIR COMPRESSORS are designed for the rugged demands of contractors in numerous applications, including demolition, road and bridge building, sandblasting and general construction work. They feature single-axle trailer mounting for towing at speeds up to 55 mph. Diesel-driven models ranging from 90 cfm to 375 cfm are available. Smaller models include two 3/4-inch discharge outlets; 375 cfm models include one 1-1/4-inch outlet. � Doosan Sullivan-Palatek Doosan Sullivan-Palatek Doosan Sullivan-Palatek Sullivan-Palatek C185 D185P XP375 D375P H P375 D375PH D110PKUSB 185 185 375 375 375 375 110 100 psi 100 psi 125 psi 100 psi 150 psi 150 psi 100 psi # �� � � - s � I DOOSAN C185 185 cfm Towable Air Compressor 80-125 psi 70-125 psi 100-150 psi 100-150 psi 100-150 psi 100-150 psi 80-125 psi 65 49 123 140 123 140 24 141" x 69" x 62" 125" x 55" x 61" 158" x 78" x 68" 147" x 56" x 80" 158" x 78" x 68" 147" x 56" x 80" 113" x 46" x 52" 601bs. 003-0010 561bs. 003-0010 691bs. 003-0015 791bs. 003-0015 1751bs. 003-0020 1701bs. 003-0020 1751bs. 003-0025 1751bs. 003-0025 2501bs. 003-0045 ��� � � �` _ �� DOOSAN HP375 375 cfm Towable Air Compressor 2,325 lbs. 1,900 lbs. 4,4181bs. 3,3951bs. 4,4181bs. 3,395 lbs. 1,256 lbs. 001-0030 001-0030 001-0050 001-0050 001-0060 001-0060 004-0010 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 AIR COMPRESSORS STANDARD DIESEL (LUBRICATED AIR END) AIR COMPRESSORS are ideal for meeting emergency and supplemental air requirements at industrial plants and commercial facilities where critical air quality is not required They are also well-suited for construction applications such as powering large portable drills and multiple smaller air tools. They feature efficient rotary screw compressor units coupled with continuous duty-rated diesel engines for sustained, dependable operation. ��� � � a � � 9 �� i � DOOSAN HP750WCU 750 cfm Standard Air Compressor, 150 psi f d S DOOSAN HP975WCU 900 cfm Standard Air Compressor, 150 psi Doosan HP375 375 150 psi 90-175 psi 123 60 gal. 6.3 gph 11 hrs. 13' x 78" x 68" 4,418 lbs. 001-0060 Sullivan-Palatek D375PH 375 150 psi 90-170 psi 140 40 gal. 6.0 gph 7 hrs. 12' x 56" x 80" 3,395 lbs. 001-0060 Atlas Copco XAT5400J08 400 150 psi 90-225 psi 115 52 gal. 6.5 gph 8 hrs. 14' x 72" x 70" 4,5551bs. 001-0075 Doosan HP750WCU' 750 150 psi 90-150 psi 275 100 gal. 12.9 gph 8 hrs. 16' x 86" x 89" 7,590 lbs. 001-0090 Atlas Copco XAS900JD 750 150 psi 90-175 psi 250 88 gaL 8.2 gph 11 hrs. 17' x 80" x 86" 7,980 lbs. 001-0095 Doosan HP750WJD 750 150 psi 90-150 psi 275 100 gal. 11.4 gph 9 hrs. 16' x 86" x 89" 7,890 lbs. 001-0095 Sullivan-Palatek D750PH 750 150 psi 90-150 psi 275 100 gal. 12.7 gph 8 hrs. 16' x 80" x 89" 9,000 lbs. 001-0095 Doosan HP915WCU2 900 150 psi 90-150 psi 300 110 gaL 14.5 gph 8 hrs. 18' x 79" x 93" 10,250 lbs. 001-0115 Sullivan-Palatek D900PH 900 150 psi 90-150 psi 305 100 gaL 14.0 gph 7 hrs. 16' x 80" x 89" 9,000 lbs. 001-0115 Doosan XHP11702 1,170 350 psi 225-375 psi 540 230 gal. 20.9 gph 11 hrs. 24' x 90" x 100" 16,7001bs. 001-0150 'Fuel capacities and run times are based on units with Tier 2 certified engines—specs mayvary for units with other engines. � Fuel capacities and run times are 6ased on units with Tier 3 certified engines—specs mayvaryforunitswith otherengines. INSTRUMENT-QUALITY (I-Q1 AIR COMPRESSORS provide extremely clean, high-quality compressed air on a cost- effective basis for a wide range of industrial and construction applications. This is achieved by combining a rotary screw air compressor with an aftercooler, a moisture separator, dual coalescing filters and a condensate burn-off system in an efficient, self-contained package. — �� �� - � � � . " • ._ �.� ATLAS COPCO XA51800JDT4F 1,600 cfm, 150 psi Atlas Copco XAS1800JDT4F 1,600-1,800 150 psi 90-225 psi 525 240 gal. 23 gph Doosan HP1600WCU IQ 1,600-1,800 150 psi 90-150 psi 560 230 gal. 22 gph Sullivan D1600PH 1,600 150 psi 90-150 psi 535 200 gaL 24 gph Palatek 'Fuel capacitiesand run tlmes are based on unitswithTier3certified engines—specs mayvaryforunitswith otherengines. 10 hrs. 10 hrs. 8 hrs. , . DOOSAN HP1600WCU 1,600 cfm, 150 psi i i 20' x 88" x 101" 18,300 lbs. 001-0220 24' x 90" x 101" 18,300 lbs. 001-0220 20' x 90" x 94" 1,900 lbs. 001-0220 1 O �MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� AIR COMPRESSORS ELECTRIC AIR COMPRESSORS deliver outstanding, trouble-free performance in a wide range of industrial and commercial applications. They feature quiet operation and easy, low-cost maintenance. Models ranging from 50 HP to 400 HP are available. � Sullivan-Palatek 50UD* 50 210 150 psi Sullivan-Palatek 100UD* 100 440 140 psi Atlas Copco XAB900E 168 871 150 psi Sullivan-Palatek 200UD* 200 900 150 psi Sullivan-Palatek 400UD* 400 1,490 150 psi *Units operate on a 460V 3-phase power. �� ���~�� ��� ���� _ ._ ��` ��� �' � �'-��r � -����.��- �!�. � L ��.k -�� � i . `4�'k��.�- . . - � r�t-- - ' x y ��T . � ���� . �. �l � � �� f 59.7 129.2 313.0 479.8 200 400 790 1590 1.25 2�� 3" 3" 3" 84" x 48" x 48" 91" x 54" x 75" 194" x 87" x 85" 105" x 67" x 86" 105" x 67" x 86" 2,3001bs. 001-0420 3,b001bs. 001-0425 9,5301bs. 001-0430 6,5001bs. 001-0430 10,000 lbs. 001-0435 QUICK QUESTIONS � ------------------------------------- G✓ Here's a quick checklist with the questions you should ask 1--� before renting an air compressor: � Is there enough room for all the equipment? ❑ Can you unload the equipment? � Who is going to fuel an auxiliary tank? � If the air compressor is electric, can the breaker hantlle the inrush amps? ❑ Do you need low ambient protection (below 35°F)? ❑ Do you need a receiver tank? � Is this application critical or is the site remote? ❑ Willyou need a back-up? SUNBELT - ., �w - � � F , � �.� �. � �, _ - SULLIVAN-PALATEK SOUD 50 hp Eledric Air Compressor SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 _{ a J� � AIR COMPRESSORS .���,� ��ti � ` _ _. 3/8" AIR HOSE i �_ 2" AIR HOSE '� � '��-� . ��� !���� 3/4" AIR HOSE � 3" AIR HOSE WITH BO55 FITTINGS . � �jl�f r � AIR FUSE AIR HOSE WHIP CHECK AIR HOSES to complete your compressed air installation, Sunbelt Rentals offers a wide selection of air hose and accessory items including connectors and fittings, safetywhipchecks, OSHA valves, inline water separators, inline oilers, pressure regulators, blow pipes and receiver tanks. 3/8" x 25' Air Hose 3/8" x 50' Air Hose 3/4" x 50' Air Hose 1"x 50' Air Hose 1-1/2" x 50' Air Hose 2" x 25' Air Hose 2" x 50' Air Hose 3" x 25' Air Hose 3" x 50' Air Hose Bull Hose Spud Connector Air Hose Whip Check Air Hose OSHAVaIve Inline Water Separator YAir Hose Fitting Inline Oiler AirPressure Regulator Blow Pipe 660 gal. Air ReceiverTank 150-0019 150-0020 150-0025 150-0030 150-0032 150-0035 150-0040 150-0045 150-0050 150-0055 150-0060 150-0065 150 0070 150-0075 150-0080 150-0085 150 0090 150-0053 PRESSURE LOSS IN AIR HOSE (PER 50' LENGTH) INSIDE FREE LINE PRESSURE (PS1) 120 150 200 300 3/4" 1 Z�� AIR MANIFOLDS provide multiple 3/4-inch air outlets with ball valve controls from a larger (1-1/2-inch or 2-inch) air inlet. Both tank-type and cage-type air manifolds are offered, both types with a 200 psi pressure rating. (Cat-Class 150-0095) Note: Other types and sizes of air manifolds are available. � TEXAS PNEUMATIC TX-2AMF Tank-type air manifold (8) ball valve controlled outlets 2" air inlet with 4-prong coupler on one end and flow-through plug on the other end allows using multiple units in tandem. . �� �� r s 5 � � k ,� TEXAS PNEUMATIC TX-1AMF-WF Cage-type air manifold w/ water filter (b) ball valve controlled outlets and a 1-1/2" air inlet. 3" so 100 120 140 160 180 200 22� 120 150 180 210 240 270 300 330 360 390 420 450 600 800 1,000 1,200 1,400 1,600 1,800 2,000 2,200 2,400 2,600 2,800 2,000 �,500 3,000 3,500 4,000 4, 500 5,000 5,500 6,000 6,500 7,000 7,500 5.3 8.1 4.2 3.5 6.4 5.2 9.0 7.4 12.0 9.9 12.7 2.9 2.4 4.5 3.6 6.3 5.1 8.4 6.9 10.8 8.9 13.6 11.1 16.6 13.5 16.2 1.8 1.2 2.8 1.9 3.9 2.7 5.3 3.6 6.8 4.6 8.5 5.8 10.4 7.1 12.4 8.4 2.7 2.1 4.1 3.2 2.7 2.3 5.8 4.6 3.8 3.2 2.6 2.0 1.3 7.7 6.1 4.0 4.3 3.5 2.7 1.8 7.9 6.5 5.5 4.5 3.4 2.3 9.8 8.1 6.9 5.6 4.3 2.9 12.0 9.9 8.4 6.9 5.3 3.6 11.8 10.0 8.2 6.3 4.3 13.9 11.9 9.7 7.4 5.0 13.8 11.3 8.7 5.9 15.9 13.0 10.0 6.8 14.8 11.4 7.7 1.9 3.2 2.5 2.1 5.0 3.9 3.2 2.7 2.2 1.7 1.1 7.0 5.5 4.5 3.8 3.1 2.4 1.6 9.3 7.4 6.1 5.2 4.2 3.2 2.2 9.6 7.9 6.7 5.5 4.2 2.8 12.1 9.9 8.4 6.9 5.3 3.6 12.2 10.4 8.5 6.5 4.4 14.6 12.5 10.2 7.8 5.3 � 14.7 12.0 9.2 6.3 I� 14.1 10.8 7.3 16.2 12.4 8.5 2.5 2.0 3.9 3.0 2.5 2.1 5.5 4.4 3.6 3.1 2.5 1.9 1.3 7.5 5.9 4.9 4.1 3.4 2.6 1.7 9.8 7.6 6.3 5.3 4.4 3.3 2.3 9.6 7.9 6.7 5.5 4.2 2.8 11.7 9.6 8.2 6.7 5.1 3.5 11.5 9.8 8.0 6.1 4.2 13.6 11.5 9.4 7.2 4.9 13.5 11.0 8.4 5.7 � 15.6 12.7 9.8 6.6 14.5 11.1 7.6 12 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� @ @ @ @ � i k � _+ `R�.i �i�� �������fi.��. .� � �f � � � � ` � � � ti � � .� i� � � ��• • �: �� •.�E• � _ . � �i rf w j, 1 ' i' t Y ���� � � kr �i } r "! �� � ��yt � .� �� ��W '� . * � � -�� � � � - } .� � � � � � FF � 4� yF � � �� � ���* �� { ��� TT � �y J ' ' � !�� - ��~ �• �� .� � }�i � � . �' V ; i - } _ � � � il �� ■ � � � �4 � ` * � � � { ;4� � '�~ ��;� :• ��� �'` r � � r � '4 '� � �` * � � � � * ' ' � * , � . ��' � � � � �� � 4 i � �' � • �� „�{ ��• � �s�� . ' �� .i�• • �;. - . t L- �� a� � �� � �� � ; �� � -� �.� il � �r � � �{� i �F _� � � f ++ f� �.. � � �� ' , � . y� � � � � .y� � �� �k .� �� +�� ,� � �� ' � ��� .� � � .1 � I � � � � � �- I � r t 1 �� -� � �� � �. �, ��� � { �. r #+* Y�f��� 1 Y� '�� �� �� " � ,�',�� k��� . '1�►� ,� -� *� M1� � � � M � � i { +�t � �� � i R .��� I� �� � � � � ' 4. " � ._ � . ■� , � �� . � +. I I � i �� . ; _� � � 7 � � � � ��.�i � .. � �k ! � � � �, �1 � �� � � f Fi�`' �' � has the equipment you need. No matter what industry you work in, Sunbelt Rentals has the necessary cooling solutions you need. Air-Cooled Chillers Air Handling Units Cooling Towers High Static Air Conditioners HVAC-Energy Recovery Ventilation Mounted Air Conditioners/Dehumidifiers Portable Air Conditioners/Dehumidifiers Portable Heat Pumps Portable Water-Cooled Air Conditioners Vertical Air Conditioners a� � suNSE�T� RENTALS AIR CONDITIONERS � . - =� _� � � �� � � �, � . �., AIRREX AHSC-12 1 Ton AC � �� w AIRREXAHSC-78 1.5 Ton AC � t� _� � � ����-�► AIRREX AHSC-60 5 Ton AC PORTABLE AIR CONDITIONERS/DEHUMIDIFIERS are ideal for small area cooling and spot cooling-the ability to direct cool air to precise locations. These efficient units provide comfort for workers and protection for sensitive equipment in all types of environments. Spot cooling provides substantial energy savings compared to central air conditioning by cooling only the area, people or equipment necessary. Energy-efficient and ultra-quiet, these units can achieve temperature drops of 12°F to 30°F in just minutes. � % �.� Airrex AHSC-12 1ton 272cfm 10"/25' 115V 10.4 1481bs. 107-2018 Airrex AHSC-14 1.25 ton 440 cfm 12"/25' 115V 1.37 1781bs. 107-2017 Airrex AHSC-18 1.5ton 424cfm 12"/30' 115V 13.4 2101bs. 107-2019 Airrex HSC-12 1 ton 395cfm 10"/25' 115V 1.34 1271bs. 107-0105 Airrex HSC-14 1.2ton 440cfm 12"/50' 115V 13 1761bs. 107-0110 Airrex HSC-18 1.5 ton 460 cfm 12"/50' 115V 17 1851bs. 107-0114 Airrex HSC-24A 2ton 460cfm 12"/50' 220V 12.6 2101bs. 107-0120 Airrex HSC-36B 3ton 943cfm 16"/50' 220V 21.9 3961bs. 107-0134 Airrex HSC-60 5ton 1,940cfm 16'y50' 480V 10.4 5501bs. 107-0154 MobileCool MOB-60HPz 5ton 1,950cfm - 230V,10V 47 7251bs. 107-0140 Oceanaire 20AC1811 1.5ton 600cfm 12"/25' 115V 14.1 2601bs. 107-0114 Oceanaire 20AC3612 3 ton 1,200 cfm 16"/50' 208/230V 18.1 365 lbs. 107-0134 TempAir PAC-1.2 1.2ton 350cfm 14"/12'(optionalJ 115V 15 1631bs. 107-0112 TempAir PAG1.5 1.5ton b00cfm 14"/12'(optional) 115V 15 2321bs. 107-0115 UnitedCool PACH5N1 5ton 2,OOOcfm 16"/75' 230V 55.6 6901bs. 107-0152 'Optionalwarm airflange is required when using warm air discharge duct.'MOB-series models are combination heating/cooling/dehumidifying unitswith 17'supplyand �2) 12" return ducts- weatherproof for outdoor placement `Optiona Wote: 12' x 25 flexible duct is avallable for use with portable alr condltloners. �Cat-Class 150-0110) A celling transition Is available forducting through ceilings. 