Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Contract 2023-058ADocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
AGREEMENT No. 2023-058
EQUIPMENT AND TOOL RENTAL SERVICES
THIS AGREEMENT, is made and entered into this 15�h day of June 2023, by and between the
CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida
whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"),
and SUNBELT RENTALS INC., whose address is: 1799 Innovation Pt., Fort Mill, SC 29715,
(hereinafter referred to as "CONTRACTOR").
WHEREAS, OMNIA Partners through the public procurement process awarded an Agreement for,
Equipment and Tool Rental Services Contract Number R200601;
WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's
response thereto and Agreement in accordance with CITY's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and
conditions of the OMNIA Partners Contract Number R200601;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree
as follows:
SCOPE OF WORK
The CONTRACTOR shall furnish equipment and tool rentals as described in the OMNIA Partners
Contract Number R200601, which is attached hereto and incorporated herein as Exhibit "A" and
shall perform everything required by this Agreement and the other exhibits attached hereto.
Provided, however, that nothing herein shall require CITY to purchase or acquire any items or
services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of
a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement
shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances
shall apply.
2. THE CONTRACT SUM
CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the
Agreement documents and the Price Schedule as set forth in Exhibit "B", attached hereto and
incorporated herein.
3. TERM AND TERMINATION
A. This Agreement is to become effective upon execution by both parties, and shall remain
in effect until Tuesday, October 31, 2023 unless terminated or renewed by OMNIA
Partners .
B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice
to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's
convenience upon thirty (30) days written notice to CONTRACTOR b) if
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Piggyback Agreement
Equipment and Tool Rental Services
CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general
assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of
the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a
labor dispute, which threatens to have a substantial, adverse impact upon the performance
of this Agreement, without prejudice to any other right or remedy CITY may have under
this Agreement. In the event of such termination, CITY shall be liable only for the
payment of all unpaid charges, determined in accordance with the provisions of this
Agreement, for work, properly performed and accepted prior to the effective date of
termination.
C. Upon mutual Agreement of the parties, this Agreement may be renewed for one (1)
additional one (1) year renewal.
4. PROVISION OF SERVICES AND COMPLETION OF WORK
A. The CONTRACTOR shall only provide to CITY the services contained under the Scope
of Work upon receipt of an authorized order from CITY and shall provide the requested
items in the timeframe and as set forth in OMNIA Partners Contract Number R200601 or
in the specific purchase order or authorized order submitted by CITY. Nothing herein
shall obligate CITY to purchase any specific amount of product from CONTRACTOR or
create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall
not be obligated or required to pay for any items received until such time as CITY has
accepted the items in accordance with the order provided to CONTRACTOR.
B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it
has an issue or question related to the fulfillment of the order or whether there will be any
delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will
preclude CONTRACTOR from seeking payment of any kind for any items that were
delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option
cancel the order and seek the items from any available source.
C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any
gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or
representative as in compliance with the terms of this Contract shall not operate as a
waiver by the CITY of strict compliance with the terms of this Contract and the CITY
may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas,
and bio-diesel so as to comply with the warranties and specifications hereof.
D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY
to purchase any minimum quantity of product during the term hereof.
5. PAYMENTS
1
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Piggyback Agreement
Equipment and Tool Rental Services
In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall
submit an invoice to CITY upon completion of the services and delivery of products to CITY as
set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for
all accepted deliveries and undisputed product delivered and services provided, within thirty (30)
calendar days of receipt of the invoice.
6. DISPUTE RESOLUTION - MEDIATION
A. Any claim, dispute or other matter in question arising out of or related to this Agreement
shall be subject to mediation as a condition precedent to voluntary arbitration or the
institution of legal or equitable proceedings by either party.
B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other
matters in question between them by mediation.
C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall
be held in Clermont, Lake County, Florida, unless another location is mutually agreed
upon. Agreements reached in mediation shall be enforceable as settlement Agreements in
any court having jurisdiction thereof.
7. INSURANCE AND INDEMNIFICATION RIDER
7.1. Worker's Compensation Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's
Compensation Insurance for all its employees connected with the work of this Project and, in case
any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide
Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such
employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall
comply with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the Worker's
Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the
CITY, for the protection of employees not otherwise protected.
7.2. CONTRACTOR's Commercial General Liability Insurance
The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial
General Liability and Business Automobile Liability Insurance as shall protect it from claims for
damage for personal injury, including accidental death, as well as claims for property damages
which may arise from operating under this Agreement whether such operations are by itself or by
anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows:
A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000
aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
2
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Piggyback Agreement
Equipment and Tool Rental Services
B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage
Occurrence, Combined Single Limit
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to
provide coverage on an occurrence basis.
7.3. Indemnification Rider
A. To the proportionate extent of CONTRACTOR's negligence and to the fullest extent
permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and
its employees from and against all third party claims including claims, damages, losses
and expenses, including but not limited to reasonable attorney's fees, arising out of or
resulting from Subcontractor's negligent performance of the Work, provided that any
such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease
or death, or to injury to or destruction of tangible property (other than the Work itself) ,
and (2) is caused in whole or in part by any negligent act or omission of the
CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of
them or anyone for whose acts any of them may be liable. Such obligation shall not be
construed to negate, abridge, or otherwise reduce any other right to obligation of
indemnity which would otherwise exist as to any party or person described in this Article;
however, this indemnification does not include the acts of negligence, damage or losses
caused by the CITY and its other contractors.
B. In any and all claims against the CITY or any of its agents or employees by any
employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable by or for
the CONTRACTOR or any subcontractor under workers' or workmen's compensation
acts, disability benefit acts or other employee benefit acts.
C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and
valuable consideration from the CITY for the indemnification provided herein.
8. NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with return
receipt requested and postage prepaid, or by nationally recognized overnight courier service to the
address of the party set forth below. Any such notice shall be deemed given when received by the
party to whom it is intended.
A. CONTRACTOR:
9 Sunbelt Rentals, Inc.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Piggyback Agreement
Equipment and Tool Rental Services
• Attn: Natalia Welch
• 1799 Innovation Pt. Fort Mill, SC 29715
A. OWNER:
• City of Clermont
• Attn: Brian Bulthuis, City Manager
• 685 W. Montrose Street, Clermont, FL 3471 1
9. MISCELLANEOUS
9.1. Attorneys' Fees
In the event a suit or action is instituted to enforce or interpret any provision of this Agreement,
the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as
attorneys' fees at trial or on any appeal, in addition to all other sums provided by law.
9.2. Waiver
The waiver by city of breach of any provision of this Agreement shall not be construed or operate
as a waiver of any subsequent breach of such provision or of such provision itself and shall in no
way affect the enforcement of any other provisions of this Agreement.
9.3. Severability
If any provision of this Agreement or the application thereof to any person or circumstance is to
any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified
in such a manner as to make the Agreement valid and enforceable under applicable law, the
remainder of this Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest
extent permitted by applicable law.
9.4. Amendment
Except for as otherwise provided herein, this Agreement may not be modified or amended except
by an Agreement in writing signed by both parties.
9.5. Entire Agreement
This Agreement including the documents incorporated by reference contains the entire
understanding of the parties hereto and supersedes all prior and contemporaneous Agreements
between the parties with respect to the performance of services by CONTRACTOR.
9.6. Assignment
Except in the event of a merger, consolidation, or other change of control pursuant to the sale of
all or substantially all of either party's assets, this Agreement is personal to the parties hereto and
may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of
city.
4
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Piggyback Agreement
Equipment and Tool Rental Services
9.7. Venue
The parties agree that the sole and exclusive venue for any cause of action arising out of this
Agreement shall be Lake County, Florida.
9.8. Applicable Law
This Agreement and any amendments hereto are executed and delivered in the State of Florida and
shall be governed, interpreted, construed and enforced in accordance with the laws of the State of
Florida.
9.9. Public Records
Contractor expressly understands records associated with this project are public records and agrees
to comply with Florida's Public Records law, to include, to:
A. Keep and maintain public records that ordinarily and necessarily would be required by
the CITY in order to perform the services contemplated herein.
B. Provide the public with access to public records on the same terms and conditions that the
CITY would provide the records and at a cost that does not exceed the cost provided in
this Florida's Public Records law or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all
public records in possession of CONTRACTOR upon termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. CONTRACTOR shall use reasonable efforts to
provide all records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
E. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR
SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY
CLERK'S OFFICE, (352) 241-7331.
10. AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement as if
herein repeated.
Document Precedence:
A. This Agreement
B. Purchase Order / Notice To Proceed
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Piggyback Agreement
Equipment and Tool Rental Services
C. An applicable Contractor Quote or Statement of Work
D. All documents contained in the OMNIA Partners Contract Number R200601.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 15th day of
June 2023.
CITY OF CLERMONT
—DocuSigned by:
DS
Tim Murry, Mayor
ATTEST:
DocuSigned by:
T 44Gy &44,ayd Root
NnnA DMZ F34A_
Tracy Ackroyd Howe, City Clerk
11
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT RENTALS, INC.
By:
(Signature)
Print Name:
Title:
Date:
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
9_70
56KW DIESEL GENERATOR
$345.00
$925.00
$2,115.00
9_40
36KW DIESEL GENERATOR
$250.90
$664.85
$1,564.69
9_30
20KW DIESEL GENERATOR
$175.00
$483.12
$1,068.63
9_100
10OKW DIESEL GENERATOR
$445.00
$995.00
$2,800.00
7_29
30-33' ELECTRIC SCISSOR NARROW
$225.00
$565.00
$1,120.00
7_28
30-33' ELECTRIC SCISSOR
$210.00
$507.00
$995.00
725
19' ELECT SCISSORLIFT
$145.00
$250.00
$435.00
7_16
40-44' ELECT SCISSOR NARROW
$315.00
$775.00
$1,735.00
711
25-26' ELECT SCISSOR NARROW
$165.00
$315.00
$615.00
64_220
PLATE TAMPER 200LB CLASS 19.5" WIDE
$95.00
$250.00
$600.00
61
SPIDER BOX TPB50P
$75.00
$205.00
$725.00
58_855
120' STR MANLIFT W/JIB
$1,300.00
$3,500.00
$8,250.00
58_822
80' STR MANLIFT
$675.00
$1,656.00
$3,970.00
58_823
80' STR MANLIFT W/JIB
$715.00
$1,762.00
$4,075.00
58_803
80' ART MANLIFT W/JIB
$713.32
$1,775.00
$4,048.69
58_626
60' STR MANLIFT W/JIB
$460.00
$1,205.00
$2,650.00
58_624
60' STR MANLIFT
$440.00
$1,125.00
$2,500.00
58_607
60' ART MANLIFT W/JIB
$400.00
$1,195.00
$2,715.00
58_49
50' TOWABLE ART MANLIFT
$355.00
$875.00
$2,300.00
58_455
45' ART MANLIFT
$288.00
$740.00
$1,584.00
58_457
45' ART MANLIFT W/JIB
$300.00
$785.00
$1,650.00
58_45
34' TOWABLE ART MANLIFT
$327.95
$745.00
$1,950.45
58_440
45' ART ELECT MANLIFT JIB
$345.00
$930.00
$2,200.00
58_435
40' ART ELECT MANLIFT NARROW JIB
$341.00
$915.00
$2,150.00
58_426
40' STR MANLIFT W/JIB
$340.00
$785.00
$1,850.00
58_424
40' STR MANLIFT
$285.00
$705.00
$1,625.00
58_343
34' ART MANLIFT
$330.73
$819.60
$1,825.00
58_301
30' ART ELEC MANLIFT NARROW ROTAJIB
$325.00
$785.00
$1,798.00
56_620
10K 55' SHOOTING BOOM FORKLIFT
$635.00
$1,600.00
$3,300.00
56_330
6K-7K 42' SHOOTING BOOM FORKLIFT
$389.03
$975.00
$2,250.00
56_230
5500LB 19' SHOOTING BOOM FORKLIFT
$335.00
$850.00
$2,100.00
55_235
5000LB IND FORKLIFT LOW MAST DF
$205.00
$585.00
$1,310.00
55_220
5000LB IND FORKLIFT DF
$187.62
$537.56
$1,147.42
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
53_230
4WD STANDARD BACKHOE CANOPY
$315.00
$865.00
$1,105.00
49_6
SKIDSTEER / MINI EX AUGER ATTACHMENT
$111.87
$278.20
$754.40
48_510
1500-2100LB TRACK SKIDSTEER
$265.00
$804.80
$2,016.35
48_400
1500-2000LB SKIDSTEER
$235.00
$750.00
$1,425.00
43_230
3" GAS TRASH PUMP
$75.00
$190.00
$470.00
41_163
6X6X11 SOLIDS VAC 74HP QF CONTR PUMP
$300.00
$875.00
$3,295.00
40_45
LITTER VACUUM RIDE -ON - OUTDOOR
$445.00
$1,465.00
$2,850.00
40_35
SWEEPER MID -SIZED RIDE -ON LP
$395.00
$1,440.00
$2,520.00
40_31
SWEEPER COMPACT RIDE -ON BATTERY
$265.00
$745.00
$1,600.00
40_230
SWEEPER/SCRUBBER INDUSTRIAL RIDE -ON LPG
$610.00
$2,000.00
$4,240.00
40_220
SCRUBBER INDUSTRIAL RIDE -ON LPG
$555.00
$1,780.00
$4,040.00
40_200
SCRUBBER MICRO RIDE -ON BATTERY
$255.00
$835.00
$1,810.00
40_118
SCRUBBER W/B MIDSIZE 28"
$190.00
$580.00
$1,235.00
40_115
SCRUBBER W/B 28" PATH BATTERY
$225.00
$575.00
$1,650.00
40_110
SCRUBBER W/B 20" PATH BATTERY
$155.00
$480.00
$900.00
39_60
12" CHIPPER
$457.03
$1,139.28
$2,856.42
37_85
36" TRACK TRENCHER WALK BEHIND
$255.00
$695.00
$1,782.48
37_80
24" TRACK TRENCHER WALK BEHIND
$255.00
$515.00
$1,625.00
35_140
7,500LB MINI EXCAVATOR
$305.00
$775.00
$1,655.00
35_130
6,000LB MINI EXCAVATOR
$243.65
$670.67
$1,605.37
35_120
3,500LB MINI EXCAVATOR
$270.00
$725.00
$1,675.00
32_220
CONCRETE PLANER 8" GAS/PROP
$265.00
$665.84
$1,716.66
24_1102
12'DECK SINGLE AXLE TILT TRAILER <10K#
$50.00
$165.00
$425.00
22 140
47" DOUBLE DRUM RIDE -ON ROLLER DIESEL
$265.00
$760.00
$1,875.00
22_120
36" DOUBLE DRUM RIDE -ON ROLLER
$245.00
$725.00
$1,650.00
2050
14" GAS CUTOFF SAW
$85.00
$195.00
$540.00
18_5
TRENCH ROLLER W/ REMOTE
$299.33
$795.00
$1,810.00
15567
50' #2 BANDED 5-WIRE
$15.67
$47.03
$141.79
155_245
CABLE RAMPS
$10.00
$35.00
$75.00
155_100
4/0 CAMLOCK CABLE 50'
$26.41
$53.10
$125.00
152_3310
6X20 ORANGE/CLEAR SUC BAUER HOSE
$34.21
$79.89
$225.00
150_800
50' SPIDERBOX CABLE 6/4
$35.10
$108.61
$320.00
150_25
3/4" X 50' AIR COMPRESSOR HOSE
$13.25
$25.47
$52.38
120 120
65LB CLASS DEMOLITION HAMMER
$117.42
$309.50
$745.09
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
12_410
4000W NARROW HORIZONTAL MAST LIGHT TOWER
$102.00
$233.64
$515.41
109_1270
70 TON SCROLL CHILLER
$675.00
$2,045.00
$5,725.00
109_1005
10 TON SCROLL CHILLER
$335.00
$1,001.66
$3,020.16
108_245
40 TON AIR CONDITIONER NON-XP NEMA 4
$575.00
$1,350.00
$4,950.00
108_230
25 TON AIR CONDITIONER W/HEATER 480V 3PH
$550.00
$1,400.00
$3,885.00
108_216
12 TON AIR CONDITIONER W/HEATER 208V 3PH
$485.00
$1,150.00
$2,450.00
107_2018
1T PORTABLE HEAT PUMP/AC/DEHU
$205.73
$400.00
$1,700.00
107_112
1.25T CLASSIC PORTABLE AC/DEHU
$195.00
$345.00
$1,154.50
107_105
1T OFFICE PORTABLE AC/DEHU 110V
$210.00
$395.00
$1,318.20
10 540
30KW ELECTRIC HEATER 480V 3PH
$195.00
$285.00
$859.72
10_535
15KW ELECTRIC HEATER 480V 3PH
$195.00
$285.00
$859.72
130
185CFM 125PSI DIESEL AIR COMPRESSOR
$101.97
$258.39
$621.88
All other
Items/Cat-
Classes
Sunbelt Catalog or www.SunbeltRentals.com
5% Off Book
Rate
10% Off Book
Rate
15% Off Book
Rate
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
In addition to that which is listed below, Sunbelt Rentals provides a multitude of customer
specific saftery and equipment training and certifications. Classes meet all industry
specifications & are customized for the desired classroom criteria. Price is based on
number of attendees and materials/topics to be covered.
New Class Name on Wallet Card
ANSI/CSA MEWP Operator Manually Propelled 1a
ANSI/CSA MEWP Operator Scissor Lifts 3a
ANSI/CSA MEWP Operator Boom Lifts 3b
ANSI/CSA MEWP Operator Tow Behind Vehicle Mounted 1b
ANSI/CSA MEWP Operator Boom Lifts 3b, Scissor Lifts 3a
ANSI/CSA MEWP Operator Tow Behind 1b, Boom Lifts 3b, Scissor Lifts 3a
ANSI/CSA MEWP Operator Manually Propelled 1a, Tow Behind 1b, Boom Lifts 3b, Scissor Lifts 3a
AWP MEWP Trainer
Forklift Trainer
Earthmoving Equipment Trainer
ANSI/CSA Class 7 Rough Terrain and Class 1, 4, 5 Warehouse Forklift
ANSI/CSA Class 7 Rough Terrain Forklift Trucks Telehandlers
ANSI/CSA Class 1, 4, 5 Warehouse Forklift
Earthmoving Equipment Operator: Backhoe Only
Earthmoving Equipment Operator: Backhoe/Compact Excavator
Earthmoving Equipment Operator: Backhoe/Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Backhoe/Front-End Loader
Earthmoving Equipment Operator: Compact Excavator Only
Earthmoving Equipment Operator: Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Dozer
Earthmoving Equipment Operator: Excavator
Earthmoving Equipment Operator: Front -End Loader Only
Earthmoving Equipment Operator: Skid -Steer Only
Earthmoving Equipment Operator: Skid-Steer/Backhoe
Earthmoving Equipment Operator: Skid-Steer/Backhoe/Compact Excavator
Expires Cost per Person
Canada expires 3 years, all others
$185
5 years
$985
Expires 5 years $985
$985
Expires 3 years $185
Canada Expires 3 years all others
$185
Expires 5 years
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Earthmoving Equipment Operator: Skid-Steer/Backhoe/Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Skid-Steer/Backhoe/Front-End Loader
Earthmoving Equipment Operator: Skid-Steer/Compact Excavator
Earthmoving Equipment Operator: Skid-Steer/Compact Excavator/Front-End Loader
Earthmoving Equipment Operator: Skid-Steer/Compact Excavatot
Earthmoving Equipment Operator: Skid-Steer/Front-End Loader
Supported Scaffold User Hazard Awareness
Supported Scaffold Competent Person
Suspended Platform User Hazard Awareness
Suspended Scaffold Competent Person
Trench Shoring Safety Competent
Trench Shoring Safety Awareness
$95
Expires 5 years $350
$95
$350
Expires 5 years $350
$95
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Region 4 Education Service Center (ESC)
Contract # R200601
for
Equipment and Tool Rental Services
with
Sunbelt Rentals, Inc.
Effective: November 1, 2020
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
The following documents comprise the executed contract between the
Region 4 Education Service Center and Sunbelt Rentals, Inc., effective
November 1, 2020:
I. Vendor Contract and Signature Form
II. Supplier's Response to the RFP, incorporated by reference
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
CONTRACT
This Contract ("Contract') is made as of November 1, 2020 by and between Sunbelt Rentals, Inc.
("Contractor') and Region 4 Education Service Center ("Region 4 ESC') for the purchase of
Equipment Tool and Rental Services("the products and services').
RECITALS
WHEREAS, Region 4 ESC issued Request for Proposals Number 20-06 for Equipment Tool and
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 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 to renew the Contract for two (2) additional one-year periods or portions thereof. Region
4 ESC shall review the Contract prior to the renewal date and notify the Contractor of Region
4 ESC's intent renew the Contract. Contractor may elect not to renew by providing three
hundred sixty-five days' (365) notice to Region 4 ESC. Notwithstanding the expiration of the
initial term or any subsequent term or all renewal options, Region 4 ESC and Contractor may
mutually agree to extend the term of this Agreement. Contractor acknowledges and
understands Region 4 ESC is under no obligation whatsoever to extend the term of this
Agreement.
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 be the RFP, the Offeror's proposal and Best and
Final Offer(s).
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:
CONTRACT
1
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
i. This Contract
ii. Offeror's Best and Final Offer
iii. Offeror's proposal
iv. RFP and any addenda
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.
CONTRACT
2
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
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, specifically excludes
rental equipment. Region 4 ESC will not obtain ownership of such rental equipment.
b) Termination for Cause. If, for any reason, Contractor fails to fulfill its obligation in a timely
manner, or Contractor violates any of the covenants, agreements, or stipulations of this
Contract Region 4 ESC reserves the right to terminate the Contract immediately and
pursue all other applicable remedies afforded by law. Such termination shall be effective
by delivery of notice, to the Contractor, specifying the effective date of termination. In such
event, all documents, data, studies, surveys, drawings, maps, models and reports
prepared by Contractor will become the property of the Region 4 ESC. If such event does
occur, Contractor will be entitled to receive just and equitable compensation for the
satisfactory work completed on such documents.
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 Maieure. If by reason of Force Majeure, either party hereto shall be rendered unable
wholly or in part to carry out its obligations under this Agreement then such party shall
give notice and full particulars of Force Majeure in writing to the other party within a
reasonable time after occurrence of the event or cause relied upon, and the obligation of
the party giving such notice, so far as it is affected by such Force Majeure, shall be
suspended during the continuance of the inability then claimed, except as hereinafter
provided, but for no longer period, and such party shall endeavor to remove or overcome
such inability with all reasonable dispatch.
The term Force Majeure as employed herein, shall mean acts of God, strikes, lockouts, or
other industrial disturbances, act of public enemy, orders of any kind of government of the
United States or the State of Texas or any civil or military authority; insurrections; riots;
epidemics; landslides; lighting; earthquake; fires; hurricanes; storms; floods; washouts;
droughts; arrests; restraint of government and people; civil disturbances; explosions,
breakage or accidents to machinery, pipelines or canals, or other causes not reasonably
within the control of the party claiming such inability. It is understood and agreed that the
settlement of strikes and lockouts shall be entirely within the discretion of the party having
the difficulty, and that the above requirement that any Force Majeure shall be remedied
with all reasonable dispatch shall not require the settlement of strikes and lockouts by
acceding to the demands of the opposing party or parties when such settlement is
unfavorable in the judgment of the party having the difficulty. Notwithstanding the
foregoing, Contractor will be compensated for a) any and all rental fees incurred and/or b)
any damage to or loss of the rental equipment during any such Force Majeure event in
which the equipment is in Public Agency's care, custody or control.
e) Standard Cancellation. Region 4 ESC may cancel this Contract in whole or in part by
providing written notice. The cancellation will take effect 30 business days after the other
party receives the notice of cancellation. After the 30th business day all work will cease
following completion of final purchase order.
12) Licenses. Contractor shall maintain in current status all federal, state and local licenses, bonds
and permits required for the operation of the business conducted by Contractor. Contractor
shall remain fully informed of and in compliance with all ordinances and regulations pertaining
CONTRACT
3
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
to the lawful provision of services under the Contract. Region 4 ESC reserves the right to stop
work and/or cancel the Contract if Contractor's license(s) expire, lapse, are suspended or
terminated. For clarification, Contractor will obtain the licenses and permits for the equipment
rented; however the Public Agency is responsible for the licenses and permits required for the
project for which the equipment is rented for.
13) Survival Clause. All applicable software license agreements, warranties or service
agreements that are entered into between Contractor and Region 4 ESC under the terms and
conditions of the Contract shall survive the expiration or termination of the Contract. All
Purchase Orders issued and accepted by Contractor shall survive expiration or termination of
the Contract.
14) Delivery. Conforming product 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 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. 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. Contractor shall, at its sole expense, maintain appropriate due diligence of all
purchases made by Region 4 ESC and any entity that utilizes this Contract. Region 4 ESC
reserves the right to audit the accounting for a period of three (3) years from the time such
purchases are made. This audit right shall survive termination of this Agreement for a period
of one (1) year from the effective date of termination. Region 4 ESC shall have the authority
to conduct random audits of Contractor's pricing at Region 4 ESC's sole cost and expense.
Notwithstanding the foregoing, in the event that Region 4 ESC is made aware of any pricing
being offered that is materially inconsistent with the pricing under this agreement, Region 4
CONTRACT
4
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
ESC shall have the ability to conduct an extensive audit of Contractor's pricing at Contractor's
sole cost and expense. Region 4 ESC may conduct the audit internally or may engage a third -
party auditing firm. In the event of an audit, the requested materials shall be provided in the
format and at the location designated by Region 4 ESC.
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. The rental equipment provided will be warrantied 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.
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
CONTRACT
5
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
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.
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 and is conditioned on a best effort attempt by Region 4 ESC to obtain appropriate
funds for payment 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. 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.
CONTRACT
6
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OFFER AND CONTRACT SIGNATURE FORM
The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict
compliance with the terms, specifications and conditions at the prices proposed within response
unless noted in writing.
Company Name Sunbelt Rentals. Inc.
Address 2341 Deerfield Drive
City/State/Zip Fort Mill, SC 29715
Telephone No. (800) 508-4762
Email Address contractteam sunbeltrentals.com
Printed Name Stephanie Ransone
Title
Authorized signature
Accepted by Region 4 ESC:
Contract No. R200601
Initial Contract Term November 1, 2020 to
Regi n 4 E Authorize Boar Member
October 31, 2023
8/25/2020
Date --
Margaret S. Bass
Print Name
�� j i
8/25/2020
Region 4 ESC Authorized Hoard Member Date
Linda Tinnerman
Print Name
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Appendix B
TERMS & CONDITIONS ACCEPTANCE FORM
Signature on the Offer and Contract Signature form certifies complete acceptance of the terms
and conditions 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 ESC. If a proposal
is returned with modifications to the draft Contract provisions that are not expressly approved
in writing by Region 4 ESC, the Contract provisions contained in the RFP shall prevail.
Check one of the following responses:
11 Offeror takes no exceptions to the terms and conditions of the RFP and draft Contract.
(Note: If none are listed ,below, it is understood that no exceptions/deviations are taken.)
R Offeror takes the following exceptions to the RFP and draft Contract. All exceptions must
be clearly explained, reference the corresponding term to which Offeror is taking exception
and clearly state any proposed modified language, proposed additional terms to the RFP
and draft Contract must be included:
(Note: Unacceptable exceptions may remove Offeror's proposal from consideration for
award. Region 4 ESC shall be the sole judge on the acceptance of exceptions and
modifications and the decision shall be final.
If an offer is made with modifications to the contract provisions that are not expressly
approved in writing, the contract provisions contained in the RFP shall prevail.)
Section/Page Term, Condition, or Exception/Proposed Modification Accepted
Specification (For Region 4
ESC's use)
SEE ATTACHED EX(tEPTIONS . ,
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT.
RENTALS
OMNIA PARTNERS
RFP#20-06 — Equipment Tool Rental
Appendix B
EXCEPTIONS PROPOSED MODIFICATIONS
Appendix A— Draft Contract:
- Section 11.a) Sunbelt has excluded ownership of the rental equipment upon termination. At no
time will OM NIA own the equipment.
Section 11.d) The Member still has the enjoyment of the equipment 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 storm, strike, etc. Sunbelt should
continue to be paid for the rental fees. Additionally, we would expect that due care will be 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 member may call the equipment off rent and Sunbelt will
retrieve it and the member is no longer responsible.
- Section 12. In many instances Sunbelt is notable to pull permits, because we are not using the
equipment, they will not issue them to us. The member will need to pull the permits for how they
intend to utilize the equipment.
- Section 22.Once the work is complete, nothing stays behind to warrant. It makes no sense to
warrant for a year after the job is complete. There is nothing there to warrant. This was changed to
the duration of the rental.
Page 6, Item 4, Current Products: Sunbelt 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 will remain with Sunbelt Rentals.
