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