18 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� AIR CONDITIONERS PORTABLE WATER-COOLED AIR CONDITIONERS offer an extremely efficient and effective way to control the climate in any sized room. Because water cooled air conditioners do not discharge large amounts of heat, they do not require exhaust ducting and are used to great effect in enclosed areas. � �� �� � AIRREX HWC-19 1.5 Ton Airrex HWC-19 1.5 ton 514 cfm 600 sq. ft. 115V 1.5 Oceanaire OWC/PWC 1811 1.5 ton 600 cfm 600 sq. ft. 115V 11.3 Oceanaire OWC/PWC 6012 5 ton 1,950 cfm 2,000 sq. ft. 208-230V 23.7 Oceanaire OWC/PWC 6034 5 ton 1,950 cfm 2,000 sq. ft. I 460V 6.3 'Cooling area is based upon an uninsulated/insulated endosed area. � � ' � �� �! -.�. � � �' � �. �� �`•,�. �ci+� OCEANAIRE OWC/PWC 6034 5 Ton 1631bs. 107-0116 155 lbs. 107-0116 4701bs. 107-0153 5001bs. i 107-0156 � � � I�� . � . T � � � �, � . � _ �' �� ,� � � � �} � � � � +� '� � � � � . ;� r MOBILECOOL MOB 250 AIRREX AHSC-740 TEMP AIR PAC25T4HD AIRREX AHSC-60 25 Ton 12 Ton 25 Ton 5 Ton SKID OR TRAILER MOUNTED AIR CONDITIONERS/DEHUMIDIFIERS provide cooling and dehumidifying for large area solutions. Applications include warehouse faci�ities, special events, aerospace and aviation, industrial plant shutdowns and maintenance, emergency backup cooling and large scale spot cooling. � % �✓ Airrex Airrex MobileCool MobileCool MobileCool TempAir TempAir AHSC-60 AHSC-140 MOB-42HP� MOB-100 MOB-250' PAG5 PAC-15 5 ton 12 ton 3.5 tan 10ton 25ton 5ton 15 ton Yes No Yes No No No No No Yes Yes Yes Yes No Yes 1,620 cfm 3,530 cfm 1,400 cfm 4,000 cfm 10,000 cfm 2,000 cfm 6,000 cfm 220V/460V 480V 230V, 10 460V 460V 208/230V 460V Temp Air PAC-25T 25 ton No Yes 10,000 cfm 460V TempAir PAC-30 30ton No Yes 9,OOOcfm 460V Temp Air PAC-50T 50 ton No Yes 18,000 cfm 460V TempAir PAC 60 60ton No Yes — 460V United Cool 15 TON 15 ton No Yes 5,000 cfm 460V 50/10.6 30 26 31 57 50 50 Cool, 100 Heat 130 150 180 200 50 Cool, 60 Heat 29.1" x 57.1" x 47.7" 62" x 31 " x 65.2" 38" x 64" x 48" 59" x 96" x 53" 92" x 128" x 63" 89" x 53" x 50" 127"x74"xbb" 5671bs. 1,1621bs. 4751bs. 1,3501bs. 3,200 lbs. 906 lbs. 3,340 lbs. 107-0150 108-0213 107-0130 108-0210 108-0230 107-0140 108-0209 140" x 88" x 65" 120" x 96" x 102" 243" x 100" x 93" 278" x 100" x 100 46" x 64.7" x 86.5" 3,1081bs. 7,000 lbs. 8,400 lbs. 12,600 lbs 1,6401bs. 108-0225 108-0238 108-0252 108-0260 108-0208 UnitedCoolAir PacSlim-12 12ton No Yes 4,400cfm 230V — 75.5"x34"x67.75" 1,1841bs. 108-0211 'Combination cooling/heating/dehumidifying units with built-in electric heaters: 72 kW heater IZ5-ton modelsl: 108 kW heater �40-ton modell; 200 kW heater �60-ton modelL �MOB-series models are combination heating/cooling/dehumidifying units with 12" supplyand �2� 12" return ducts—weatherproof foroutdoorplacement. SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 AIR CONDITIONERS VERTICAL AIR CONDITIONERS provide 20 ton cooling at 7,000 cfm. These units are ideal for situations where space is limited. They are equipped with quick connect plugs for fast set ups and removals, and equipped with condensate pumps to ensure reliable discharge to a nearby drain. �/ �✓ �� . -� - . � �y I � + � AMERICAN EVENT SERVICES WISPERKOOL2D 20 Ton American Event Services Wisperkool2D 20 ton 7,000 cfm 480V 81" x 44" x 82" I 2,5441bs. 108-0221 HIGH STATIC AIR CONDITIONERS offer a compact design and use R410a refrigerant. Units feature oversized and low noise condensers, high static blowers, and blower VFDs with additional inline starters and speed control. These are industrial-designed units with certified structural cages. � �� Smart SACP12A-HS 12 ton 4,000 cfm 10" wg 2 x 12" Family Smart SACP28A-HS 30 ton 4,000 cfm 8" wg 2 x 20" Family Smart SACP40A-HS 40 ton 6,400 cfm 6.5" wg 2 x 20" Family Smart SACP80A-HS 80 ton 12,800 cfm 6.4" wg 2 x 20" Family Smart SACP80A-HS 80 ton 12,800 cfm 6.4" wg 2 x 20" Family' 'Heat Model. 2x12" 1 x 20" 2 x 20" 4 x 20" 4x20" �� � � I , � SMART FAMILY SACP40A-HS 40 Ton Industrial Air Conditioner 460V,3p 33A 460V,3p 56A 460V,3q 80A 460V,3w 156A 460V,3p 156A ,.��: ��' �� i. ;'�■ h '� � F "i'R. � . -� �'� SMART FAMILY SACP80A-HS 80 Ton Industrial Air Conditioner 33 74" x 70" x 90" 3,720 lbs. 108-0214 47.9 72" x 88" x 98" 4,040 lbs. 108-0238 67.6 78" x 88" x 98" 4,620 lbs. 108-0245 143 130" x 88" x 98" 4,620 lbs. 108-0285 143 130"x88"x95" 4,6201bs. 108-0286 HVAC-ENERGY RECOVERY VENTILATION is based on ambient air and humidity. The energy recovery wheel returns, on average, 75% of the energy from exhausted air back to the structure. � % �.� Smart Family Cooling Products � - ' l � A+ �� ;4 ■ ti' '� I,� * � _ - � '� ! � � .�x, i �. �, r. � CMHX70U 109-9010 20 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� AIR CONDITIONERS �� . ��. �� �- .� � wx i AIRREX AHSC-12 1 Ton � ��, �x AIRREX AHSC-1 S 1.5 Ton . �� � � � �� �_ s � MOBILECOOL MOB 42 3.5 Ton PORTABLE HEAT PUMPS combine both cooling and heating capabilities in a single, self-contained unit. The most common type of portable heat pump uses ambient air to heat a space. All that is required is to simply plug the unit in. � % �✓ Airrex AHSC 12 1 ton 12,000 btu/h — Airrex AHSC-14 1.25ton 13,600btu/h — Airrex AHSC-18 1.5ton 16,800btu/h — MobileCool MOB-42 3.5 ton 42,000 btu/h 5.7 kW Oceanaire 20ACH1211 1 ton 12,000 btu/h — Oceanaire 20ACH1811 1.5ton 16,800btu/h — 'Optionalwarm alrflange is required when using warm airdischarge duct. 272 cfm 440 cfm 424 cfm 1,400 cfm 400 cfm 600 cfm 10"/25' 10"/30' 12 "/50' 20"/25' 12 "/25' 12 "/25' 115V 115V 115V 208V 115V 115V 107-2018 107-2017 107-2019 107-0130 107-2018 107-0114 �� � - �- �.,. . �� �5 � -� w , � � F._, r+ _��� � � . • ��� � � �` _� 9 i � � ..� � " � � 11 11.8 16 26 10.4 14.1 1481bs. 1781bs. 210 lbs. 475 lbs. 1801bs. 2601bs. WE'LL MAKE IT FULL-SERVICE SOLUTIONS It's not enough to merely have the equipment you need. Unlike drop- and-go rental providers, we're in the problem-solving business too. So, no matter what obstacles you face, we'll work to help you find a solution. We do this by leveraging project expertise others can't match. PLANNED AND UNPLANNED NEEDS We specialize in supporting scheduled maintenance projects and emergency situations when vital systems fail. Our Climate Control experts work closely with you to identify the equipment that best fits your unique application, so you're up and running in no time. CLIMATE CONTROL SERVICES It's ourjob to understand the importance of precise temperature control and to deliver engineered solutions. Our dedicated team of sales engineers and technicians provide white-glove delivery, installation, and removal for temporary heating, cooling, dehumidifying, and indoor air quality control rental equipment. SUNBELT, SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 � AIR CONDITIONERS � ��i �� --_ " � y �� —� y 3'�� � �� ; �.� �� �' ' ,_i � �� • � � __� � I ��i� � �.` , � / # , �• � � � *� � � w �'� _ + _ i t., �� �+� _ — �; +! PORTABLE AIR HANDLING UNIT PORTABLE AIR HANDLING UNIT SMART FAMILY SMT-020QLT 50 Ton 120 Ton 20 Ton Low Temp AIR HANDLING UNITS are designed and constructed for ease of operation and mobility as well as the rigors of everyday use. Our units are mounted on a structural steel frame that incorporates tube slots for forklift handling. Our units also include a certified structural lifting/stacking protective cage for optional overhead positioning with an onsite crane for hard-to-reach site setup locations. The units are ready for operation with minimal setup of two 4-foot hose connections and four Camlock power cables. � �� 20 ton AHU Temp Air TAH-20 20 ton 50 ton AHU CAPS PAHH-50TC 50 ton 50 ton AHU Temp Air TAH-50 50 ton 120 ton AHU Smart Family SMT-120Q 120 ton 120 ton AHU CAPS SMT-120Q 120 ton Low Temp Air Handler � �� 3,500 20" 1 6,250 20" 2 12,000 20" 2 15,000 20" 2 15,000 20" 4 4 4 4 6 230/460V 63" x 36" x 76" 460V 107.25" x 83" x 63.25" 460V 115" x 80" x 71" 460V 130" x 88" x 60" 460V 151.5" x 101" x 63.25" COOLING TOWERS are specialized heat exchangers that bring water and air into direct contact with one another in order to lower the temperature of the water being circulated through the enclosed basin. Our units are modular in design and can be used in both direct systems — augmentation process cooling and HVAC cooling tower change-out — and indirect systems for process cooling in industrial applications. Our fleet of cooling towers helps customers reach their cooling goals while using less energy and experiencing less downtime for maintenance. Typical rental applications include retrofit or replacement of an existing tower and emergency and planned maintenance. U �� 1,372 lbs. 109-1020 3,250 lbs. 109-1050 2,600 lbs. 109-1050 3,8001bs. 109-1120 5,200 lbs. 109-1120 '� � � TOWER TECH TTXR-1019XX 1,000 Ton Tower Tech TTXR-1019xx 1,600 gaL 1,000 gpm 2,700 gpm 10 1,000 30' 9" x 12' x 17' 19,162 lbs. 31,6551bs. 109-2000 Tower Tech TTXR-1219xx3 1,920 gal. 1,200 gpm 3,000 gpm 12 1,200 36' 6" x 12' x 17' 22,912 lbs. 37,623 lbs. 109-2001 'Dimensions are approximate and should not be used for construction purposes. �Towerweights may vary due to optional equipment, residualwater from factory testing, rain, etc Weights shown are guidelines onlyand do not indude sump, substructure or other accessories not directly attached to the tower module during shipping.'TTXR-1219xx requires two sumps. `At 95° - 85° - 76°. 22 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �` AIR CONDITIONERS � � ��� . ,���� ��+.'� � _ ,-� � �, � _, - CAPS PCHH-56TD CAPS PCHH-700TD CAPS PCHH-750TD 56 Ton 100 Ton 150 Ton AIR-COOLED CHILLERS offer flexible temporary f�uid cooling solutions using equipment that has been designed and engineered to be self contained systems for Commercial and Industrial air conditioning and process cooling applications. These packages have also been designed and constructed for ease of operation and mobility as well as the rigors of everyday use. Our package is mounted on a structural steel frame that incorporates tube slots for forklift handling. Our package also includes a certified structural lifting/stacking protective cage for optional overhead positioning with an onsite crane for hard to reach site setup locations. � % �.