2341 Deerfield Driv4 Fort Mill, SC 29714 Phone: 800-508-4761 Fax: 803-578-6850
19
SUNBELT@
R E N T A L S
OMNIA Partners
Region 4 Education Service Center (ESC)
For Equipment and Tool Rental Services
R F P # 20-06
Due: July 14, 2020 at 10:00 AM Central
Submitted By: Stephanie Ransone,
Sr. Customer Contract Manager
Sunbelt Rentals, Inc.
2341 Deerfield Drive, Fort Mill, SC 29715
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT®
INDEX RENTALS
Tab 1 Draft Contract and Offer and Contract Signature Form (Appendix A) redlined
a. Terms and Conditions Acceptance Form (Appendix B)
Tab 2 Products/Pricing
Tab 3 Performance Capability
a. OMNIA Partners documents
i. Addendum No. I through 5
ii. Appendix D — Requirements for National Cooperative Contract
• Exhibit A - Response for National Cooperative Contract/Responses
+ Exhibit B - Administration Agreement, Example — redaed;
• Exhibit C - Master Intergovernmental Cooperative Purchasing Agreement, Example
• Exhibit D - Principal Procurement Agency Certificate, example
• Exhibit E - Contract Sales Reporting Template
• Exhibit F - Federal Funds Certifications and FEMA Special Conditions, signed
• Exhibit G - New Jersey Business Compliance, signed
- DOC #1 Ownership Disclosure Form
- DOC #2 Non -Collusion Affidavit
- DOC #3 AffTmative Action Affidavit
- DOC 04 Political Contribution Disclosure Form
- DOC #5 Stockholder Disclosure Certification
- DOC #b Certification of Non-involvement in Prohibited Activities in Iran
- DOC #7 New Jersey Business Registration Certificate
+ Exhibit H — Advertising Compliance Requirement
Tab 4 Qualification and Experience
a. References
Tab 5 Value Add
Tab b Additional Required Documents (Appendix C), signed
a. Acknowledgment and Acceptance of Region 4 ESC's Open Record Policy
(Appendix C, Doc # 1)
b. Antitrust Certification Statement (Tex Government Cod SS 2155.005) (Appendix C, Doc #2)
c. Implementation of House Bill 1295 Certificate of Interested Parties (Form. 1295) (Appendix C,
Doc #3)
d. Texas Government Code 2270 Verification Form (Appendix C, Doc 44)
Tab 7 Financial Statement
2341 Deerfield Drivi Fort Mill, SC 29714 Phone: 800-508-4761 Fax: 803-578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
July 10, 2020
Region 4 ESC
7145 West Tidwell Road
Houston, TX 77092
Re: Request for Proposal #20-061 Equipment and Tool Rental
Bid Due Date: July 14th, 2020 at 10:00 AM Central
SUMBELTo
RENTALS
Enclosed you will find Sunbelt Rentals proposal in response to the above referenced for Equipment
and Tool Rentals. This letter verifies the proposal's preparation in accordance with the Request for
Proposal instructions outlined on the checklist and detailed below it. Upon reading the RFP, we are
confident the offer prepared by Sunbelt Rentals presents OMNIA Partners, Inc. with a substantial
opportunity for expanding its presence within the private sector while offering participating
agencies a best in class Equipment Rental experience.
Proposal contains two (2) bound and signed original copies of solicitation and two (2) electronic
copies on flash drives.
• Tab 1 — Draft Contract and Offer and Contract Signature Form (Appendix A) redlined
a. Terms and Conditions Acceptance Form (Appendix B)
• Tab 2 —Products/Pricing
• Tab 3- Performance Capability
a. OMNIA Partners documents
• Tab 4 — Qualification and Experience
a. References
• Tab 5 — Value Add
• Tab 6 —Additional Required Documents (Appendix C)
a. Acknowledgment and Acceptance of Region 4 ESC's Open Record Policy
(Appendix C, Doc #1)
b. Antitrust Certification Statement (Tex Government Cod SS 2155.005) (Appendix C,
Doc #2)
c. Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295)
(Appendix C, Doc #3)
d. Texas Government Code 2270 Verification Form (Appendix C, Doc #4)
Tab 7 — Financial Statement
2341 Deerfield Driv4 Fort Mill, SC 29714 Phone: 800-508-4761 Fax: 803-578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT
RENTALS
We are asking that the Market Basket section of our proposal be kept confidential.
The data within in it is the sole property of Sunbelt Rentals and reflects historical usage data
generated from Sunbelt Rentals and its public sector customers. The equipment rates and usage
patterns were developed in cooperation with end users, and could inflict damage upon Sunbelt
Rentals if made public
Any questions with equipment or service can be addressed by Natalia Welch, Director of
Government Sales at (912) 247-0870 or Natalia.weIch@sunbeltrentals.com
We thank you for extending Sunbelt the opportunity to submit pricing for this proposal. Please let
us know if there is any further clarification or additional information that you require.
Sincerely,
S /phanie Ra ne
Sr. Customer ontract Manager
T: 800-508-4762 F; 803-578-6850
contractteaM@_sunbeltrentals.com
2341 Deerfield Driv4 Fort Mill, SC 29714 Phone: 800-508-4761 Fax: 803-578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP#20-06 — Equipment Tool Rental
Performance Capability
SUNBELT®
RENTALS
i. Sunbelt is currently divided into 3 territories with a total of 13 regions. Each region has its
own Operational Regional Vice President and Regional Sales Managers. Each region is divided
into districts with have District Managers and District Sales Managers as well as stores with Branch
Managers and local Sales Representatives. Sunbelt's Government team will also play an intricate
role.
The Regional Government Account Managers pursue opportunities within their assigned accounts
and work with the Regional Sales Directors to execute sales plans within their region. Both the
Regional Sales Directors and Regional Government Account Managers will have access to
Sunbelt's local locations and Sales Representatives, who can assist Omnia and their members at
the local level.
Our goal at Sunbelt Rentals is to continue to build a successful relationship with Region 4 by
promoting an awarded contract agreement with new and existing government and non-profit
customers. The plan below outlines key marketing initiatives and strategies we will implement to
help achieve that goal
Marketing opportunities will be identified and focused on with National & Regional sales and
marketing campaigns. These will be targeted, sales -focused efforts. The primary purpose will be
building customer relationships, providing value, and driving revenue. The sales and marketing
campaign will be developed and monitored using the Sunbelt Rentals Accelerate application to
ensure customer contact and consistent interaction. Follow up reporting will be reviewed to look at
strategy and implement future best practices.
Sunbelt Rentals will work collaboratively to develop a brochure for prospective government
agencies outlining the benefits of the contract partnership. This marketing brochure will highlight
the benefits of renting, including cost efficiencies and expanded capabilities. It will also include a
summarization of all Sunbelt divisions including: general constructions equipment, pump solutions,
power transmission, floor care, climate control, temporary bridging, ground protections, and trench
shoring.
Acknowledged
1IPage
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP#20-06 — Equipment Tool Rental
Performance Capability continued
iii. Included
iv. Describe how Offeror responds to emergency orders.
SUNBELT®
RENTALS
Requests for assistance will be directed to the appropriate location for service. Sunbelt
understands that a quick response for emergency after-hours delivery or service calls is important.
Sunbelt Rentals business model is based on planning and quick response when emergencies arise
for our customers. We offer our customers 2417 emergency response. Sunbelt maintains a fleet of
disaster response trailers, equipped with various equipment, that are strategically placed
throughout the U.S. for optimal coverage and efficiency prior to hurricanes or other disasters
landing. In addition, Sunbelt Rentals has a business continuity plan that covers our support office
and system critical operations.
After hours calls - off -hours, nights, weekends, holidays and off -hour repairs - can be made to our
Customer Service line at 888-880-2877. A local Sunbelt team member will respond to your after-
hours call within one hour, or one day's rental is free. In the event of an After- Hours Emergency
resulting in the opening of a Sunbelt Rentals location, an opening fee will be charged per location
V. What is Offeror's Fill Rate? Not applicable, as we are a rental company.
vi. What is Offeror's average on time delivery rate? Describe Offeror's history of meeting the
shipping and delivery timeline?
Sunbelt promises our customers on time delivery within an hour of the quoted delivery time.
Sunbelt has several tools that are used to track our delivery trucks real-time and monitor the status
of all deliveries. All trucks are equipped with geocoding capability and dispatches are tracked
through VDOS (Vehicle Dispatch Optimization System). Customers can view deliveries that are in
route to their jobsites though our online rental management tool, Command Center. If a delivery
truck is running behind schedule it is our dispatcher's responsibility to notify the customer and let
them know the new expected delivery time. On time delivery percentage is a key performance
indicator for all Sunbelt locations that is monitored on a daily basis. Sunbelt's on time delivery
percentage for our general tool locations over the last 3 months is 89.6%.
21In-�
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP#20-06 — Equipment Tool Rental
Performance Capability continued
vii. Describe Offeror's return and restocking policy.
SUNBELT
RENTALS
When a customer calls equipment off -rent and is ready for a pickup, a Pickup Checklist will
be used to capture all necessary information from the customer. Sunbelt will verify with the
customer the job site Paint -of -Contact and specific asset location. Sunbelt will schedule
pick-ups for the next day in order to accommodate the customer's site logistics and
planning Sunbelt's routing plan and issue Customer a Call Off number.
viii. Describe Offeror's ability to meet service and warranty needs.
Sunbelt continuously strives to ensure our service to our customers and quality of our
equipment is the best in the industry. Our Performance Standards Group completes an
audit of every Sunbelt location to cover every aspect of the operational and sales process
that is necessary to ensure each location operates in compliance with our company's
operational procedures. We review our Branches for service and delivery satisfaction of our
customers, maintenance and service on our equipment, employee training and safety
compliance. Each Branch is held accountable for customer satisfaction and maintaining a
high -quality
We have 24/7 Customer Service coverage in addition to our Key Account Service Team
and Account Managers to provide ongoing service and rental equipment. Our dedicated
Account Managers will work with CUSTOMER to determine the most effective and efficient
ways to provide rental equipment to optimize your work flow.
ix. Describe Offeror's customer service/problem resolution process. Include hours of
operation, number of services, etc.
Sunbelt Rentals will provide reliable, high quality rental equipment as scheduled, to any
CUSTOMER location requested. We will provide service on this equipment as needed,
replacing any downed equipment promptly so CUSTOMER work flow will not be impeded.
Sunbelt's branches are open from 7:00 AM to 5:00 PM Monday through Friday. Some
locations are open on Saturday, these locations can be found on the location list provided.
An after-hours service fee may apply in some cases. This however, can be discussed in
more detail upon award.
After hours calls - off -hours, nights, weekends, holidays and off -hour repairs - can be made
to our Customer Service line at 888-880-2877. Requests for assistance will be directed to
the appropriate location for service. Sunbelt understands that a quick response for
emergency after-hours delivery or service calls is important. A local Sunbelt team member
will respond to your after-hours call within one hour, or one day's rental is free. In the event
of an After -Hours Emergency resulting in the opening of a Sunbelt Rentals location, an
opening fee will be charged per location.
3 1 D a g e
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP#20-06 -- Equipment Tool Rental
Performance Capability continued SBBBELY
RENTALS
X. 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.
Sunbelt can generate invoices in XML, CSV, text and paper formats. We are able to work
with our customers in whatever billing options are needed.
E-processes used by Sunbelt include emailed PDF invoices, customer direct XML feed,
EDI, .csv FTP files. Sunbelt currently utilizes EDI (Electronic Data Interchange) to supply
Customer with electronic invoicing to SAP. We are established with various portals
including Ariba, Onvia, and BidSync to participate in various eAuctions as requested by
Customer. Secondary accounts may be established under the primary account, specific to
the rental location requested. Billing can be sent to locations specified in the agreements.
Our web portal can be utilized by each customer location to monitor usage and pay invoices
directly. Sunbelt can also provide you with access to our Command Center, which will
enable you to place orders, extend rentals, call off rentals and pay invoices.
Payment terms are due upon receipt of invoice. However, we will accept participating entity
terms up to 30 days.
Sunbelt Rentals accepts all credit cards and p-card payments at no additional costs.
A. Describe Offeror's contract implementation/customer transition plan.
The integration of an awarded contract into the Sunbelt Rentals sales process has multiple
layers. That process includes a company -wide announcement, updated marketing
materials, social media announcements, the update our website to reflect contract details,
regional announcements with impact calls, the exchange of membership -participation
list(s), the development of training documents for our sellers by Sunbelt University (SBU),
the loading of account assignments into CRM and Sunbelts Accelerate application.
This strategic and tactical aspects of integration and execution are managed and overseen
by Sunbelt Rentals dedicated Government sales team and Sunbelt Rentals executive
management. Sunbelts sales force is made up of 8000 team members throughout North
America. These team members work within geographic regions. Our Government team also
works within these regions providing direction on our sales efforts as they relate to public
sector customers, training on the features and benefits of any resulting contract and
working alongside our sales representatives calling on participating entities. Our
Government team also manages a book of business targeting our largest public sector
opportunities. Additionally, the Sunbelt Rentals Government team works with each of the
Regional Vice Presidents and Regional Sales Director within our 14 regions to ensure a
cohesive message and sales effort for any resulting contract. This message flows to each
company district and the locations within that district. Integration is supported by inside
sales staff, and our Accelerate application which empowers our sale force with visibility to
EMM
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP#20-06 — Equipment Tool Rental
Performance Capability continued SUN0ELTC,
RENTALS
all customers in a geographic area, the ability to manage a calendar of appointments, and
retain and share notes on any customer or prospect
xii. Describe the financial condition of Offeror — See attached Financial Statement. Full
Financial Report may be found at Ashtead-group.com
xiii. Provide a website link in order to review website ease of use, availability, and capabilities
related to ordering, returns and reporting. Describe the website's capabilities and functionality.
Please see our website for a complete listing of available equipment and the services
of our specialty divisions at sunbeltrentals.com.
In addition to providing Sunbelt Rentals' full equipment catalogue and location list, our
website is a powerful tool, eliminating waste and maximizing equipment utilization
Sunbelt's Command Center - This web portal will provide "Customer" with the capability to view
equipment currently on rent, at what "Customer" location, the term and rental rate, plus total
accumulated rental charges. "Customer" employees will be able to browse for additional
equipment, find nearby locations, place orders, request pickups & service, and view frequent
orders all from an iPhone, iPad or an android smartphone. Sunbelt's Command Center will provide
"Customer" with 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 on any format, including excel.
Access Sunbelt App — our customers will have the capability to browse equipment, find
nearby locations, rent equipment, request pickups and view frequent orders all from an
iPhone, iPad or an android smartphone. You can also view all of your job sites on a
map and view specific contact details, equipment on rent and more.
Reporting — you will have the capability through the web portal to set up reports. These
reports are on an ad hoc basis. You can set up these reports to send on a regularly scheduled
day & time or pull reports as needed.
• Sunbelt Rentals can also provide you with mid -year and end -of -year meetings/reviews.
5j
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP#20-06 —Equipment Tool Rental SUNBELT
Capability continued
RENTALS
AV. Describe the Offeror's safety record.
At Sunbelt Rentals, we Engage for Life. Engage for Life is about protecting your life and the
lives of everyone we encounter on a day to day basis. Centered around active employee
engagement where each of us understands the exposures we face today and always control these
to keep everyone safe. The three pillars of Engage for Life are:
Culture: The way we do things at Sunbelt. Engage for Life means our Core Processes are engrained
in the culture of each locations. Each employee feels comfortable discussing and reducing exposure
in the field for a safe result every time.
Community: From the vehicles we drive to the equipment we rent, our job is to look out for ourselves,
our coworkers, our clients and the communities we serve. Our dedication to Community drives our
Commitment.
Commitment: Commitment to doing things right drives our performance and is required at all levels
of the organization.
Sunbelt Rentals' Safety Department is comprised of full-time 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 number one priority for all 15,000 team members. Each
employee is required to complete safety orientation and training prior to beginning work. Before
operating certain equipment such as Forklifts, AWP, and Cranes each employee must complete
operator training for the applicable equipment they will operate.
Each branch location manages the training of their employees to ensure that all are well trained in
their areas of expertise. Refresher courses are provided as needed.
Sunbelt has many training courses related to safety and our day-to-day operations. There are
certain training courses that are required to be completed by new hires and then additional training
requirements based on the employee's job or position. New employee orientation courses must be
completed within fourteen days of the new employee's start date.
Furthermore, if an employee is involved in an incident or accident and it is determined after the
accident investigation that safety procedures in which the employee had been previously trained
on were not properly followed then the employee is re-trained on the safety topic again to reinforce
the importance of following safe practices.
Sunbelt Safety Record:
• EMR = 0.82
• TCI RITRI R — 1.14
61 '.ge
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
RECEIPT OF ADDENDUM NO. 1 ACKNOWLEDGEMENT
Offeror shall acknowledge this addendum by signing below and include in their proposal
response.
Company Name
Sunbelt Rentals, Inc.
Contact Person Stephanie Ransone, Sr. Customer Contract Manager
Signature
Date July , 2020
Crystal Wallace
Region 4 Education Service Center
Business Operations Specialist
Equipment and Tool Rental Services
Solicitation Number 20-06
Addendum No. 1
Page 3 of 3
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
RECEIPT OF ADDENDUM NO. 2 ACKNOWLEDGEMENT
Offeror shall acknowledge this addendum by signing below and include in their proposal
response.
Company Name
Sunbelt Rentals, Inc.
Contact Person Stephanie Ransone, Sr. Customer Contract Manager
Signature
Date July , 2020
Crystal Wallace
Region 4 Education Service Center
Business Operations Specialist
Equipment and Tool Rental Services
Solicitation Number 20-06
Addendum No. 2
Page 3 of 3
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
RECEIPT OF ADDENDUM NO. 3 ACKNOWLEDGEMENT
Offeror shall acknowledge this addendum by signing below and include in their proposal
response.
Company Name
Sunbelt Rentals, Inc.
Contact Person Stephanie Ransone, Sr. Customer Contract Manager
Signature
Date July I 2020
Crystal Wallace
Region 4 Education Service Center
Business Operations Specialist
Equipment and Tool Rental Services
Solicitation Number 20-06
Addendum No. 3
Page 3 of 3
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
RECEIPT OF ADDENDUM NO. 4 ACKNOWLEDGEMENT
Offeror shall acknowledge this addendum by signing below and include in their proposal
response.
Company Name
Sunbelt Rentals, Inc.
Contact Person Stephanie Ransone . Customer Contract Manager
Signature
Date July , 2020
Crystal Wallace
Region 4 Education Service Center
Business Operations Specialist
Equipment and Tool Rental Services
Solicitation Number 20-06
Addendum No. 4
Page 3 of 3
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
RECEIPT OF ADDENDUM NO. 5 ACKNOWLEDGEMENT
Offeror shall acknowledge this addendum by signing below and include in their proposal
response.
Company Name Sunbelt Rentals, Inc.
Contact Person Stephanie Ransone, Sr. Customer Contract Manager
Signature
Date July , 2020
Crystal Wallace
Region 4 Education Service Center
Business Operations Specialist
Equipment and Tool Rental Services
Solicitation Number 20-06
Addendum No. 5
Page 3 of 3
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT A
RESPONSE FOR NATIONAL COOPERATIVE CONTRACT
1.0 Scope of National Cooperative Contract
Capitalized terms not otherwise defined herein shall have the meanings given to them in the
Master Agreement or in the Administration Agreement between Supplier and OMNIA
Partners.
1.1 Requirement
The Region 4 Education Service Center ("ESC") (hereinafter defined and referred to
as "Principal Procurement Agency"), on behalf of itself and the National
Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a
OMNIA Partners, Public Sector ("OMNIA Partners"), is requesting proposals for
Equipment Tool and Rental Services. The intent of this Request for Proposal is any
contract between Principal Procurement Agency and Supplier resulting from this
Request for Proposal ("Master Agreement") be made available to other public
agencies nationally, including 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"), through OMNIA Partners' cooperative
purchasing program. The Principal Procurement Agency has executed a Principal
Procurement Agency Certificate with OMNIA Partners, an example of which is
included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the
Master Agreement by any Public Agency is preceded by their registration with
OMNIA Partners as a Participating Public Agency in OMNIA Partners' cooperative
purchasing program. Registration with OMNIA Partners as a Participating Public
Agency is accomplished by Public Agencies entering into a Master Intergovernmental
Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and
by using the Master Agreement, any such Participating Public Agency agrees that it is
registered with OMNIA Partners, whether pursuant to the terms of the Master
Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The
terms and pricing established in the resulting Master Agreement between the Supplier
and the Principal Procurement Agency will be the same as that available to
Participating Public Agencies through OMNIA Partners.
All transactions, purchase orders, invoices, payments etc., will occur directly between
the Supplier and each Participating Public Agency individually, and neither OMNIA
Partners, any Principal Procurement Agency nor any Participating Public Agency,
including their respective agents, directors, employees or representatives, shall be
liable to Supplier for any acts, liabilities, damages, etc., incurred by any other
Participating Public Agency. Supplier is responsible for -knowing the tax laws in each
state.
This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA
Partners' requirements to market the resulting Master Agreement nationally to Public
Agencies. Each section in this Exhibit A refers to the capabilities, requirements,
Requirements for National Cooperative Contract
Page 2
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
obligations, and prohibitions of competing Suppliers on a national level in order to
serve Participating Public Agencies through OMNIA Partners.
These requirements are incorporated into and are considered an integral part of this
RFP. OMNIA Partners reserves the right to determine whether or not to make the
Master Agreement awarded by the Principal Procurement Agency available to
Participating Public Agencies, in its sole and absolute discretion, and any party
submitting a response to this RFP acknowledges that any award by the Principal
Procurement Agency does not obligate OMNIA Partners to make the Master
Agreement available to Participating Procurement Agencies.
1.2 Marketing, Sales and Administrative Support
During the term of the Master Agreement OMNIA Partners intends to provide
marketing, sales, partnership development and administrative support for Supplier
pursuant to this section that directly promotes the Supplier's products and services to
Participating Public Agencies through multiple channels, each designed to promote
specific products and services to Public Agencies on a national basis.
OMNIA Partners will assign the Supplier a Director of Partner Development who will
serve as the main point of contact for the Supplier and will be responsible for managing
the overall relationship between the Supplier and OMNIA Partners. The Director of
Partner Development will work with the Supplier to develop a comprehensive strategy
to promote the Master Agreement and will connect the Supplier with appropriate
stakeholders within OMNIA Partners including, Sales, Marketing, Contracting,
Training, and Operations & Support.
The OMNIA Partners marketing team will work in conjunction with Supplier to
promote the Master Agreement to both existing Participating Public Agencies and
prospective Public Agencies through channels that may include:
A. Marketing collateral (print, electronic, email, presentations)
B. Website
C. Trade shows/conferences/meetings
D. Advertising
E. Social Media
The OMNIA Partners sales teams will work in conjunction with Supplier to promote
the Master Agreement to both existing Participating Public Agencies and prospective
Public Agencies through initiatives that may include:
A. Individual sales calls
B. Joint sales calls
C. Communications/customer service
D. Training sessions for Public Agency teams
E. Training sessions for Supplier teams
Requirements for National Cooperative Contract
Page 3
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
The OMNIA Partners contracting teams will work in conjunction with Supplier to
promote the Master Agreement to both existing Participating Public Agencies and
prospective Public Agencies through:
A. Serving as the subject matter expert for questions regarding joint powers authority
and state statutes and regulations for cooperative purchasing
B. Training sessions for Public Agency teams
C. Training sessions for Supplier teams
D. Regular business reviews to monitor program success
E. General contract administration
Suppliers are required to pay an administrative fee of three (3°/ol of the greater of the
Contract Sales under the Master Agreement and Guaranteed Contract Sales under this
Request for Proposal. Supplier will be required to execute the OMNIA Partners
Administration Agreement (Exhibit B).
1.3 Estimated Volume
The dollar volume purchased under the Master Agreement is estimated to be
approximately $30 million annually. While no minimum volume is guaranteed to
Supplier, the estimated annual volume is projected based on the current annual
volumes among the Principal Procurement Agency, other Participating Public
Agencies that are anticipated to utilize the resulting Master Agreement to be made
available to them through OMNIA Partners, and volume growth into other Public
Agencies through a coordinated marketing approach between Supplier and OMNIA
Partners.
1.4 Award Basis
The basis of any contract award resulting from this RFP made by Principal
Procurement Agency will, at OMNIA Partners' option, be the basis of award on a
national level through OMNIA Partners. If multiple Suppliers are awarded by
Principal Procurement Agency under the Master Agreement, those same Suppliers will
be required to extend the Master Agreement to Participating Public Agencies through
OMNIA Partners. Utilization of the Master Agreement by Participating Public
Agencies will be at the discretion of the individual Participating Public Agency.
Certain terms of the Master Agreement specifically applicable to the Principal
Procurement Agency (e.g. governing law) are subject to modification for each
Participating Public Agency as Supplier, such Participating Public Agency and
OMNIA Partners shall agree without being in conflict with the Master Agreement.
Participating Agencies may request to enter into a separate supplemental agreement to
further define the Ievel of service requirements over and above the minimum defined
in the Master Agreement (i.e. invoice requirements, order requirements, specialized
delivery, diversity requirements such as minority and woman owned businesses,
historically underutilized business, governing law, etc.). It shall be the responsibility
of the Supplier to comply, when applicable, with the prevailing wage legislation in
effect in the jurisdiction of the Participating Agency. It shall further be the
Requirements for National Cooperative Contract
Page 4
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
responsibility of the Supplier to monitor the prevailing wage rates as established by
the appropriate department of labor for any increase in rates during the term of the
Master Agreement and adjust wage rates accordingly. Any supplemental agreement
developed as a result of the Master Agreement is exclusively between the Participating
Agency and the Supplier (Contract Sales are reported to OMNIA Partners).
All purchase orders issued and accepted by the Supplier may survive expiration or
termination of the Master Agreement. Participating Agencies' purchase orders may
exceed the term of the Master Agreement if the purchase order is issued prior to the
expiration of the Master Agreement. Supplier is responsible for reporting all sales and
paying the applicable administrative fee for sales that use the Master Agreement as the
basis for the purchase order, even though Master Agreement may have expired.
1.5 Objectives of Cooperative Program
This RFP is intended to achieve the following objectives regarding availability through
OMNIA Partners' cooperative program:
A. Provide a comprehensive competitively solicited and awarded national agreement
offering the Products covered by this solicitation to Participating Public Agencies;
B. Establish the Master Agreement as the Supplier's primary go to market strategy to
Public Agencies nationwide;
C. Achieve cost savings for Supplier and Public Agencies through a single solicitation
process that will reduce the Supplier's need to respond to multiple solicitations and
Public Agencies need to conduct their own solicitation process;
D. Combine the aggregate purchasing volumes of Participating Public Agencies to
achieve cost effective pricing.
2.0 REPRESENTATIONS AND COVENANTS
As a condition to Supplier entering into the Master Agreement, which would be available to
all Public Agencies, Supplier must make certain representations, warranties and covenants to
both the Principal Procurement Agency and OMNIA Partners designed to ensure the success
of the Master Agreement for all Participating Public Agencies as well as the Supplier.
2.1 Corporate Commitment
Supplier commits that (1) the Master Agreement has received all necessary corporate
authorizations and support of the Supplier's executive management, (2) the Master
Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the
Master Agreement will be promoted to all Public Agencies, including any existing
customers, and Supplier will transition existing customers, upon their request, to the
Master Agreement, and (4) that the Supplier has read and agrees to the terms and
conditions of the Administration Agreement with OMNIA Partners and will execute
such agreement concurrent with and as a condition of its execution of the Master
Agreement with the Principal Procurement Agency. Supplier will identify an
executive corporate sponsor and a separate national account manager within the RFP
response that will be responsible for the overall management of the Master Agreement.
Requirements for National Cooperative Contract
Page 5
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
2.2 Pricing Commitment
Supplier commits, the not -to -exceed pricing provided under the Master Agreement
pricing is its lowest available (net to buyer) to Public Agencies nationwide and further
commits that if a Participating Public Agency is eligible for lower pricing through a
national, state, regional or local or cooperative contract, the Supplier will match such
lower pricing to that Participating Public Agency under the Master Agreement.
2.3 Sales Commitment
Supplier commits to aggressively market the Master Agreement as its go to market
strategy in this defined sector and that its sales force will be trained, engaged and
committed to offering the Master Agreement to Public Agencies through OMNIA
Partners nationwide. Supplier commits that all Master Agreement sales will be
accurately and timely reported to OMNIA Partners in accordance with the OMNIA
Partners Administration Agreement. Supplier also commits its sales force will be
compensated, including sales incentives, for sales to Public Agencies under the Master
Agreement in a consistent or better manner compared to sales to Public Agencies if
the Supplier were not awarded the Master Agreement.
3.0 SUPPLIER RESPONSE - See attached response
Supplier must supply the following information in order for the Principal Procurement
Agency to determine Supplier's qualifications to extend the resulting Master Agreement to
Participating Public Agencies through OMNIA Partners.
3.1 Company
A. Brief history and description of Supplier to include experience providing similar
products and services.
B. Total number and location of sales persons employed by Supplier.
C. Number and location of support centers (if applicable) and location of corporate
office.
D. Annual sales for the three previous fiscal years.
a. Submit FEIN and Dunn & Bradstreet report.
E. Describe any green or environmental initiatives or policies.
F. 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.
G. Indicate if supplier holds any of the below certifications in any classified areas and
include proof of such certification in the response:
a. Minority Women Business Enterprise
❑ Yes © No
Requirements for National Cooperative Contract
Page 6
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
If yes, list certifying agency:
b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise
(DBE)
❑ Yes ® No
c
If yes, list certifying agency:
Historically Underutilized Business (HUB)
❑ Yes R1 No
If yes, list certifying agency:
d. Historically Underutilized Business Zone Enterprise (HUBZone)
❑ Yes ® No
If yes, list certifying agency:
e. Other recognized diversity certificate holder
❑ Yes ❑x No
If yes, list certifying agency:
H. List any relationships with subcontractors or affiliates intended to be used when
providing services and identify if subcontractors meet minority -owned standards.
If any, list which certifications subcontractors hold and certifying agency.
I. Describe how supplier differentiates itself from its competitors.
J. Describe any present or past litigation, bankruptcy or reorganization involving
supplier.
K. Felony Conviction Notice: Indicate if the supplier
a. is a publicly held corporation and this reporting requirement is not
applicable;
b. is not owned or operated by anyone who has been convicted of a felony; or
c. is owned or operated by and individual(s) who has been convicted of a
felony and provide the names and convictions.
L. Describe any debarment or suspension actions taken against supplier
3.2 Distribution, Logistics See attached response
A. 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.
B. Describe how supplier proposes to distribute the products/service nationwide.
Include any states where products and services will not be offered under the Master
Agreement, including U.S. Territories and Outlying Areas.
C. Describe how Participating Agencies are ensure they will receive the Master
Agreement pricing; include all distribution channels such as direct ordering,
retail or in-store locations, through distributors, etc. Describe how Participating
Requirements for National Cooperative Contract
Page 7
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Agencies verify and audit pricing to ensure its compliance with the Master
Agreement.
D. Identify all other companies that will be involved in processing, handling or
shipping the products/service to the end user.
E. Provide the number, size and location of Supplier's distribution facilities,
warehouses and retail network as applicable.
3.3 Marketing and Sales - See attached response
A. Provide a detailed ninety -day plan beginning from award date of the Master
Agreement describing the strategy to immediately implement the Master
Agreement as supplier's primary go to market strategy for Public Agencies to
supplier's teams nationwide, to include, but not Iimited to:
i. Executive leadership endorsement and sponsorship of the award as the
public sector go -to -market strategy within first 10 days
ii. Training and education of Supplier's national sales force with participation
from the Supplier's executive leadership, along with the OMNIA Partners
team within first 90 days
B. 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:
L Creation and distribution of a co -branded press release to trade publications
ii. Announcement, Master Agreement details and contact information
published on the Supplier's website within first 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
Requirements for National Cooperative Contract
Page 8
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
vii. Ongoing marketing and promotion of the Master Agreement throughout its
term (case studies, collateral pieces, presentations, promotions, etc.)
viii. Dedicated OMNIA Partners internet web -based homepage on Supplier's
website with:
• OMNIA Partners standard logo;
• Copy of original Request for Proposal;
• Copy of Master Agreement and amendments between Principal
Procurement Agency and Supplier;
• Summary of Products and pricing;
• Marketing Materials
• Electronic link to OMNIA Partners' website including the online
registration page;
• A dedicated toll -free number and email address for OMNIA
Partners
C. Describe how Supplier will transition any existing Public Agency customers'
accounts to the Master Agreement available nationally through OMNIA Partners.
Include a list of current cooperative contracts (regional and national) Supplier
holds and describe how the Master Agreement will be positioned among the other
cooperative agreements.
D. 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.
E. Confirm Supplier will be proactive in direct sales of Supplier's goods and services
to Public Agencies 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 Supplier's sales initiatives should communicate:
i. Master Agreement was competitively solicited and publicly awarded by a
Principal Procurement Agency
ii. Best government pricing
iii. No cost to participate
iv. Non-exclusive
F. Confirm Supplier will train its national sales force on the Master Agreement. At
a minimum, sales training should include:
i. Key features of Master Agreement
ii. Working knowledge of the solicitation process
Requirements For National Cooperative Contract
Page 9
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
iii. Awareness of the range of Public Agencies that can utilize the Master
Agreement through OMNIA Partners
iv. Knowledge of benefits of the use of cooperative contracts
G. Provide the name, title, email and phone number for the person(s), who will be
responsible for:
i. Executive Support
ii. Marketing
iii. Sales
iv. Sales Support
V. Financial Reporting
vi. Accounts Payable
vii. Contracts
H. Describe in detail how Supplier's national sales force is structured, including
contact information for the highest -level executive in charge of the sales team.
I. Explain in detail how the sales teams will work with the OMNIA Partners team to
implement, grow and service the national program.
I. Explain in detail how Supplier 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.
J. State the amount of Supplier's Public Agency sales for the previous fiscal year.
Provide a list of Supplier's top 10 Public Agency customers, the total purchases
for each for the previous fiscal year along with a key contact for each.
K. Describe SuppIier's information systems capabilities and limitations regarding
order management through receipt of payment, including description of multiple
platforms that may be used for any of these functions.
L. Provide the Contract Sales (as defined in Section 10 of the 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").
Requirements for National Cooperative Contract
Page 10
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
$ .00 in year one
$ .00 in year two
$ .00 in year three
To the extent Supplier guarantees minimum. Contract Sales, the administration
fee shall be calculated based on the greater of the actual Contract Sales and the
Guaranteed Contract Sales.
M. Even though it is anticipated many Public Agencies will be able to utilize the
Master Agreement without further formal solicitation, there may be circumstances
where Public Agencies will issue their own solicitations. The following options
are available when responding to a solicitation for Products covered under the
Master Agreement.
i. Respond with Master Agreement pricing (Contract Sales reported to
OMNIA Partners).
ii. If competitive conditions require pricing lower than the standard
Master Agreement not -to -exceed pricing, Supplier may respond with
lower pricing through the Master Agreement. If Supplier is awarded
the contract, the sales are reported as Contract Sales to OMNIA
Partners under the Master Agreement.
iii. Respond with pricing higher than Master Agreement only in the
unlikely event that the Public Agency refuses to utilize Master
Agreement (Contract Sales are not reported to OMNIA Partners).
iv. If alternative or multiple proposals are permitted, respond with
pricing higher than Master Agreement, and include Master
Agreement as the alternate or additional proposal.
Detail Supplier's strategies under these options when responding to a solicitation.
Requirements for National Cooperative Contract
Page 11
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP #20-06
Equipment Tool and Rental Services
SECTION 3.0 - SUPPLIER RESPONSE
3.1 Company
SUMBELT,
RENTALS
A. Brief history and description of Supplier to include experience providing similar products and
services.
Sunbelt Rentals, Inc. and its affiliates ("Sunbelt") are equipment rental companies that specialize in
the broadest range of rental equipment in the industry. 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 and is the second largest rental company in the UK operating as A -Plant. 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 $10 billion in rental fleet and over 875 locations combined across
46 states within the contiguous United States, including Hawaii, and in four provinces in Canada.
B. Total Number and location of sales persons employed by Supplier
875 locations with 5000 Sales Persons
C. Number and location of support centers, if applicable and location of corporation office.
Over 900 locations across 46 states within the contiguous United States, included Hawaii, and in four
provinces in Canada- Corporation office located at 2341 Deerfield Drive, Fort Mill, SC 29715
D. Annual sales for the three previous fiscal years.
FY2019: $4.989 Billion; FY2018: $4.153 Billion; FY2017: $3.584 Billion
a. Submit FEIN and Dunn & Bradstreet Report
F EI N 58-0415192
DB #101776490 — Report Unavailable
2341 Deerfield Ddvj Fort Mill, SC 29714 Phone: 800-508-4761 Fax: 803-578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUMBELT®
RENTALS
SUPPLIER RESPONSE
Page 2
E. Describe any green or environmental initiatives or policies.
Sunbelt understands that we have social and business responsibilities as a global citizen to
enhance and protect the communities we are a part of. We embrace the "think globally, act locally"
approach to environmental management and incorporate it into our business model. As such, we are
committed to taking reasonable actions to minimize adverse environmental impacts resulting from our
business activities. Our operating philosophy includes a commitment to achieve this by:
• Continually evaluating our environmental practices and procedures and implementing process
improvement to comply with applicable regulations and protect our employees, customers and
communities;
Providing employees with training to raise awareness of environmental -related issues and
procedures, and to provide them the tools required to minimize adverse environmental impact;
Investing in the regular renewal of our rental and delivery fleets to incorporate the latest
environmental equipment available from our chosen manufacturers and to ensure our vehicles and
equipment are equipped with the latest emissions components; -Maintaining our equipment and
vehicles to achieve optimal fuel efficiency; and
Investing in our network of profit centers to ensure they are adequately equipped to operate in a
manner minimizing adverse environmental impact.
F. 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.
Sunbelt Rentals performs all the work necessary for the completion of the work for our customers
without the need to utilize subcontractors. We have the right equipment and trained employees to
complete our contracts, providing savings and efficiencies to our customers. When possible, Sunbelt
will utilize diverse vendors to provide fuel, large equipment hauling and various supplies and
services.
G. Indicate if supplier holds any of the below certifications in any classified area and include proof of
such certification in the response: NIA
2341 Deerfield Driv4 Fort Mill, SC 29714 Phone: 800-508-4761 Fax: 803-578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUPPLIER RESPONSE SUNBELT,
Page RENTALS
H. List any relationships with subcontractors or affiliates intended to be used when providing services
and identifying if subcontractors meet minority -owned standards. if any, list which certifications
subcontractors hold and certifying agency.
Sunbelt Rentals performs all the work necessary for the completion of the work for our customers
without the need to utilize subcontractors.
Describe how supplier differentiates itself from its competitors.
Simply put, our willingness to Make it Happen for the customer and the diversity of our fleet is what
sets us apart. Sunbelt Rentals is one of the largest equipment rental providers in North America,
with over 15, 000 team members and 900 plus locations. Our current fleet value is over $10 billion
and is comprised of the youngest and broadest fleet offering in the industry. We have common
equipment as well as the equipment many customers never anticipate needing.
We served thousand of customer responding to the COVID-10 crisis with power generation, air
quality, material handling, temporary flooring, cleaning equipment, and more.
We set the standard in our industry by constantly advancing the idea of what a rental company can
do for its customers, through unmatched solutions, uncompromising safety, and continuous
innovation. With company growth averaging 20% for multiple years in a row, we have the knowledge
and know how to service our customers, while a majority of this growth is done organically.
Moreover, Sunbelt employs a dedicated Government sales team that posses a vision for what
Equipment Rental could be for the public sector, and the drive to take it there. Sunbelt Rentals has
the "Sunbelt Promise" that gives our customers piece of mind knowing we will have the equipment
they need when they need it. The first part of our promise is for us to have our core equipment list
available. The second part of our promise is the equipment will remain operable throughout the
entire rental, if its not, we have 4 hours to replace or repair. Last, is our promise to our customers to
response to them within one hour, this is 24 hours a day and seven days a week.
J. Describe any present or past litigation, bankruptcy or reorganization involving supplier.
Sunbelt has been in the past and currently is involved in litigation processes, however, none of the
litigation is material in nature to its performance of the proposed contract.
No bankruptcy or reorganization
2341 Deerfield Drivi Fort Mill, SG 29714 Phone: 800-508-4761 Fax: 803-578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUPPLIER RESPONSE
Page 4 SUMBELTO
RENTALS
K. Felony Conviction Notice: Indicate if the supplier NOT APPLICABLE
is a publicly held corporation and this reporting requirement is not applicable;
is not owned or operated by anyone who has been convicted of a felony; or
is owned or operated by and individual(s) who has been convicted of a felony and provide the names and
convictions.
L. Describe any debarment or suspension actions taken against supplier
Hillsborough County, Florida debarred Sunbelt Rentals from 2/2012 through 2/2015. A Sunbelt
Employee, acting outside our standard operating practices, failed to complete the servicing
of an existing contract. This represented an isolated incident, rather than a systematic issue within Sunbelt.
Since 2015, Sunbelt has been awarded another contract with Hillsborough County.
2341 Deerfield Driv$ Fort Mill, SC 29714 Phone: 800-508-4761 Fax: 803-578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNUELTO
RENTALS
Exhibit A Section 3.2
3.2 Distribution, Logistics
A. Each offeror awarded an item under this solicitation may offer their complete product and
service offeringla balance of line. Describe the full line of products and services offered by
supplier.
Sunbelt Rentals equipment rental solutions include but are not limited to the solutions
categories below. Within each category is a multitude of classifications. Additionally, we offer
specialty equipment and services that go beyond traditional equipment rental offerings. Within
our submission and below you will find several line cards showcasing our products and
services.
• Climate Control & HVAC Solutions
• Com ressed Air Equipment & Air Tools
Bridginq Solutions
• Earth Moving Equipment
Entertainment & Special Event
Equipment
• Facility Maintenance
• Flooring Solutions
• General Tools & Equipment
• Ground Protection Turf Protection Mats
& Event Flooring
• Industrial Equipment Rental Solutions
Material Handling
s Industrial Steel & Metal Fabrication
• Mission Critical
• Oil & Gas Services
• Pile Driving & Drilling Equipment
• Pumping Solutions & Fluid H_andlin
Power Generation Rental
• Remediation & Restoration
Scaffolding Supplier & Setup Services
• Shoring Solutions
Working at Height: Elevating Work
Platforms
As you evaluate the proposals and consider the potential of equipment rental as it relates to
specialty equipment and services, we encourage you to view the following video links.
• Climate Control • Industrial Heat + Power & HVAC
• Floorin Solutions • Oil & Gas • Pump Solutions
• Ground Protection • Scaffold
Sunbelt Rentals 1 2341 Deerfield Drive I Fort Mill, SC 29715
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUMBELTO
RENTALS
B. Describe how supplier proposes to distribute the productslservice nationwide. Include any
states where products and services will not be offered under the Master Agreement, including
U.S. Territories and Outlying Areas.
Sunbelt Rentals has over 825 company owned locations, each with its own equipment fleet.
Equipment is transported throughout the Continental US with our company owned semi fleet.
On occasion, a third -party carrier may be sued to make a delivery or pick-up. The State of
Alaska is our only exception for delivery.
C. Describe how Participating Agencies are ensure they will receive the Master Agreement
pricing; include all distribution channels such as direct ordering, retail or in-store locations,
through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure
its compliance with the Master Agreement.
Sunbelt Rentals establishes a corporate link which serves as the parent account within our
system. That corporate link associates the pricing, terms, and conditions of the parent account
to any child account(s) and is reflected companywide at any Sunbelt Rentals location.
Contract affiliation and compliance can be verified by anyone within the Sunbelt Rentals
organization. The most common method of verification is to share a screenshot like the one
below from our CRM application. Usage reports are available upon request.
Share Lead nac=cunt Detail
FII[ers p,',_LA1be
A_a
Conroe TX Water Damage
22b/ TX-33e L—p
C.--. TX 773t 1
CCNROE UNITED
PENTECOSTAL CHUB
712 ODD FELLOW
CONROL. TX 7730,
AGuxin n 12so tA)
CONROIE VVE -DiNO SUPPLY. INC.
.t 5 FF 3T
CONROE, TX TX 7]34t
Acccdnt: 310H6Ll0 (A} Y--.
CONROE Y.M.G.IL
G146 3H10PWgENC PLACE
TI IF WOODLANDS. TX 773131
A cZg: 310f 01 (A)
. f
CoNROr CITY OF
30O W DAV13 '_: RTF, 21O
CONRQC. TX'
CONROE. CITY OF
.."MV
General �
COntarts
Wynne Acr�unt
Agreements
Stmkagy/Cppuytunity
OHicee
Jab Sit.. --
Nana coNmoF. c3Tv of
A17tlrans R770E 210
CON, DAVIS31
Tj/pa 1 4,d —th OuR
Aaaount 107672 (A)
Main Phony f9381 Fi13-4431
Other Phone
FAX (IJ36i 760-- eO
Parent NATIONAL IPA 112169491
Laeatien 1 FADQUARTERE3
pESOL1RClc5
Tool Flax Cemp019rl
REVENUE[CORMRNT3
7TM yo.00
To Data FY $n-oo
Lest FY '.§0.00
LTD $45G,328.90
_ewp
PC.
Sunbelt Rentals 1 2341 Deerfield Drive I Fort Mill, SC 29715
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT®
RENTALS
D. Identify all other companies that will be involved in processing, handling or shipping the
productslservice to the end user.
Apart from an occasional outside freight hauler there will not be any other companies involved.
All Sunbelt Rentals locations are Company owned ensuring one company, one message.
E. Provide the number, size and location of Supplier's distribution facilities, warehouses and
retail network as applicable.
There are currently 825 plus Sunbelt Rentals locations. Sunbelt Rentals does not work on a
distribution model, we dispatch equipment from the nearest Sunbelt Rentals location to the point
of need. Our mission is to Make It Happen for the customer. We achieve this by promising
Availability, Reliability, and Ease — in terms of both our people and our products.
Sunbelt Rentals 1 2341 Deerfield Drive I Fort Mill, SC 29715
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT■®
RENTALS
Section 3.3 Marketing and Sales
A. Provide a detailed ninety -day plan beginning from award date of the Master Agreement
describing the strategy to immediately implement the Master Agreement as supplier's primary
go to market strategy for Public Agencies to supplier's teams nationwide, 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
Sunbelt Rentals Executive Leadership has endorsed and supported this contract from
the initial award and will continue as long as we are partners.
ii. Training and education of Supplier's national sales force with participation from the
Supplier's executive leadership, along with the OMNIA Partners team.
Sunbelt Rentals executive leadership has been and will continue to be an integral part of
our relationship with Region 4 and Omnia Partners. With their continued support we will
work diligently to ensure our sales force in conjunction with the Omnia Partners team
prepares and educates the most knowledgeable public sector sales force in our industry.
With this knowledge, any resulting contract will be the go to market strategy we lead
with.
Our goal at Sunbelt Rentals is to continue to build a successful relationship with Omnia Partners
by promoting an awarded contract agreement with new and existing public sector customers.
The plan below outlines that which is noted in section B, but not necessarily in the same order.
Based on our history as the incumbent supplier we feel the following order of implementation is
important to the continued success of the agreement. Many of the requests have been and will
continue to be met. We welcome any questions surrounding such matters.
Marketing Opportunities
o Co -branded press release to trade publications & social media outlets
o Regional sales and marketing campaigns
■ Targeted sales -focused effort with primary purpose of establishing and
maintaining Omnia Partners members
■ Developed and monitored through the use of the Sunbelt Rentals
Accelerate application to ensure customer contact and consistent
interaction
■ Opportunities:
114
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUMBELTO
RENTALS
• Target top 50% of existing Sunbelt Rentals accounts within the
public sector.
• Target top 50% of leads from Omnia Partners.
• Follow up reporting to review strategy and implement future best
practices
o Develop new marketing materials for prospective members outlining benefits of
program
■ Introduce Sunbelt Rentals and Omnia Partners partnership and benefits
■ Outline benefits of renting, including cost -efficiencies and expanded
capabilities
■ Summarize specialty divisions, including general tools and equipment,
pump solutions, power generation, climate control, aerial and material
transport solutions, flooring solutions and ground protection
o Continue to improve the Sunbelt Rentals and Omnia landing page
■ Detailed summary of Omnia Partners member benefits
■ Outline of steps to renting equipment or managing account
■ Point -of -contact information
o Develop content to support Omnia Partners marketing opportunities
■ Email communications
• Co -branded marketing literature with the exchange of company logos
■ Monthly newsletter
o Sunbelt Rentals has always, and will continue to have a presence at annual
NIGP, NAEP and other relevant meetings and industry trade shows
o Sunbelt Rentals will participate in national and regional trade publications
Customer Relationship Opportunities
o Customer Relationship Management System (CRM)
■ CRM tool offers various functions to easily monitor and track customer
experience
■ Ability to load leads into CRM system and assign Sunbelt Rentals
relationship manager
■ Allows relationship manager to include detailed customer notes specific to
each account
■ Analyze customer interactions and rental summary with the goal of
improving rental solutions for Omnia Partners members
o Command Center
■ Sunbelt Rentals account management tool gives customers access to
rental lifecycle from any device
■ View customized reports, review rental history or favorite items, pay
invoices, request service calls, place equipment on or off rent, analyze
real time metrics
• Key contacts within Sunbelt Rentals.
o i. Executive Support — Rick Piper, VP — rick.piper sunbeltrentals.com
Page 214
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT
RENTALS
912-257-8091
o ii. Marketing - Amanda Kaufmann — Amanda. kaufmanC?_sunbeltrenatls.com
803-578-9257
o iii. Sales Natalia Welch, Director — Natalia.welch@sunbeltrentals.com
912-247-0870
o iv. Sales Support Natalia Welch, Director — Natalia.welchtc sunbeltrentals.com
912-247-0870
o v. Financial Reporting Nicole Jones — Nicole.iones_@sunbeltrentals.com
803-578-5564
o vi. Accounts Payable— Nicole Jones— Nicole.iones@sunbeltrentals.com
803-578-5564
o vii. Contracts — Stephanie Ransone — stephanie.ransone@sunbeltrentals.com
803-578-5020
Sales Opportunities
o Sunbelt Rentals Government Account Managers will continue to work with
appropriate Omnia Partners Regional Managers and Sunbelt Rentals Sales
Representatives to call on end users and drive the overall success of the
program
o Sunbelt Rentals Government Account Managers will continue to meet with
appropriate Omnia Partners Regional Managers on a quarterly basis to discuss
and measure strategies and performance, as well as new marketing
opportunities
o Sunbelt Rentals Government Account Managers meet with all levels of Sunbelt
Rentals sales force to ensure understanding and execution of the agreement
■ Discuss agreement details with Regional Vice Presidents, Regional Sales
Directors, Distract Managers and Sales Representatives to leverage best
possible delivery and services for new and existing members
■ To include order origination, fulfillment, and reconciliation within Sunbelts
Wynne system, and additional electronic platforms. Electronic platforms
include, but are not limited to Sunbelts Command Center application,
punch -out catalogs, hosted catalogs, and more.
Continue meeting on a quarterly basis to review marketing strategies and
to enhance customer service and conflict resolution.
• Previous Fiscal Year Revenue was 20,000,000. Top Customers are listed below
314
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT
RENTALS
Er6ityi4aam ContadName rdk Pane Email Des¢ooaayservlce
GiyafChadoiteWater Aditannelawts PracurmeotManager Igo.33b Eaiewisacl,chadatte,nc,us EquipmeniRental Services,Pump eypassSolutiaas
CityefDallas Matthewlahnson Purdiasingmanager 214-%5202matthewIohn9on@c0oMallasR_ov GenedConstrudxEquipment Rental
CgofMlami Enc Carpenter DiredorMurchasing 1473-IPIg Egenter@miamiaoy,afg EquipmentRentalServioas
ChadotteDaugla�latn'IAirpon AdamJamian Director Of Operations 79591-8649 aiarmag@cdio.com General Construdion Equipment Reotal
Nod Carolina EmergangManagement Division GregWeavil Diredoroflogistics 93717.2426 gregweavil@ncdps,gov EmefganWResparsE
040Farmers grandr Jeff Fairchild PurchasingManager 972-919.2E1fairchild@dtfo$armershranch,org General ConstrudionEquipment Rental
Lityofdmarnllo Trent Davis PurrhasingWnager WWI) Equipment Rental
City of Fort Won Rfan4Crane Accwting Manager 817.392.1234 hran�,cranegcrtvrorthtezaqov General EquipmentRertai
So&CiirolnaDepaltmefitafteAdjutntGeneral CurtYoung FadlitiesMaintemNredar BOHMyoungsc@tagscmd.state,scus General CunshWonEquipmentRental
BmaNODundy Kevin Allen Puhlickksaredar 954.523-30keallen@hrow3rd.o€g Equipmerl Rental
• Contract Sales
o As the incumbent supplier Sunbelt Rentals has grown the existing contract from
the first dollar to 20 million annually. Over the past three years we've averaged
over 16% annual growth. Given the current state of the COVID-19 pandemic we
cannot guarantee any annual increases. However, we have targeted the
following growth figures for the next three years.
20,000,000
• 22,000,000
■ 24,200,000
• Public Agencies issuing their own solicitations.
o Sunbelt Rentals will respond with the Master Agreement pricing where
applicable. However, in the event a customer does not recognize the Master
Agreement and issues their own solicitation Sunbelt Rentals will respond
accordingly.
Page 414
hwalvokone
Mow
$24WO
$Mom
Wu
$N,Ow
�D,ox
AV
$100,00C
$50,9
$25,ow
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT B
ADMINISTRATION AGREEMENT, EXAMPLE
ADMINISTRATION AGREEMENT
THIS ADMINISTRATION AGREEMENT (this "Agreement") is made this day of
20� between National Intergovernmental Purchasing Alliance Company, a Delaware
corporation d/b/a OMNIA Partners, Public Sector ("OMNIA Partners"), and
("Supplier").
RECITALS
WHEREAS, the (the "Principal Procurement Agency") has
entered into a Master Agreement effective , Agreement No , by and
between the Principal Procurement Agency and Supplier, (as may be amended from time to time in
accordance with the terms thereof, the "Master Agreement'), as attached hereto as Exhibit A and
incorporated herein by reference as though fully set forth herein, for the purchase of
-Equipment and Tool Rental Services (the "Product");
WHEREAS, said Master Agreement provides that any or all public agencies, including state
and local governmental entities, public and private primary, secondary and higher education entities,
non-profit entities, and agencies for the public benefit (collectively, "Public Agencies"), that register
(either via registration on the OMNIA Partners website or execution of a Master Intergovernmental
Cooperative Purchasing Agreement, attached hereto as Exhibit B) (each, hereinafter referred to as a
"Participating Public Agency") may purchase Product at prices stated in the Master Agreement;
WHEREAS, Participating Public Agencies may access the Master Agreement which is
offered through OMNIA Partners to Public Agencies;
WHEREAS, OMNIA Partners serves as the contract administrator of the Master Agreement
on behalf of Principal Procurement Agency;
WHEREAS, Principal Procurement Agency desires OMNIA Partners to proceed with
administration of the Master Agreement; and
WHEREAS, OMNIA Partners and Supplier desire to enter into this Agreement to make
available the Master Agreement to Participating Public Agencies and to set forth certain terms and
conditions governing the relationship between OMNIA Partners and Supplier.
NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual
covenants contained in this Agreement, OMNIA Partners and Supplier hereby agree as follows:
DEFINITIONS
1. Capitalized terms used in this Agreement and not otherwise defined herein shall have
the meanings given to them in the Master Agreement.
Requirements for National Cooperative Contract
Page 12
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
TERMS AND CONDITIONS
2. The Master Agreement and the terms and conditions contained therein shall apply to
this Agreement except as expressly changed or modified by this Agreement. Supplier acknowledges
and agrees that the covenants and agreements of Supplier set forth in the solicitation and Supplier's
response thereto resulting in the Master Agreement are incorporated herein and are an integral part
hereof.
3. OMNIA Partners shall be afforded all of the rights, privileges and indemnifications
afforded to Principal Procurement Agency by or from Supplier under the Master Agreement, and such
rights, privileges and indemnifications shall accrue and apply with equal effect to OMNIA Partners,
its agents, employees, directors, and representatives under this Agreement including, but not limited
to, Supplier's obligation to obtain appropriate insurance.
4. OMNIA Partners shall perform all of its duties, responsibilities and obligations as
contract administrator of the Master Agreement on behalf of Principal Procurement Agency as set
forth herein, and Supplier hereby acknowledges and agrees that all duties, responsibilities and
obligations will be undertaken by OMNIA Partners solely in its capacity as the contract administrator
under the Master Agreement.
S. With respect to any purchases by Principal Procurement Agency or any Participating
Public Agency pursuant to the Master Agreement, OMNIA Partners shall not be: (i) construed as a
dealer, re -marketer, representative, partner or agent of any type of the Supplier, Principal Procurement
Agency or any Participating Public Agency; (ii) obligated, liable or responsible for any order for
Product made by Principal Procurement Agency or any Participating Public Agency or any employee
thereof under the Master Agreement or for any payment required to be made with respect to such
order for Product; and (iii) obligated, liable or responsible for any failure by Principal Procurement
Agency or any Participating Public Agency to comply with procedures or requirements of applicable
law or the Master Agreement or to obtain the due authorization and approval necessary to purchase
under the Master Agreement. OMNIA Partners makes no representation or guaranty with respect to
any minimum purchases by Principal Procurement Agency or any Participating Public Agency or any
employee thereof under this Agreement or the Master Agreement.
6. OMNIA Partners shall not be responsible for Supplier's performance under the Master
Agreement, and Supplier shall hold OMNIA Partners harmless from any liability that may arise from
the acts or omissions of Supplier in connection with the Master Agreement.
7. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, OMNIA
PARTNERS EXPRESSLY DISCLAIMS ALL EXPRESS OR IMPLIED REPRESENTATIONS
AND WARRANTIES REGARDING OMNIA PARTNERS' PERFORMANCE AS A CONTRACT
ADMINISTRATOR OF THE MASTER AGREEMENT. OMNIA PARTNERS SHALL NOT BE
LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL,
EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF OMNIA PARTNERS IS
ADVISED OF THE POSSIBILITY OF SUCH DAMAGES.
TERM OF AGREEMENT; TERMINATION
8. This Agreement shall be in effect so long as the Master Agreement remains in effect,
provided, however, that the provisions of Sections 3 — 8 and 12 — 23, hereof and the indemnifications
afforded by the Supplier to OMNIA Partners in the Master Agreement, to the extent such provisions
Requirements for National Cooperative Contract
Page 13
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
survive any expiration or termination of the Master Agreement, shall survive the expiration or
termination of this Agreement.
NATIONAL PROMOTION
9. OMNIA Partners and Supplier shall publicize and promote the availability of the
Master Agreements products and services to Public Agencies and such agencies' employees.
Supplier shall require each Public Agency to register its participation in the OMNIA Partners program
by either registering on the OMNIA Partners website (www.omnia artners.com/ ublicsector), or
executing a Master Intergovernmental Cooperative Purchasing Agreement prior to processing the
Participating Public Agency's first sales order. Upon request, Supplier shall make available to
interested Public Agencies a copy of the Master Agreement and such price lists or quotes as may be
necessary for such Public Agencies to evaluate potential purchases.
10. Supplier shall provide such marketing and administrative support as set forth in the
solicitation resulting in the Master Agreement, including assisting in development of marketing
materials as reasonably requested by Principal Procurement Agency and OMNIA Partners. Supplier
shall be responsible for obtaining permission or license of use and payment of any license fees for all
content and images Supplier provides to OMNIA Partners or posts on the OMNIA Partners website.
Supplier shall indemnify, defend and hold harmless OMNIA Partners for use of all such content and
images including copyright infringement claims. Supplier and OMNIA Partners each hereby grant to
the other party a limited, revocable, non -transferable, non-sublicensable right to use such parry's logo
(each, the "Logo') solely for use in marketing the Master Agreement. Each party shall provide the
other party with the standard terms of use of such party's Logo, and such party shall comply with
such terms in all material respects. Both parties shall obtain approval from the other party prior to
use of such party's Logo. Notwithstanding the foregoing, the parties understand and agree that except
as provided herein neither party shall have any right, title or interest in the other party's Logo- Upon
termination of this Agreement, each party shall immediately cease use of the other party's Logo.
ADMINISTRATIVE FEE, REPORTING & PAYMENT
11. An "Administrative Fee" shall be defined and due to OMNIA Partners from Supplier
in the amount of _ percent (_21a) (`Administrative Fee Percentage') multiplied by the total
purchase amount paid to Supplier, less refunds, credits on returns, rebates and discounts, for the sale
of products and/or services to Principal Procurement Agency and Participating Public Agencies
pursuant to the Master Agreement (as amended from time to time and including any renewal thereof)
(`(Contract Sales'). From time to time the parties may mutually agree in writing to a lower
Administrative Fee Percentage for a specifically identified Participating Public Agency's Contract
Sales.
12. Supplier shall provide OMNIA Partners with an electronic accounting report monthly,
in the format prescribed by OMNIA Partners, summarizing all Contract Sales for each calendar
month. The Contract Sales reporting format is provided as Exhibit C ("Contract Sales Reeport'D,
attached hereto and incorporated herein by reference. Contract Sales Reports for each calendar month
shall be provided by Supplier to OMNIA Partners by the 10th day of the following month. Failure to
provide a Contract Sales Report within the time and manner specified herein shill constitute a material
breach of this Agreement and if not cured within thirty (30) days of written notice to Supplier shall
be deemed a cause for termination of the Master Agreement, at Principal Procurement Agency's sole
discretion, and/or this Agreement, at OMNIA Partners' sole discretion.
Requirements for National Cooperative Contract
Page 14
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
13. Administrative Fee payments are to be paid by Supplier to OMNIA Partners at the
frequency and on the due date stated in Section 12, above, for Supplier's submission of corresponding
Contract Sales Reports. Administrative Fee payments are to be made via Automated CIearing House
(ACH) to the OMNIA Partners designated financial institution identified in Exhibit D. Failure to
provide a payment of the Administrative Fee within the time and manner specified herein shall
constitute a material breach of this Agreement and if not cured within thirty (30) days of written notice
to Supplier shall be deemed a cause for termination of the Master Agreement, at Principal
Procurement Agency's sole discretion, and/or this Agreement, at OMNIA Partners' sole discretion.
All Administrative Fees not paid when due shall bear interest at a rate equal to the lesser of one and
one-half percent (1 1/2%) per month or the maximum rate permitted by law until paid in full.
14. Supplier shall maintain an accounting of all purchases made by Participating Public
Agencies under the Master Agreement. OMNIA Partners, or its designee, in OMNIA Partners' sole
discretion, reserves the right to compare Participating Public Agency records with Contract Sales
Reports submitted by Supplier for a period of four (4) years from the date OMNIA Partners receives
such report. In addition, OMNIA Partners may engage a third party to conduct an independent audit
of SuppIier's monthly reports. In the event of such an audit, Supplier shall provide all materials
reasonably requested relating to such audit by OMNIA Partners at the location designated by OMNIA
Partners. In the event an underreporting of Contract Sales and a resulting underpayment of
Administrative Fees is revealed, OMNIA Partners will notify the Supplier in writing. Supplier will
have thirty (30) days from the date of such notice to resolve the discrepancy to OMNIA Partners'
reasonable satisfaction, including payment of any Administrative Fees due and owing, together with
interest thereon in accordance with Section 13, and reimbursement of OMNIA Partners' costs and
expenses related to such audit.
GENERAL PROVISIONS
15. This Agreement, the Master Agreement and the exhibits referenced herein supersede
any and all other agreements, either oral or in writing, between the parties hereto with respect to the
subject matter hereto and no other agreement, statement, or promise relating to the subject matter of
this Agreement which is not contained or incorporated herein shall be valid or binding. In the event
of any conflict between the provisions of this Agreement and the Master Agreement, as between
OMNIA Partners and Supplier, the provisions of this Agreement shall prevail.
16. If any action at law or in equity is brought to enforce or interpret the provisions of this
Agreement or to recover any Administrative Fee and accrued interest, the prevailing party shall be
entitled to reasonable attorney's fees and costs in addition to any other relief to which it may be
entitled.
17. This Agreement and OMNIA Partners' rights and obligations hereunder may be
assigned at OMNIA Partners' sole discretion to an affiliate of OMNIA Partners, any purchaser of any
or all or substantially all of the assets of OMNIA Partners, or the successor entity as a result of a
merger, reorganization, consolidation, conversion or change of control, whether by operation of law
or otherwise. Supplier may not assign its obligations hereunder without the prior written consent of
OMNIA Partners.
18. All written communications given hereunder shall be delivered by first-class mail,
postage prepaid, or overnight delivery on receipt to the addresses as set forth below.
Requirements for National Cooperative Contract
Page 15
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
A. OMNIA Partners:
OMNIA Partners
Attn: President
840 Crescent Centre Drive
Suite 600
Franklin, TN 37067
B. Supplier:
—Sunbelt Rentals, Inc.
Attn: Contract Team
-2341 Deerfield Drive
port Mill, SC 29715
19. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal,
inoperative or unenforceable, the same shall not affect any other provision or provisions herein
contained or render the same invalid, inoperative or unenforceable to any extent whatever, and this
Agreement will be construed by limiting or invalidating such provision to the minimum extent
necessary to make such provision valid, legal and enforceable.
20. This Agreement may not be amended, changed, modified, or altered without the prior
written consent of the parties hereto, and no provision of this Agreement may be discharged or
waived, except by a writing signed by the parties. A waiver of any particular provision will not be
deemed a waiver of any other provision, nor will a waiver given on one occasion be deemed to apply
to any other occasion.
21. This Agreement shall inure to the benefit of and shall be binding upon OMNIA
Partners, the Supplier and any respective successor and assign thereto; subject, however, to the
limitations contained herein.
22. This Agreement will be construed under and governed by the laws of the State of
Delaware, excluding its conflicts of law provisions and any action arising out of or related to this
Agreement shall be commenced solely and exclusively in the state or federal courts in Williamson
County Tennessee.
23. This Agreement may be executed in counterparts, each of which is an original but all
of which, together, shall constitute but one and the same instrument. The exchange of copies of this
Agreement and of signature pages by facsimile, or by .pdf or similar electronic transmission, will
constitute effective execution and delivery of this Agreement as to the parties and may be used in lieu of
the original Agreement for all purposes. Signatures of the parties transmitted by facsimile, or by .pdf or
similar electronic transmission, will be deemed to be their original signatures for any purpose whatsoever.
Requirements for National Cooperative Contract
Page 16
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
I SUNBELT RENTALS INC.
NATIONALL
Signature
Name:
Title
Date
INTERGOVERNMENTAL
PURCHASING ALLIANCE
COMPANY, A DELAWARE
CORPORATION DB/A OMNIA
PARTNERS, PUBLIC SECTOR
Signature
Sarah Vavra
Name
Sr. Vice President, Public Sector
Contracting
Title
Date
Requirements for Nationai Cooperative Contract
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Page 17
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT C
MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT,
EXAMPLE
MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT
This Master Intergovernmental Cooperative Purchasing Agreement (this "Agreement") is entered
into by and between those certain government agencies that execute a Principal Procurement Agency
Certificate ("Principal Procurement Agencies") with National Intergovernmental Purchasing
Alliance Company, a Delaware corporation d/b/a OMNIA Partners, Public Sector and/or
Communities Program Management, LLC, a California limited liability company d/b/a U.S.
Communities (collectively, "OMNIA Partners") to be appended and made a part hereof and such
other public agencies ("ParticiMting P ublic Agencies") who register to participate in the
cooperative purchasing programs administered by OMNIA Partners and its affiliates and subsidiaries
(collectively, the "OMNIA Partners_P_arties") by either registering on the OMNIA Partners website
(www.omniapartners.coMl2ublicsector or any successor website), or by executing a copy of this
Agreement.
RECITALS
WHEREAS, after a competitive solicitation and selection process by Principal Procurement
Agencies, in compliance with their own policies, procedures, rules and regulations, a number of
suppliers have entered into "Master Agreements" (herein so called) to provide a variety of goods,
products and services ("Products") to the applicable Principal Procurement Agency and the
Participating Public Agencies;
WHEREAS, Master Agreements are made available by Principal Procurement Agencies through
the OMNIA Partners Parties and provide that Participating Public Agencies may purchase Products
on the same terms, conditions and pricing as the Principal Procurement Agency, subject to any
applicable federal and/or local purchasing ordinances and the laws of the State of purchase; and
WHEREAS, in addition to Master Agreements, the OMNIA Partners Parties may from time to time
offer Participating Public Agencies the opportunity to acquire Products through other group
purchasing agreements.
NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement, and of
the mutual benefits to result, the parties hereby agree as follows:
1. Each party will facilitate the cooperative procurement of Products.
2. The Participating Public Agencies shall procure Products in accordance with and
subject to the relevant federal, state and local statutes, ordinances, rules and regulations that govern
Participating Public Agency's procurement practices. The Participating Public Agencies hereby
acknowledge and agree that it is the intent of the parties that all provisions of this Agreement and that
Principal Procurement Agencies' participation in the program described herein comply with all
applicable laws, including but not limited to the requirements of 42 C.F.R. § 1001.9520), as may be
amended from time to time. The Participating Public Agencies further acknowledge and agree that
they are solely responsible for their compliance with all applicable "safe harbor" regulations,
Requirements for National Cooperative Contract
Page 18 of 68
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
including but not limited to any and all obligations to fully and accurately report discounts and
incentives.
3. The Participating Public Agency represents and warrants that the Participating Public
Agency is not a hospital or other healthcare provider and is not purchasing Products on behalf of a
hospital or healthcare provider.
4. The cooperative use of Master Agreements shall be in accordance with the terms and
conditions of the Master Agreements, except as modification of those terms and conditions is
otherwise required by applicable federal, state or local law, policies or procedures.
5. The Principal Procurement Agencies will make available, upon reasonable request,
Master Agreement information which may assist in improving the procurement of Products by the
Participating Public Agencies.
6. The Participating Public Agency agrees the OMNIA Partners Parties may provide
access to group purchasing organization C'GPO") agreements directly or indirectly by enrolling the
Participating Public Agency in another GPO's purchasing program provided the purchase of Products
through the OMNIA Partners Parties or any other GPO shall be at the Participating Public Agency's
sole discretion.
7. The Participating Public Agencies (each a "Procuringthat procure Products
through any Master Agreement or GPO Product supply agreement (each a "GPO Conj=") will
make timely payments to the distributor, manufacturer or other vendor (collectively, "SupRlier") for
Products received in accordance with the terms and conditions of the Master Agreement or GPO
Contract, as applicable. Payment for Products and inspections and acceptance of Products ordered by
the Procuring Party shall be the exclusive obligation of such Procuring Party. Disputes between
Procuring Party and any Supplier shall be resolved in accordance with the law and venue rules of the
State of purchase unless otherwise agreed to by the Procuring Party and Supplier.
8. The Procuring Party shall not use this Agreement as a method for obtaining additional
concessions or reduced prices for purchase of similar products or services outside of the Master
Agreement. Master Agreements may be structured with not -to -exceed pricing, in which cases the
Supplier may offer the Procuring Party and the Procuring Party may accept lower pricing or additional
concessions for purchase of Products through a Master Agreement.
9. The Procuring Parry shall be responsible for the ordering of Products under this
Agreement. A non -procuring party shall not be liable in any fashion for any violation by a Procuring
Party, and, to the extent permitted by applicable law, the Procuring Party shall hold non -procuring
party harmless from any liability that may arise from the acts or omissions of the Procuring Party.
10. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, THE OMNIA
PARTNERS PARTIES EXPRESSLY DISCLAIM ALL EXPRESS OR IMPLIED
REPRESENTATIONS AND WARRANTIES REGARDING ANY PRODUCT, MASTER
AGREEMENT AND GPO CONTRACT. THE OMNIA PARTNERS PARTIES SHALL NOT BE
LIABLE IN ANY WAY FOR ANY SPECIAL, INCIDENTAL, INDIRECT, CONSEQUENTIAL,
EXEMPLARY, PUNITIVE, OR RELIANCE DAMAGES, EVEN IF THE OMNIA PARTNERS
PARTIES ARE ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. FURTHER, THE
PROCURING PARTY ACKNOWLEDGES AND AGREES THAT THE OMNIA PARTNERS
PARTIES SHALL HAVE NO LIABILITY FOR ANY ACT OR OMISSION BY A SUPPLIER OR
Requirements for National Cooperative Contract
Page 19
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OTHER PARTY UNDER A MASTER AGREEMENT OR GPO CONTRACT.
11. This Agreement shall remain in effect until termination by either party giving thirty
(30) days' written notice to the other party. The provisions of Paragraphs 6 - 10 hereof shall survive
any such termination.
12. This Agreement shall take effect upon (i) execution of the Principal Procurement
Agency Certificate, or (ii) registration on the OMNIA Partners website or the execution of this
Agreement by a Participating Public Agency, as applicable.
Authorized Signature
Name
Title and Agency Name
Date
NATIONAL INTERGOVERNMENTAL
PURCHASING ALLIANCE COMPANY,
A DELAWARE CORPORATION DB/A
OMNIA PARTNERS, PUBLIC SECTOR
AND/OR COMMUNITIES PROGRAM
MANAGEMENT, LLC, A CALIFORNIA
LIMITED LIABILITY COMPANY DB/A
U.S. COMMUNITIES
Signature
Sarah E. Vavra
Name
_Sr. Vice President, Public Sector Contracting
Title
Date
Requirements for National Cooperative Contract
Page 20
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT D
PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE
PRINCIPAL PROCUREMENT AGENCY CERTIFICATE
In its capacity as a Principal Procurement Agency (as defined below) for National
Intergovernmental Purchasing Alliance Company, a Delaware corporation d/b/a OMNIA Partners,
Public Sector ("OMNIA Partners"), [NAME OF PPA] agrees to pursue Master Agreements for
Products as specified in the attached Exhibits to this Principal Procurement Agency Certificate.
I hereby acknowledge, in my capacity as of and on behalf of [NAME OF PPA]
("Princi al Procurement A enc "), that I have read and hereby agree to the general terms and
conditions set forth in the attached Master Intergovernmental Cooperative Purchasing Agreement
regulating the use of the Master Agreements and purchase of Products that from time to time are
made available by Principal Procurement Agencies to Participating Public Agencies nationwide
through OMNIA Partners.
I understand that the purchase of one or more Products under the provisions of the Master
Intergovernmental Cooperative Purchasing Agreement is at the sole and complete discretion of the
Participating Public Agency.
Authorized Signature, [PRINCIPAL PROCUREMENT AGENCY]
Signature
Name
Title
Date
Requirements for National Cooperative Contract
Page 21 of 69
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT E
CONTRACT SALES REPORTING TEMPLATE
Contract Sales Report submitted electronically in Microsoft Excel:
O-NUNM P.ART?URS EXIHrrS
EX-HIBIT C - CONTRACT' SALES REPORTLNG TEhSPLATE
(to be submitted etectramirdi[v i n Afi=0ft EMd f0MMt)
OMNIA Partners Contract Safes Monthly Report
Supplier Name:
Contract Sates Report Month:
Contract ID:
Supplier Reporting
Email:
Participating
Agency #
{Assigned by Transaction date Contract Admin Admin
f'aiti:apa ng Agency NameAddress Cite State Zip Cade 01YINIA (fate of Sale) Safes for Fee % Fee $
Partners and month (g)
provided to
RepartTotals
Cumulative Contract Sales
Requirements for National Cooperative Contract
Page 22 of 68
DocuSign Envelope ID: 0E9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT F
FEDERAL FUNDS CERTIFICATIONS
FEDERAL CERTIFICATIONS
ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT
TO WHOM IT MAY CONCERN:
Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be
completed and returned.
DEFINITIONS
Contract means a legal instrument by which a non —Federal entity purchases property or services needed to carry out the project
or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non —Federal entity
considers it a contract, when the substance of the transaction meets the definition of a Federal award or subaward
Contractor means an entity that receives a contract as defined in Contract.
Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass -through
entity and a non —Federal entity that, consistent with 31 U.S.C. 6302-6305:
(a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal
awarding agency or pass -through entity to the non —Federal entity to carry out a public purpose authorized by a law of the
United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass -through
entity's direct benefit or use;
(b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or
pass -through entity and the non —Federal entity in carrying out the activity contemplated by the Federal award.
(c) The term does not include:
(1) A cooperative research and development agreement as defined in 15 U.S.C. 3710a; or
(2) An agreement that provides only:
(i) Direct United States Government cash assistance to an individual;
(ii) A subsidy;
(iii) A loan;
(iv) A loan guarantee; or
(v) Insurance.
Federal awarding agency means the Federal agency that provides a Federal award directly to a non —Federal entity
Federal award has the meaning, depending on the context, in either paragraph (a) or (b) of this section:
(a)(1) The Federal financial assistance that a non —Federal entity receives directly from a Federal awarding agency or
indirectly from a pass -through entity, as described in § 200,101 Applicability; or
(2) The cost -reimbursement contract under the Federal Acquisition Regulations that a non —Federal entity
receives directly from a Federal awarding agency or indirectly from a pass -through entity, as described in §
200.101 Applicability.
(b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement,
other agreement for assistance covered in paragraph (b) of § 200,40 Federal financial assistance, or the cost -
reimbursement contract awarded under the Federal Acquisition Regulations.
(c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor
or a contract to operate Federal government owned, contractor operated facilities (GOCOs).
(d) See also definitions of Federal financial assistance, grant agreement, and cooperative agreement.
Non —Federal entity means a state, local government, Indian tribe, institution of higher education (IHE), or nonprofit organization
that carries out a Federal award as a recipient or subrecipient.
Nonprofit organization means any corporation, trust, association, cooperative, or other organization, not including IHEs, that:
(a) is operated primarily for scientific, educational, service, charitable, or similar purposes in the public interest;
(b) Is not organized primarily for profit; and
Requirements for National Cooperative Contract
Page 23 of 68
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
(c) Uses net proceeds to maintain, improve, or expand the operations of the organization
Obligations means, when used in connection with a non —Federal entity's utilization of funds under a Federal award, orders placed
for property and services, contracts and subawards made, and similar transactions during a given period that require payment by
the non —Federal entity during the same or a future period.
Pass -through entity means a non —Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program.
Recipient means a non —Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an
activity under a Federal program. The term recipient does not include subrecipients.
Simplified acquisition threshold means the dollar amount below which a non —Federal entity may purchase property or services
using small purchase methods. Non —Federal entities adopt small purchase procedures in order to expedite the purchase of items
costing less than the simplified acquisition threshold. The simplified acquisition threshold is set by the Federal Acquisition Regulation
at 48 CFR Subpart 2.1 (Definitions) and in accordance with 41 U.S.C. 1908. As of the publication of this part, the simplified
acquisition threshold is $250,000, but this threshold is periodically adjusted for inflation. (Also see definition of § 200.67 Micro -
purchase.)
Subaward means an award provided by a pass -through entity to a subrecipient for the subrecipient to carry out part of a Federal
award received by the pass -through entity. It does not include payments to a contractor or payments to an individual that is a
beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that
the pass -through entity considers a contract.
Subrecipient means a non —Federal entity that receives a subaward from a pass -through entity to carry out part of a Federal
program; but does not include an individual that is a beneficiary of such program. A subrecipient may also be a recipient of other
Federal awards directly from a Federal awarding agency.
Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance,
The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any
purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.326, all contracts, including small pGrchases, awarded
by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions tf Appendix II to
Part 200, as applicable.
APPENDIX II TO 2 CFR PART 200
(A) Contracts for more than the simplified acquisition threshold currently set at $250,000, which 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 a Participating Agency experds federal funds, the Participating Agency 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.
Does offeror agree? YES Initials of Authorized Representative of offeror
(R) 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 a Participating Agency expends federal funds, the Participating Agency 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 Offeror as detailed in the terms of the contract.
Does offeror agree? YES Initials of Authorized Representative of offeror
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the
definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunily clause
provided under 41 CFR 60.1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunitly" (30 CFR
12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order
11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal
Contract Compliance Programs, Equal Employment Opportunity, Department of Labor."
Requirements for National Cooperative Contract
Page 24
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Pursuant to Federal Rule (C) above, when a Participating Agency expends federal funds on any federally assisted construction
contract, the equal opportunity clause is incorporated by reference herein.
Does offeror agree to abide by the above? YES ! Initials of Authorized Representatfve of offeror
(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.G. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29
CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and 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 agency. The contracts must also include a
provision for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. 3145), as supplemented by Department of
Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole
or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be
prohibited from inducing, by any means, any person employed in the construction, completion, or repair of publicwork, 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 a Participating Agency expends federal funds during the term of an award for all
contracts ard subgrants for construction or repair, offeror will be in compliance with all applicable Davis -Bacon Act provisions.
Does offeror agree? YES Initials of Authorized Representative of offeror
(E) Contract Work Hours and Safety Standards Act (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 underworking 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 a Participating Agency expends federal funds, offeror certifies that offeror will be in
compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all
contracts by Participating Agency resulting from this procurement process.
Does offeror agree? YES Initials of Authorized Representative of offeror
(F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding
agreement" under 37 CFR §401.2 (a) and the recipient or 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 "funding agreement," the recipient or subrecipient must comply with the
requirements of 37 CFR Part 401, `Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under
Government Grants, Contracts and Cooperative Agreements," and any Implementing regulations issued by the awarding
agency.
Pursuant to Federal Rule (F) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with
all applicable requirements as referenced in Federal Rule (F) above.
Does offeror agree? YES M _Initials of Authorized Representative of offeror
(G) Clean Air Act (42 U.S.C. 7401.7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251.1387), as amended —
Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non- Federal award
to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean AirAct (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)
Regiurements for National Cooperative Contract
Page 25
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees
to comply with all applicable requirements as refereaced in Federal Rule (G) above.
Does offeror agree? YES _initials of Authorized Representative of offeror
(H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be
made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with
the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement
Executive Orders 12549 (3 CFR part 1986 Comp,, p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and
Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as
well as parties declared ineligible under statutory or regulatory authority otherthan Executive Order 12549.
Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies chat during the
term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror 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. If at any time during the term of an award the offeror or its principals becomes
debarred, suspended, proposed for debarments declared ineligible, or voluntarily excluded from participation by any federal
department or agency, the offeror will notify the Participating Agency.
Does offeror agree? YES- Initials of Authorized Representative of offeror
(1) Byrd Anti -Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000
must file the required 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 (1) above, when federal funds are expended by Participating Agency, the offeror certifies that during the
term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the
offeror certifies chat 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 for 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 er employee of congress, or an
employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete
and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying", in accordance with its instructions.
(3) The undersigned shall require that the language of this certificaticn be included in the award documents for all covered sub -
awards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly.
Does offeror agree? YES initials of Authorized Representative of offeror
RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS
When federal funds are experded by Participating Agency for any contract resulting from this procurement process, offeror certifies
that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will
retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final
expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATIONACT
When Participating Agency experds federal funds for any contract resulting from this procurement process, offeror 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).
Requirements for National Cooperative Contract
Page 26
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Does offeror agree? YES A Initials of Authorized Representative of offeror
CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS
To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit
Administration funds, offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to
provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request.
Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and
open competition. Due to the size and scope of our rental fleet, Sunbelt cannot confirm the state or country of origin
of each brand of eq ent since we are not the manufacturer.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF ACCESS TO RECORDS — 2 C.F.R. § 200.336
Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any
documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the
purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to
offerors personnel for the purpose of interview scussion relating to such documents.
Does offeror agree? YES Initials of Authorized Representative of offeror
CERTIFICATION OF APPLICABILITYTO SUBCONTRACTORS
Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions
Does offeror agree? YES Initials of Authorized Representative of offeror
Offeror agrees to comply with all federal, state, and local laws, rules, regulations and ordinances, as applicable. It is
further acknowledged that offeror certifies compliance with all provisions, laws, acts, regulations, etc. as specifically
noted above.
Offeror's Name. Sunbelt Rentals Inc.
Address, City, State, and Zip Code:
Phone Number: 800 508-4762 Fax Number: 803 578-6850
Printed Name and Title of Authorized Representative: Stephanie Ransone, Sr. Customer Contract Manager
Email Address: contractteam@sunbeltrentals.
Signature of Authorized Representative:
Requirements for National Cooperative Contract
Page 27
July e 2020
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
FEMA SPECIAL CONDITIONS
Awarded Supplier(s) may need to respond to events and losses where products and services are needed for
the immediate and initial response to emergency situations such as, but not limited to, water damage, fire
damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind
damage during a disaster or emergency situation. By submitting a proposal, the Supplier is accepted these
FEMA Special Conditions required by the Federal Emergency Management Agency (FEMA).
"Contract" in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as the
"Master Agreement".
"Contractor" in the below pages under FEMA SPECIAL CONDITIONS is also referred to and defined as
"Supplier" or "Awarded Supplier".
Conflicts of Interest
No employee, officer, or agent may participate in the selection, award, or administration of a contract supported
by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the
employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization
which employs or is about to employ any of these parties, has a financial or other interest in or a tangible
personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶
7; Standard Form 424B, 13. 1. FEMA considers a "financial interest" to be the potential for gain or loss to the
employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization
which employs or is about to employ any of these parties as a result of the particular procurement, The
prohibited financial interest may arise from ownership of certain financial instruments or investments such as
stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected
by the particular procurement. ii. FEMA considers an "apparent" conflict of interest to exist where an actual
conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the
impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees,
and agents of the Participating Public Agency nor the Participating Public Agency ("NFE") must neither solicit
nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts.
However, NFE's may set standards for situations in which the financial interest is de minimus, not substantial,
or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE's written
standards of conduct must provide for disciplinary actions to be applied for violations of such standards by
officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE's
employee may be dismissal, and the penalty for a contractor might be the termination of the contract.
Contractor Integrity
A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or
suspended as described in Chapter 111, ¶ 6.d must be rejected and cannot receive contract awards at any level.
Public Policy
A contractor must comply with the public policies of the Federal Government and state, local government, or
tribal government. This includes, among other things, past and current compliance with the:
a. Equal opportunity and nondiscrimination laws
b. Five affirmative steps described at 2 C.F.R. § 200.321(b) for all subcontracting under contracts supported
by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7
c. Applicable prevailing wage laws, regulations, and executive orders
Affirmative Steps
For any subcontracting opportunities, Contractor must take the following Affirmative steps:
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
Requirements for National Cooperative Contract
Page 28
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
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
Prevailing Wage Requirements
When applicable, the awarded Contractor (s) and any and all subcontractor(s) agree to comply with all laws
regarding prevailing wage rates including the Davis -Bacon Act, applicable to this solicitation and/or
Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable
pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any
subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency.