� Smart STAC10D-R 10 ton 24 gpm 2" 460V 29A — 100' 36" 90" x 56" x 66" 1,6001bs. 109-1005 Family CAPS PCHH-56TD 56 ton 140 gpm 4" 460V 153A — 100' Varies 205" x 100" x 77.5" 6,8001bs. 109-1056 CAPS PCHH-70TD 70 ton 200 gpm 4" 460V 181A — 100' 54" 177" x 100" x 102" 8,2001bs. 109-1270 CAPS PCHH-100TD 100 ton 300 gpm 4" 460V 244A — 100' 54" 205" x 100" x 102" 11,000 lbs. 109-1300 CAPS PCHH-150TD 150 tan 500 gpm b" 460V 345A — 100' 54" 255" x 101" x 102" 14,500 lbs. 109-1350 CAPS PCHH-200TD 200 ton 600 gpm 6" 460V 379A Installed 100' 54" 292" x 100" x 102" 20,000 lbs. 109-1520 AES YCIV-230T 230 ton 800 gpm 6" 460V 450A Installed 100' 54" 326" x 103" x 106" 21,000 lbs. 109-1523 CAPS PCHH-417TD' 400 ton 1,200 gpm b" 460V 752A Installed 100' — 636" x 103" x 158" 48,000 lbs. 109-1560 AES YCIU-440T 400 ton 1,250 gpm b" 460V 800A Installed 100' — 573" x 90" x 91" 28,3641bs. 109-1560 '400 ton chiller is complete with air-ride trailer. �FPCC: Fork pockets center to center. Please check fork pocket sizes. Most are 4" x 10" or b" x 10" depending on modeL 400 ton chillers are traller mounted with 8 lifting eyes. Low Temp Chillers �� �� CAPS PCHLT-100TC 100 ton CAPS PCHLT-150TC 150ton CAPS PCHLT-200TC 200ton CAPS YCIV440T 400ton 300 gpm 4 500 gpm 6 600 gpm b 1,200 gpm 6 460V 460V 460V 460V 244A 345A 379A 784A 100' 100' 100' 100' 51 gal. 66 gal. 110 gal. 318 gal. 205" x 102" x 102" 250" x 102" x 102" 295" x 101" x 102" 531 " x 101 " x 102" 11,000 lbs. 109-1301 14,500 lbs. 109-1351 20,000 lbs. 109-1521 35,000 lbs. 109-1561 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 �, � � � � /� � � � A'= . = ^ � 4� � I.� _ ,I� � _ , '�4'_ .T .�� d ,� � � �� ' �. . � �I. . �� � ��{ • �y-.. j � �, � � � - ' �_ .-� �, �, � � � . � � �� - • �' _� .� . � ! � � � .� � � 1 � 5 � 1 � �5 �+h � i i � ti i � * ' �* J4 i �., , � �r � +/ + � a �� _ _+, " • # i � . � � + ' . � � � • � • � • � t * u � � � � �`# �� � '� �l � # r ' � �� a � � � " :, ti �!'`�� +�.�..-1.���� '"�"'3�� � .. � 0 � �y r . 4'�' ����`�� � F . 7 '.� r� r � � � � ,����� _.� �x .��� r�� � .:��.I� LJ .� R � - For more � ,. _ � information, � �� �� �o variety of air tools that can help you tackle a wide array of projects in your home or in your business. Air Backfill Tampers Air Impact Wrenches Air Nailers & Staplers Air Post Drivers Chipping Hammers Industrial Air Tools Paving Breakers Rivet Busters Rock Drills � suNSE�T� RENTALS @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ AIR TOOLS � �` � � ��� STANLEY-BOSTITCH N62FN Angled Finish Nailer �r T> S: , } T � R �. _� � .� ���-� � DEWALT DWFP77977 Finish Nailer Y�1d*�4�+ �. . � � , ;5 � STANLEY-BOSTITCH BTFP72756 Finish Nailer � � 4 - I: / � � .�� �� 4 STANLEY-BOSTITCH RN46-1 Coil Roofing Nailer .� J � �. � � DEWALT DWF83PL STANLEY-BOSTITCH M111872CNCT STANLEY-BOSTITCH 45052-1 DEWALT DWFP72233 Framing Nailer Industrial Concrete Nailer Jam-Free Lathing Stapler Finish Nailer �' i �� ��,� POWERNAIL 445L5 T&G Mallet-Actuated Floor Nailer POWERNAIL 50P STANLEY-BOSTITCH MIIIFS Mallet-Actuated Floor Stapler Mallet-Actuated Roor Nailer AIR NAILERS & STAPLERS are ideal for performing many specialized construction applications utilizing coiled or stick-type fasteners. Air-powered nailers and staplers are powered by a 90-100 psi compressed air source. A full line of coiled and stick-type fasteners are available. n �% �� � � Stanley-Bostitch N62FN Angled Finish Nailer 1-1/2"-2-1/2" finish nails 130 4lbs. 002-0160 DeWalt DWFP71917 Finish Nailer 1-1/4"-2-1/2" 100 4lbs. 002-0160 Stanley-Bostitch BTFP72156 Finish Nailer 1-1/4"-2-1/2" 129 4lbs. 002-0160 Stanley-Bostitch RN46-1 Coil Roofinq Nailer 3/4"-1-3/4" roofing nails 120 5lbs. 002-0150 DeWalt DWF83PL Framing Nailer 2"-3-1/4" 50 8lbs. 002-0155 Stanley-Bostitch M111812CNCT IndustrialConcreteNailer 9/16"-2-1/2"T-nails 66 7lbs. 002-0190 Stanley-Bostitch 45052-1 Jam-free Lathing Stapler 1/2"-2" 16 ga. Staples 160 5 lbs. 002-0168 Stanley-Bostitch LHF97125-2 Laminated FloorStapler 1" 20 ga. Staples 100 3lbs. 002-0168 DeWalt DWFP12233 Finish Nailer 5/8"-2-1/8" 100 3lbs. 002-0175 Powernail 445LST&G Mallet-Actuated Roor Nailer 1-1/2"-2" 16 ga. Powercleat nails 100 11 lbs. 002-0180 Powernail 200 T&G Mallet-Actuated Floor Nailer 1"-2" 20 ga. E-Powercleat nails 100 9lbs. 002-0180 Powernail 50P' Mallet-Actuated Floor Nailer 1"-1-3/4" 18 ga. Powercleat nails 100 101bs. 002-0180 Powernail 445FS Mallet-Actuated FloorStapler 1-1/T'-2" 15.5 ga. PowerStaples 100 11 lbs. 002-0168 Stanley-Bostitch MIIIFS Mallet-Actuated RoorStapler 1-1/2"-2" 15.5 ga. Staples 92 11 lbs. 002-0168 'Powernail50P is designed for3/8"-5/S" floors induding engineered, bam600 and exotic hardwoods. 30 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� x �ia\Yr� .1a ~ �r 4 . � _".7 . _ .�. * � - � ry 4�1� � I � �+ � . - — -- �+��. . �� �� � � ! _ J �i � { -, , t .i � �I'I �f � 'f :� ��. .� I �t�� �� ��� � � . :, "f ���r�.� - � 1� � ,�� �;r h�¢� r•.,��� �r � • •- _ � ..�. ' I y �� . + % � �' yr� 5 � � I J ' I . � ��y� . � . �� � ' � _ — ' — �, r � — . # �=1��i1 I .'cti� I'.. I I y� _ ti - .�.__,�f� '���� � r-� F �.: � . � . . .'3aK; r . °� ., ��t ' . 1�" � I .i l�� N}�, ¢ � �� i, �, r =' r 4aryk� � y � +I }� " - ��I +h �= . L � 'I F + � 51 � ' �,n ' � '�~ _ #� � +i � �. , ' '�`k�, '4 � i' C3 � � i � ^,� '� �!'�ti; V��k�.�x; � k' r�rf.. � . �.� f , � � � ti � � � �' , y ��ti k5 � 5 I' � ; � _ _ ' i� . +� �i � V 55� 4 r � . I. 5 - I 'i? :� . jf' ' � ���� �y' I yt � ` _ —_ . ,{ � S,� . "� � �� ' - ,'— n �� � 1+ � A r� � �� �� � . . � f � . � - + � . i ~ �'. _� � t � �fi ,� . . � � ;•� - ' _�' � 1' -. x. � -� . � �_.� L�J �i � LJ . +y���5 For more � "� � n information, + _scan code or �■ - - visitsbr.com •'+ BACKHOELOADERS COMPACT BACKHOE LOADERS are ideal for performing a variety of landscaping, spreading, digging and loading operations in places inaccessible by larger machines. Units are also rugged and powerful enough to perform more demanding applications such as septic tank and utility line installations. ��.�v Kubota Kubota � � r,' 'I � �� �� � �� - � �� �, � ..�.: � � �� � � r. # *� KUBOTA B26 1,301 lbs. Backhoe Lift Capacity 99"x45"x86.2" 1,5701bs. 053-0055 149" x 54" x 89.5" 4,001 lbs. 053-0120 _ - �* 3 ` N t �� ' �5 , .�� � JOHN DEERE 410L JOHN DEERE 370KEP JCB 3CX-14 10,645 lbs. Backhoe Lift Capacity 1,700 lbs. Backhoe Lift Capacity 745 lbs. Backhoe Lift Capacity BACKHOE LOADERS provide outstanding versatility, performing a variety of digging, loading and utility applications. 2wd, 4wd and 4wd extendable dipper models are available, including both canopy and enclosed cab versions for most models. v JCB 3G14 2wd 74 14' 4" 2,970 lbs. 8' 10" 6,750 lbs. 23' x 88" x 11' 2" 13,222 lbs. 053-0210 John Deere 310L 2wd 70 14' 3" 4,446 lbs. 8' 10" 5,800 lbs. 23' x 86" x 11' 3" 12,800 lbs. 053-0210 JCB 3CX-144wd Canopy 74 14' 7" 4,099 lbs. 9' 0" 7,6701bs. 24' x 92" x 11' 3" 15,439 lbs. 053-0230 John Deere 310KEP 4wd Canopy 70 14' 2" 4,420 lbs. 8' 10" 6,600 lbs. 23' x 86" x 10' 11" 14,283 lbs. 053-0230 JCB 3G144wd Extradig Canopy 74 14' 7"/18' 3,450/1,7451bs. 8' 10" 6,7501bs. 23' x 88" x 11' 2" 14,2521bs. 053-0240 JCB 3CX-144wd Extradig Canopy 74 14' 7"/18' 6" 3,867/2,691 lbs. 9' 0" 7,6701bs. 24' x 92" x 11' 7" 16,4371bs. 053-0240 John Deere 310KEP 4wd Extended Canopy 70 14' 4"/17' 10" 4,050/2,723 lbs. 8' 10" 6,6001bs. 23' x 86" x 11' 1" 14,7231bs. 053-0240 John Deere 410L 116 15' 9" 10,6451bs. 11' 4" 7,211 lbs. 24' 5" x 95" x 11' 4" 17,7861bs. 053-0245 JCB 3C-144wd Cab 74 14' 4" 2,9701bs. 8' 10" 6,750 lbs. 23' x 88" x 11' 2" 13,992 lbs. 053-0310 JCB 3CX-144wd Cab 74 14' 7" 4,0991bs. 9' 0" 7,6701bs. 24' x 92" x 11' 3" 15,979 lbs. 053-0310 John Deere 310KEP 4wd Cab 70 14' 2" 4,420 lbs. 8' 10" 6,b001bs. 23' x 86" x 10' 11" 14,863 lbs. 053-0310 JCB 3C-144wd Extradig Cab 74 14' 7"/18' 3,450/1,7451bs. 8' 10" 6,7501bs. 23' x 88" x 11' 2" 14,6921bs. 053-0320 JCB 3CX-144wd Extradig Cab 74 14' 7"/18' 6" 3,867/2,691 lbs. 9' 0" 7,6701bs. 24' x 92" x 11' 7" 16,9771bs. 053-0320 John Deere 310KEP 4wd Extended Cab 70 14' 4"/17' 10" 4,050/2,723 lbs. 8' 10" 6,600 lbs. 23' x 86" x 11' 1" 15,3031bs. 053-0320 'Lrft capacities shown reflect 8' a6ove ground ratings. Dual ratings for extenda6le dipper models reflect retracted/extended dipper modes. Units equipped with 4-in-1 buckets may 6e available m certain markets. BX23 Kubota 21.6 Hp 6' 1" 71" 7391bs. 1,7001bs B26 Kubota 24 HP 8' 4" 94.5" 1,301 lbs. 7451bs. 32 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� ■ _ i'� � �� �� � ���� � � _� r— _ � r x , � ti� `.ti ��� � ` � - L � k � r * � 'r� � � - 4�`'e �� 1 .iy�• r �� � � � � � �� � V '� h 1+ -�' . � � t� 4 � � I� i � �� f . 1 . � � � �'� ; y1.,4 k" � ��� � � ��' 4� � ti , � � �.._ � � �� . � � � {' � �y� S i w � = w �� -� ' '� ' � �� . t �� f � � i �{ + � �a` ` �+h_ � "* ` 14 � 7� f � •_ � .i i �r . ��'' � � + ' �i � � r }� ` ��'' �+��� �;� -� �'u5 � � ��� �'�. . _ .� � _ yF'f4h�.' ' � � � � .{ # L � F 1��4_ `'_. 5 � . ��� � } — � � � • Y � � � r r�� � ,�� � � .. + � � �� �. � �! '1 A . + * ,.� 4� tl .� �, � h 5 �� . y�� *-' � � . . �=���� �� "�� '�� _ . ' ..�f�;-.t. F * 'i, ,F 3� � �� ' J . � • 1 r �' }� �� � � ` � f +{ T�f f��'�krV ' ��'��i�� +� �'1� �.r������� r. � �h .� '��.t�.4 y'��a�' '� ` � � F � � � �►' � � ' . .r f� �,i �, .,+ ,�.��:� ; :� , { , r ��� ; ���� ��-. a�. ; �' ,'. , � .�� � ff� �'} '� � '_3:�x, ''�'t _ ��������� �� .'� �' � # 5 � � '�-��;; � �': ���,}� wF'� �, . ..r . . ; � . . �� � t� � ` M t� '� ,;�.?� � � ��. �' �. �' { ,� fr� `■ . t + ` � +�' r . : i• - /i F +I iw i � � �I 1' �_ +]�� � � � � F ! 4 i � � f"� �5� {.� � � li� . � i . # � � ' �J+�� � � .'k�� � %� ,; � � � . � � , �' • � � # `i� � �� � �1k '' � :�`.y� F � ' �', - ° ". �.� �� �=�' ��'�# �'� i �� � }�� f'".� �} - r• �y. t� � }� "� - �• � �� y �. % � ` . � ���X �� �� �+�''.�. . . _ �- �' ��i• 5 � .� .��y 1. ��l�' � � ♦ , # �. � #`�'' T F +�� ' ��r*'�+ � F + � � � �� �� � � i h . } �*.� k �' .. ,w. + '.+�,J� �� * -�: 's � � r T �+ .. '-.��,�. A! ,,°��'4�.4�i� �� 'y �f �.."4T1 � �' �� � .� ����r • � �; ..-*� � i -.w+� � ,� '�� .-�* ' . � �'I }� ��. �� . � , ��:� . ����� � ;�-- � i � � � i .i � - �4 � 1. �� � � i s s � 7 � � �.� •���r� r * � 4 � y.':� � � .. �_ _ .� - 'i :. t .s _ � � k -' . _ { , _ � � ri c ` - � � �� , � i. �� � �' � # � � + � ., � � � � � _s .s� �� � � � � r a- — \ i 0 � E� '� . � �a �-. . t ti . � . f ' . �,�r�`� F �.� �� ►� � � . ;� �1 � , . � � ��. � � � - � � r� s 1 � =. e � f :a . � �� � � � � �� � '-� . � � rf . �; ��r. . r ., . make your projects safer and easier for you to handle. Let us be your hookup for all your hoist and winching needs. Air Chain Hoists Air Winches Beam Clamps Beam Trolleys Electric Chain Hoists Electric Winches Lever Hoists Manual Chain Hoists � suNSE�T� RENTALS CHAIN HOISTS & AIR WINCHES MANUAL CHAIN HOISTS feature rugged steel construction and hook suspension mounting for safe, dependable lifting of light to medium loads. � Harrington Hoist CF010-10 Harrington Hoist CF010-20 Harrington Hoist CF010-30 Harrington Hoist CF010-50 Harrington Hoist CF015-10 Harrington Hoist CF015-20 Harrington Hoist CF015-30 Harrington Hoist CF020-20 Harrington Hoist CF020-30 Harrington Hoist CF020-50 Harrington Hoist CF030-10 Harrington Hoist CF030-15 Harrington Hoist CF030 20 Harrington Hoist CF030-30 Harrington Hoist CF050-10 Harrington Hoist CF050-20 Harrington Hoist CF050-30 Harrington Hoist CF050-50 Harrington Hoist CF100-10 Harrington Hoist CF100-20 Harrington Hoist I CF100-30 Harrington Hoist CF100-50 Harrington Hoist CF150-20 Harrington Hoist CF150-30 Harrington Hoist CF300-30 Coffing LMHA50000 Note: Load limiters are available for rent. 1 ton 1 ton 1 ton 1 ton 1-1/2 ton 1-1/2 ton 1-1/2 ton 2 ton 2 ton 2 ton 3 ton 3 ton 3 ton 3 ton 5 ton 5 ton 5 ton 5 ton 10 ton 10 ton 10 ton 10 ton 15ton 15ton 30ton 25 ton 10' 20' 30' 50' 10' 20' 30' 20' 30' 50' 10' 15' 20' 30' 10' 20' 30' 50' 10' 20' 30' 50' 20' 30' 30' 30' 25 lbs. 30 lbs. 361bs. 52 lbs. 48 lbs. 48 lbs. 48 lbs. 60 lbs. 70 lbs. 95 lbs. 661bs. 89 lbs. 105 lbs. 105 lbs. 77 lbs. 1061bs. 128 lbs. 179 lbs. 158 lbs. 2251bs. 2631bs. 368 lbs. 4191bs. 4991bs. 870 lbs. 680 lbs. � ��.►: . .,.,. . ., , � HARRINGTON HOIST CF010-70 1 Ton Capacity 081-0210 081-0215 081-0220 081-0225 081-0226 081-0227 081-0228 081-0235 081-0240 081-0245 081-0250 081-0255 081-0255 081-0260 081-0270 081-0275 081-0280 081-0285 081-0290 081-0295 081-0300 081-0310 081-0320 081-0325 081-0355 081-0355 36 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� @ @ @ @ @ @ CHAIN HOISTS & AIR WINCHES BEAM TROLLEYS provide a convenient means to suspend chain hoists from an overhead beam and provide horizontal travel. Both manual (push-type) and geared trolleys are available in a variety of capacities for both manual and powered hoists up to 20-ton capacity. v Harrington Hoist PTF2010 Push Harrington Hoist PTF2020' Push Harrington Hoist PTF2030 Push Harrington Hoist PTF2050' Push Harrington Hoist PTF100 Push Ingersoll-Rand SG100 Geared Ingersoll-Rand SG200 Geared 'Wide beam extension kits are available for these models. 1 ton 2 ton 3 ton 5ton 10 ton 10 ton 20ton 2.5"-8.0" 3.5"-8.0" 3.9"-8.0" 4.5"-8.0" 4.9"-12.0" 4.9"-12.0" 5.4"-12.0" 4.3" 4.9.. 6.2" 6.9" 8.3'. 8.3'. 10.3" 42" 48" 48" 60" 96" 96" 120 � ��� :� � � 4�fI� � i ��� HARRINGTON HOIST PTF2070 1 Ton Capacity 23 lbs. 39 lbs. bOlbs. 93 lbs. 1571bs. 1651bs. 3791bs. 081-0610 081-0620 081-0630 081-0640 081-0650 081-0680 081-0690 �� 7. *1 • .� LEVER HOISTS are suitable for a variety of industrial lifting, pulling and positioning � applications. They feature a rugged, compact design and require minimum effort to handle � heavy loads. Forged steel alloy load hooks have wide throat openings with slip-resistant barbed � tips to better retain slings. 5-foot, 10-foot and 20-foot lift chains are available. � =` , HARRINGTON HOIST LB075-10 v 1-1/2 Ton Capacity �i ColumbusMcKinnon � 640-5 � 3/4ton � 5' � 161bs. 081-0040 HarringtonHoist LB008-10 3/4ton 10' 141bs. 081-0045 HarringtonHoist LB008-20 3/4ton 20' 181bs. 081-0050 HarringtonHoist LB015-10 1-1/2ton 10' 241bs. 081-0075 HarringtonHoist LB015-20 1-1/2ton 20' 301bs. 081-0080 HarringtonHoist LB030-5 3ton 5' 351bs. 081-0085 HarringtonHoist LB030-10 3ton 10' 401bs. 081-0090 HarringtonHoist LB030-20 3ton 20' 451bs. 081-0095 HarringtonHoist LBO60-10 bton 10' 771bs. 081-0105 HarringtonHoist LB060-20 bton 20' 991bs. 081-0110 Note: Load limiters are available for rent. ELECTRIC WINCHES are ideal for easy efforts in heavy-duty lifting and pulling and designed for intermittent use only. Applications include heavy-duty lifting, construction, heavy industrial, utilities, lifting motors and heavy apparatus, moving equipment, instal�ation of elevator equipment, and are ideal for in-plant use. v M Y-T E M Y-T E 100AB 1,OOOlbs. 2,OOOlbs AC36B 3,OOOlbs. b,0001bs MY-TE 100AB 1,0001bs. Single-line 2,000 lbs. Double-line i 115V 6-14amps 208V b-14amps ��. �. MY-TE AC36B 3,000 lbs. Sinqle-line 6,000 lbs. Double-line 761bs. 082-0470 1321bs. 082-0475 38 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� CHAIN HOISTS & AIR WINCHES � � E � � - ,..,� � INGERSOLL-RAND BU7A�-E 1,000 lbs. � .. a � � ����}_ /�_, - ^ . : ' F �, ` � THERN TA2-24MX1 4,000 lbs. w � , ;� � - � �. � i J INGERSOLL-RANDFA5A-LMX7H� 10,000 lbs. AIR WINCHES are ideal for lifting, pulling and tensioning of materials. Applications include construction, heavy industrial, utilities, shipbuilding and petrochemical. v Ingersoll-Rand BU7AQ-E 1,OOOlbs. Ingersoll-Rand EULQ-S 2,OOOlbs. Ingersoll-Rand FA2B-LMX1HQ-S 4,OOOlbs. Thern TA2-24MX1 4,OOOlbs. Ingersoll-Rand FA5A-LMX1HQ 10,OOOlbs. Thern TA7-30AX1 10,OOOlbs. SAN-EI W05AA3SACMB 1,OOOlbs. SAN-EI W10220LACMB 2,2001bs. SAN-EI W20220LAABGF 4,4001bs. SAN-EI W3036LAABGF 6,6001bs. SAN-EI W5036LACMB 11,OOOlbs. SAN-EI W5036LAA6 11,OOOlbs. 'Capacity is based on mid-layer lift capacity rating. Performance Ratings Manual Band 4.5" Manual Band 12.9" ManualBand ManualBand ManualBand Auto Band ManualBand ManualBand Auto Band Auto Band ManualBand Auto Band 20.0" 24.0" 27.0" 30.0" 4.49" 14.02" 14.02" 18.90" 23.62" 23.62" 1.6 4.4 16 7.1 25.0 14.4 2.35 9.72 9.72 16.31 16.31 16.31 50 cfm - 90 psi 100 cfm - 90 psi 375 cfm - 90 psi 250 cfm - 90 psi 600 cfm - 90 psi 550 cfm - 90 psi 71 cfm - 90 psi 191 cfm-90psi 191 cfm - 90 psi 318 cfm - 90 psi 318 cfm - 90 psi 318 cfm - 90 psi 3/4" 3/4" 1-1/4" 1" 1-1/4" 1-1/2" 3/4" 1" 1" 1-1/4" 1-1/4" 1-1/4" 75 lbs. 440 lbs. 738 lbs. 1,000 lbs. 1,1761bs. 3,620 lbs. 97 lbs. 608 lbs. 654 lbs. 1,035 lbs. 1,8901bs. 1.9231bs. 082-0100 082-0200 082-0300 082-0300 082-0400 082-0450 082-0100 082-0200 082-0300 082-0350 082-0400 082-0400 BU7AQ-E 1,2001bs./36fpm 1,OOOlbs./43fpm 1,OOOlbs./39fpm 1,5001bs./26fpm 1,2001bs./34fpm 1,OOOlbs./39fpm EULQ-5 2,1001bs./62fpm 2,OOOlbs./b8fpm 2,OOOlbs./64fpm 3,OOOlbs./45fpm 2,b001bs./49fpm 2,OOOlbs./64fpm FA2B-LMX1HQ-E 5,OOOlbs./79fpm 4,OOOlbs./96fpm 3,2001bs./122fpm 5,1001bs./76fpm 4,OOOlbs./96fpm 3,2001bs./122fpm FA2.5A-WFS/01085 7,OOOlbs./97fpm 5,8001bs./117fpm 5,OOOlbs./132fpm 8,OOOlbs./79fpm b,b00lbs./42fpm 5,3001bs./119fpm FA5A(bothmodels) 11,4001bs./50fpm 10,OOOlbs./32fpm 8,OOOlbs./43fpm 13,1001bs./26fpm 10,OOOlbs./32fpm 8,OOOlbs./43fpm 'Lift capacity ratings are based on ANSI/ASME B30.16 allowable line pulls. 15:1 design factorl �Line pull ratings are based on AN51/ASME B30.7 allowable line pulls. (3.5:1 design fadorl Drum Wire Rope Capacities Ingersoll-Rand BU7AQ-E 228' 132' — — — — I— Ingersoll-Rand EULQ-S — 946' 619' I 465' — — I— Ingersoll-Rand FA2B-LMX1HQ-S — — 1,758' 1,371' 1,068' 625' — Ingersoll-Rand TA2-24MX1 — — 1,758' 1,371' 1,068' 625' — Thern FA5A-LMX1HQ — — — — — 1,802' 1,355' SAN-EI W05AA35ACMB 195' 145' — — — — — SAN-EI W10220LACMB — — 1,340' 950' 750' — — SAN-EI W20220LAABGF — — — 950' 750' — — SAN-EI W3036LAABGF — — — — — 1,050' — SAN-EI W5036LACMB — — — — — — 1,000' SAN-EI W5036LAAB — — — — — — — Note: Wire rope must be purchased separately from winches. Either b x 19 or b x 37 Extra Improved Plow Steel �EIPS� with independent wire rope core (I W RCj is recommended. 1,300' SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 # 1 `��"— ��: — 5�� �� ����I� � � - ��J� •�p. � x •,� {.i� '.�wa � �-�-,�', ��,��� ';�. � � _ ` ' r��.��"��_ �'�'� ���� �T.': � � , -,�� � + ��.f:� � � ',�". �,�� - 4,��? .�f .�yr,p�,T���T � 5 L~+ � f r �' - wrY]�tiy,;rrl�+ � - �,�,�:. .- . }, r�: �� .�,���. � 4yy�f.�1�'� �i�� �1.' `- _�.'�.�"��� rr � ' ' � � � :_ � w -, k. F .� � I � . � f � � l��� � . �� �,'--' ' f 'tl•r l +�+ � ,+�„ � f •*' - � � �, .. ._- -�, .. . � :�. � +�,� -k.` , �,- � , J •'��°�- ,'� � F..�x�- , s � `-��'•�•:� �� . - _-�•�.-� �. � _4 � �_ *� , . �' � . M �.:-`:� ; , ' , r . . .. � � �5��" ,�. Y � ��{(:'_ - :'�{ �`� �'1�4,�y7'i�, �� �-- ` _ 3n_, �.}'i�' �y`.M1.i. ''����� r b:' ri. � ^+� } `��%.. '.? _ 'r �,{- ' , . - - _,. - _ .y6�.5�R--. � ' . .. �-� � . . - , . . �-J�', � � 'T, ,�.. . , V!�'��• �+¢~� . 4 ' ' .'r ��. . + � , ' . � ��l.��r'• . . . . � s_'' " � il�:.' , ' - `.k�.�'�, - . � . r4� 1 ' Y 'f '.y � ' � - _ ' - r � _, �t�•"__ . _ �J•Y �. } _Y%� �.}'� ' ;�1y ... � . . s M1 _ * ����h� ' �� � �:��?-}' x . ' ., • , }fl+ '�.:�+ . _ -� , � � . -��A� "�'� ���r . • __r'�.'.�' .y � T , .. r�} . -*� . � _ _.. _�. _'7� -� � . . . _ "{i : K • - . ' - i � � . . .4•�',�q:i,. - {�. ��.t � _- - - ' _ ' � . - i� ' �� �.44. . ;� _ ' i::� . .''5 -{s-�?� -`+rh��` � '. ' - , ' � 'k14i. V'' + . . �.' :iF. � ' �`� `� ' '������ . ' . . � ' � ''S _ �;+.4 : '} , J� _; �.�•�"ef�����a���;' � f �' !i � . , � k; ' _ ��3*,.: s .'+ ^ � _'Y �'�.-. : ; ''y 'r Y `4��, .t�.:r; . . ' , J . . � �r;.F. {�� .!��� . ,��r _ ,, .. - .:''�F�._�'� -;�.,�:. -\•. {'� _ .�:' : ' ' . . ' • ':{r�.' �j" "�'^�e - -. _ yJ.:��.ce�.�'� � •.�J `,?' 'o-' ' � . - '� , ,` � •� � 'l � i- `zF _ - `+..f; ` � � . . ��ii :r, yF*,�.rt�k�k .:��� � ' � �'_ J_.�� , .r r f ^ 'r _ , .'. .�;� . . � . . t 1 * - - ` �'4 � + . . . �,', � . .� � , � �,l � .. . . . . Y� ' �,•i �,` '�i -�'�. 4 � ti . � 1G , - . ' . .� k r � ~�' ' � � � `� � ' t _K • _ y'I.F �� r:��� t� , . � �.� : r'r f . ��� y. ' ' �•�}' ' i` ' - # '-� . r`' t �!t..�.' S• 'i.�• , . • . . : ' �'" '�.,��.�.t ��'_� * � . • - :�. rl'.:' �r y ' Iti �. � ': 4•tr�� � �'J � ` � y�)75 .i� � f_ ��~t tw� �ri-�nr �+• Tl �� . '. f fr.f �+'i'.�. ��rr.�rY� ' J�_ # +���r.5� y ��'�}~��.,.M/.�•• �'R� � • h' _.� yr+� r . '� ' . .� . .�4}�. 5. 4�1• r�'�� �'� !. . . y ' . '� �!� . � ' ''r 5"'� _� _ . :�y 'f '� I + ..~+'S rvf' � ' L'� ' �r a�' r��t' ��' ' ' �*- , .y ' ' �[, •�R .'< � h a' ' �'�. � ' � '�i+ ' .�,5�.�'��' V y �'+Y �S':;. . �� ��.� �J:.{' i'. tiJtY.�'�ti �!�' , ' . - . .4�.� � ..F4.;: . . �'.i�' +{: r � �''i 'f � y '�� r � 'ti :5 �".�i�:�'. r� .. � t ,.� . �F= J' � .��'` � . � . � ..lr =�'i � . . �. ,,. i . �L � , '*' � ��h,._+�'K��_ . r 4 � �h�� �� � Ilul�!11�111111' 4i% � � i i - ���i . � ... :'� - - �'�! " � ' �� }� �" . �� �.� �4a . �* � �#i �� � • �� ���� �� .� . � �� '�� '� `�#� � +"�� .��. - - _ �w � � �� � ���� �� �; �' � . � � .a � • R �� �� � �J " � •� 1f } � �� � �� - �� �� � �,�-�'� �� � � � _ � ` �� ��- � � y � # ' �� ;� ��t � ��� _ ��uirr�tn � � .��.��. _ # �� �. _ ,r.� � F . . ����� G r� .��_ , � � �" , �� � � � �'�`,��� � � - ��� ;;. %�� + � �un°�r � ui , �. � ���� . � ��.. � � � � . -+_� � , : -- a ' -• �.-� � � �„�� � �... , AITIf=70 �,.��� '�a� � � �� ��-�•��� ; � _ _ -�._ - . � � � , - * .- �� � F � � I�'� 1• 4:.' - ."�. �� { � For more ,,; information, �, scan code or �� visit sbr.com . �, - — y- � -�1'�� = = - - — � � __•..� _ . COMPACTION EQUIPMENT _ .J _a4J�� _ �* ��' p 6v�� e�.4; .� � �� ; � ' . � � � � � � MULTIQUIP MTX70HD WACKER NEUSON BS 50-2 WACKER NEUSON BS 60-45 4-cycle Gas 165 lbs. 2-cycle Gas 129 lbs. 4-cycle Gas 156 lbs. JUMPING JACK TAMPERS/RAMMERS are designed for confined area compaction of cohesive and mixed soils in construction, utility and municipal applications. Several sizes are available with 2-cycle gas, 4-cycle gas, diesel and electric power options. �U�� � Multiquip MTR40HF 4-cycle Gas 1,2151bs. 2.4 6" x 11" Wacker Neuson BS 50-2 2-cyde Gas 2,695 lbs. 2.2 10" x 13" Wacker Neuson BS 50-2i' 2-cyde Gas 2,6951bs. 2.2 11"x 13" Multiquip MTX70HD 4-cycle Gas 3,3501bs. 3.1 11"x 13" Multiquip MTX60HD 4-cycle Gas 3,0601bs. 2.8 10" x 13" Wacker Neuson BS 60-2i' 2-cycle Gas 3,025 lbs. 2.4 11" x 13" Wacker Neuson BS 60-4s 4-cyde Gas 2,975 lbs. 3.2 11" x 13" WackerNeuson B570-2i' 2-cydeGas 3,3751bs. 2.7 11"x13" Wacker Neuson BS 70-2im' 2-cycle Gas 3,3751bs. 2.7 13" x 13" Multiquip MTX80SD 4-cycle Gas 3,5101bs. 3.4 11"x 13" 'These 2-cyde gas models feature an oil-injedion system that automatically mixes the oil and gasoline. ONE-WAY PLATE VIBRATORY COMPACTORS are designed for compacting both granular soils and hot/cold aspha�t in confined space applications such as patio construction. �U�� � Multiquip Wacker Neuson Multiquip Wacker Neuson Wacker Neuson Wacker Neuson Multiquip MVC-64VHW VP1135AW MVC 90H WP1540AW WP1550W WP1550AW MVC-88VGHW 2,275 lbs. 2,470 lbs. 3,350 lbs. 3,375 lbs. 3,375 lbs. 3,375 lbs. 3,450 lbs. 21"x 14" 21"x 14" 22" x 20 23" x 16" 23" x 20" 23" x 20" 22" x 20" 695 715 700 690 695 700 680 650 650 678 � �. MULTI�UIP MVC-64VHW 1571bs.Gas Honda 4.0 hp Gas Honda 4.0 hp Gas Honda 5.5 hp Gas Honda 5.5 hp Gas Honda 6.0 hp Gas Honda 5.5 hp Gas Honda 5.5 hp Gas 9 qt. 8 qt. 4 qt. 11 qt. 11 qt. 11 qt. 12 qt. 5,600vpm 5,800 vpm 5,800 vpm 6,000 vpm 6,000 vpm 6,000 vpm 5,800 vpm 44" 37" 37" 39" 39" 38" 38" 38" 38" 39" 101 lbs. 1291bs. 131 lbs. 1651bs. 141 lbs. 145 lbs. 1561bs. 1641bs. 1641bs. 183 lbs. 064-0110 064-0110 064-0110 064-0120 064-0120 064-0120 064-0120 064-0130 064-0130 064-0130 r '�Y � � =�.'��= . � � WACKER NEUSON WP7550AW 190 lbs. Gas 0-82 fpm 0-85 fpm 0 82fpm 0-85 fpm 0-114 fpm 0-100 fpm 0-72 fpm 157 lbs. 142 lbs. 1941bs. 1901bs. 1941bs. 1901bs. 064-0210 064-0210 064-0220 064-0220 064-0220 064-0220 218 lbs. 064-0220 42 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� COMPACTION EQUIPMENT . ��� . _ ,� .