Federal Requirements
If products and services are issued in response to an emergency or disaster recovery the items below, located
in this FEMA Special Conditions section of the Federal Funds Certifications, are activated and required when
federal funding may be utilized.
2 C.F.R. & 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses
1. Termination for Convenience:
The right to terminate this Contract for the convenience of the Participating Public Agency is retained by the
Participating Public Agency. In the event of a termination for convenience by the Participating Public Agency,
the Participating Public Agency shall, at least ten (10) calendar days in advance, deliver written notice of the
termination for convenience to Contractor. Upon Contractor's receipt of such written notice, Contractor
immediately shall cease the performance of the Work and shall take reasonable and appropriate action to
secure and protect the Work then in place. Contractor shall then be paid by the Participating Public Agency, in
accordance with the terms and provisions of the Contract Documents, an amount not to exceed the actual
labor costs incurred, the actual cost of all materials installed and the actual cost of all materials stored at the
project site or away from the project site, as approved in writing by the Participating Public Agency but not yet
paid for and which cannot be returned, and actual, reasonable and documented demobilization costs, if any,
paid by Contractor and approved by the Participating Public Agency in connection with the Scope of Work in
place which is completed as of the date of termination by the Participating Public Agency and that is in
conformance with the Contract Documents, less all amounts previously paid for the Work. No amount ever
shall be owed or paid to Contractor for lost or anticipated profits on any part of the Scope of Work not performed
or for consequential damages of any kind.
2. Equal Employment Opportunity:
The Participating Public Agency highly encourages Contractors to implement Affirmative Action practices in
their employment programs. This means Contractor should not discriminate against any employee or applicant
for employment because of race, color, religion, sex, pregnancy, sexual orientation, political belief or affiliation,
age, disability or genetic information.
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment because of race,
color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative
action to ensure that applicants are employed, and that employees are treated during employment, without
regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall
include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of
this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that all qualified applicants will receive consideration for employment without regard to race,
color, religion, sex, sexual orientation, gender identity, or national origin.
Requirements for National Cooperative Contract
Page 29
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
(3) The contractor will not discharge or in any other manner discriminate against any employee or applicant
for employment because such employee or applicant has inquired about, discussed, or disclosed the
compensation of the employee or applicant or another employee or applicant. This provision shall not apply to
instances in which an employee who has access to the compensation information of other employees or
applicants as a part of such employee's essential job functions discloses the compensation of such other
employees or applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding,
hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's
legal duty to furnish information.
(4) The contractor will send to each labor union or representative of workers with which it has a collective
bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting
officer, advising the labor union or workers' representative of the contractor's commitments under section 202
of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
(5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the
rules, regulations, and relevant orders of the Secretary of Labor.
(6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24,
1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit
access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes
of investigation to ascertain compliance with such rules, regulations, and orders.
(7) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with
any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or
in part and the contractor may be declared ineligible for further Government contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be
imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(8) The contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section
204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order
as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for
noncompliance: Provided, however, that in the event the contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
3. "During the performance of this contract the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The contractor
will take affirmative action to ensure that applicants are employed, and that
employees are treated during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include, but not be limited to the
following: Employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices
to be provided setting forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or
on behalf of the contractor, state that all qualified applicants will receive
considerations for employment without regard to race, color, religion, sex, or national
origin.
(3) The contractor will send to each labor union or representative of workers with which
he has a collective bargaining agreement or other contract or understanding, a notice
Requirements for National Cooperative Contract
Page 30
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
to be provided advising the said labor union or workers' representatives of the
contractor's commitments under this section, and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
(4) The contractor will comply with all provisions of Executive Order 11246 of September
24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5) The contractor will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary
of Labor, or pursuant thereto, and will permit access to his books, records, and
accounts by the administering agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and orders.
(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of
this contract or with any of the said rules, regulations, or orders, this contract may be
canceled, terminated, or suspended in whole or in part and the contractor may be
declared ineligible for further Government contracts or federally assisted construction
contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions as may be imposed and remedies
invoked as provided in Executive Order 11246 of September 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided bylaw.
(7) The contractor will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract
or purchase order unless exempted by rules, regulations, or orders of the Secretary
of Labor issued pursuant to section 204 of Executive Order 11246 of September 24,
1965, so that such provisions will be binding upon each subcontractor orvendor. The
contractor will take such action with respect to any subcontract or purchase order as
the administering agency may direct as a means of enforcing such provisions,
including sanctions for noncompliance: Provided, however, That in the event a
contractor becomes involved in, or is threatened with, litigation with a subcontractor
or vendor as a result of such direction by the administering agency the contractor
may request the United States to enter into such litigation to protect the interests of
the United States."
4. Davis Bacon Act and Copeland Anti-KickbackAct.
a. Applicability of Davis -Bacon Act. The Davis -Bacon Act only applies to the emergency
Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit
Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant
Program, and Transit Security Grant Program. It dgg§ not apaly to, other FgMA grant
and cooperative agreement programs_ including the Public Assistance Program.
b. 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 regulations at 29 C.F.R. Part 5
(Labor Standards Provisions Applicable to Contracts Covering Federally Financed and
Assisted Construction)). See 2 C.F.R. Part 200, Appendix ll, V D.
c. In accordance with the statute, contractors must be required to pay wages to laborers and
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 aweek.
d. 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
Requirements for National Cooperative Contract
Page 31
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
agency.
e. In contracts subject to the Davis -Bacon Act, the contracts must also include a provision
for compliance with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as_
supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and
Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans
or Grants from the United States). The Copeland Anti- Kickback Act provides that each
contractor or subrecipient must be prohibited from inducing, by any means, 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 FEMA.
f. The regulation at 29 C.F.R. § 5.5(a) does provide the required contract clause that applies
to compliance with both the Davis -Bacon and Copeland Acts. However, as discussed in the
previous subsection, the Davis -Bacon Act does not apply to Public Assistance recipients and
subrecipients. In situat*Qns where the Day!& -Bacon Act does not agoly. neither does the
Copeland "Anti-KickbilakAct, However, for purposes of grant programs where both
clauses do apply, FEMA requires the following contract clause:
"Compliance with the Copeland "Anti -Kickback" Act.
(1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40U.S.C. § 3145, and
the requirements of 29 C.F.R. pt. 3'as may be applicable, which are incorporated by
reference into this contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the
clause above and such other clauses as the FEMA may by appropriate instructions
require, and also a clause requiring the subcontractors to include these clauses in
any lower tier subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor with all of these contract
clauses
(3) Breach. A breach of the contract clauses above may be grounds for termination of
the contract, and for debarment as a contractor and subcontractor as provided in 29
C.F.R. § 5.12.'
5. Contract Work Hours and Safe Standards Act.
a. Applicability: This requirement applies to all FEMA grant and cooperative
agreement programs.
b. Where applicable (see 40 U.S.C. § 3701), 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 at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, 1 E.
c. Under 40 U.S.C. § 3702, 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 workweek.
d. 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.
e. The regulation at 29 C.F.R. § 5.5(b) provides the required contract clause concerning
compliance with the Contract Work Hours and Safety Standards Act:
Requirements for National Cooperative Contract
Page 32
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA099490lD28
"Compliance with the Contract Work Hours and Safety Standards Act.
(1) Overtime requirements. No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek
in which he or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives compensation at a rate
not less than one and one-half times the basic rate of pay for all hours worked in
excess of forty hours in such workweek.
(2) Violations liability for unpaid wages; liquidated damages. In the event of any
violation of the clause set forth in paragraph (1) of this section the contractor and
any subcontractor responsible therefor shall be liable for the unpaid wages. In
addition, such contractor and subcontractor shall be liable to the United States (in
the case of work done under contract for the District of Columbia or a territory, to
such District or to such territory), for liquidated damages. Such liquidated damages
shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph
(1) of this section, in the sum of $10 for each calendar day on which such individual
was required or permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the clause set forth in
paragraph (1) of this section.
(3) WithholdingmesThe (write in the name of
the Federal agency or the loan or grant recipient) shall upon its own action or upon
written request of an authorized representative of the Department of Laborwithhold
or cause to be withheld, from any moneys payable on account of work performed
by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally -assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the
same prime contractor, such sums as may be determined to be necessary to
satisfy any liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph (2) of this
section.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the
clauses set forth in paragraph (1) through (4) of this section and also a clause
requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with the clauses set forth in paragraphs
(1) through (4) of this section."
6. Rights to Inventions Made Under a Contractor Agreement_
a. Stafford Act Disaster Grants. This requirement does not aboly to the Public Assistance,
Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis
Counseling Assistance and Training Grant Program, Disaster Case Management Grant
Program, and Federal Assistance to Individuals and Households — Other Needs Assistance
Grant Program, as
FEMA awards under these programs do not meet the definition of "funding agreement.
b. If the FEMA award meets the definition of "funding agreement" under 37 C.F.R.§ 401.2(a) and
the non -Federal entity 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 "funding agreement," the non -Federal entity must
comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Govemment Grants, Contracts and
Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R.
Requirements for National Cooperative Contract
Page 33
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Part 200, Appendix II, ¶ F.
c. The regulation at 37 C.F.R. § 401.2(a) currently defines "funding agreement" as any contract,
grant, or cooperative agreement entered into between any Federal agency, other than the
Tennessee Valley Authority, and any contractor for the performance of experimental,
developmental, or research work funded in whole or in part by the Federal government. This
term also includes any assignment, substitution of parties, or subcontract of any type entered
into for the performance of experimental, developmental, or research work under a funding
agreement as defined in the first sentence of this paragraph.
7. Clean Air Act and the Federal Water Pollution Control Act. Contracts of amounts in excess of $150,000
must contain a provision that requires the contractor 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 FEMA
and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Appendix Il, IT
G.
a. The following provides a sample contract clause concerning compliance for contracts of
amounts in excess of $150,000:
"Clean Air Act
(1) The contractor agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq.
(2) The contractor agrees to report each violation to the (name of the state agency or local
or Indian tribal government) and understands and agrees that the (name of the state
agency or local or Indian tribal government) will, in turn, report each violation as required
to assure notification to the (name of recipient), Federal Emergency Management
Agency, and the appropriate Environmental Protection Agency Regional Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FEMA
Federal Water Pollution Control Act
(1) The contractor agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.
1251 et seq.
(2) The contractor agrees to report each violation to the (name of the state agency or local
or Indian tribal government) and understands and agrees that the (name of the state
agency or local or Indian tribal government) will, in turn, report each violation as
required to assure notification to the (name of recipient), Federal Emergency
Management Agency, and the appropriate Environmental Protection Agency Regional
Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in partwith Federal assistance provided by FEMA."
8. Debarment and Suspension.
a. Applicability: This requirement applies to all FEMA grant and cooperative agreement
programs.
b. Non-federal entities and contractors are subject to the debarment and suspension regulations
implementing Executive Order 12549, Debarment and Suspension (1986) and Executive
Order 12689, Debarment and Suspension (1989) at 2 C.F. R. Part 180 and the Department of
Homeland Security's regulations at 2 C.F.R. Part 3000 (Non procurement Debarment and
Requirements for National Cooperative Contract
Page 34
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA099490lD28
Suspension).
C. These regulations restrict awards, subawards, and contracts 'with certain parties that are
debarred, suspended, or otherwise excluded from or ineligible for participation in Federal
assistance programs and activities. See 2 C.F.R. Part200, Appendix 11,11 H; and Procurement
Guidance for Recipients and Subrecipients Under 2 C.F.R. Part 200 (Uniform Rules):
Supplement to the Public Assistance Procurement Disaster Assistance Team (PDAT) Field
Manual Chapter IV, Q 6.d, and Appendix C, Q 2 [hereinafter PDAT Supplemenij. A contract
award must not be made to parties listed in the SAM Exclusions. SAM Exclusions is the list
maintained by the General Services Administration that contains the names of parties
debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549, SAM
exclusions can be accessed at www.sam.gov. See 2 C.F.R. § 180.530; PDAT Supplement,
Chapter IV, 16.d and Appendix C, 12.
d. In general, an "excluded" party cannot receive a Federal grant award or a contract within the
meaning of a "covered transaction," to include subawards and subcontracts. This includes
parties that receive Federal funding indirectly, such as contractors to recipients and
subrecipients. The key to the exclusion is whether there is a "covered transaction," which is
any non -procurement transaction (unless excepted) at either a "primary" or "secondary" tier.
Although "covered transactions" do not include contracts awarded by the Federal
Government for purposes of the non -procurement common rule and DHS's implementing
regulations, it does include some contracts awarded by recipients and subrecipient.
e. Specifically, a covered transaction includes the following contracts for goods or services:
(1) The contract is awarded by a recipient or subrecipient in the amount of at least $25,000.
(2) The contract requires the approval of FEMA, regardless of amount.
(3) The contract is for federally required audit services.
(4) A subcontract is also a covered transaction if it is awarded by the contractor of a
recipient or subrecipient and requires either the approval of FEMA or is in excess of
$25,000.
d. The following provides a debarment and suspension clause. It incorporates an optional
method of verifying that contractors are not excluded or disqualified:
"Suspension and Debarment
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt.
3000. As such the contractor is required to verify that none of the contractor, its
principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180,905)
are excluded (defined at 2 C.F.R.§ 180.940) or disqualified (defined at 2 C.F.R. §
180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,
subpart C and must include a requirement to comply with these regulations in any lower
tier covered transaction it enters into.
(3) This certification is a material representation of fact relied upon by (insert name of
subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R.
pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available
to (name of state agency serving as recipient and name of subrecipient), the Federal
Government may pursue available remedies, including but not limited to suspension
and/or debarment.
(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180,
Requirements For National Cooperative Contract
Page 35
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
subpart C and 2 C.F.R, pt. 3000, subpart C while this offer is valid and throughout the
period of any contract that may arise from this offer. The bidder or proposer further
agrees to include a provision requiring such compliance in its lower tier covered
transactions."
9. Byrd Anti -Lobbying Amendment.
a. Applicability: This requirement applies to all FEMA grant and cooperative agreement
programs.
b. Contractors that apply or bid for an award of $100,000 or more must file the required
certification. See 2 C.F.R. Part 200, Appendix II,1 I; 44 C.F.R. Part 18; PDAT Supplement,
Chapter 1V, 6.c; Appendix C, %4.
c. 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. See PDAT
Supplement, Chapter IV, ¶ 6.c and Appendix C, ¶ 4.
d. The following provides a Byrd Anti -Lobbying contract clause:
"Bvrd Anti-Lobbvina Amendment. 31 U.S.C. & 1352 (as amended
Contractors who apply or bid for an award of $100,000 or more shall file the required 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 shall 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 recipient."
APPENDIX A 44_C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with
each bid or offer exceeding $100,000)
The undersigned (Contractor] certifies, to the best of his or her knowledge, 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
an 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 any Federal contract, the making of
any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
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 cooperative agreement, the
Requirements for National Cooperativc Contract
Page 36
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
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 certlfyand 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 certification is a prerequisite for making or entering into this
transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). 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.
The Contractor, Sunbelt Rentals. Inc. , certifies or affirms the truthfulness and
accuracyof each statement of its certification and disclosure, if any. In addition, the Contractor
understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification
and disclosure, if any. %
Sign4turk of Contractor's Authorized Official
h J Washburn, SVP of Sales & Marketing
Dame an-d Title of Contractor's Authorized Official
July 2020
Date"
10. Procurement of Recovered Materials.
a. Applicability: This requirement applies to all FEMA grant and cooperative agreement
programs.
b. 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 Solid Waste Disposal Act, Pub. L. No.
89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at
42 U.S.C. § 6962). See 2 C.F.R. Part 200, Appendix 11, 7 J; 2 C.F.R. § 200.322; PDAT
Supplement, ChapterV, 17.
C. The requirements of Section 6002 include procuring only items designated in guidelines of
the EPA at 40 C.F.R. 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 by the
preceding fiscal year exceeded $10,000; procuring solid 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.
d. The following provides the clause that a state agency or agency of a political
subdivision of a state and its contractors can include in contracts meeting the above
contract thresholds:
"(1) In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA- designated items unless the product cannot
be acquired --
Requirements for National Cooperative Contract
Page 37
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
(i) Competitively within a timeframe providing forcompliance with the
contract performance schedule;
(ii) Meetingcontract performance requirements; or
(iii) At a reasonable price.
(2) Information about this requirement, along with the list of EPA- designate items, is
available at EPA's Comprehensive Procurement Guidelines web site,
https://www.epa.goy/smm/comprehensive- procurement-guideline-cpq-program."
11. Additional FEMA Requirements.
a. The Uniform Rules authorize FEMA to require additional provisions for non- Federal
entity contracts. FEMA, pursuant to this authority, requires or recommends the
following:
b. Changes.
To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or
cooperative agreement, the cost of the change, modification, change order, or constructive
change must be allowable, allocable, within the scope of its grant or cooperative agreement,
and reasonable for the completion of project scope. FEMA recommends, therefore, that a
non -Federal entity include a changes clause in its contract that describes how, if at all,
changes can be made by either party to alter the method, price, or schedule of the work
without breaching the contract. The language of the clause may differ depending on the
nature of the contract and the end -item procured.
c. Access to Records.
All non -Federal entities must place into their contracts a provision that all contractors and
their successors, transferees, assignees, and subcontractors acknowledge and agree to
comply with applicable provisions governing Department and FEMA access to records,
accounts, documents, information, facilities, and staff. See DHS Standard Terms and
Conditions, v 3.0, 5 XXVI (2013).
d. The followinq provides a contract clause regarding access to records:
"Access to Records. The following access to records requirements apply to this contract:
(I) The contractor agrees to provide (insert name of state agency or local or Indian
tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller
General of the United States, or any of their authorized representatives access to any
books, documents, papers, and records of the Contractor which are directly pertinent
to this contract for the purposes of making audits, examinations, excerpts, and
transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized
representatives access to construction or other work sites pertaining to the work being
completed under thecontract."
Requirements for Nationai Cooperative Contract
Page 38
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
12. DHS Seal, Logo, and Flags.
a. All non -Federal entities must place in their contracts a provision that a contractor shall not
use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency
officials without specific FEMA pre -approval. See DHS Standard Terms and Conditions, v
3.0, ¶ XXV (2013).
b. The following Provides a contract clause regarding DHS Seal Lo o and Fla s: "The
contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses
of DHS agency officials without specific FNMA pre- approval."
13. Compliance with Federal Law Regulations, and Executive Orders.
a. All non -Federal entities must place into their contracts an acknowledgement that FEMA
financial assistance will be used to fund the contract along with the requirement that the
contractor will comply with all applicable federal law, regulations, executive orders, and
FEMA policies, procedures, and directives.
b. The following provides a contract clause regarding Compliance with Federal Law
Regulations, and Executive Orders: "This is an acknowledgement that FEMA financial
assistance will be used to fund the contract only. The contractor will comply will all applicable
federal law, regulations, executive orders, FEMA policies, procedures, and directives."
14. No Obligation b FederalGovernment.
a. The non -Federal entity must include a provision in its contract that states that the Federal
Government is not a party to the contract and is not subject to any obligations or liabilities
to the non -Federal entity, contractor, or any other party pertaining to any matter resulting
from thecontract.
b. The following- provides a contract clause regarding no obligation by the Federal
Government: "The Federal Government is not a party to this contract and is not subject to
any obligations or liabilities to the non-Federaf entity, contractor, or any other party pertaining
to any matter resulting from the contract."
15. Program Fraud and False or Fraudulent Statements or Related Acts.
a. The non-Federaf entity must include a provision in its contract that the contractor
acknowledges that 31 U.S.C. Chap. 33 (Administrative Remedies for False Claims and
Statements) applies to its actions pertaining to the contract.
b. The following provides a contract clause regarding Fraud and False or Fraudulent or
Related Acts: "The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative
Remedies for False Claims and Statements) applies to the contractor's actions pertaining
to thiscontract."
Additional contract clauses per 2 C.F.R. § 200.325
For aqplicable construction/reconstruction/renovation and related services: A payment and Performance
bond are both re aired for 100 ercent of the contract price. A "performance bond" is one executed in
connection with a contract to secure fulfillment of all the contractor's obligations under such contract. A
" a ment bond" is one executed in connection with a contract to assure pavment as recluired by law of all
persons suppIying labor and material in the execution of the work provided in the contract.
Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions
section of this solicitation.
Requirements for National Cooperative Contract
Page 39
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Offeror's Name:
Sunbelt Rentals, Inc.
Address, City, State, and ,Zip Code:
2341 Deerfield Drive Fort Mill SC 29715
Phone Number: ( 00) 508-4762 Fax Number:
(803 578-6850
Printed Name and Title of Authorized
Representative: Stephanie Ransone Sr. Customer Contract Manager
Email Address:
Signature of Authorized Representative:
Requirements for National Cooperative Contract
Page 40
Date:
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT G
NF,w JERSEY BUSINESS COMPLIANCE
NEW JERSEY BUSINESS COMPLIANCE
Suppliers intending to do business in the State of New Jersey must comply with policies and
procedures required under New Jersey statues. All offerors submitting proposals must complete the
following forms specific to the State of New Jersey. Completed forms should be submitted with the
offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA
Partners' ability to promote the Master Agreement in the State of New Jersey.
DOC #1 Ownership Disclosure Form
DOC #2 Non -Collusion Affidavit
DOC #3 Affirmative Action Affidavit
DOC 44 Political Contribution Disclosure Form
DOC #5 Stockholder Disclosure Certification
DOC #6 Certification of Non -Involvement in Prohibited Activities in Iran
DOC #7 New Jersey Business Registration Certificate
New Jersey suppliers are required to comply with the following New Jersey statutes when
applicable:
• all anti -discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A.
10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38;
• Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the
Act;
• Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and
• Bid and Performance Security, as required by the applicable municipal or state statutes.
Requirements for National Cooperative Contract
Page 41
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #1
OWNERSHIP DISCLOSURE FORM
(N.J.S. 52:25-24.2)
Pursuant to the requirements of P.L. 1999, Chapter 440 effective April 17, 2000 (Local Public Contracts Law),
the offeror shall complete the form attached to these specifications listing the persons owning 10 percent (10%)
or more of the firm presenting the proposal.
Company Name: Sunbelt Rentals, Inc.
Street: 2341 Deerfield Drive
City, State, Zip Code: Fort Milli SC 29715 _
Complete as a ro riate:
I certify that I am the sole owner of
that there are no partners and the business is not
incorporated, and the provisions of N.J.S. 52: 25-24.2 do not apply.
OR:
I , a partner in , do hereby
certify that the following is a list of all individual partners who own a 10% or greater interest therein. I
further certify that if one (1) or more of the partners is itself a corporation orpartnership, there is also set
forth the names and addresses of the stockholders holding 10% or more of that corporation's stock or the
individual partners owning 10% or greater interest in that partnership.
OR:
I Stephanie Ransone an authorized representative of Sunbelt Rentals, Inc.
, a corporation, do hereby certify that the following is a list of the names and
addresses of all stockholders in the corporation who own 10% or more of its stock of any class. I further
certify that if one (1) or more ofsuch stockholders is itself a corporation or partnership, that there is also set
forth the names and addresses of the stockholders holding 10% or more of the corporation's stock or the
individual partners owning a 10% or greater interest in that partnership.
(Note: If there are no partners or stockholders owning 10% or more interest, indicate none.)
Name Address Interest
Ashtead Group, PLC 100 Cheapside, London, England 100%
I further certify that the statements and information contained herein, are complete and correct to the best of
my knowledge and belief.
2020
Date
Sr. Customer Contract Manager
nie nson Authorized Signature and Title
Requirements for National Cooperative Contract
Page 42
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #2
NON -COLLUSION AFFIDAVIT
Company Name: Sunbelt Rentals, Inc.
Street: 2341 Deerfield Drive
City, State, Zip Code: Fort Mill, SC 29715
State of South Carolina
County of York
I Stephanie Ransone
Name
of the Fort Mill
City
in the County of York , State of South Carolina
of full age, being duly sworn according to law on my oath depose and say that:
I am the Sr. Customer Contract Mgr of the firm of Sunbelt Rentals, Inc.
Title Company Name
the Offeror making the Proposal for the goods, services or public work specified under the attached
proposal, and that I executed the said proposal with fill authority to do so; that said Offeror has not
directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken
any action in restraint offree, competitive bidding in connection with the above proposal, and that
all statements contained in said proposal and in this affidavit are true and correct, and made with
full knowledge that relies upon the truth of the statements contained in said proposal and in the
statements contained in this affidavit in awarding the contractfor the said goods, services or public
work.
I further warrant that no person or selling agency has been employed or retained to solicit or secure
such contract upon an agreement or understanding for a commission, percentage, brokerage or
contingent fee, except bona fide employees or bona fade established commercial or selling agencies
maintained by
Sunbelt Rentals, Inc.
Company Name
Subscribed and sworn before me
this day of , 2%FZ)
Per Addendum No , anyLdocument requiring appearance before a notary shall be waived
upc.D_Region 4 FSC request
Notary Public of
My commission expires , 20
SEAL
Requirements for National Cooperative Contract
Page 43 of68
A u thofized Sign atu & T-iltle
Stephanie Ransone, Sr. Customer Contract Mgr.
until a later date or
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #3
AFFIRMATIVE ACTION AFFIDAVIT
(P.L. 1975, C.127)
Company Name: Sunbelt Rentals, Inc.
Street: 2341 Deerfield Drive -
City, State, Zip Code: Fort Mill, SC 29715
Proposal Certification:
Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's
proposal will be accepted even if company is not in compliance at this time. No contract and/or
purchase order may be issued, however, until all Affirmative Action requirements are met.
Required Affirmative Action Evidence:
Procurement, Professional & Service Contracts (Exhibit A)
Vendors must submit with proposal:
I. A photocopy of their Federal Letter of Affirmative Action Plan Anproval
2. A photo copy of their Certificate of Employee Information Report
OR
3. A complete Affirmative Action Employee Information Report AA302
Public Work — Over $50 000 Total Pro'ect Cost:
A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form
AA201-A upon receipt from the
B. Approved Federal or New Jersey Plan — certificate enclosed
I further certify that the statements and information contained herein are complete and correct to
the best of my knowledge and belief.
July , 2020
Date Authori Signature an it e
Stephanie Ransone, Sr. Customer Contract Manager
Requirements for National Cooperative Contract
Page 44
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC 43, continued
P.L. 1995, c. 127 (N.J.A.C. 17:27)
MANDATORY AFFIRMATIVE ACTION LANGUAGE
PROCUREMENT,_ PROFESSIONALAND SERVICE
CONTRACTS
During the performance of this contract, the contractor agrees as follows:
The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for
employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual
orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and
that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry,
marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following:
employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay
or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency
Compliance Officer setting forth provisions of this non-discrimination clause.
The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or
on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to
age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation.
The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which
it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency
contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and
shall post copies of the notice in conspicuous places available to employees and applicants for employment.
The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer
pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act.
The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent
with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to
P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the
applicable county employment goals determined by the Affirmative Action Office pursuant to NIA.C. 17:27-5.2
promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time.
The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including
employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis
of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will
discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices.
The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel
testing conforms with the principles of job -related testing, as established by the statutes and court decisions of the state
of New Jersey and as established by applicable Federal law and applicable Federal court decisions.
The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off
to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex,
affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court
decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions.
The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as
may be requested by the office from time to time in order to carry out the purposes of these regulations, and public
agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance
investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27).
Signature of Procurement Agent
Requirements for National Cooperative Contract
Page 45
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC 44
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Public Agency Instructions
This page provides guidance to public agencies entering into contracts with business entities that arc required to file
Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors. What follows
are instructions on the use of form local units can provide to contractors that are required to disclose political contributions
pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local
Finance Notice 2006-1 (http://www.nj.aoy/dca/divisions/dlgs/resources/Ifns 2006.html). Please refer back to these
instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational.
I. The disclosure is required for all contracts in excess of $17,500 that are not awarded pursuant to a "fair and open"
process (N.7.S.A. 19:44A-20.7).
2. Due to the potential length of some contractor submissions, the public agency should consider allowing data to be
submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents
or in an appropriate computer file and be available for public access. The form is worded to accept this alternate
submission. The text should be amended if electronic submission will not be allowed.
3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract.
Resolutions of award should reflect that the disclosure has been received and is on file.
4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public
agencies, including all public agencies that have elected officials in the county of the public agency, state legislative
positions, and various state entities. The Division of Local Government Services recommends that contractors be
provided a list of the affected agencies. This will assist contractors in determining the campaign and political
committees of the officials and candidates affected by the disclosure.
a, The Division has prepared model disclosure forms for each county. They can be downloaded from the "County
PCD Forms" link on the Pay -to -Play web site at I7ttp //w`vw.ni.cov/dca/divisions/dlgs/programs/locl.html#12.