� ' : `;��,�"� � � . . -� � _ � ., ., ._ ,� �� . �` � � _«��, �. �� � WACKER NEUSON DPU65655HE WACKER NEUSON BPU3050A MULTI�UIP MVH-406DSZ 1,0491bs. Diesel Reversible 3661bs. Gas Reversible 9021bs. Diesel Reversible REVERSIBLE VIBRATORY PLATE COMPACTORS feature variable forward and reverse operation, ideal for compaction applications in trenches and backfilling along foundations. Machines can also be operated stationary for "spot" compaction. �U�� � Multiquip Wacker Neuson Multiquip Wacker Neuson Multiquip Multiquip Wacker Neuson Wacker Neuson Wacker Neuson Multiquip MVH-150VGH BPU3050A MVH-206GH DPU4045A MVH-306GH MVH-406DSZ BPU5545A DPU5545HE DPU65655HE MVH-502DSB2 6,620 lbs. 6,750 lbs. 7,870 lbs. 8,9921bs. 10,125 lbs. 12,400 lbs. 12,3651bs. 12,365 lbs. 14,6131bs. 14,000 lbs. 26" x 17" 29" x 20" 28" x 20" 35" x 24" 34" x 24" 35" x 28" 35" x 24" 35" x 24" 35" x 28" 35" x 28" 35" x 18" 34" x 18" 35" x 20" 35" x 18" 35" x 18" 35" x 22" 35" x 22" ELECTRIC PLATE VIBRATORY COMPACTORS are a great alternative to traditional gas powered units. These are designed for compacting both granular soils and hot/cold asphalt in confined space applications. Packer Brothers I PB137-E 2,200 lbs. 12" x 18" Packer Brothers PB184-E 3,3001bs. 17" x 24" Wacker Neuson AP1850E 4,046 lbs. 15' x 20" Honda 6.5 hp Gas Honda 9.0 hp Gas Honda 7.1 hp Gas Honda 8.0 hp Gas Honda 9.0 hp Gas Hatz 9.7 hp Diesel Honda 13.0 hp Gas Hatz 9.4 hp Diesel Hatz 12.9 hp Diesel Hatz 14.0 hp Diesel 5,600 vpm 5,400 vpm 5,200 vpm 4,140 vpm 3,600 vpm 4,600 vpm 4,140 vpm 4,140 vpm 4,150 vpm 4,200 vpm �. . PACKER BROTHERS PB784-E 4,200 vpm 110V Lesson electric motor 5,900 vpm 1.5 hp Lesson motor 110V 4,200 vpm 51VLi-ionbattery 5,880vpm 0-75 fpm 0-69 fpm 0-75 fpm 0-79 fpm 0-75 fpm 0-75 fpm 0 89 fpm 0-89 fpm 0-92 fpm 0-75 fpm 331 lbs. 366 lbs. 4591bs. 7101bs. 7061bs. 902 lbs. 7141bs. 9151bs. 1,049 lbs. 1,122 lbs. 064-0230 064-0230 064-0240 064-0240 064-0240 064-0250 064-0250 064-0250 064-0260 064-0260 WACKER NEUSON AP7850E 5,880 vpm 1271bs. 064-0215 1871bs. 064-0215 223 lbs. 064-0215 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 COMPACTION EQUIPMENT WALK-BEHIND VIBRATORY TRENCH ROLLERS feature dual vibratory padfoot tamping drums for compacting cohesive soils and clay in utility trenches and other confined areas. Powered by electric-start diesel engines with hydrostatic drive, they feature articulated steering for easy operation and maximum productivity. Drums are completely clear at the sides, allowing compaction right along the walls of a trench or other obstructions. All models feature infrared or radio remote control operation for increased worker safety. �U�� � Bomag BMP8500 16,1861bs. 33.5" 19.4 2,520vpm 45% WackerNeuson RTLX-SC3 15,3771bs. 32" 20 2,500vpm 45% � HAMM H5i 54" Smooth i , � p � � � � ����i � � � . r �, t -� � � ,�.� BOMAG BMP8500 33.5" Drum Width 0-141 fpm 0-132 fpm HAMM H7i 66" Smooth '�"� i ~ � �� - _ .� w WACKER NEUSON RTLX-SC3 32" Drum Width i i , , 74" x 33.5" x 50.2" 3,516 lbs. 018-0005 73" x 32" x 50" 3,295 lbs. 018-0005 ? �� � � :��s_}-.� + . � l � � HAMM H10i 84" Smooth SINGLE-DRUM RIDE-ON VIBRATORY COMPACTORS feature hydrostatic, all-wheel planetary drive and articulated steering for excellent gradeability and maneuverabi�ity on rugged terrain. All models are diesel-powered and feature high ground clearance to clearjob site obstacles. v � Bomag Bomag HAMM HAMM HAMM Bomag HAMM HAMM HAMM Bomag Bomag HAMM HAMM Bomag HAMM BW124DH-5 BW145D-5 H5i H5iP H5iPB BW177D-5 H7i H7i CAB H7iPB BW177PDH-5 BW211 H10i H10iP BW211PD-5 H10i CAB 47.2" 56.1" 54" 54" 54" 66.4" 66" 66" 66" 66.4" 83.9" 84" 84" 83.9" 84" Smooth Smooth Smooth Padfoot Padfoot Smooth Smooth Smooth Padfoot Padfoot Padfoot Smooth Padfoot Padfoot Smooth 46 75 74 74 74 75 74 74 74 75 128 115 115 128 115 18,540 lbs. 17,985 lbs. 15,5251bs. 15,525 lbs. 15,5251bs. 25,179 lbs. 28,125 lbs. 28,1251bs. 28,125 lbs. 25,179 lbs. 48,7841bs. 55,350 lbs. 55,3501bs. 58,OOOlbs. 55,350 lbs. 2,460 vpm 1,860/2,100 vpm 1,800 vpm 1,800 vpm 1,800 vpm 1,860/2,280 vpm 1,880/2,520 vpm 1,880/2,520 vpm 1,880/2,520 vpm 1,740-1,920 vpm 1,800/2,040 vpm 1,800/2,160 vpm 1,800/2,160 vpm 1,800/2,040 vpm 1,800/2,160 vpm 0.067" 0.067"/.032" .061" .061" 061" .075"/.032" .025"/.067" 025"/.067" 025"/.067" .069"/.035" .077"/.039" 033"/.080" 031 "/.075" .0 67 "/.035" .033"/.080" 5.6 mph 6.2 mph 3.7-7.8 mph 3.7-7.8 mph 3.7-7.8 mph 6.5 mph 3.7-7.8 mph 3.7-7.8 mph 3.7-7.8 mph 0-10 mph 6.9 mph 8.7 mph 8.7 mph 6.9 mph 8.7 mph 138" x 51 " x 99" 171.8" x 61.3" x 107.8" 159" x 57.1" x 112.9" 159" x 57.1" x 112.9" 178.7" x 62" x 112.9" 178.8" x 71.7" x 110.2" 173.6" x 72.8" x 115.3" 173.6" x 72.8" x 115.3" 195.2" x 70.5" x 115.3" 178.8"x71.7"x110.2" 231.1" x 89.4" x 117.7" 230.3" x 89.9" x 116.5" 230.3" x 89.9" x 116.5" 231.1" x 89.4" x 117.7" 230.3" x 89.9" x 116.5" 8,598 lbs. 12,3461bs. 10,6171bs. 10,882 lbs. 11,622 lbs. 17,196 lbs. 13,933 lbs. 14,4181bs. 15,2781bs. 16,755 lbs. 28,418 lbs. 23,439 lbs. 26,5041bs. 28,109 lbs. 24,990 lbs. 022-0220 022-0240 022-0240 022-0250 022-0250 022-0260 022-0260 022-0265 022-0270 022-0270 022-0280 022-0280 022-0290 022-0290 022-0300 44 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� COMPACTION EQUIPMENT WALK-BEHIND ASPHALT ROLLERS are ideal for compacting granular soils and asphalt on patching and small paving jobs. They feature hydrostatic drive with dual 26-inch width smooth vibratory drums and a water tank. � � �� � Multiquip MRH800G52 13 hp Gas 5,3001bs. Wacker Neuson RD7HES9 8.2 hp Gas 5,000 lbs. Wacker Neuson RD7A 10 hp Gas 6,5001bs. RIDE-ON ASPHALT ROLLERS provide excellent performance on small to medium asphalt paving jobs, as well as roller compacted concrete applications. They feature dual vibratory drums (except static modelJ with hydrostatic dual drum drive and articulated steering. All models include a pressurized water system with a large capacity water tank. v � Multiquip Wacker Neuson HAMM Bomag HAMM HAMM HAMM HAMM AR14H RD12A H D-10 BW1205L-5 H D-12 HD14VV H D-13 HD-70HV 36" 35.4" 39" 47.2" 47" 54" 51" 59" 21 hp Gas 21 hp Gas 32 hp Diesel 25 hp Diesel 35 hp Diesel 50 hp Diesel 32 hp Diesel 84 hp Diesel 3,400 lbs. 3,400 lbs. 5,805 lbs. 8,993 lbs. 6, 570 l bs. 14,400 lbs. 7,650 lbs. 17,100 lbs. 3,300 vpm 3,725 vpm 3,725 vpm ..: � . ��,� � - 1 '� WACKER NEUSON RD12A 35.4" Drum Width 4,200 vpm 4,200 vpm 3,300 vpm 4,320 vpm 3,300 vpm 3,060/3,600 vpm 3,300 vpm 2,880 vpm .043" 020" .020" .020" 012"/.020" 016" .024" � � �;-,�■ ti � ��„�.�• _ ,�', �� �� WACKER NEUSON RD7HE59 3,725 vpm 1,530 lbs. 064-0320 1,623 lbs. 064-0320 1.545 lbs. 065-0320 0-4.8 mph 0-5.0 mph 0-6.5 mph 0-5.6 mph 0-6.5 mph 0-6.8 mph 0-6.5 mph 0-3.9 mph �. } ' � ���4 � BOMAG BW7205L-5 47.2" Drum Width 2,688 lbs. 2,964 lbs. 5,688 lbs. 5,511 lbs. 5,952 lbs. 9,779 lbs. 7,055 lbs. 15,432 lbs. 022-0120 022-0120 022-0130 022-0140 022-0140 022-0150 022-0150 022-0155 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 �� #�, � � ���� � � � �:_: t� � � � �� �ti -� � �. ., . � �. � •� � . .+ _-- . � ,r ,� � � �•-1 - � � � .J - ' + - � ,. ,�..� . �, � :_ � � � � � • � ���r _ �'. ���� _ -��; � _ �. . � � r � k � i _ . � •L} � ' � � � � � �� F � ' � � ,{ � ' � � � � ; I � � �+ � � � 1 � � , , ��, - � ` � __ � - - - . �'� , � 5 � _ _ ' ;1 � � � � �� � F�/� t .� - � _ , � � '- T- 4 r t _ � #� � � t � I �} ? � � _ � {'` 1� 0 � � � �.��� ���• � � �� 1 � _. I • � � i� %x:�' !r.'� 1� € � +r� � � � 4 ..5 �� F � � � � � � �� - _ �� � � ._. ,•��---�� �. �� '-� = - � . '� . _ '�'}� .. Y - �. '"� �w�'� } . . , _:� �' N�s•- .-_-��'� � _ . "�.��., . � - �w,-'� T� �� � i . I � � � � � �. �i' � � � �� � ��� � � �� � �F- � - �#_� # � LT�� �r qr'� � � � � - l '� �- . - -3 � � 5� �F �,+ t �� . . �+ 7 � . .I makes all the difference in the end. That's why Sunbelt Rentals keeps a wide variety of concrete and masonry equipment for all your renting needs. Air-Powered Scabblers Electric Rebar Cutters & Benders Mortar Mixers Concrete Buckets Electric Tile Saws Multi-Use Mixers Concrete Ceiling Grinders Elephant Trunks Portable Shot Blasters Concrete Floor Grinders Flex-Shaft Vibrators Power Buggies Concrete Mixers Georgia Push Buggies Power Cutoff Saws Crack Chasers Grinder-Vacs Power Screeds Diamond Chain Saws Hand Finishing Tools Power Trowels Diamond Core Drill Accessories Hand-Held Diamond Core Drills Push-Type Concrete Floor Saws Diamond Core Drill Bits High-Cycle Vibrators Self-Propelled Street Saws � i�- r- � � � �� Diamond Core Drill Rigs Hydraulic Splitters Shavers & Planners � Diamond Saw Blades Industrial Concrete Grinders Traffic Line Removers Dust Collector Vacuums Magnetic Sweepers SUNBELT� RENTALS Early Entry Concrete Saws Masonry Saws CONCRETE & MASONRY EQUIPMENT � � �� ��. . �1 CONCRETE MIXERS feature a polyethylene drum that won't rust or dent—just a few taps with a rubber mallet removes dried concrete from the drum. An oversized dump wheel provides + fast, easy dumping. All models feature large pneumatic tires and a retractable towing tongue. l� �'� MULTIQUIP MC94PH8 `� J 9 cu. ft. Capacity �� �� � Multiquip MC64PH8 Gas Towable b cu. ft. Honda 8 hp � 685 lbs. 015-0138 Multiquip MC94PH8 GasTowable 9 cu. ft. Honda 8 hp 8601bs. 015-0150 Toro CM-958H-P Gas Towable 9 cu. ft. Honda 8 hp 8501bs. 015-0150 - � �� � � , � � � �� -� � � �,�. � �. IMER U.S.A. MINI-MIX 60 IMER U.S.A MINUTEMAN II MULTIQUIP MC35EA IMER U.S.A. WHEELMAN II E 14 gaL Capacity 5 cu. ft. Capacity 4.5 cu. ft. Capacity 5 cu. ft. Capacity MULTI-USE MIXERS provide outstanding versatility—mix mortar, stucco, grout and concrete with a single machine. All models feature fast, easy operation. Featuring polyethylene or steel drums. � % �� IMERU.S.A. Mini-Mix60 IMER U.S.A. Minuteman II Toro CM250EPC Multiquip MC3PEA' IMER U.S.A. Wheelman II E IMER U.S.A. Wheelman II G 'Polyethelyne drum models. Electric bucket mixer Electric portable multi-mixer Electric wheelbarrow multi-mixer Electric wheelbarrow multi-mixer Electric wheelbarrow multi-mixer Gas wheelbarrow multi-mixer Coatings, thin sets, mortar, plaster Concrete, mortar, stucco, grout Concrete, mortar, stucco, grout Concrete, mortar, stucco, grout Concrete, mortar, stucco, grout Concrete, mortar, stucco, grout 14 gal. 5 cu. ft. 2 cu. ft. 4.5 cu. ft. 5 cu. ft. 5 cu. ft. 0.75 hp 110V 0.5 hp 110V 0.75 hp 110V 1 hp 115V 0.5 hp 110V Honda 3 hp 641bs. 120 lbs. 96 lbs. 1381bs. 101 lbs. 1151bs. 015-0210 015-0220 015-0230 015-0230 015-0230 015-0240 48 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� CONCRETE & MASONRY EQUIPMENT t + � � � IMER U.S.A. MORTARMAN 720 4.5 cu. ft. Electric portable Gas towable Gas towable Gas towable Gas towable Gas towable Gas towable .,�, ��j' � ; �' , � t MULTI�UIP EM7205MH71 12 cu. ft. MORTAR MIXERS are ideal for mixing mortar, plaster, stucco and similar materials right on the job site. All towable models include large pneumatic tires and a retractable tongue for easy towing. � % �✓ IMER U.S.A. Mortarman 120 Toro MM658HP Multiquip WM70PH8' Toro MM858HP Multiquip WM90PH8' Multiquip WM905H82 Multiquip EM120SMH11z 'Polyethelyne drum models. �Steel drum models. �� f � i ��� • r �� v MULTI�UIP WM70PH8 7 cu. ft. 4.5 cu. ft. b cu. ft. 7 cu. ft. 8 cu. ft. 9 cu. ft. 9 cu. ft. 12 cu. ft. 1 hp 110V Honda 8 hp Honda 8 hp Honda 8 hp Honda 8 hp Honda 8 hp Honda 11 hp �� � � ti 1921bs. 554 lbs. 7001bs. 585 lbs. 860 lbs. 860 lbs. 1,075 lbs 015-0100 015-0120 015-0130 015-0155 015 0155 015-0155 015-0140 r MULTIQUIP CV3 WACKER NEUSON M3000 WACKER NEUSON BVSOA-H 3 hp Electric 3 hp Electric 2 hp Gas Backpack FLEX-SHAFT VIBRATORS are utilized to maximize density and eliminate trapped air during pours of inedium to high-slump concrete on applications such as foundations, walls, columns and slabs. Electric hand-held and gas backpack power units are available, which are combined with a flexible shaft and a vibrator head to match job requirements. � �� � Multiquip CV1 Electric Multiquip CV2 Electric Wacker Neuson M2500 Electric Multiquip CV3 Electric Wacker Neuson M3000 Electric Wyco WSD1 Electric Multiquip BPX Gas backpack Wacker Neuson BV50A-H Gas backpack 'Weights shown reflect power unit only. 1 hp 120V 2 hp 120V 2.5 hp 120VAC/DC 3 hp 120V 3 hp 115VAC/DC 3 hp 115V 2 hp Honda 2 hp Honda 10 15 15 20 20 15 5', 7', 10', 12', 14' 5', 7', 10', 12', 14' 6.5', 10', 13' 5', 7', 10', 12', 14' 6.5', 10', 12' 10', 13', 14', 20', 3'-21' 10' 7/8",1-1/16",1-3/8" 1-3/8", 1-11/16", 2-1/8" 1 ", 1.4", 1.8" 1-3/8", 1-11/16", 2-1/8" 1-3/8",1-3/4",2-1/2" 1-3/8" 2" 1-3/8", 1-11/16", 2-1/8", 2-5/8" 1.75" 11 lbs. 131bs. 12 lbs. 141bs. 181bs. 141bs. 31 lbs. 37 lbs. 032-0810 032-0810 032-0810 032-0820 032-0820 032-0820 032-0860 032-0860 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 CONCRETE & MASONRY EQUIPMENT HIGH-CYCLE VIBRATORS are ideal for applications, such as foundations, walls and columns, � that require high frequency concrete vibration. They feature 3-phase, 200 Hz motors — - mounted inside the vibrator head that operate on standard 115V power, utilizing an integrated electronic convertor. � ��j � WACKER NEUSON IRFUN 45 J 1.8" High-Cycle ii •i i � � WackerNeuson IRFUN38 1.5" 6 18' 12,000 311bs. 032-0830 Wacker Neuson IRFUN 45 1.8" 8 18' 12,000 341bs. 032-0840 WackerNeuson IRFUN57 23" 12 18' 12,000 441bs. 032-0850 POWER BUGGIES provide productive, on-the-job transport and placement of ready-mix concrete and other construction materials. Two sizes with ride-on operator platforms, powered by Honda qas engines with hydrostatic drive are available. All models include a hydraulic dump system with the option of foam-filled tires or durable tracks for maximum performance. � �� � Multiquip 11E' Canycom SC75PDH Multiquip WBH-16F Allen AR16 'Electric madel. �� . � �� • MULTIQUIP WBH-16F 16 cu. ft. Capacity 561 lbs. 1,4101bs. 1,135 lbs. 1,300 lbs. 032-0005 032-0006 032-0008 032-0008 ' - �I �� � ` � �� li �, � � � \ STERLING GB 872 ELEPHANT TRUNK GAR-BRO 427-R 8 cu. ft. Capacity Push Buggy (with hopper attached) 1 cu. yd. Capacity Concrete Bucket GEORGIA PUSH BUGGIES provide an efficient way to manually transport and place concrete and other materials on-the-job. They feature an 8-cu. ft. capacity and large pneumatic tires for smooth operation. Their balanced design provides an easy rocker dump action. ELEPHANT TRUNKS are flexible, 8-inch diameter tubes utilized to place concrete into forms. Availab�e in 4 ft., b ft., 8 ft. and 10 ft. lengths, which can be coupled together with hoppers and other attachments. Gar-Bro 913-PVC (Cat-Class 150-0375J CONCRETE BUCKETS feature a lightweight, round-gate design forjob site mobility and easy operation during concrete pours. � �� � Walk-behind Ride-on platform Ride-on platform Ride-on platform 10.6 cu. ft. 16 cu. ft. 16 cu. ft. 16 cu. ft. 990 lbs. 2,200 lbs. 2,500 lbs. 2.500 lbs. DC 1300W/24V Electric 690 cc Gas 13 hp Gas 13 hp Gas Gar-Bro 420-R 3/4 cu. yd. 330 lbs. 032-0610 Gar-Bro 427-R 1 cu.yd. 4001bs. 032-0615 Gar-Bro 454-R 2 cu. yd. 675 lbs. 032-0620 50 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� @ @ CONCRETE & MASONRY EQUIPMENT PUSH-TYPE CONCRETE FLOOR SAWS utilize diamond blades for wet/dry cutting of concrete and asphalt pavement. Applications include short-run slab cutting, crack control joints, patching, trenching and traffic loop installation. Precision controls enable accurate cuts and smooth operation. A water system is included for wet cutting applications to cool the blade and control dust. � U �� � EDCO SK-14 Gas 14" Husqvarna F5309 Gas 14" Husqvarna MC18-5E Electric 18" EDCO DS-18-5B Electric 18" Husqvarna F5400 Gas 18" Husqvarna F5413 Gas 18" EDCO DS-18-13H Gas 18" Husqvarna MC18-13H Gas 18" EDCO ASB-14 Air 14" SELF-PROPELLED STREET SAWS are ideal for heavy-duty, wet cutting of concrete and asphalt pavement utilizing diamond cutting blades. App�ications include highway and road repair, airport construction and utility construction. Hydrostatic transmissions provide variable-speed operation and smooth directional changes. A water system is included to cool the blade and control dust. Gas, diesel and propane power options are available. � U �� � EDCO SS-16A Gas 16" Husqvarna FS513 Gas 18" Husqvarna FS520 Gas 20" EDCO 55-20-20H Gas 20" EDCO SS-24-24H Gas 24" EDCO 55-20-25P Propane 20" Husqvarna FS524 Gas 24" EDCO 55-26 Gas 30" Husqvarna F53500 Electric 30" Husqvarna F55000 Diesel 14" Husqvarna FS7000 Diesel 36" 4-5/8 4-5/8 6-5/8 6-5/8 6-5/8 6-5/8 b-5/8 6-5/8 4-5/8 13 hp Honda 9 hp Robin 5 hp 230V 5 hp 230V 11 hp Honda 11 hp Honda 13 hp Honda 13 hp Honda 5 hp 160 cfm • r��. � L'.�� .� ,st�." ��� '�;�. EDCO 55-20-20H 20" 20 hp Gas Self-propelled 5-5/8" 6-5/8" 7-5/8" 7-5/8" 9-5/8" 7-5/8.. 9-5/8" 12" 12" 14-3/4 17-1/4' � � .�Y 1�. � HUS�VARNA F5400 18" 11 hp Gas Push-type 13 hp Honda 13 hp Honda 20 hp Honda 20 hp Honda 24 hp Honda 20 hp Honda 24 hp Honda 38 hp Kohler 30 hp Lincoln 47 hpYanmar 74 hp John Deere EDCO DS-18-73H 18" 13 hp Gas Push-type 190 lbs. 141 lbs. 2681bs. 2801bs. 2181bs. 359 lbs. 250 lbs. 195 lbs. 1931bs. 020-0310 020-0310 020-0325 020-0325 020-0326 020-0326 020-0326 020-0326 020-0340 } '. - 4` I � ���. ��,. � i� � � � � HUSUVARNA F56600 26" 66 hp Diesel5elf-propelled 350 lbs. 424 lbs. 493 lbs. 4581bs. 5321bs. 458 lbs. 520 lbs. 1,0401bs. 1,160 lbs. 1,700 lbs. 1,700 lbs. 020-0350 020-0350 020-0350 020-0350 020-0350 020-0360 020 0350 020-0420 020-0440 020-0440 020 0540 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 CONCRETE & MASONRY EQUIPMENT MASONRY SAWS utilize diamond cutting blades for wet/dry cutting of bricks and blocks. All models feature a sliding cutting table for versatile operation. 14-inch models include a folding stand and perform both plunge cuts and jam cuts. 20-inch models are mounted on a rigid stand that includes a foot pedal for performing plunge cuts and combination step cuts. An electric recirculating-type water pump and tray are included for wet cutting applications to cool the blade and control dust. ���� � EDCO GMS-10-4H EDCO BB-14E Husqvarna M5360 Norton BBM158 Norton BBM307 EDCO BB-14G Husqvarna M 5360G Norton BBC547 EDCO GMS-20-11H '1.5 hp 115/230V available in some markets. i �� .�� ' � �.� -�� . J IMER USA COMBI 200VA 8" Tile Saw Gas Electric Electric Electric Electric Gas Gas Gas Gas 10" 14" 14" 14" 14" 14" 14" 14" 20" � EDCO BB-74E 14" Electric Saw 4 hp Honda 1.5 hp 115/230V' 1.5 hp 115V 2 hp 115/230V 3 hp 115V 5.5 hp Honda 5 hp Honda 5.5 hp Honda 11 hp Honda � -« HUS�VARNA T5250X 10" Tile Saw �• � �� � HUSQVARNA M5360G 14" Gas Saw 1351bs. 1681bs. 1281bs. 1231bs. 751bs. 175 lbs. 170 lbs. 275 lbs. 5501bs. 020-0630 020-0640 020-0640 020-0640 020 0640 020-0650 020-0650 020-0650 020-0670 '� t��, �ti� � r � ++ � �� � � .� .. # � -` EDCO TMS-10 10" Tile Saw ELECTRIC TILE SAWS utilize diamond blades for wet/dry cutting of ceramic and quarry tile. All models feature a sliding cutting table to accommodate a variety of cutting applications. An electric recirculating-type water pump and tray are included for wet cutting applications to coo� the blade and control dust. These saws are designed for tabletop usage or mounting on a portable stand. 115V operation. � � �� � Norton IMER U.S.A. IMER U.S.A. EDCO Husqvarna Norton Husqvarna CTC705 Combi 200VA Combi 250VA TMS-10 T5250X CTC1020XL TS60 �.. $„ 10" 10" 10" 10" 10" 17" 21" 28" 20" 24" 24" 28" 12" 15" 20" 14" 18" 18" 20" 1 3/4 1-1/2 1-1/2 1-1/2 2 1/2 43 lbs. 45 lbs. 70 lbs. 100 lbs. 1321bs. 651bs. 79 lbs. 020-0610 020-0610 020-0615 020-0620 020-0620 020-0620 020 0620 54 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� CONCRETE & MASONRY EQUIPMENT � - .4� i i 1 � �� HILTIVC750-70X 150 cfm � � 6 � ERMATOR 526 258 cfm � _*. . -�� b �n 1r I � al KARCHER NT40/7 TACT TE 150 cfm �� ; ' + � � J �� ERMATOR 536 353 cfm DUST COLLECTOR VACUUMS are ideal for collecting dust and residue from all types of surface preparation equipment including grinders, planers, scabblers and shot blasters. They can also be used effectively with other equipment such as rotary hammers and saws. Featuring powerful vacuums with highly-efficient filtration, they reduce the environmental and health hazards of airborne particles. Several sizes of dust collector vacuums are available. Each model includes a vacuum hose and accessories. n U Hilti VC150-10X 150 cfm 85" Husqvarna DC 1400 129 cfm 88.6" Hilti VC40-U 106cfm 129" EDCO Vortex-200 200 cfm 94.0" Ermator S26' 258 cfm 100.0" Karcher NT30/1TactTE 150cfm 102.0" Karcher NT40/1 Tact TE 150 cfm 102.0" Karcher NT65/2TactTE 280cfm 88.0" Ermator S36' 353 cfm 110.0" Clarke/Wap ATTIX 12RDFD' 140 cfm 105.0" 'Thismodelalsoworksasawet/dryvacuum.(seepage1111 �HEPADustExtractor. 10 gal. 14 gal. 6.6 gal. 9 gal. 3.5 gal. 8.2 gal. 10.3 g a l. 17.2 gal. 3.5 gal. 12 gal. 1-1 /2" x 25' 1-1 /2" x 8' 1-1 /4" x 16' 2"x25' 2" x 17' 1-3/8" x 13' 1-3/8" x 13' 1-5/8" x 13' 2" x 17' 1-1 /2" x 10' 120V, 9A 220/240V,16A 120V, 20A 110V.16A 120V, 20A 120V,13A 120V,13A 120V,15A 230V,20A 120V,13A GRINDER-VACS are hand-held diamond grinders designed for dust-free operation when used with a dust collector vacuum. Utilizing diamond cup wheels or grinding discs, they are ideal for a variety of applications, including concrete grinding, paint coating and adhesive removal and surface preparation. Hilti model features a brushless dc motor that provides long-standing performance and includes a power conditioner that converts AC power to DC. �U ��� � Hilti � DG-150 I Hand-held � b" � 4,700/6,600 rpm � 115V, 15A 44 lbs. 38 lbs. 80 lbs. 90 lbs. 103 lbs. 30 lbs. 301bs. 301bs. 1341bs. 53 lbs. 032-0150 032-0410 032-0410 032-0410 032-0420 032-0420 032-0420 032-0420 032-0430 080-0120 ���� '� � HILTI DG-150 b" DiscSize 9lbs. � 032-0150 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 CONCRETE & MASONRY EQUIPMENT 4 . _� MULTIQUIP CDM7H HUSUVARNA DM 230 HILTI DD 130 1-speed 3-speed 3-speed HAND-HELD DIAMOND CORE DRILLS are ideal for both dry and wet drilling applications in reinforced concrete, stone, masonry and asphalt using up to 6-inch diameter diamond core bits. All models operate on 115V current and include a water system to provide cooling and control dust. ���� � Multiquip CDM1H Hand-Held 5" — 1-speed 11 1,800rpm 9lbs. Husqvarna DM 220 Hand-Held 6" — 3-speed 15 580/1,400/2,900 rpm 121bs Husqvarna DM 230 Hand-Held 6" — 3-speed 15 500/1,400/2,900 rpm 121bs Hilti DD 130 Hand-Held 6" — 3-speed 15 780/1,400/1,120 rpm 171bs 'Dualdrillingcapacitiesreflectoptionalspacersnotinstalled/installed. �Standarddrillingdepthsshown.Columnextensionsareavailabletoincreasedepth. 032-0710 032-0720 032-0720 032-0720 � � � � +. . • � � HUSQVARNA DS 800 HILTI DD 200 HILTI DD 250E 3-Speed 3 Speed 4-Speed DIAMOND CORE DRILL RIGS are designed for precision wet drilling applications in reinforced concrete, brick, block and stone using diamond core drill bits up to 26-inch diameter. All models operate on standard 115V current and feature multi-speed operation to optimize performance. Husqvarna DMS 180 Drill Rig 6" — 1-speed 15 1200 rpm Husqvarna DM5240 DrillRig 10" 20" 1-speed 15 1500rpm Husqvarna DS 800 Drill Rig 16" 26" 3-speed 15 300/660/1,140 rpm Husqvarna DM5280 DrillRig 16" 26" 3-speed 15 300/660/1,140rpm Hilti DD 200 Drill Rig 16" 20" 3 speed 20 320/550/1,120 rpm Hilti DD 150U Drill Rig 6-1/4" 20" 3-speed 18.3 780/1,520/285 rpm Hilti DD 250E Drill Rig 12"/16" 20" 4-speed 20 275/450/950/1,800 rpm 'Dualdrilling capacities reflect optionalspacers not installed/installed. �Standard drilling depths shown. Column extensions are available to Increase depth. 