They will be updated from time -to -time as necessary.
b. A public agency using these forms should edit them to properly reflect the correct legislative district(s). As
the forms are county -based, they list all legislative districts in each county. Districts that do not represent
the public agency should be removed from the lists.
c. Some contractors may find it easier to provide a single list that covers all contributions, regardless of the county.
These submissions are appropriate and should be accepted.
d. The form may be used "as -is", subject to edits as described herein.
e. The "Contractor Instructions" sheet is intended to be provided with the form. It is recommended that the
Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed
on the back of the form; where that is not the case, the text should be edited accordingly.
f. The form is a Word document and can be edited to meet local needs, and posted for download on web sites, used
as an e-mail attachment, or provided as a printed document.
It is recommended that the contractor also complete a "Stockholder Disclosure Certification." This will assist the
local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed
on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice
2006-7 for additional information on this obligation at
http://www.nj.gov/dca/divisions/d[gs/resources/ifns_2006.htm1. A sample Certification form is part of this package
and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to
Boards of Education.
Requirements for National Cooperative Contract
Page 46
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Contractor Instructions
Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and
open" process (defined at N.J.S.A. 19:44A-20.7) are subject to the provisions of P.L. 2005, c. 271, s.2 (NTS.A. 19:44A-
20.26). This law provides that 10 days prior to the award of such a contract, the contractor shall disclose contributions
to:
• any State, county, or municipal committee of a political party
• any legislative leadership committee"
• any continuing political committee (a.k.a., political action committee)
• any candidate committee of a candidate for, or holder of, an elective office:
0 of the public entity awarding the contract
0 of that county in which that public entity is Iocated
0 of another public entity within that county
0 or of a legislative district in which that public entity is located or, when the public entity is a county, of
any legislative district which includes all or part of the county
The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were
made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on
reportable contributions.
N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a
natural person. This includes the following:
• individuals with an "interest" ownership or control of more than 10% of the profits or assets of a business entity
or 10% of the stock in the case of a business entity that is a corporation for profit
• all principals, partners, officers, or directors of the business entity or their spouses
• any subsidiaries directly or indirectly controlled by the business entity
• IRS Code Section 527 New Jersey based organizations, directly or indirectly controlled by the business entity
and filing as continuing political committees, (PACs).
When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be
deemed to be a contribution by the business entity." [N.J.S.A. 19:44A-20.26(b)] The contributor must be listed on the
disclosure.
Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an
amount to be determined by the Commission which may be based upon the amount that the business entity failed to report.
The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official
and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to
identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed
information may exceed the minimum requirement.
The enclosed form, a content -consistent facsimile, or an electronic data file containing the required details (along with a
signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public
Records Act.
The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in
meeting its obligations under the law. NOTE: This section sloes not apply to Board of Education contracts.
' N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be
established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General
Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1) for
the purpose of receiving contributions and malting expenditures."
Requirements for National Cooperative Contract
Page 47
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #4, continued
C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM
Required Pursuant to N.J.S.A. 19:44A-20.26
This form or its permitted facsimile must be submitted to the local unit
no later than 10 days prior to the award of the contract.
Part I — Vendor Information
Vendor Name: Sunbelt Rentals, Inc T
Address: 2341 Deerfield Drive
City: Fort Mill State: SC Zi 29715
The undersigned being authorized to certify, hereby certifies that the submission provided herein represents
compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions
accompanying this form.
�IWIL
�[a�ll�TiiCa:. t ogo�il--Td Lemo t wraiai&P,Printed Name Title
Part II -- Contribution Disclosure
Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable
political contributions (more than $300 per election cycle) over the 12 months prior to submission to
the committees of the government entities listed on the form provided by the local unit.
❑ Check here if disclosure is provided in electronic form
Contributor Name Recipient Name Date Dollar Amount
NIA
❑ Check here if the information is continued on subsequent page(s)
Requirements for National Cooperative Contract
Page 48
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #4, continued
List of Agencies with Elected Officials Required for Political Contribution Disclosure
N.J. S.A. 19 :44A-2 0.26
County Name:
State: Governor, and Legislative Leadership Committees
Legislative District #s:
State Senator and two members of the General Assembly per district.
County:
Freeholders County Clerk Sheriff
(County Executive) Surrogate
Municipalities (Mayor and members of governing body, regardless of title):
USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD
FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A
COUNTY -BASED, CUSTOMIZABLE FORM,
Requirements for National Cooperative Contract
Page 49
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #5
STOCKHOLDER DISCLOSURE CERTIFICATION
Name of Business:
® I certify that the list below contains the names and home addresses of all stockholders
holding 10% or more of the issued and outstanding stock of the undersigned.
OR
13 1 certify that no one stockholder owns 10% or more of the issued and outstanding stock of
the undersigned.
Check the box that represents the type of business organization:
0 Partnership ® Corporation Mole .Proprietorship
Mimited Partnership Limited Liability Corporation Mimited Liability Partnership
0 ,Subchapter S Corporation
Sign and notarize the form below, and, if necessary, complete the stockholder list below.
itocicnowers:
Name: Name:
Sunbelt is a wholly -owned subsidiary of Ashtead Holding LLC, a Delaware limited liability company, wh ch is
Home Address: Horne Address:
wholly owned subsidiary of Ashtead Holdings Public limited Company, a UK company, which is a wholly owned
subsidiary of Ashtead Group plc, a UK company traded on the London Stock Exchange (AHT)
Name: 100 Cheapside, London, England Name:
Home Address: Home Address:
Name: Name:
Home Address: Home Address:
Subscribed and sworn before me this-kday of_July
2M 0
(Notary Public) Per Addendum No. 3, any document Stephanie Ransone, Sr Customer Cont act Mgr
requiring appearance before a notary shall be waived (Print name & title of affiant)
My ommission expires: until a later date or upon Region 4 ESC request.
Requirements for National Cooperative Contract
Page 50
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #6
Certification of Non -Involvement in Prohibited Activities in Iran
Pursuant to N.J.S.A. 52:32-58, Offerors must certify that neither the Offeror, nor any of its parents,
subsidiaries, and/or affiliates (as defined in N.J.S.A. 52:32 — 56(e) (3)), is listed on the Department
of the Treasury's List of Persons or Entities Engaging in Prohibited Investment Activities in Iran
and that neither is involved in any of the investment activities set forth in N.J.S.A. 52:32 — 56(f).
Offerors wishing to do business in New Jersey through this contract must fill out the Certification of
Non -Involvement in Prohibited Activities in Iran here:
litttp://www.state.ni.us/humanservices/dfd/info/standard/fdc/disclosure investmentact pdf.
Offerors should submit the above form completed with their proposal.
Requirements for National Cooperative Contract
Page 51
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
STATE OF NEW JERSEY -- DIVISION OF PURCHASE AND PROPERTY
DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN
Quote Number: RFP #20-06
Bidder/offeror:
la
P T 1 • CERTIFICATION
BIDDERS MUST COMPLETE PART 1 13Y CHECKING EITHER BOX.
FAILURE TO CHECK O,NE OF THE BOXES WILL RENDER THE PROPOSAL NON -RESPONSIVE.
Pursuant to Public Law 2012, c. 25, any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a
contract must complete the certification below to attest, under penalty of perjury, that neither the person or entity, nor any of its parents,
subsidiaries, or affiliates, is identified on the Department of Treasury's Chapter 25 list as a person or entity engaging In investment activities
in Iran. The Chapter 25 list is found on the Division's website at http uA,state�tj_vsftreasurylpurchasefpdf/Chapter25List.pdf. Bidders
must review this list prior to completing the below certification. Failure to complete the certification will render a bidder's proposal
non -responsive, If the Director finds a person or entity to be in violation of law, sihe shall take action as may be appropriate and provided
by law, rule or contract, including but not limited to, imposing sanctions, seeking compliance, recovering damages, declaring the party in
default and seeking debarment or suspension of the party
I certify, pursuant to Public Law 2012, c. 25, that neither the bidder listed above nor any of the bidder's parents,
subsidiaries, or affiliates is listed on the N.J_ Department of the Treasury's list of entities determined to be engaged in prohibited
activities in Iran pursuant to P.L 2012, c. 25 ("Chapter 25 List). I further certify that I am the person listed above, or I am an officer
or representative of the entity listed above and am authorized to make this certification on its behalf. I will skip Part 2 and sign and
complete the Certification below,
OR
❑I am unable to certify as above because the bidder andlor one or more of its parents, subsidiaries, or affiliates is listed on
the Department's Chapter 25 list. I will provide a detailed, accurate and precise description of the activities in Part 2 below
and sign and complete the Certification below. Failure to _provide such will result in theproposal being rendered as non-
responsive and appropriate penalties, fines and/or sanctions wilt be assessed as provided by law.
PART 2: PLEASE PROVIDE FURTHER INFORMATION RELATED TO INVESTMENT ACTIVITIES IN IRAN
YOU must provide a detailed, accurate and precise description of the activities of the bidding person/entity, or one of its parents,
subsidiaries or affiliates., engaging in the investment activities in Iran outlined above by completing the boxes below_
EACH BOX WILL PROMPT YOU TO PROVIDE INFORMATION RELATIVE TO THE ABOVE QUESTIONS. PLEASE PROVIDE
THOROUGH ANSWERS TO EACH QUESTION. IF YOU DEED TO MAKE ADDITIONAL ENTRIES, CLICK THE -ADD AN ADDITIONAL
ACTIVITIES ENTRY" BUTTON.
Name Relationship to Bidder/Offeror
Description of Activities
Duration of Engagement
Bidder/Offeror Contact Name
ADD AN ADDITIONAL ACTIVITIES ENTRY
Anticipated Cessation Date
Contact Phone Number
4A1,1.tll1V1 f. 1, ueing oiliy sworn upon my oath, hereby represent and state that the foregoing information and any attachments thereto to the best of
my knowledge are true and complete. I attest that I am authorized to execute this certification on behalf of the above -referenced person or entity. I
acknowledge that the State of New Jersey is relying on the information contalned herein and thereby acknowledge that i am under a continuing
obligation from the date of this certification through the completion of any contracts with the State to notify the State in writing of any changes to the
answers of information contained herein. i acknowledge that i am aware that it is a criminal offense to make a false statement or misrepresentation in
this certification, and if I do so, I recognize that I am subject to criminal prosecution under the law and that it will also constitute a material breach ofl
my agreement(s) with the State of New Jersey and that the State at its option may declare any contracifs) resulti from this certification void a4
unenforceable.
Full Name (Print): Stephanie Ransone Signature: I
I
Title: Sr. Customer Contract Manager Date: Jul p' 020
Y
i
I
DPP Standard Forms Packet 11/2013
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
DOC #7
NEW JERSEY BUSINESS REGISTRATION CERTIFICATE
(N.J'.S.A. 52:32-44)
Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued
Business Registration Certificate with their proposal here. Failure to do so will disqualify the
Offeror from offering products or services in New Jersey through any resulting contract,
httj2://www.state.ni-us/treasLiry/revenue/forrns/nireg,pdf
Requirements for National Cooperative Contract
Page 52
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
N.J. Department of Treasury - Division of Revenue, On -Line Inquiry Page I of I
STATE OF NEW JERSEY
BUSINESS REGISTRATION CERTIFICATE
Taxpayer Name:
Trade Name:
Address:
Certificate Number:
Effective Date:
Date of Issuance:
For Office Use Oil IV:
20200430070100772.
SUNBELT RENTALS, INC.
80 ARLINGTON AVENUE
KEARNY, NJ 07082
0879680
October 27, 2000
April 30, 2020
https://Wwwl.state.nj.us/TYTR—BRC/servlet/common/BRCLogin 4/;0/2n')n
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
f
T
r,
in
Ln
F—
[i >C
U
W
LL. E L (V
F— N
� � O
0 n , T
oNIS
O cz > r�'V
U-
CLLu
s
i CD
co
°
CL 7TfLO
a e k, H
LLI
Cn ``
o � LO
Q a .D H
,cC U
o z
Q z a� n H H
L) �A
L L �- Q
'L a
.� a. P W
a cv H
L U
U
U 2
W r-�
N W H
W A"
Z m W .— I E-r
m 0
CO N r2+
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Mate of ,ameba Yervep
PHILIP
Governor
DEPARTMENT OF THE TREASURY
ELIZABETH MAHER MUOIO
DIVISION OF PURCHASE AND PROPERTY
Stale Treasurer
CONTRACT COMPLIANCE & AUDIT UNIT
SHEILA Y. OLIVER
EEO MONITORING PROGRAM
Lt. Governor
33 WEST STATE STREET
MAURICE A. GRIFFIN
P. O. BOX 206
Acting Director
TRENTON, NEW JERSEY 08625-0206
ISSUANCE CERTIFICATE OF
EMPLOYEE INFORMATION REPORT
Enclosed is your Certificate of Employee information Report (hereinafter referred to as the
"Certificate" and issued based on the Employee Information Report (AA-302) form completed by a
representative of your company or firm. Immediately upon receipt, this certificate should be forwarded
to the person in your company or firm responsible for ensuring equal employment opportunity and/or
overseeing the company or firm's contracts with public agencies. Typically, this person may be your
company or firm's Human Resources Manager, Equal Employment Opportunity Officer or Contract
Administrator. If you do not know to whom the certificate should be forward, kindly forward it to the
head of your company or firm. Copies of the certificate should also be distributed to all facilities of your
company or firm who engage in bidding on public contracts in New Jersey and who use the same federal
identification number and company name. The certificate should be retained,in your records until the date
it expires. This is very important since a request for a duplicate/replacement certificate will result in a
$75.00 fee.
On future successful bids on public contracts, your company or firm must present a photocopy of
the certificate to the public agency awarding the contract after notification of the award but prior to
execution of a goods and services or professional services contract. Failure to present the certificate within
the time limits prescribed may result in the awarded contract being rescinded in accordance with N.J.A.C.
17:27-4.3b.
Please be advised that this certificate has been approved only for the time periods stated on the
certificate. As early as ninety (90) days prior to its expiration, the Division will forward a renewal
notification. Upon the Division's receipt of a properly completed renewal application and $150.00
application fee, it will issue a renewal certificate. In addition, representatives from the Division may
conduct periodic visits and/or request additional information to monitor and evaluate the continued equal
employment opportunity compliance of your company or firm. Moreover, the Division may provide your
company or firm with technical assistance, as required. Please be sure to notify the Division immediately
if your company's federal identification number, name or address changes.
If you have any questions, please call (609) 292-5473 and a representative will be available to
assist you.
Rev. 4/1 S
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA
P A R T N E R S
:NA 11UNALI PA U IUMN M-NIEF—S
,
REQUIREMENTS FOR NATIONAL COOPERATIVE CONTRACT
TO BE ADMINISTERED BY
OMNIA PARTNERS
The following documents are used in evaluating and administering national cooperative contracts
and are included for Supplier's review and response.
Exhibit A —RESPONSE FOR NATIONAL COOPERATIVE CONTRACT
Exhibit B — ADMINISTRATION AGREEMENT, EXAMPLE
Exhibit C -- MASTER INTERGOVERNMENTAL COOPERATIVE PURCHASING
AGREEMENT, EXAMPLE
Exhibit D — PRINCIPAL PROCUREMENT AGENCY CERTIFICATE, EXAMPLE
Exhibit E — CONTRACT SALES REPORTING TEMPLATE
Exhibit F --- FEDERAL FUNDS CERTIFICATIONS
Exhibit G—NEW JERSEY BUSINESS COMPLIANCE
Exhibit H — ADVERTISING COMPLIANCE REQUIREMENT
Version January 30, 2020
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
EXHIBIT H
ADVERTISING COMPLIANCE REQUIREMENT
Pursuant to certain state notice provisions, including but not limited to Oregon Revised Statutes Chapter 274A.220, the following
public agencies and political subdivisions of the referenced public agencies are eligible to register with OMNIA Partners and access
the Master Agreement contract award made pursuant to this solicitation, and are hereby given notice of the foregoing request for
proposals for purposes of complying with the procedural requirements of said statutes:
State of Alabama
State of Hawaii
State of Massachusetts
State of New Mexico
State of South
Dakota
State of Alaska
State daho
State of Michi an
State of New York
State of Tennessee
State of Arizona
State llinois
MfIndiana
State of Minnesota
State.of North Carolina
State of Texas
State of Arkansas
State
State of Mississi i
State of North Dakota
State of Utah
State of California
State of Iowa
State of Missouri
State of Ohio
State of Vermont
State of Colorado
State of Kansas
State of Montana
State of Oklahoma
State of Virginia
State of Connecticut
State of Kentucky
State of Nebraska
State of Oregon
State of Washington
State of Delaware
State of Louisiana
State of Nevada
State of Pennsylvania
State of West
Virginia
State of Florida
State of Maine
State of New Hampshire
State of Rhode Island
State of Wisconsin
State of Georgia
State of Maryland
State of New Jersey
State of South Carolina
State of W omin
District of Columbia
Lists of political subdivisions and local governments in the above referenced states I districts may be found at
L4://www.usa.goy/Agencies/State and Territories.shtml and btti)s://www.usa.gov/local-governments.
Certain Public Agencies and Political Subdivisions:
CITIES, TOWNS, VILLAGES AND BOROUGHS
CITY OF KENNER, LA
INCLUDING BUT NOT LIMITED TO:
CITY OF LA GRANDE, OR
BAKER CITY GOLF COURSE, OR
CITY OF LAFAYETTE, LA
CITY OF ADAIR VILLAGE, OR
CITY OF LAKE CHARLES, OR
CITY OF ASHLAND, OR
CITY OF LEBANON, OR
CITY OF AUMSVILLE, OR
CITY OF MCMINN VILLE, OR
CITY OF AURORA, OR
CITY OF MEDFORD, OR
CITY OF BAKER, OR
CITY OF METAIRIE, LA
CITY OF BATON ROUGE, LA
CITY OF MILL CITY, OR
CITY OF BEAVERTON, OR
CITY OF MILWAUKIE, OR
CITY OF BEND, OR
CITY OF MONROE, LA
CITY OF BOARDMAN, OR
CITY OF MOSIER, OR
CITY OF BONANAZA, OR
CITY OF NEW ORLEANS, LA
CITY OF BOSSIER CITY, LA
CITY OF NORTH PLAINS, OR
CITY OF BROOKINGS, OR
CITY OF OREGON CITY, OR
CITY OF BURNS, OR
CITY OF PILOT ROCK, OR
CITY OF CANDY, OR
CITY OF PORTLAND, OR
CITY OF CANYONVILLE, OR
CITY OF POWERS, OR
CITY OF CLATSKANIE, OR
CITY OF PRINEVILLE, OR
CITY OF COBURG, OR
CITY OF REDMOND, OR
CITY OF CONDON, OR
CITY OF REEDSPORT, OR
CITY OF COQUILLE, OR
CITY OF RIDDLE, OR
CITY OF CORVALLI, OR
CITY OF ROGUE RIVER, OR
CITY OF CORVALLIS PARKS AND RECREATION
CITY OF ROSEBURG, OR
DEPARTMENT, OR
CITY OF SALEM, OR
CITY OF COTTAGE GROVE, OR
CITY OF SANDY, OR
CITY OF DONALD, OR
CITY OF SCAPPOOSE, OR
CITY OF EUGENE, OR
CITY OF SHADY COVE, OR
CITY OF FOREST GROVE, OR
CITY OF SHERWOOD, OR
CITY OF GOLD HILL, OR
CITY OF SHREVEPORT, LA
CITY OF GRANTS PASS, OR
CITY OF SILVERTON, OR
CITY OF GRESHAM, OR
CITY OF SPRINGFIELD, OR
CITY OF HILLSBORO, OR
CITY OF ST. HELENS, OR
CITY OF INDEPENDENCE, OR
CITY OF ST. PAUL, OR
CITY AND COUNTY OF HONOLULU, HI
CITY OF SULPHUR, LA
Requirements
for National Cooperative Contract
Page 53 of 68
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
CITY OF TIGARD, OR
ENTERPRISE, UT
CITY OF TROUTDALE, OR
EPHRAIM, UT
CITY OF TUALATIN, OR
ESCALANTE, UT
CITY OF WALKER, LA
EUREKA, UT
CITY OF WARRENTON, OR
FAIRFIELD, UT
CITY OF WEST LINN, OR
FAIRVIEW, UT
CITY OF WILSONVILLE, OR
FARMINGTON, UT
CITY OF WINSTON, OR
FARR WEST, UT
CITY OF WOODBURN, OR
FAYETTE, UT
LEAGUE OF OREGON CITES
FERRON, UT
THE CITY OF HAPPY VALLEY OREGON
FIELDING, UT
ALPINE, UT
FILLMORE, UT
ALTA, UT
FOUNTAIN GREEN, UT
ALTAMONT, UT
FRANCIS, UT
ALTON, UT
FRUIT HEIGHTS, UT
AMALGA, UT
GARDEN CITY, UT
AMERICAN FORK CITY, UT
GARLAND, UT
ANNABELLA,UT
GENOLA,UT
ANTIMONY, UT
GLENDALE, UT
APPLE VALLEY, UT
GLENWOOD, UT
AURORA, UT
GOSHEN,UT
BALLARD, UT
GRANTSVILLE, UT
BEAR RIVER CITY, UT
GREEN RIVER, UT
BEAVER, UT
GUNNISON, UT
BICKNELL, UT
HANKSVILLE, UT
BIG WATER, UT
HARRISVILLE, UT
BLANDING, UT
HATCH UT
BLUFFDALE, UT
HEBER CITY CORPORATION, UT
BOULDER, UT
HELPER UT
CITY OF BOUNTIFUL, UT
HENEFER, UT
BRIAN HEAD, UT
HENRIEVILLE, UT
BRIGHAM CITY CORPORATION, UT
HERRIMAN, UT
BRYCE CANYON CITY, UT
HIDEOUT, UT
CANNONVILLE, UT
HIGHLAND, UT
CASTLE DALE, UT
HILDALE, UT
CASTLE VALLEY, UT
HINCKL.EY, UT
CITY OF CEDAR CITY, UT
HOLDEN, UT
CEDAR FORT, UT
HOLLADAY,UT
CITY OF CEDAR HILLS, UT
HONEYVILLE, UT
CENTERFIELD, UT
HOOPER, UT
CENTERVILLE CITY CORPORATION, UT
HOWELL, UT
CENTRAL VALLEY, UT
HUNTINGTON, UT
CHARLESTON, UT
HUNTSVILLE, UT
CIRCLEVILLE, UT
CITY OF HURRICANE, UT
CLARKSTON,UT
HYDEPARK, UT
CLAWSON, UT
HYRUM, UT
CLEARFIELD, UT
INDEPENDENCE, UT
CLEVELAND, UT
IVfNS, UT
CLINTON CITY CORPORATION, UT
JOSEPH, UT
COALVILLE, UT
JUNCTION, UT
CORINNE, UT
KAMAS, UT
CORNISH, UT
KANAB, UT
COTTONWOOD HEIGHTS, UT
KANARRAVILLE, UT
DANIEL, UT
KANOSH, UT
DELTA, UT
KAYSVILLE, UT
DEWEYVILLE, UT
KINGSTON, UT
DRAPER CITY, UT
KOOSHAREM, UT
DUCHESNE, UT
LAKETOWN, UT
EAGLE MOUNTAIN, UT
LA VERKIN, UT
EAST CARBON, UT
LAYTON, UT
ELK RIDGE, UT
LEAMINGTON, UT
ELMO, UT
LEEDS, UT
ELSINORE, UT
LEHI CITY CORPORATION, UT
ELWOOD, UT
LEVAN, UT
EMERY, UT
LEWISTON, UT
ENOCH, UT
LINDON, UT
Requirements for National Cooperative Contract
Page 54
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
LOA, UT
ROOSEVELT CITY CORPORATION, UT
LOGAN CITY, UT
ROY, UT
LYMAN, UT
RUSH VALLEY, UT
LYNNDYL, UT
CITY OF ST. GEORGE, UT
MANILA, UT
SALEM, UT
MANTI, UT
SALINA, UT
MANTUA, UT
SALT LAKE CITY CORPORATION, UT
MAPLETON, UT
SANDY, UT
MARRIOTT-SLATERVILLE, UT
SANTA CLARA, UT
MARYSVALE, UT
SANTAQUIN, UT
MAYFIELD, UT
SARATOGA SPRINGS, UT
MEADOW, UT
SCIPIO, UT
MENDON, UT
SCOFIELD, UT
MIDVALE CITY INC., UT
SIGURD, UT
MIDWAY, UT
SMITHFIELD, UT
MILFORD, UT
SNOWVILLE, UT
MILLVILLE, UT
CITY OF SOUTH JORDAN, UT
MINERSVILLE, UT
SOUTH OGDEN, UT
MOAB, UT
CITY OF SOUTH SALT LAKE, UT
MONA, UT
SOUTH WEBER, UT
MONROE, UT
SPANISH FORK, UT
CITY OF MONTICELLO, UT
SPRING CITY, UT
MORGAN, UT
SPRINGDALE, UT
MORONI, UT
SPRINGVILLE, UT
MOUNT PLEASANT, UT
STERLING, UT
MURRAY CITY CORPORATION, UT
STOCKTON, UT
MYTON, UT
SUNNYSIDE, UT
NAPLES, UT
SUNSET CITY CORP, UT
NEPHI, UT
SYRACUSE, UT
NEW HARMONY, UT
TABIONA, UT
NEWTON, UT
CITY OF TAYLORSVILLE, UT
NIBLEY, UT
TOOELE CITY CORPORATION, UT
NORTH LOGAN, UT
TOQUERVILLE, UT
NORTH OGDEN, UT
TORREY, UT
NORTH SALT LAKE CITY, UT
TREMONTON CITY, UT
OAK CITY, UT
TRENTON, UT
OAKLEY, UT
TROPIC, UT
OGDEN CITY CORPORATION, UT
UINTAH, UT
OPHIR, UT
VERNAL CITY, UT
ORANGEVILLE, UT
VERNON, UT
ORDERVILLE, UT
VINEYARD, UT
OREM, UT
VIRGIN, UT
PANGUITCH, UT
WALES, UT
PARADISE, UT
WALLSBURG, UT
PARAGONAH, UT
WASHINGTON CITY, UT
PARK CITY, UT
WASMNGTON TERRACE, UT
PAROWAN, UT
WELLINGTON, UT
PAYSON, UT
WELLSVILLE, UT
PERRY, UT
WENDOVER, UT
PLAIN CITY, UT
WEST BOUNTIFUL, UT
PLEASANT GROVE CITY, UT
WEST HAVEN, UT
PLEASANT VIEW, UT
WEST JORDAN, UT
PLYMOUTH, UT
WEST POINT, UT
PORTAGE, UT
WEST VALLEY CITY, UT
PRICE, UT
WILLARD, UT
PROVIDENCE, UT
WOODLAND HILLS, UT
PROVO, UT
WOODRUFF, UT
RANDOLPI- UT
WOODS CROSS, UT
REDMOND, UT
RICHFIELD, UT
COUNTIES AND PARISHES INCLUDING BUT NOT
RICHMOND, UT
LIMITED TO:
RIVERDALE, UT
ASCENSION PARISH, LA
RIVER HEIGHTS, UT
ASCENSION PARISH, LA, CLEAR OF COURT
RIVERTON CITY, UT
CADDO PARISH, LA
ROCKVILLE, UT
CALCASIEU PARISH, LA
ROCKY RIDGE, UT
CALCASIEU PARISH SHERIFF'S OFFICE, LA
Requirements for National Cooperative Contract
Page 55
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
CITY AND COUNTY OF HONOLULU, HI
CLACKAMAS COUNTY, OR
CLACKAMAS COUNTY DEPT OF TRANSPORTATION,
OR
CLATSOP COUNTY, OR
COLUMBIA COUNTY, OR
COOS COUNTY, OR
COOS COUNTY HIGHWAY DEPARTMENT, OR
COUNTY OF HAWAII, OR
CROOK COUNTY, OR
CROOK COUNTY ROAD DEPARTMENT, OR
CURRY COUNTY, OR
DESCHUTES COUNTY, OR
DOUGLAS COUNTY, OR
EAST BATON ROUGE PARISH, LA
GILLIAM COUNTY, OR
GRANT COUNTY, OR
HARNEY COUNTY, OR
HARNEY COUNTY SHERIFFS OFFICE, OR
HAWAII COUNTY, HI
HOOD RIVER COUNTY, OR
JACKSON COUNTY, OR
JEFFERSON COUNTY, OR
JEFFERSON PARISH, LA
JOSEPHINE COUNTY GOVERNMENT, OR
LAFAYETTE CONSOLIDATED GOVERNMENT, LA
LAFAYETTE PARISH, LA
LAFAYETTE PARISH CONVENTION & VISITORS
COMMISSION
LAFOURCHE PARISH, LA
KAUAI COUNTY, HI
KLAMATH COUNTY, OR
LAKE COUNTY, OR
LANE COUNTY, OR
LINCOLN COUNTY, OR
LIMN COUNTY, OR
LIVINGSTON PARISH, LA
MALHEUR COUNTY, OR
MAUI COUNTY, HI
MARION COUNTY, SALEM, OR
MORROW COUNTY, OR
MULTNOMAH COUNTY, OR
MULTNOMAH COUNTY BUSINESS AND
COMMUNITY SERVICES, OR
MULTNOMAH COUNTY SHERIFFS OFFICE, OR
MULTNOMAH LAW LIBRARY, OR
ORLEANS PARISH, LA
PLAQUEMINES PARISH, LA
POLK COUNTY, OR
RAPIDES PARISH, LA
SAINT CHARLES PARISH, LA
SAINT CHARLES PARISH PUBLIC SCHOOLS, LA
SAINT LANDRY PARISH, LA
SAINT TAMMANY PARISH, LA
SHERMAN COUNTY, OR
TERREBONNE PARISH, LA
TILLAMOOK COUNTY, OR
TILLAMOOK COUNTY SHERIFF'S OFFICE, OR
TILLAMOOK COUNTY GENERAL HOSPITAL, OR
UMATILLA COUNTY, OR
UNION COUNTY, OR
WALLOWA COUNTY, OR
WASCO COUNTY, OR
WASHINGTON COUNTY, OR
WEST BATON ROUGE PARISH, LA
WHEELER COUNTY, OR
YAMHILL COUNTY, OR
COUNTY OF BOX ELDER, UT
COUNTY OF CACHE, UT
COUNTY OF RICH, UT
COUNTY OF WEBER, UT
COUNTY OF MORGAN, UT
COUNTY OF DAVIS, UT
COUNTY OF SUMMIT, UT
COUNTY OF DAGGETT, UT
COUNTY OF SALT LAKE, UT
COUNTY OF TOOELE, UT
COUNTY OF UTAH, UT
COUNTY OF WASATCH, UT
COUNTY OF DUCHESNE, UT
COUNTY OF UINTAH, UT
COUNTY OF CARBON, UT
COUNTY OF SANPETE, UT
COUNTY OF NAB, UT
COUNTY OF MILLARD, UT
COUNTY OF SEVIER, UT
COUNTY OF EMERY, UT
COUNTY OF GRAND, UT
COUNTY OF BEVER, UT
COUNTY OF PIUTE, UT
COUNTY OF WAYNE, UT
COUNTY OF SAN JUAN, UT
COUNTY OF GARFIELD, UT
COUNTY OF KANE, UT
COUNTY OF IRON, UT
COUNTY OF WASHINGTON, UT
OTHER AGENCIES INCLUDING ASSOCIATIONS,
BOARDS, DISTRICTS, COMMISSIONS, COUNCILS
PUBLIC CORPORATIONS, PUBLIC DEVELOPMENT
AtiTHORITIES. RESERVATIONS AND UTILITIES
INCLUDING BUT NOT LIMITED TO:
ADAIR R.F.P.D., OR
ADEL WATER IMPROVEMENT DISTRICT, OR
ADRIAN R.F.P.D., OR
AGNESS COMMUNITY LIBRARY, OR
AGNESS-ILLAHE R.F.P.D., OR
AGRICULTURE EDUCATION SERVICE EXTENSION
DISTRICT, OR
ALDER CREEK-BARLOW WATER DISTRICT NO.29,
OR
ALFALFA FIRE DISTRICT, OR
ALSEA R.F.P.D., OR
ALSEA RIVIERA WATER IMPROVEMENT DISTRICT,
OR
AMITY FIRE DISTRICT, OR
ANTELOPE MEADOWS SPECIAL ROAD DISTRICT, OR
APPLE ROGUE DISTRICT IMPROVEMENT COMPANY,
OR
APPLEGATE VALLEY R.F.P.D. 49, OR
ARCH CAPE DOMESTIC WATER SUPPLY DISTRICT,
OR
ARCH CAPE SANITARY DISTRICT, OR
ARNOLD IRRIGATION DISTRICT, OR
ASH CREEK WATER CONTROL DISTRICT, OR
ATHENA CEMETERY MAINTENANCE DISTRICT, OR
AUMSVILLE R.F.P.D., OR
AURORA R.F.P.D., OR
AZALEA R.F.P.D., OR
BADGER IMPROVEMENT DISTRICT, OR
BAILEY -SPENCER R.F.P.D., OR
BAKER COUNTY LIBRARY DISTRICT, OR
Requirements for National Cooperative Contract
Page 56
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
BAKER R.F.P.D., OR
BAKER RIVERTON ROAD DISTRICT, OR
BAKER VALLEY IRRIGATION DISTRICT, OR
BAKER VALLEY S.W.C.D, OR
BAKER VALLEY VECTOR CONTROL DISTRICT, OR
BANDON CRANBERRY WATER CONTROL DISTRICT,
OR
BANDON R.F.P.D., OR
BANKS FIRE DISTRICT, OR
BANKS FIRE DISTRICT #13, OR
BAR L RANCH ROAD DISTRICT, OR
BARLOW WATER IMPROVEMENT DISTRICT, OR
BASIN AMBULANCE SERVICE DISTRICT, OR
BASIN TRANSIT SERVICE TRANSPORTATION
DISTRICT, OR
BATON ROUGE WATER COMPANY
BAY AREA HEALTH DISTRICT, OR
BAYSHORE SPECIAL ROAD DISTRICT, OR
BEAR VALLEY SPECIAL ROAD DISTRICT, OR
BEAVER CREEK WATER CONTROL DISTRICT, OR
BEAVER DRAINAGE IMPROVEMENT COMPANY,
INC., OR
BEAVER SLOUGH DRAINAGE DISTRICT, OR
BEAVER SPECIAL ROAD DISTRICT, OR
BEAVER WATER DISTRICT, OR
BELLE MER S.I.G.L. TRACTS SPECIAL ROAD
DISTRICT, OR
BEND METRO PARK AND RECREATION DISTRICT
BENTON S.W.C.D., OR
BERNDT SUBDIVISION WATER IMPROVEMENT
DISTRICT, OR
BEVERLY BEACH WATER DISTRICT, OR
BIENVILLE PARISH FIRE PROTECTION DISTRICT 6,
LA
BIG BEND IRRIGATION DISTRICT, OR
BIGGS SERVICE DISTRICT, OR
BLACK BUTTE RANCH DEPARTMENT OF POLICE
SERVICES, OR
BLACK BUTTE RANCH R.F.P.D., OR
BLACK MOUNTAIN WATER DISTRICT, OR
BLODGETT-SUMMIT R.F.P.D., OR
BLUE MOUNTAIN HOSPITAL DISTRICT, OR
BLUE MOUNTAIN TRANSLATOR DISTRICT, OR
BLUE RIVER PARK & RECREATION DISTRICT, OR
BLUE RIVER WATER DISTRICT, OR
BLY R.F.P.D., OR
BLY VECTOR CONTROL DISTRICT, OR
BLY WATER AND SANITARY DISTRICT, OR
BOARDMAN CEMETERY MAINTENANCE DISTRICT,
OR
BOARDMAN PARK AND RECREATION DISTRICT
BOARDMAN R.F.P.D., OR
BONANZA BIG SPRINGS PARK & RECREATION
DISTRICT, OR
BONANZA MEMORIAL PARK CEMETERY DISTRICT,
OR
BONANZA R.F.P.D., OR
BONANZA-LANGELL VALLEY VECTOR CONTROL
DISTRICT, OR
BORING WATER DISTRICT #24, OR
BOULDER CREEK RETREAT SPECIAL ROAD
DISTRICT, OR
BRIDGE R.F.P.D., OR
BROOKS COMMUNITY SERVICE DISTRICT, OR
BROWNSVILLE R.F.P.D, OR
BULLL-RED PRAIRIE WATER DISTRICT, OR
BUNKER HILL R.F.P.D. #I, OR
BUNKER HILL SANITARY DISTRICT, OR
BURLINGTON WATER DISTRICT, OR
BURNT RIVER IRRIGATION DISTRICT, OR
BURNT RIVER S.W.C.D., OR
CALAPOOIA R.F.P.D., OR
CAMAS VALLEY R.F.P.D., OR
CAMELLIA PARK SANITARY DISTRICT, OR
CAMMANN ROAD DISTRICT, OR
CAMP SHERMAN ROAD DISTRICT, OR
CANBY AREA TRANSIT, OR
CANBY R.F.P.D. #62, OR
CANBY UTILITY BOARD, OR
CANNON BEACH R.F.P.D, OR
CANYONVILLE SOUTH UMPQUA FIRE DISTRICT, OR
CAPE FERRELO R.F.P.D., OR
CAPE FOULWEATHER SANITARY DISTRICT, OR
CARLSON PRIMROSE SPECIAL ROAD DISTRICT, OR
CARMEL BEACH WATER DISTRICT, OR
CASCADE VIEW ESTATES TRACT 2, OR
CEDAR CREST SPECIAL ROAD DISTRICT, OR
CEDAR TRAILS SPECIAL ROAD DISTRICT, OR
CEDAR VALLEY - NORTH BANK R.F.P.D., OR
CENTRAL CASCADES FIRE AND EMS, OR
CENTRAL CITY ECONOMIC OPPORTUNITY CORP, LA
CENTRAL LINCOLN P.U.D., OR
CENTRAL OREGON COAST FIRE & RESCUE
DISTRICT, OR
CENTRAL OREGON INTERGOVERNMENTAL
COUNCIL
CENTRAL OREGON IRRIGATION DISTRICT, OR
CHAPARRAL WATER CONTROL DISTRICT, OR
CHARLESTON FIRE DISTRICT, OR
CHARLESTON SANITARY DISTRICT, OR
CHARLOTTE ANN WATER DISTRICT, OR
CHEHALEM PARK & RECREATION DISTRICT, OR
CHEHALEM PARK AND RECREATION DISTRICT
CHEMULT R.F.P.D., OR
CHENOWITH WATER P.U.D., OR
CHERRIOTS, OR
CHETCO COMMUNITY PUBLIC LIBRARY DISTRICT,
OR
CHILOQUIN VECTOR CONTROL DISTRICT, OR
CHILOQUIN-AGENCY LAKE R.F.P.D., OR
CHINOOK DRIVE SPECIAL ROAD DISTRICT, OR
CHR DISTRICT IMPROVEMENT COMPANY, OR
CHRISTMAS VALLEY DOMESTIC WATER DISTRICT,
OR
CHRISTMAS VALLEY PARK & RECREATION
DISTRICT, OR
CHRISTMAS VALLEY R.F.P.D., OR
CITY OF BOGALUSA SCHOOL BOARD, LA
CLACKAMAS COUNTY FIRE DISTRICT #l, OR
CLACKAMAS COUNTY SERVICE DISTRICT #1, OR
CLACKAMAS COUNTY VECTOR CONTROL
DISTRICT, OR
CLACKAMAS RIVER WATER
CLACKAMAS RIVER WATER, OR
CLACKAMAS S.W.C.D., OR
CLATSKANIE DRAINAGE IMPROVEMENT
COMPANY, OR
CLATSKANIE LIBRARY DISTRICT, OR
CLATSKANIE P.U.D., OR
CLATSKANIE PARK & RECREATION DISTRICT, OR
CLATSKANIE PEOPLE'S UTILITY DISTRICT
CLATSKANIE R.F.P.D., OR
Requirements for National Cooperative Contract
Page 57
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
CLATSOP CARE CENTER HEALTH DISTRICT, OR
CLATSOP COUNTY S.W.C.D., OR
CLATSOP DRAINAGE IMPROVEMENT COMPANY 915,
INC., OR
CLEAN WATER SERVICES
CLEAN WATER SERVICES, OR
CLOVERDALE R.F.P.D., OR
CLOVERDALE SANITARY DISTRICT, OR
CLOVERDALE WATER DISTRICT, OR
COALEDO DRAINAGE DISTRICT, OR
COBURG FIRE DISTRICT, OR
COLESTIN RURAL FIRE DISTRICT, OR
COLTON R.F.P.D., OR
COLTON WATER DISTRICT #11, OR
COLUMBIA 911 COMMUNICATIONS DISTRICT, OR
COLUMBIA COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
COLUMBIA DRAINAGE VECTOR CONTROL, OR
COLUMBIA IMPROVEMENT DISTRICT, OR
COLUMBIA R.F.P.D., OR
COLUMBIA RIVER FIRE & RESCUE, OR
COLUMBIA RIVER PUD, OR
COLUMBIA S.W.C.D., OR
COLUMBIA S.W.C.D., OR
CONFEDERATED TRIBES OF THE UMATILLA INDIAN
RESERVATION
COOS COUNTY AIRPORT DISTRICT, OR
COOS COUNTY AIRPORT DISTRICT, OR
COOS COUNTY AREA TRANSIT SERVICE DISTRICT,
OR
COOS COUNTY AREA TRANSIT SERVICE DISTRICT,
OR
COOS FOREST PROTECTIVE ASSOCIATION
COOS S.W.C.D., OR
COQUILLE R.F.P.D., OR
COQUILLE VALLEY HOSPITAL DISTRICT, OR
CORBETT WATER DISTRICT, OR
CORNELIUS R.F.P.D., OR
CORP RANCH ROAD WATER IMPROVEMENT, OR
CORVALLIS R.F.P.D., OR
COUNTRY CLUB ESTATES SPECIAL WATER
DISTRICT, OR
COUNTRY CLUB WATER DISTRICT, OR
COUNTRY ESTATES ROAD DISTRICT, OR
COVE CEMETERY MAINTENANCE DISTRICT, OR
COVE ORCHARD SEWER SERVICE DISTRICT, OR
COVE R.F.P.D., OR
CRESCENT R.F.P.D., OR
CRESCENT SANITARY DISTRICT, OR
CRESCENT WATER SUPPLY AND IMPROVEMENT
DISTRICT, OR
CROOK COUNTY AGRICULTURE EXTENSION
SERVICE DISTRICT, OR
CROOK COUNTY CEMETERY DISTRICT, OR
CROOK COUNTY FIRE AND RESCUE, OR
CROOK COUNTY PARKS & RECREATION DISTRICT,
OR
CROOK COUNTY S.W.C.D., OR
CROOK COUNTY VECTOR CONTROL DISTRICT, OR
CROOKED RIVER RANCH R.F.P.D., OR
CROOKED RIVER RANCH SPECIAL ROAD DISTRICT,
OR
CRYSTAL SPRINGS WATER DISTRICT, OR
CURRY COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
CURRY COUNTY PUBLIC TRANSIT SERVICE
DISTRICT, OR
CURRY COUNTY S.W.C.D., OR
CURRY HEALTH DISTRICT, OR
CURRY PUBLIC LIBRARY DISTRICT, OR
DALLAS CEMETERY DISTRICT 94, OR
DARLEY DRIVE SPECIAL ROAD DISTRICT, OR
DAVID CROCKETT STEAM FIRE COMPANY #1, LA
DAYS CREEK R.F.P.D., OR
DAYTON FIRE DISTRICT, OR
DEAN MINARD WATER DISTRICT, OR
DEE IRRIGATION DISTRICT, OR
DEER ISLAND DRAINAGE IMPROVEMENT
COMPANY, OR
DELL BROGAN CEMETERY MAINTENANCE
DISTRICT, OR
DEPOE BAY R.F.P.D., OR
DESCHUTES COUNTY 911 SERVICE ➢ISTRICT, OR
DESCHUTES COUNTY R.F.P.D. #2, OR
DESCHUTES PUBLIC LIBRARY DISTRICT, OR
DESCHUTES S.W.C.D., OR
DESCHUTES VALLEY WATER DISTRICT, OR
DEVILS LAKE WATER IMPROVEMENT DISTRICT, OR
DEXTER R.F.P.D., OR
DEXTER SANITARY DISTRICT, OR
DORA-SITKUM R.F.P.D., OR
DOUGLAS COUNTY FIRE DISTRICT 92, OR
DOUGLAS S.W.C.D., OR
DRAKES CROSSING R.F.P.D., OR
DRRH SPECIAL ROAD DISTRICT #6, OR
DRY GULCH DITCH DISTRICT IMPROVEMENT
COMPANY, OR
DUFUR RECREATION DISTRICT, OR
DUMBECK LANE DOMESTIC WATER SUPPLY, OR
DUNDEE R.F.P.D., OR
DURKEE COMMUNITY BUILDING PRESERVATION
DISTRICT, OR
EAGLE POINT IRRIGATION DISTRICT, OR
EAGLE VALLEY CEMETERY MAINTENANCE
DISTRICT, OR
EAGLE VALLEY R.F.P.D., OR
EAGLE VALLEY S.W.C.D., OR
EAST FORK IRRIGATION DISTRICT, OR
EAST MULTNOMAH S.W.C.D., OR
EAST SALEM SERVICE DISTRICT, OR
EAST UMATILLA CHEMICAL CONTROL DISTRICT,
OR
EAST UMATILLA COUNTY AMBULANCE AREA
HEALTH DISTRICT, OR
EAST UMATILLA COUNTY R.F.P.D., OR
EAST VALLEY WATER DISTRICT, OR
ELGIN COMMUNITY PARKS & RECREATION
DISTRICT, OR
ELGIN HEALTH DISTRICT, OR
ELGIN R.F.P.D., OR
ELKTON ESTATES PHASE H SPECIAL ROAD
DISTRICT, OR
ELKTON R.F.P.D., OR
EMERALD P.U.D., OR
ENTERPRISE IRRIGATION DISTRICT, OR
ESTACADA CEMETERY MAINTENANCE DISTRICT,
OR
ESTACADA R.F.P.D. 469, OR
EUGENE R.F.P.D. # 1, OR
EUGENE WATER AND ELECTRIC BOARD
EVANS VALLEY FIRE DISTRICT #6, OR
Requirements for National Cooperative Contract
Page 58
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
FAIR OAKS R.F.P.D., OR
FAIRVIEW R.F.P.D., OR
FAIRVIEW WATER DISTRICT, OR
FALCON HEIGHTS WATER AND SEWER OR
FALCON -COVE BEACH WATER DISTRICT, OR
FALL RIVER ESTATES SPECIAL ROAD DISTRICT, OR
FARGO INTERCHANGE SERVICE DISTRICT, OR
FARMERS IRRIGATION DISTRICT, OR
FAT ELK DRAINAGE DISTRICT, OR
FERN RIDGE PUBLIC LIBRARY DISTRICT, OR
FERN VALLEY ESTATES IMPROVEMENT DISTRICT,
OR
FOR FAR ROAD DISTRICT, OR
FOREST GROVE R.F.P.D., OR
FOREST VIEW SPECIAL ROAD DISTRICT, OR
FORT ROCK -SILVER LAKE S.W.C.D., OR
FOUR RIVERS VECTOR CONTROL DISTRICT, OR
FOX CEMETERY MAINTENANCE DISTRICT, OR
GARDINER R.F.P.D., OR
GARDINER SANITARY DISTRICT, OR
GARIBALDI RX.P.D., OR
GASTON R.F.P.D., OR
GATES R.F.P.D., OR
GEARHART R.F.P.D., OR
GILLIAM S.W.C.D., OR
GLENDALE AMBULANCE DISTRICT, OR
GLENDALE R.F.P.D., OR
GLENEDEN BEACH SPECIAL ROAD DISTRICT, OR
GLENEDEN SANITARY DISTRICT, OR
GLENWOOD WATER DISTRICT, OR
GLIDE - IDLEYLD SANITARY DISTRICT, OR
GLIDE R.F.P.D., OR
GOLD BEACH - WEDDERBURN R.F.P.D., OR
GOLD HILL IRRIGATION DISTRICT, OR
GOLDFINCH ROAD DISTRICT, OR
GOSHEN R.F.P.D., OR
GOVERNMENT CAMP ROAD DISTRICT, OR
GOVERNMENT CAMP SANITARY DISTRICT, OR
GRAND PRAIRIE WATER CONTROL DISTRICT, OR
GRAND RONDE SANITARY DISTRICT, OR
GRANT COUNTY TRANSPORTATION DISTRICT, OR
GRANT S.W.C.D., OR
GRANTS PASS IRRIGATION DISTRICT, OR
GREATER BOWEN VALLEY R.F.P.D., OR
GREATER ST. HELENS PARK & RECREATION
DISTRICT, OR
GREATER TOLEDO POOL RECREATION DISTRICT,
OR
GREEN KNOLLS SPECIAL ROAD DISTRICT, OR
GREEN SANITARY DISTRICT, OR
GREENACRES R.F.P.D., OR
GREENBERRY IRRIGATION DISTRICT, OR
GREENSPRINGS RURAL FIRE DISTRICT, OR
HAHLEN ROAD SPECIAL DISTRICT, OR
HAINES CEMETERY MAINTENANCE DISTRICT, OR
14AINES FIRE PROTECTION DISTRICT, OR
HALSEY-SHEDD R.F.P.D., OR
HAMLET R.F.P.D., OR
HARBOR R.F.P.D., OR
HARBOR SANITARY DISTRICT, OR
HARBOR WATER P.U.D., OR
HARNEY COUNTY HEALTH DISTRICT, OR
HARNEY S.W.C.D., OR
HARPER SOUTH SIDE IRRIGATION DISTRICT, OR
HARRISBURG FIRE AND RESCUE, OR
HAUSER R.F.P.D., OR
HAZELDELL RURAL FIRE DISTRICT, OR
HEBO JOINT WATER -SANITARY AUTHORITY, OR
HECETA WATER P.U.D., OR
HELIX CEMETERY MAINTENANCE DISTRICT #4, OR
HELIX PARK & RECREATION DISTRICT, OR
HELIX R.F.P.D. 47-411, OR
HEPPNER CEMETERY MAINTENANCE DISTRICT, OR
HEPPNER R.F.P.D., OR
HEPPNER WATER CONTROL DISTRICT, OR
HEREFORD COMMUNITY HALL RECREATION
DISTRICT, OR
HERMISTON CEMETERY DISTRICT, OR
HERMISTON IRRIGATION DISTRICT, OR
HIDDEN VALLEY MOBILE ESTATES IMPROVEMENT
DISTRICT, OR
HIGH DESERT PARK & RECREATION DISTRICT, OR
HIGHLAND SUBDIVISION WATER DISTRICT, OR
HONOLULU INTERNATIONAL AIRPORT
HOOD RIVER COUNTY LIBRARY DISTRICT, OR
HOOD RIVER COUNTY TRANSPORTATION DISTRICT,
OR
HOOD RIVER S.W.C.D., OR
HOOD RIVER VALLEY PARKS & RECREATION
DISTRICT, OR
HOODLAND FIRE DISTRICT 474
HOODLAND FIRE DISTRICT #74, OR
HORSEFLY IRRIGATION DISTRICT, OR
HOSKINS-KINGS VALLEY R.F.P.D., OR
HOUSING AUTHORITY OF PORTLAND
HUBBARD R.F.P.D., OR
HUDSON BAY DISTRICT IMPROVEMENT COMPANY,
OR
I N (KAY) YOUNG DITCH DISTRICT IMPROVEMENT
COMPANY, OR
ICE FOUNTAIN WATER DISTRICT, OR
IDAHO POINT SPECIAL ROAD DISTRICT, OR
IDANHA-DETROIT RURAL FIRE PROTECTION
DISTRICT, OR