51 lbs. 51 lbs. 1081bs. 861bs. 50 lbs. 47.3 lbs. 1101bs. 032-0730 032-0730 032-0730 032-0740 032-0740 032-0740 032-0740 56 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� CONCRETE & MASONRY EQUIPMENT DIAMOND CORE DRILL BITS are available in a range of sizes for hand-he�d core drills and core drill rigs, including both dry drilling and wet drilling types. Dry drilling core bits are offered in 1-inch through 6-inch diameterswith a maximum drilling depth of 9-1/2-inches. Wet drilling core bits are offered in 1-inch through 14-inch diameters with a maximum drilling depth of 13-inch (6-inch and 12-inch extensions are available). Core drill bits are offered for both rental and sale. Note: Larger wet drilling core bits up to 26-inch diameter are also available upon request. DIAMOND CORE DRILL ACCESSORIES �� �� .� i � � HILTI DD REC-7 HILTI DWP 10 Water Recycling Unit Water Supply Unit (Cat-Class 032-0726) �l+�r 1 �� ;. a � �I� � r ��� ��� DRY DRILLING BITS 1"through 6" diameter �r� , s. HILTI DD VP-U Vacuum Pump �� �~ � � � � MAKINEX HOSE2G0 3.6 gallons, up to 30 min constant flow, no pump, no electronics � WET DRILLING BITS 1" through 14" diameter +' � �, � .� �' � � DRILL RIG SPACER Expands core bit capacity up to 16" Concrete Polishing, Repair and Restoration Workshop One day hands-on training that wi�� cover grinding, polishing, color application, and repair techniques. Interested? Contact us at flooring.info@sunbeltrentals.com or visit sunbeltrentals.com SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 CONCRETE & MASONRY EQUIPMENT ��� SEGMENTED—LASER WELDED CONTINUOUS T-RIM TURBO TUCK POINTING BLADES For use on a wide variety of materials. Suitable for Excellent for use when less chipping or spalling is These blades are used for cleaning and removing all-purpose cutting and hard materials. desired in all-purpose applications. mortarjoints. For use on right angle grinders. ��w 5 � �i � � M � 7 DIAMOND SAW BLADES are available for use with concrete saws, masonry saws and tile saws. Small diameter diamond blades, suitable for portable power tools such as circular saws and right-angle grinders, are also available. Diamond blades consist of a precision-made, steel disc with a diamond edge attached by welding or bonding. Three basic types of diamond blades are illustrated above. �IC� Abrasive Block Abrasive Material All Purpose Asphalt Block Brick Combo Cured Concrete Green Concrete Hard Material Overlay Soft Material Tile Cutting veryabrasive concrete and cinder blocks Cutting green/abrasive concrete and soft abrasive block Cutting most concrete, concrete block and medium hard brick Cutting asphalt pavement Cutting most concrete blocks Cutting hard brick, brick pavers and certain types of hard tile Cutting a mixture of bricks and blocks Cutting well-cured concrete over 7 days old with medium to hard aggregate Cutting green concrete 2 days or newer Cutting very hard brick, granite and marble Cutting asphalt over concrete Cutting soft abrasive block Cutting most types of ceramic and quarry tile 12" 14" 16" 18" 20" 24" 26" 30" 36" 42" 48" 3-5/8" 4-5/8" 5-5/8" 6-5/8" 7-5/8" 9-5/8" 10-5/8" 11-3/4" 14-3/4" 17-3/4" 19-3/4" 10" 14" 18" 20" 6" �„ $„ 9" 10" 1-3/4" 2-1/4" 2-3/4" 3-1/4" 3-3/4" 58 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� CONCRETE & MASONRY EQUIPMENT CONCRETE FLOOR SAW BLADES Diamond/Asphalt/Green Concrete Diamond/Asphalt/Green Concrete Diamond/Cured Concrete Diamond/Cured Concrete Diamond/Green Concrete/Overlay Diamond/Green Concrete/Overlay Abrasive/Asphalt/Green Concrete Abrasive/Concrete CUTOFF SAW BLADES 9"-14" 14"-36" 9"-14" 12"-36" 12"-14" 14"-18" 14"-18" 14"-18" Drycutting Wet cutting Dry cutting Wet cutting Drycutting Wet cutting Drycutting Dry cutting Diamond/Abrasive Material Diamond/All-Purpose Diamond/Continuous T-Rim Diamond/Hard Material Abrasive/Asphalt Abrasive/Chop Saw Abrasive/Concrete Abrasive/Ductile Abrasive/Metal Abrasive/Rail Track Wire Joint Brush �� � 12"-14 12"-16 12"-14 12"-14 12"-16 14" 12"-16 12"-14 12"-14 14" 12" Drycutting Dry cutting Drycutting Dry cutting Drycutting Metal studs Drycutting Dry cutting Drycutting Dry cutting Concrete � ■i....� � � � `��� MASONRY & TILE SAW BLADES Diamond/Masonry/Block Diamond/Masonry/Block Diamond/Masonry/Brick Diamond/Masonry/Brick-14"-20" Diamond/Masonry/Combo Diamond/Masonry/Combo Abrasive/Masonry Diamond/Tile Diamond/Tile Diamond/Tile/Brick/Pavers 14" 14"-20" 14" 14"-20" 14"-20" 14"-20" 14" 6"-14" 4„_�„ 10" Drycutting Wet cutting Drycutting Wet cutting Drycutting Wet cutting Drycutting Wet cutting, continuous rim Drycutting, continuous rim Wet or dry cutting, segmented PORTABLE POWER TOOL BLADES � Diamond/All Purpose Diamond/Continuous T-Rim Turbo Diamond/Hard Material Diamond/Tile Diamond/Tuck Pointing Abrasive/Concrete Abrasive/Metal Flared Cup Stones Grinding Cup Wheels 4"-14" 4"-10" �.. 8"-10" 4„_�„ 4��_9�� 4"-9" 4"-6" 4„_�„ �� _ N -� . � e+a��'�5t,.,�� .. T- � ��- � ' � � - + i� '' � �� � _�.� Note: These blades are suitable for use on portable power tools such as right-angle grinders and circular saws. SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 �� �' r � CONCRETE & MASONRY EQUIPMENT �. _ �r �� � Y� WACKER NEUSON CT36-5A 36" Walk-behind � MULTIQUIP B46H90 46" Walk-behind � �� � l � � p I �� � � �� � � _ � �-� " POWER TROWELS are utilized to float and finish new concrete surfaces. Several types and sizes of power trowels including edging, standard and twin ride-on types are available. All models feature air-cooled gasoline engines, 4-blade design and variable pitch control for adjusting blades to changing surface conditions. Float pans and float, finish and combination blade sets are available for both sale and rental. �� � Multiquip CA4HM Edging-within 1/4" of walls Multiquip J36H55' Standardwalk-behind WackerNeuson CT36 5A Standard walk-behind Multiquip B46H90' Standardwalk-behind WackerNeuson CT48-8A Standard walk-behind Multiquip HHNG5 Ride-ontwin48"non-overlapping Multiquip HHN-31V-TCSL5 Ride ontwin48"non-overlapping Allen HDX760 Ride-on twin 58" non-overlapping 'These models are available with either standard or Quick-Pitch handles. POWER SCREEDS provide increased productivity over manual screeding of freshly poured concrete utilizing a vibratory blade. Vibratory action is achieved by a flexible shaft coupled to eccentric weights, which are adjustable to match the centrifugal force to the blade size. Several blade widths are available. Units disassemble in minutes for easy storage and transportation. �� � Multiquip Wacker Neuson DS-GPULW 5'-16' P31A 6'-16' Honda 3.5 hp Honda 4.8 hp Honda 5.5 hp Honda 8 hp Honda 8 hp Vanguard 35 hp Vanguard 31 hp Hatz 74 hp 24" 36" 36" 46" 48" 92.. 91" 118 � �. .. t�, �• ti ' � � i.. �� MULTIQUIP DS-GPULW 5'-16' Blade width Honda 1.3 hp Gas Honda 1.5 hp Gas 32 lbs. 341bs. 70-130 rpm 60-115 rpm 60-125 rpm 60-130 rpm 60-125 rpm 0-180 rpm 10-130 rpm 25-145 rpm 125 lbs. 1501bs. 183 lbs. 242 lbs. 2431bs. 1,083 lbs. 1,120 lbs. 2,687 lbs. 025-0110 025-0130 025-0130 025-0150 025-0150 025-0230 025-0230 025-0245 w � MULTI�UIP HHN-31V-TCSL5 Twin 48" Ride-on WACKER NEUSON P37A 6'-16' Blade width 025-0310 025 0310 60 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� CONCRETE & MASONRY EQUIPMENT HYDRAULIC SPLITTERS break reinforced concrete and rock with up to 385 tons of splitting force. It is ideal for many demolition applications including bridge decks and abutments, retaining walls and foundations, especially in environmentally sensitive areas where breakers and blasting cannot be used. After drilling a pilot hole with a pneumatic rock drill, the plug and feather end of the hydraulic splitter is inserted. An air-driven hydraulic pump applies hydraulic pressure to force the plug between the feathers, splitting the concrete or rock. � U �� � Elco 02-12 �4� �. � �� � � ~�� LAVI NA 21-X 20" Work path �� • - '� r � �L �� � LAVINA 30G-X 30" Work path �}I'� �; •+ . � . ��� LAVINA L20-GE 20" Work path � - ��a �� LAVI NA 25-X 25" Work path INDUSTRIAL CONCRETE GRINDERS are heavy-duty grinders utilized for the surface preparation of concrete floors prior to the application of new coatings. They are also ideal for grinding, honing and polishing concrete, terrazzo and stone surfaces. Each unit is equipped with a water system and tank for wet grinding and should be used in conjunction with a dust collector vacuum. �v��.�� Lavina Lavina Lavina Lavina Lavina 21-X 13-X Edger 25-X 30G-X L20-GE 20" 13" 25" 30" 20" 50-80 cfm 681bs. 300-500 rpm 500-800 rpm 500-1,100 rpm 570-1,030 rpm 610-1,090 rpm ��,� _ �#' ���� � � �� LAVINA 73-X EDGER 13" Work path 2.45 5 15 18 14.5 Electric Electric Electric Propane Propane �� �: ELCO 02-12 50-80 cfm �� s-. h� � 219 lbs. 271 lbs. 660 lbs. 610 lbs. 645 lbs. 032-0065 032-0205 032-0130 032-0135 032-0135 SUNBELT RENTALS FULL LINE CATALOG VOLUME 23 CONCRETE & MASONRY EQUIPMENT CONCRETE FLOOR GRINDERS (scarifiers) utilize rotating discs to level, smooth or clean the top surface of a concrete slab. Applications include eliminating trowel marks, smoothing rough edges, removing coatings, grinding high spots and adding texture to slippery surfaces. Several sizes and types of floor grinders are available including electric edge grinders, electric and gas conventional grinders (single and dual disc) and high-speed turbo grinders (electric, gas and propane models available). All models accommodate a dust collectorvacuum. �U ��� � EDCO EDCO Husqvarna EDCO EDCO EDCO EDCO EDCO EDCO EDCO � EDCO TMC-7E 7" Electric Edge Grinder �„ 9�� 11" 11" 10" 22.' 22" 22" 10" 10" 2 hp, 115V 1.5 hp, 115V 3 hp, 115V 1.5 hp, 115V 13 hp Honda 1.5 hp, 115/230V 11 hp Honda 11 hp Honda 5 hp, 230/460V 11 hp Honda CONCRETE CEILING GRINDERS are ideal for smoothing rough edges and joints on precast and poured-in-place ceilings in parking decks and other structures. They feature a self-aligning grinding head that ensures full surface contact. �U ��� � TMC-7E TL-9 PG280 SEGNG TG 10 13P 2EC-NG1.5 2GC-11 H 2GGNG-11H TG -10 E TG-10-11 H Edge Grinder, Electric Single Disc, Electric Single Disc, Electric Single Disc, Electric Turbo Grinder, Propane Dual Disc, Electric Dual Disc, Gas Dual Disc, Gas Turbo Grinder, Electric Turbo Grinder. Gas 7" Diamond Cupwheel 9" Magna-Trap 11" Dyma-Sert/Multi-Accessory 11" Dyma-Sert/Multi-Accessory 10" Diamond Disc 11" Dyma-Set/Multi-Accessory 11" Dyma-Sert/Multi-Accessory 11" Dyma-Sert/Multi-Accessory 10" Diamond Disc 10" Diamond Disc Oztec CG12E 115V 1.5 hp I 12' Oztec CG12G Honda 2.5 hp Gas 12' 200 lbs 200 lbs CRACK CHASERS are designed for repairing random cracks in concrete floors. They utilize a diamond blade or bit to open cracks, leaving smooth edges ready for applying epoxies or other patching materials. �v�� � EDCO C-10-13H Gaswalk-behind 8" 1" Honda 13 hp 2151bs. � �. — .� � EDCO TG-10-11H 10" Gas Turbo Grinder 1301bs. 90 lbs. 176 lbs. 1881bs. 254 lbs. 258 lbs. 242 lbs. 282 lbs. 2081bs. 1901bs. 032-0010 032-0020 032-0020 032-0030 032-0030 032-0040 032-0050 032-0050 032-0060 032-0070 !. � OZTEC CG12E 1.5 hp Electric 032-0080 032-0080 S `�y � �` � �� EDCO C-70-13H 8" Gas Walk-behind 032-0260 62 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� @ @ CONCRETE & MASONRY EQUIPMENT �4 � _ , , �� �����- � ' - . � � ��a� �� '� + �. �j5 � •y � �� � � � BLASTPRO BP-9-110V BLASTPRO BP-10-SUPER BLASTPRO BP-10-27 9" Electric Push-Type 10" Electric Self-propelled 10" Propane Ride-on PORTABLE SHOT BLASTERS provide one-step surface preparation for a variety of concrete surface applications where a minimum amount of material must be removed in preparation for resurfacing. Blast media (shot) is directed in a controlled pattern to scour the surface. A powerful dust collector vacuum separates the blasted debris from the shot and stores it safely for disposal. Steel shot is recycled through the chamber until it is too small to be effective and then it is removed with the debris by the vacuum. Several types of shot blasters are available including an electric push-type edger model, electric self-propelled models and a propane-powered ride-on model, providing b�ast patterns up to 10-inches wide. �U ��� � BlastPro BP-9-110V BlastPro BP-9-220V BlastPro BP-10-SUPER BlastPro BP-10-27 Electric Push-type 9" Electric Push-type 9" Electric Self-propelled 10 Propane Ride-on 10 275sq.ft./hr. Manual 375 sq. ft./hr. Manual 1,550 sq. ft./hr. 0-100 fpm 1,500 sq. ft./hr. 0-200fpm . e MAGNETIC SWEEPERS are ideal for easy cleanup and recycling of stray steel shot resulting from portable shot blaster operation. They are also great for picking up nails and other debris. NailHawg models feature a unique hand/toe release for easy operation. Van Mark Van Mark Superior Magnetic BlastPro NH25 NH31 71730 BTP004335 25" 31" 30" 25" 181bs. 201bs. 13 lbs. 13 lbs. 4 e HAND FINISHING TOOLS including bull floats, extension handles and jitterbugs are available for rent. 110V,18A — 1211bs. 032-0310 208V/230,13/12A — 1781bs. 032-0325 230/460V,3�,34/17A BP-9-54 7361bs. 032-0330 27 hp Kohler Onboard System 1,5251bs. 032-0340 VAN MARK NH25 25" Working Width BULL FLOAT WAGMAN BFbOR (Cat-Class 150-0275) � � SUPERIOR MAGNETIC 77730 30" Working Width 150-0350 150-0350 150 0350 150-0350 �+ .� � I� 1# � JITTERBUG (Cat-Class 150-0280) 64 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� T " -�� . � ''� i*,�'. _ 4 � ��.' � ti k t �� " y5 �- �'. � i � . 1}a�-.� , �.k a k ,, y� . �• *.�'♦'�k � �' . �� -.� 111' �� 11� � ` �� � ~ �� �� � �� - � ��� � 3�i■ � a� �� �ti � � �� � _ � �` � ��� � � � ` �� � �� �} ��� � � ��,_ �� � �� � � ,�,�' =�,��,�" 3 ti � ¢ � { � �� �� � � ��� � � . ���'� ��r Yt� _ . - . � � � �� � � ��� 0 ����# � t _ �-�'Az .� � • #� ' -�• � .� � �._ .- --� � _ " _ ' _ X'- � � � Vl�ll �UI.lVlll CONVEYORS PORTABLE CONVEYORS are ideal for applications requiring the movement of building supplies and bulk materials up steep inclines. They feature a narrow frame that fits easily through small openings and windows. Lightweight design allows two persons to move the conveyor into position quickly and easily. 110V operation. �✓ � Linklt Redline Linklt Redline LKB-32E C-3-21 LKB-26E C-3-26 �.� � LINKIT LSK300 32' 21' 26' 26' f { LINKIT LSK450 $„ 10" $.. 10" 1 1 1 1.5 3621bs. 500 lbs. 227 lbs. 650 lbs. � ADJUSTABLESTANDS LINKIT LKB-26E 044-0202 044-0204 044-0206 044-0206 �� � �� � � � BULK HOPPER MODULAR CONVEYORS provide extra versatility by adapting to various configurations. Each section is self-contained with its own electric 110V motor. Multiple sections can be assembled together in minutes and up to four sections can be powered by a 5,000 watt generator. �.� v Linklt LKS300-3.2 10' Linklt LK5300-4.4 14' Linklt LK5450-5.5 18' Note: Additional conveyor accessories available for rent. 12" 5.0 2281bs. 044-0200 12" 5.0 2781bs. 044-0202 12"/18" 5.0 3971bs. 044-0203 bb �MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� � -� � , .' ..�'�`.�.. . . . . ..# � �,. , _ . - � � ' Y_ r . ~; � i .��: - 'S � „ � .�F� _ . '�'r,� � � , �. ' � � - � �* .�� � .. -.�� ' _ { .. . �# . �� s .- _ �� '5 I � � ��++ ' �� .,—r��� Y.� .._a_ � �, ;. �,. �; ����: .,... r. �r; • �_�..4'.}'� FI��.'.l M1 _ . .. � 1: ~"'�'�.' ..��a7� }y{.-�Y''�'1 � ��%•� ' ' yk.��$t,'+ a� *e �F.s r'�-,,+. 4 •'�•�!' ���__.,;' �,� ���' +�'•`�'}: �� � 4'�+``�.� �. . � + t'� y _ ' o- d. . 5{''tj�� ' i a. - °�� *+ �.', ` _ . ���'�+F ti' - ` 4 � � T���� : � :�., �. _ � �� � a � .- *� �a:�' � �.* � F ' i� — materials, or equipment. The Sunbelt Rental fleet of cranes stands at the ready to help your project reach new heights. Carry Deck Cranes Portable Industrial Cranes .� � suNSE�T� RENTALS CRANES PORTABLE INDUSTRIAL CRANES feature 48V self-propelled operation. Narrow 37-inch r� � width and short b-foot 7-inch turning radius allow traveling through narrow corridors and ' doorways. Low 5-foot 6-inch retracted height helps clear overhead obstructions. Units include an onboard charger. � VALLA 25E 5,5001bs. Capacity �i �� � Valla 25E 5,500 lbs. 9' 15' 5,300 lbs. 060-0110 �4 l,�. � � - r g=�' }• �r i j � �y'#� f+ •* I ti�i � � �.'y� r �µ� �# � -. 0 r � � � � ^ �e `� BRODERSON IC-20 BRODERSON IC-200-2C DF SHUTTLELIFT 5540 D 2.5 Ton Capacity 16.2 Ton Capacity 16 Ton Capacity CARRY DECK CRANES are ideal for lifting applications requiring a compact, low-profile crane that will clear overhead obstructions and maneuver in tight spaces. Applications include industrial and manufacturing p�ants, equipment maintenance and repair, industrial and mechanical contractors and general construction. � Broderson IC-20 5,000 lbs. 2,5001bs. 5,000 lbs. 21'/15' 22' 7'-b"l4' 65 hp Dual Fuel 6,3801bs. 060-0205 Broderson IC-35 8,000 lbs. 6,7001bs. 6,000 lbs. 26'/33' 27' 6'-b"l5' 65 hp Dual Fuel 7,860 lbs. 060-0210 Broderson IC-80-3F DF 18,000 lbs. 11,400 lbs. 14,000 lbs. 37'/47' 30'/40' 87"/78" bb hp Dual Fuel 15,800 lbs. 060-0310 Shuttlelift 3339 DF 18,000 lbs. 11,5001bs. 14,000 lbs. 38'/55' 31'/48' 87"/77" 70 hp Dual Fuel 15,800 lbs. 060-0310 Shuttlelift 3340 DF 18,000 lbs. 11,5001bs. 14,000 lbs. 38'/55' 31'/48' 87"/79" 70 hp Dual Fuel 16,b001bs. 060-0310 Broderson IC-80-3F D 18,000 lbs. 11,400 lbs. 14,000 lbs. 37'/47' 30'/40' 87"/78" 74 hp Diesel 15,800 lbs. 060-0320 Shuttlelift 3339 D 18,000 lbs. 11,5001bs. 14,000 lbs. 38'/55 31'/48' 87"/77" 99 hp Diesel 15,800 lbs. 060-0320 Shuttlelift 3340 D 18,000 lbs. 11,5001bs. 14,000 lbs. 38'/55' 31'/48' 87"/79" 80 hp Diesel 16,b001bs. 060-0320 Broderson IC-200-2C DF 30,000 lbs. 16,200 lbs. 17,000 lbs. 45'/60' 36'/51' 95"l96" 110 hp Dual Fuel 27,6401bs. 060-0410 Shuttlelift 5540 DF 30,000 lbs. 16,000 lbs. 20,000 lbs. 47'/61' 37'/51' 93"/94" 100 hp Dual Fuel 26,500 lbs. 060-0410 Broderson IG200 2C D 30,000 lbs. 16,200 lbs. 17,000 lbs. 45/60' 36'/51' 95'/96" 110 hp Diesel 27,6401bs. O60 0420 Shuttlelift 5540 D 30,000 lbs. 16,000 lbs. 20,000 lbs. 27'/61' 37'/51' 96"/94" 80 hp Diesel 26,500 lbs. 060-0420 Shuttlelift 5560RT4WD DF 36,000 lbs. 16,000 lbs. 20,000 lbs. 61'/76' 51'lbb' 93"/94" 100 hp Dual Fuel 30,7001bs. 060-0430 Shuttlelift 5560RT4WD D 36,000 lbs. 16,000 lbs. 20,000 lbs. 61'/76' 51'lbb' 93"/94" 110 hp Diesel 30,7001bs. 060-0440 'Capacity ratings shown reflect crane operation under optimum conditions with retracted boom at minimum radius. Consult the capacity and range chart with the crane to determine the capacity forspecific lifting applications. �Sheave heightsand horizontal reach shown reftect main boom/boom plus extension orjib. 68 � MANAGE ALL ASPECTS OF YOUR SUNBELT RENTALS EQUIPMENT AND ACCOUNT FROM YOUR MOBILE DEVICE. �� N/A 10/13/2025 Digitally signed by: Stephanie L. Ransone DN: CN = Stephanie L. Ransone email = stephanie. ransone@sunbeltrentals.com C = US O = Sunbelt Rentals Date: 2025.10.13 12:20:46 -04'00' CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003(a)(2)(A) and (B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: *** (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) Avendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 City of Fort Worth, Mayor and Texas Council Communication DATE: 09/16/25 M&C FILE NUMBER: M&C 25-0842 LOG NAME: 13P COOP OP R241502 EQUIPMENT AND TOOL RENTAL JH CITY SUBJECT (ALL) Authorize Execution of a Purchase Agreement with Sunbelt Rentals, Inc. Using an Omnia Partners Cooperative Contract to Rent Equipment and Tools for an Annual Amount Up to $600,000.00 for the Initial Term and Authorize Two One-Year Renewal Options for the Same Amount for City Departments RECOMMENDATION: It is recommended that the City Council authorize the execution of a Purchase Agreement with Sunbelt Rentals, Inc. using Omnia Partners Cooperative Contract No. R241502 to rent equipment and tools for an annual amount up to $600,000.00 for the initial term and authorize two, one- year renewal options for the same amount for City Departments. DISCUSSION: The purpose of this Mayor & Council Communication (M&C) is to authorize an agreement with Sunbelt Rentals, Inc. for heavy equipment and tool rental on an as-needed basis. The tools and heavy equipment being rented include, but are not limited to, generators, air compressors, scissor lifts, excavators, mowers, and heaters. This agreement will assist the Property Management, Public Events, Transportation and Public Works, Police, Aviation, Water, and Parks and Recreation Departments to perForm cleanup, maintenance, and repairs for various City parks and facilities. FUNDING: The annual amount allowed under the Agreement will be $600,000.00. However, the actual amount used will be based on the needs of each department and available budgets. Funding is budgeted in the various accounts within the participating departments operating budgets, as appropriated. COOPERATIVE PURCHASE: State law provides that a local government purchasing an item under a cooperative purchase agreement satisfies any state law requiring that the local government seek competitive bids for the purchase of the item. Omnia Partners contracts are competitively bid to increase and simplify the purchasing power of government entities across the State of Texas. Omnia Partners Cooperative Contract No. R241502 was advertised on November 13, 2024, and November 20, 2024, in The Houston Chronicle, and responses were opened on January 21, 2025. Omni Partners contracts offer fixed discounts. Staff reviewed pricing and determined it to be fair and reasonable. AGREEMENT TERMS: The initial term of the agreement will begin upon the date of execution and expire on April 30, 2026 to align with the cooperative contract. RENEWAL OPTIONS: In accordance with the terms of Omnia Partners Cooperative Contract No. R241502, there are two (2) one-year options to renew. The spending authority for the renewal period, if exercised, will be in an amount up to $600,000.00. This action does not require specific City Council approval provided that the City Council has appropriated sufficient funds to satisfy the City's obligations during the renewal term. ADMINISTRATIVE CHANGE ORDER: An administrative change order or increase may be made by the City Manager up to the amount allowed by relevant law and the Fort Worth City Code and does not require specific City Council approval as long as sufficient funds have been appropriated. This agreement will serve ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget, as previously appropriated, in the participating departments' Operating Funds to support the approval of the above recommendation and award of the agreement. Prior to any expenditure being incurred, the participating departments have the responsibility to validate the availability of funds. Submitted for City Manager's Office bk Reginald Zeno 8517 Dana Burghdoff 8018 Originating Business Unit Head: Reginald Zeno 8517 Dave Lewis 5717 Additional Information Contact: Brandy Hazel 8087 Jordan Henry 8461