ILLINOIS VALLEY FIRE DISTRICT
ILLINOIS VALLEY R.F.P.D., OR
ILLINOIS VALLEY S.W.C.D., OR
IMBLER R.F.P.D., OR
INTERLACHEN WATER P.U.D., OR
IONE LIBRARY DISTRICT, OR
IONE R.F.P.D. #6-604, OR
IRONSTDE CEMETERY MAINTENANCE DISTRICT, OR
IRONSIDE RURAL ROAD DISTRICT #5, OR
IRRIGON PARK & RECREATION DISTRICT, OR
IRRIGON R.F.P.D., OR
ISLAND CITY AREA SANITATION DISTRICT, OR
ISLAND CITY CEMETERY MAINTENANCE DISTRICT,
OR
JACK PINE VILLAGE SPECIAL ROAD DISTRICT, OR
JACKSON COUNTY FIRE DISTRICT #3, OR
JACKSON COUNTY FIRE DISTRICT #4, OR
JACKSON COUNTY FIRE DISTRICT 45, OR
JACKSON COUNTY LIBRARY DISTRICT, OR
JACKSON COUNTY VECTOR CONTROL DISTRICT, OR
JACKSON S.W.C.D., OR
JASPER KNOLLS WATER DISTRICT, OR
JEFFERSON COUNTY EMERGENCY MEDICAL
SERVICE DISTRICT, OR
JEFFERSON COUNTY FIRE DISTRICT #1, OR
JEFFERSON COUNTY LIBRARY DISTRICT, OR
JEFFERSON COUNTY S.W.C.D., OR
JEFFERSON PARK & RECREATION DISTRICT, OR
Requirements for National Cooperative Contract
Page 59
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
JEFFERSON R.F.P.D., OR
JOB'S DRAINAGE DISTRICT, OR
JOHN DAY WATER DISTRICT, OR
JOHN DAY -CANYON CITY PARKS & RECREATION
DISTRICT, OR
JOHN DAY-FERNHILL R.F.P.D. #5-108, OR
JORDAN VALLEY CEMETERY DISTRICT, OR
JORDAN VALLEY IRRIGATION DISTRICT, OR
JOSEPHINE COMMUNITY LIBRARY DISTRICT, OR
JOSEPHINE COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
JOSEPHINE COUNTY 911 AGENCY, OR
JUNCTION CITY R.F.P.D., OR
JUNCTION CITY WATER CONTROL DISTRICT, OR
JUNIPER BUTTE ROAD DISTRICT, OR
JUNIPER CANYON WATER CONTROL DISTRICT, OR
JUNIPER FLAT DISTRICT IMPROVEMENT COMPANY,
OR
JUNIPER FLAT R.F.P.D., OR
JUNO NONPROFIT WATER IMPROVEMENT
DISTRICT, OR
KEATING R.F.P.D., OR
KEATING S.W.C.D., OR
KEIZER R.F.P.D., OR
KELLOGG RURAL FIRE DISTRICT, OR
KENO IRRIGATION DISTRICT, OR
KENO PINES ROAD DISTRICT, OR
KENO R.F.P.D., OR
KENT WATER DISTRICT, OR
KERBY WATER DISTRICT, OR
K-GB-LB WATER DISTRICT, OR
KILCHIS WATER DISTRICT, OR
KLAMATH 9-1-1 COMMUNICATIONS DISTRICT, OR
KLAMATH BASIN IMPROVEMENT DISTRICT, OR
KLAMATH COUNTY DRAINAGE SERVICE DISTRICT,
OR
KLAMATH COUNTY EXTENSION SERVICE DISTRICT,
OR
KLAMATH COUNTY FIRE DISTRICT 41, OR
KLAMATH COUNTY FIRE DISTRICT 43, OR
KLAMATH COUNTY FIRE DISTRICT 44, OR
KLAMATH COUNTY FIRE DISTRICT 45, OR
KLAMATH COUNTY LIBRARY SERVICE DISTRICT,
OR
KLAMATH COUNTY PREDATORY ANIMAL
CONTROL DISTRICT, OR
KLAMATH DRAINAGE DISTRICT, OR
KLAMATH FALLS FOREST ESTATES SPECIAL ROAD
DISTRICT UNIT #2, OR
KLAMATH INTEROPERABILITY RADIO GROUP, OR
KLAMATH IRRIGATION DISTRICT, OR
KLAMATH RIVER ACRES SPECIAL ROAD DISTRICT,
OR
KLAMATH S.W.C.D., OR
KLAMATH VECTOR CONTROL DISTRICT, OR
KNAPPA-SVENSEN-BURNSIDE R.F.P.D., OR
LA GRANDE CEMETERY MAINTENANCE DISTRICT,
OR
LA GRANDE R.F.P.D., OR
LA PINE PARK & RECREATION DISTRICT, OR
LA PINE R.F.P.D., OR
LABISH VILLAGE SEWAGE & DRAINAGE, OR
LACOMB IRRIGATION DISTRICT, OR
LAFAYETTE AIRPORT COMMISSION, LA
LAFOURCHE PARISH HEALTH UNIT — DHH-OPH
REGION 3
LAIDLAW WATER DISTRICT, OR
LAKE CHINOOK FIRE & RESCUE, OR
LAKE COUNTY 4-H & EXTENSION SERVICE
DISTRICT, OR
LAKE COUNTY LIBRARY DISTRICT, OR
LAKE CREEK R.F.P.D. - JACKSON, OR
LAKE CREEK R.F.P.D. - LANE COUNTY, OR
LAKE DISTRICT HOSPITAL, OR
LAKE GROVE R.F.P.D. NO. 57, OR
LAKE GROVE WATER DISTRICT, OR
LAKE LABISH WATER CONTROL DISTRICT, OR
LAKE POINT SPECIAL ROAD DISTRICT, OR
LAKESIDE R.F.P.D. #4, OR
LAKESIDE WATER DISTRICT, OR
LAKEVIEW R.F.P.D., OR
LAKEVIEW S.W.C.D., OR
LAMONTAI IMPROVEMENT DISTRICT, OR
LANE FIRE AUTHORITY, OR
LANE LIBRARY DISTRICT, OR
LANE TRANSIT DISTRICT, OR
LANGELL VALLEY IRRIGATION DISTRICT, OR
LANGLOIS PUBLIC LIBRARY, OR
LANGLOIS R.F.P.D., OR
LANGLOIS WATER DISTRICT, OR
LAZY RIVER SPECIAL ROAD DISTRICT, OR
LEBANON AQUATIC DISTRICT, OR
LEBANON R.F.P.D., OR
LEWIS & CLARK R.F.P.D., OR
LINCOLN COUNTY LIBRARY DISTRICT, OR
LINCOLN S.W.C.D., OR
LINN COUNTY EMERGENCY TELEPHONE AGENCY,
OR
LINN S.W.C.D., OR
LITTLE MUDDY CREEK WATER CONTROL, OR
LITTLE NESTUCCA DRAINAGE DISTRICT, OR
LITTLE SWITZERLAND SPECIAL ROAD DISTRICT, OR
LONE PINE IRRIGATION DISTRICT, OR
LONG PRAIRIE WATER DISTRICT, OR
LOOKINGGLASS OLALLA WATER CONTROL
DISTRICT, OR
LOOKINGGLASS RURAL FIRE DISTRICT, OR
LORANE R.F.P.D., OR
LOST & BOULDER DITCH IMPROVEMENT DISTRICT,
OR
LOST CREEK PARK SPECIAL ROAD DISTRICT, OR
LOUISIANA PUBLIC SERVICE COMMISSION, LA
LOUISIANA WATER WORKS
LOWELL R.F.P.D., OR
LOWER MCKAY CREEK R.F.P.D., OR
LOWER MCKAY CREEK WATER CONTROL
DISTRICT, OR
LOWER POWDER RIVER IRRIGATION DISTRICT, OR
LOWER SILETZ WATER DISTRICT, OR
LOWER UMPQUA HOSPITAL DISTRICT, OR
LOWER UMPQUA PARK & RECREATION DISTRICT,
OR
LOWER VALLEY WATER IMPROVEMENT DISTRICT,
OR
LUCE LONG DITCH DISTRICT IMPROVEMENT CO.,
OR
LUSTED WATER DISTRICT, OR
LYONS R.F.P.D., OR
LYONS-MEHAMA WATER DISTRICT, OR
MADRAS AQUATIC CENTER DISTRICT, OR
MAKAI SPECIAL ROAD DISTRICT, OR
MALHEUR COUNTY S.W.C.D., OR
Requirements for National Cooperative Contract
Page 60
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
MALHEUR COUNTY VECTOR CONTROL DISTRICT,
OR
MALHEUR DISTRICT IMPROVEMENT COMPANY, OR
MALHEUR DRAINAGE DISTRICT, OR
MALHEUR MEMORIAL HEALTH DISTRICT, OR
MALIN COMMUNITY CEMETERY MAINTENANCE
DISTRICT, OR
MALIN COMMUNITY PARK & RECREATION
DISTRICT, OR
MALIN IRRIGATION DISTRICT, OR
MALIN R.F.P.D., OR
MAPLETON FIRE DEPARTMENT, OR
MAPLETON WATER DISTRICT, OR
MARCOLA WATER DISTRICT, OR
MARION COUNTY EXTENSION & 4H SERVICE
DISTRICT, OR
MARION COUNTY FIRE DISTRICT 41, OR
MARION JACK IMPROVEMENT DISTRICT, OR
MARION S.W.C.D., OR
MARY'S RIVER ESTATES ROAD DISTRICT, OR
MCDONALD FOREST ESTATES SPECIAL ROAD
DISTRICT, OR
MCKAY ACRES IMPROVEMENT DISTRICT, OR
MCKAY DAM R.F.P.D. # 7-410, OR
MCKENZIE FIRE & RESCUE, OR
MCKENZIE PALISADES WATER SUPPLY
CORPORATION, OR
MCMINNVILLE R.F.P.D., OR
MCNULTY WATER P.U.D., OR
MEADOWS DRAINAGE DISTRICT, OR
MEDFORD IRRIGATION DISTRICT, OR
MEDFORD R.F.P.D. 42, OR
MEDFORD WATER COMMISSION
MEDICAL SPRINGS R.F.P.D., OR
MELHEUR COUNTY JAIL, OR
MERLIN COMMUNITY PARK DISTRICT, OR
MERRILL CEMETERY MAINTENANCE DISTRICT, OR
MERRILL PARK DISTRICT, OR
MERRILL R.F.P.D., OR
METRO REGIONAL GOVERNMENT
METRO REGIONAL PARKS
METROPOLITAN EXPOSITION RECREATION
COMMISSION
METROPOLITAN SERVICE DISTRICT (METRO)
MID COUNTY CEMETERY MAINTENANCE DISTRICT,
OR
MID-COLUMBIA FIRE AND RESCUE, OR
MIDDLE FORK IRRIGATION DISTRICT, OR
MIDLAND COMMUNITY PARK, OR
MIDLAND DRAINAGE IMPROVEMENT DISTRICT, OR
MILES CROSSING SANITARY SEWER DISTRICT, OR
MILL CITY R.F.P.D. #2-303, OR
MILL FOUR DRAINAGE DISTRICT, OR
MILLICOMA RIVER PARK & RECREATION DISTRICT,
OR
MILLINGTON R.F.P.D. #5, OR
MILO VOLUNTEER FIRE DEPARTMENT, OR
MILTON-FREEWATER AMBULANCE SERVICE AREA
HEALTH DISTRICT, OR
MILTON-FREEWATER WATER CONTROL DISTRICT,
OR
MIROCO SPECIAL ROAD DISTRICT, OR
MIST-BIRKENFELD RF.P.D., OR
MODOC POINT IRRIGATION DISTRICT, OR
MODOC POINT SANITARY DISTRICT, OR
MOHAWK VALLEY R.F.P.D., OR
MOLALLA AQUATIC DISTRICT, OR
MOLALLA R.F.P.D. #73, OR
MONITOR R.F.P.D., OR
MONROE R.F.P.D., OR
MONUMENT CEMETERY MAINTENANCE DISTRICT,
OR
MONUMENT S.W.C.D., OR
MOOREA DRIVE SPECIAL ROAD DISTRICT, OR
MORO R.F.P.D., OR
MORROW COUNTY HEALTH DISTRICT, OR
MORROW COUNTY UNIFIED RECREATION
DISTRICT, OR
MORROW S.W.C.D., OR
MOSIER FIRE DISTRICT, OR
MOUNTAIN DRIVE SPECIAL ROAD DISTRICT, OR
MT. ANGEL R.F.P.D., OR
MT. HOOD IRRIGATION DISTRICT, OR
MT. LAKI CEMETERY DISTRICT, OR
MT. VERNON R.F.P.D., OR
MULINO WATER DISTRICT #1, OR
MULTNOMAH COUNTY DRAINAGE DISTRICT 41, OR
MULTNOMAH COUNTY R.F.P.D. #10, OR
MULTNOMAH COUNTY R.F.P.D. #14, OR
MULTNOMAH EDUCATION SERVICE DISTRICT
MYRTLE CREEK RF.P.D., OR
NEAH-KAH-NIE WATER DISTRICT, OR
NEDONNA R.F.P.D., OR
NEHALEM BAY FIRE AND RESCUE, OR
NEHALEM BAY HEALTH DISTRICT, OR
NEHALEM BAY WASTEWATER AGENCY, OR
NESIKA BEACH-OPHIR WATER DISTRICT, OR
NESKOWIN REGIONAL SANITARY AUTHORITY, OR
NESKOWIN REGIONAL WATER DISTRICT, OR
NESTUCCA R.F.P.D., OR
NETARTS WATER DISTRICT, OR
NETARTS-OCEANSIDE R.F.P.D., OR
NETARTS-OCEANSIDE SANITARY DISTRICT, OR
NEW BRIDGE WATER SUPPLY DISTRICT, OR
NEW CARLTON FIRE DISTRICT, OR
NEW ORLEANS REDEVELOPMENT AUTHORITY, LA
NEW PINE CREEK R.F.P.D., OR
NEWBERG R.F.P.D., OR
NEWBERRY ESTATES SPECIAL ROAD DISTRICT, OR
NEWPORT R.F.P.D., OR
NEWT YOUNG DITCH DISTRICT IMPROVEMENT
COMPANY, OR
NORTH ALBANY R.F.P.D., OR
NORTH BAY R.F.P.D. #9, OR
NORTH CLACKAMAS PARKS & RECREATION
DISTRICT, OR
NORTH COUNTY RECREATION DISTRICT, OR
NORTH DOUGLAS COUNTY FIRE & EMS, OR
NORTH DOUGLAS PARK & RECREATION DISTRICT,
OR
NORTH GILLIAM COUNTY HEALTH DISTRICT, OR
NORTH GILLIAM COUNTY R.F.P.D., OR
NORTH LAKE HEALTH DISTRICT, OR
NORTH LEBANON WATER CONTROL DISTRICT, OR
NORTH LINCOLN FIRE & RESCUE DISTRICT 41, OR
NORTH LINCOLN HEALTH DISTRICT, OR
NORTH MORROW VECTOR CONTROL DISTRICT, OR
NORTH SHERMAN COUNTY R.F.P.D, OR
NORTH UNIT IRRIGATION DISTRICT, OR
NORTHEAST OREGON HOUSING AUTHORITY, OR
NORTHEAST WHEELER COUNTY HEALTH DISTRICT,
OR
Requirements for National Cooperative Contract
Page 61
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
NORTHERN WASCO COUNTY P.U.D., OR
NORTHERN WASCO COUNTY PARK & RECREATION
DISTRICT, OR
NYE DITCH USERS DISTRICT IMPROVEMENT, OR
NYSSA ROAD ASSESSMENT DISTRICT 42, OR
NYSSA RURAL FIRE DISTRICT, OR
NYSSA-ARCADIA DRAINAGE DISTRICT, OR
OAK LODGE WATER SERVICES, OR
OAKLAND R.F.P.D., OR
OAKVILLE COMMUNITY CENTER, OR
OCEANSIDE WATER DISTRICT, OR
OCHOCO IRRIGATION DISTRICT, OR
OCHOCO WEST WATER AND SANITARY
AUTHORITY, OR
ODELL SANITARY DISTRICT, OR
OLD OWYHEE DITCH IMPROVEMENT DISTRICT, OR
OLNEY-WALLUSKI FIRE & RESCUE DISTRICT, OR
ONTARIO LIBRARY DISTRICT, OR
ONTARIO R.F.P.D., OR
OPHIR R.F.P.D., OR
OREGON COAST COMMUNITY ACTION
OREGON HOUSING AND COMMUNITY SERVICES
OREGON INTERNATIONAL PORT OF COOS BAY, OR
OREGON LEGISLATIVE ADMINISTRATION
OREGON OUTBACK R.F.P.D., OR
OREGON POINT, OR
OREGON TRAIL LIBRARY DISTRICT, OR
OTTER ROCK WATER DISTRICT, OR
OWW UNIT #2 SANITARY DISTRICT, OR
OWYHEE CEMETERY MAINTENANCE DISTRICT, OR
OWYHEE IRRIGATION DISTRICT, OR
PACIFIC CITY JOINT WATER -SANITARY
AUTHORITY, OR
PACIFIC COMMUNITIES HEALTH DISTRICT, OR
PACIFIC RIVIERA 93 SPECIAL ROAD DISTRICT, OR
PALATINE HILL WATER DISTRICT, OR
PALMER CREEK WATER DISTRICT IMPROVEMENT
COMPANY, OR
PANORAMIC ACCESS SPECIAL ROAD DISTRICT, OR
PANTHER CREEK ROAD DISTRICT, OR
PANTHER CREEK WATER DISTRICT, OR
PARKDALE R.F.P.D., OR
PARKDALE SANITARY DISTRICT, OR
PENINSULA DRAINAGE DISTRICT #1, OR
PENINSULA DRAINAGE DISTRICT #2, OR
PHILOMATH FIRE AND RESCUE, OR
PILOT ROCK CEMETERY MAINTENANCE DISTRICT
#5, OR
PILOT ROCK PARK & RECREATION DISTRICT, OR
PILOT ROCK R.F.P.D., OR
PINE EAGLE HEALTH DISTRICT, OR
PINE FLAT DISTRICT IMPROVEMENT COMPANY, OR
PINE GROVE IRRIGATION DISTRICT, OR
PINE GROVE WATER DISTRICT-KLAMATH FALLS,
OR
PINE GROVE WATER DISTRICT-MAUPIN, OR
PINE VALLEY CEMETERY DISTRICT, OR
PINE VALLEY R.F.P.D., OR
PINEWOOD COUNTRY ESTATES SPECIAL ROAD
DISTRICT, OR
PIONEER DISTRICT IMPROVEMENT COMPANY, OR
PISTOL RIVER CEMETERY MAINTENANCE
DISTRICT, OR
PISTOL RIVER FIRE DISTRICT, OR
PLEASANT HILL R.F.P.D., OR
PLEASANT HOME WATER DISTRICT, OR
POCAHONTAS MINING AND IRRIGATION DISTRICT,
OR
POE VALLEY IMPROVEMENT DISTRICT, OR
POE VALLEY PARK & RECREATION DISTRICT, OR
POE VALLEY VECTOR CONTROL DISTRICT, OR
POLK COUNTY FIRE DISTRICT #1, OR
POLK S.W.C.D., OR
POMPADOUR WATER IMPROVEMENT DISTRICT, OR
PONDEROSA PINES EAST SPECIAL ROAD DISTRICT,
OR
PORT OF ALSEA, OR
PORT OF ARLINGTON, OR
PORT OF ASTORIA, OR
PORT OF BANDON, OR
PORT OF BRANDON, OR
PORT OF BROOKINGS HARBOR, OR
PORT OF CASCADE LOCKS, OR
PORT OF COQUILLE RIVER, OR
PORT OF GARIBALDI, OR
PORT OF GOLD BEACH, OR
PORT OF HOOD RIVER, OR
PORT OF MORGAN CITY, LA
PORT OF MORROW, OR
PORT OF NEHALEM, OR
PORT OF NEWPORT, OR
PORT OF PORT ORFORD, OR
PORT OF PORTLAND, OR
PORT OF SIUSLAW, OR
PORT OF ST. HELENS, OR
PORT OF THE DALLES, OR
PORT OF TILLAMOOK BAY, OR
PORT OF TOLEDO, OR
PORT OF UMATILLA, OR
PORT OF UMPQUA, OR
PORT ORFORD CEMETERY MAINTENANCE
DISTRICT, OR
PORT ORFORD PUBLIC LIBRARY DISTRICT, OR
PORT ORFORD RY.P.D., OR
PORTLAND DEVELOPMENT COMMISSION, OR
PORTLAND FIRE AND RESCUE
PORTLAND HOUSING CENTER, OR
POWDER R.F.P.D., OR
POWDER RIVER R.F.P.D., OR
POWDER VALLEY WATER CONTROL DISTRICT, OR
POWERS HEALTH DISTRICT, OR
PRAIRIE CEMETERY MAINTENANCE DISTRICT, OR
PRINEVILLE LAKE ACRES SPECIAL ROAD DISTRICT
#1, OR
PROSPECT R.F.P.D., OR
QUAIL VALLEY PARK IMPROVEMENT DISTRICT, OR
QUEENER IRRIGATION IMPROVEMENT DISTRICT,
OR
RAINBOW WATER DISTRICT, OR
RAINIER CEMETERY DISTRICT, OR
RAINIER DRAINAGE IMPROVEMENT COMPANY, OR
RALEIGH WATER DISTRICT, OR
REDMOND AREA PARK & RECREATION DISTRICT,
OR
REDMOND FIRE AND RESCUE, OR
RIDDLE FIRE PROTECTION DISTRICT, OR
RIDGEWOOD DISTRICT IMPROVEMENT COMPANY,
OR
RIDGEWOOD ROAD DISTRICT, OR
RIETH SANITARY DISTRICT, OR
RIETH WATER DISTRICT, OR
RIMROCK WEST IMPROVEMENT DISTRICT, OR
Requirements for National Cooperative Contract
Page 62
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
RINK CREEK WATER DISTRICT, OR
RIVER BEND ESTATES SPECIAL ROAD DISTRICT, OR
RIVER FOREST ACRES SPECIAL ROAD DISTRICT, OR
RIVER MEADOWS IMPROVEMENT DISTRICT, OR
RIVER PINES ESTATES SPECIAL ROAD DISTRICT, OR
RIVER ROAD PARK & RECREATION DISTRICT, OR
RIVER ROAD WATER DISTRICT, OR
RIVERBEND RIVERBANK WATER IMPROVEMENT
DISTRICT, OR
RIVERDALE R.F.P.D. I I-7T, OR
RIVERGROVE WATER DISTRICT, OR
RIVERSIDE MISSION WATER CONTROL DISTRICT,
OR
RIVERSIDE R.F.P.D. #7406, OR
RIVERSIDE WATER DISTRICT, OR
ROBERTS CREEK WATER DISTRICT, OR
ROCK CREEK DISTRICT IMPROVEMENT, OR
ROCK CREEK WATER DISTRICT, OR
ROCKWOOD WATER P.U.D., OR
ROCKY POINT FIRE & EMS, OR
ROGUE RIVER R.F.P.D., OR
ROGUE RIVER VALLEY IRRIGATION DISTRICT, OR
ROGUE VALLEY SEWER SERVICES, OR
ROGUE VALLEY SEWER, OR
ROGUE VALLEY TRANSPORTATION DISTRICT, OR
ROSEBURG URBAN SANITARY AUTHORITY, OR
ROSEWOOD ESTATES ROAD DISTRICT, OR
ROW RIVER VALLEY WATER DISTRICT, OR
RURAL ROAD ASSESSMENT DISTRICT 43, OR
RURAL ROAD ASSESSMENT DISTRICT #4, OR
SAINT LANDRY PARISH TOURIST COMMISSION
SAINT MARY PARISH REC DISTRICT 2
SAINT MARY PARISH REC DISTRICT 3
SAINT TAMMANY FIRE DISTRICT 4, LA
SALEM AREA MASS TRANSIT DISTRICT, OR
SALEM MASS TRANSIT DISTRICT
SALEM SUBURBAN R.F.P.D., OR
SALISHAN SANITARY DISTRICT, OR
SALMON RIVER PARK SPECIAL ROAD DISTRICT, OR
SALMON RIVER PARK WATER IMPROVEMENT
DISTRICT, OR
SALMONBERRY TRAIL INTERGOVERNMENTAL
AGENCY,OR
SANDPIPER VILLAGE SPECIAL ROAD DISTRICT, OR
SANDY DRAINAGE IMPROVEMENT COMPANY, OR
SANDY R.F.P.D. 472, OR
SANTA CLARA R.F.P.D., OR
SANTA CLARA WATER DISTRICT, OR
SANTIAM WATER CONTROL DISTRICT, OR
SAUVIE ISLAND DRAINAGE IMPROVEMENT
COMPANY, OR
SAUVIE ISLAND VOLUNTEER FIRE DISTRICT 430.I,
OR
SCAPPOOSE DRAINAGE IMPROVEMENT COMPANY,
OR
SCAPPOOSE PUBLIC LIBRARY DISTRICT, OR
SCAPPOOSE R.F.P.D., OR
SCIO R.F.P.D., OR
SCOTTSBURG R.F.P.D., OR
SEAL ROCK R.F.P.D., OR
SEAL ROCK WATER DISTRICT, OR
SEWERAGE AND WATER BOARD OF NEW ORLEANS,
LA
SHANGRI-LA WATER DISTRICT, OR
SHASTA VIEW IRRIGATION DISTRICT, OR
SHELLEY ROAD CREST ACRES WATER DISTRICT,
OR
SHERIDAN FIRE DISTRICT, OR
SHERMAN COUNTY HEALTH DISTRICT, OR
SHERMAN COUNTY S.W.C.D., OR
SHORELINE SANITARY DISTRICT, OR
SILETZ KEYS SANITARY DISTRICT, OR
SILETZ R.F.P.D., OR
SILVER FALLS LIBRARY DISTRICT, OR
SILVER LAKE IRRIGATION DISTRICT, OR
SILVER LAKE R.F.P.D., OR
SILVER SANDS SPECIAL ROAD DISTRICT, OR
SILVERTON R.F.P.D. NO.2, OR
SISTERS PARKS & RECREATION DISTRICT, OR
SISTERS -CAMP SHERMAN R.F.P.D., OR
SIUSLAW PUBLIC LIBRARY DISTRICT, OR
SIUSLAW S.W.C.D., OR
SIUSLAW VALLEY FIRE AND RESCUE, OR
SIXES R.F.P.D., OR
SKIPANON WATER CONTROL DISTRICT, OR
SKYLINE VIEW DISTRICT IMPROVEMENT
COMPANY, OR
SLEEPY HOLLOW WATER DISTRICT, OR
SMITH DITCH DISTRICT IMPROVEMENT COMPANY,
OR
SOUTH CLACKAMAS TRANSPORTATION DISTRICT,
OR
SOUTH COUNTY HEALTH DISTRICT, OR
SOUTH FORK WATER BOARD, OR
SOUTH GILLIAM COUNTY CEMETERY DISTRICT, OR
SOUTH GILLIAM COUNTY HEALTH DISTRICT, OR
SOUTH GILLIAM COUNTY R.F.P.D. VI-30I, OR
SOUTH LAFOURCHE LEVEE DISTRICT, LA
SOUTH LANE COUNTY FIRE & RESCUE, OR
SOUTH SANTIAM RIVER WATER CONTROL
DISTRICT, OR
SOUTH SHERMAN FIRE DISTRICT, OR
SOUTH SUBURBAN SANITARY DISTRICT, OR
SOUTH WASCO PARK & RECREATION DISTRICT, OR
SOUTHERN COOS HEALTH DISTRICT, OR
SOUTHERN CURRY CEMETERY MAINTENANCE
DISTRICT, OR
SOUTHVIEW IMPROVEMENT DISTRICT, OR
SOUTHWEST LINCOLN COUNTY WATER DISTRICT,
OR
SOUTHWESTERN POLK COUNTY R.F.P.D., OR
SOUTHWOOD PARK WATER DISTRICT, OR
SPECIAL ROAD DISTRICT #1, OR
SPECIAL ROAD DISTRICT #8, OR
SPRING RIVER SPECIAL ROAD DISTRICT, OR
SPRINGFIELD UTILITY BOARD, OR
ST. PAUL R.F.P.D., OR
STANFIELD CEMETERY DISTRICT 46, OR
STANFIELD IRRIGATION DISTRICT, OR
STARR CREEK ROAD DISTRICT, OR
STARWOOD SANITARY DISTRICT, OR
STAYTON FIRE DISTRICT, OR
SUBLIMITY FIRE DISTRICT, OR
SUBURBAN EAST SALEM WATER DISTRICT, OR
SUBURBAN LIGHTING DISTRICT, OR
SUCCOR CREEK DISTRICT IMPROVEMENT
COMPANY, OR
SUMMER LAKE IRRIGATION DISTRICT, OR
SUMMERVILLE CEMETERY MAINTENANCE
DISTRICT, OR
SUMNER R.F.P.D., OR
Requirements for National Cooperative Contract
Page 63
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUN MOUNTAIN SPECIAL ROAD DISTRICT, OR
SUNDOWN SANITATION DISTRICT, OR
SUNFOREST ESTATES SPECIAL ROAD DISTRICT, OR
SUNNYSIDE IRRIGATION DISTRICT, OR
SUNRISE WATER AUTHORITY, OR
SUNRIVER SERVICE DISTRICT, OR
SUNSET EMPIRE PARK & RECREATION DISTRICT,
OR
SUNSET EMPIRE TRANSPORTATION DISTRICT, OR
SURFLAND ROAD DISTRICT, OR
SUTHERLIN VALLEY RECREATION DISTRICT, OR
SUTHERLIN WATER CONTROL DISTRICT, OR
SWALLEY IRRIGATION DISTRICT, OR
SWEET HOME CEMETERY MAINTENANCE DISTRICT,
OR
SWEET HOME FIRE & AMBULANCE DISTRICT, OR
SWISSHOME-DEADWOOD R.F.P.D., OR
TABLE ROCK DISTRICT IMPROVEMENT COMPANY,
OR
TALENT IRRIGATION DISTRICT, OR
TANGENT R.F.P.D., OR
TENMILE R.F.P.D., OR
TERREBONNE DOMESTIC WATER DISTRICT, OR
THE DALLES IRRIGATION DISTRICT, OR
THOMAS CREEK-WESTSIDE R.F.P.D., OR
THREE RIVERS RANCH ROAD DISTRICT, OR
THREE SISTERS IRRIGATION DISTRICT, OR
TIGARD TUALATIN AQUATIC DISTRICT, OR
TIGARD WATER DISTRICT, OR
TILLAMOOK BAY FLOOD IMPROVEMENT DISTRICT,
OR
TILLAMOOK COUNTY EMERGENCY
COMMUNICATIONS DISTRICT, OR
TILLAMOOK COUNTY S.W.C.D., OR
TILLAMOOK COUNTY TRANSPORTATION DISTRICT,
OR
TILLAMOOK FIRE DISTRICT, OR
TILLAMOOK P.U.D., OR
TILLER R.F.P.D., OR
TOBIN DITCH DISTRICT IMPROVEMENT COMPANY,
OR
TOLEDO R.F.P.D., OR
TONE WATER DISTRICT, OR
TOOLEY WATER DISTRICT, OR
TRASK DRAINAGE DISTRICT, OR
TRI CITY R.F.P.D. #4, OR
TRI-CITY WATER & SANITARY AUTHORITY, OR
TRI-COUNTY METROPOLITAN TRANSPORTATION
DISTRICT OF OREGON
TRIMET, OR
TUALATIN HILLS PARK & RECREATION DISTRICT
TUALATIN HILLS PARK & RECREATION DISTRICT,
OR
TUALATIN S.W.C.D., OR
TUALATIN VALLEY FIRE & RESCUE
TUALATIN VALLEY FIRE & RESCUE, OR
TUALATIN VALLEY IRRIGATION DISTRICT, OR
TUALATIN VALLEY WATER DISTRICT
TUALATIN VALLEY WATER DISTRICT, OR
TUMALO IRRIGATION DISTRICT, OR
TURNER FIRE DISTRICT, OR
TWIN ROCKS SANITARY DISTRICT, OR
TWO RIVERS NORTH SPECIAL ROAD DISTRICT, OR
TWO RIVERS S.W.C.D., OR
TWO RIVERS SPECIAL ROAD DISTRICT, OR
TYGH VALLEY R.F.P.D., OR
TYGH VALLEY WATER DISTRICT, OR
UMATILLA COUNTY FIRE DISTRICT #I, OR
UMATILLA COUNTY S.W.C.D., OR
UMATILLA COUNTY SPECIAL LIBRARY DISTRICT,
OR
UMATILLA HOSPITAL DISTRICT, OR
UMATILLA R.F.P.D. 97-405, OR
UMATILLA-MORROW RADIO AND DATA DISTRICT,
OR
UMPQUA S.W.C.D., OR
UNION CEMETERY MAINTENANCE DISTRICT, OR
UNION COUNTY SOLID WASTE DISPOSAL DISTRICT,
OR
UNION COUNTY VECTOR CONTROL DISTRICT, OR
UNION GAP SANITARY DISTRICT, OR
UNION GAP WATER DISTRICT, OR
UNION HEALTH DISTRICT, OR
UNION R.F.P.D., OR
UNION S.W.C.D., OR
UNITY COMMUNITY PARK & RECREATION
DISTRICT, OR
UPPER CLEVELAND RAPIDS ROAD DISTRICT, OR
UPPER MCKENZIE R.F.P.D., OR
UPPER WILLAMETTE S.W.C.D., OR
VALE OREGON IRRIGATION DISTRICT, OR
VALE RURAL FIRE PROTECTION DISTRICT, OR
VALLEY ACRES SPECIAL ROAD DISTRICT, OR
VALLEY VIEW CEMETERY MAINTENANCE
DISTRICT, OR
VALLEY VIEW WATER DISTRICT, OR
VANDEVERT ACRES SPECIAL ROAD DISTRICT, OR
VERNONIA R.F.P.D., OR
VINEYARD MOUNTAIN PARK & RECREATION
DISTRICT, OR
VINEYARD MOUNTAIN SPECIAL ROAD DISTRICT,
OR
WALLA WALLA RIVER IRRIGATION DISTRICT, OR
WALLOWA COUNTY HEALTH CARE DISTRICT, OR
WALLOWA LAKE COUNTY SERVICE DISTRICT, OR
WALLOWA LAKE IRRIGATION DISTRICT, OR
WALLOWA LAKE R.F.P.D., OR
WALLOWA S.W.C.D., OR
WALLOWA VALLEY IMPROVEMENT DISTRICT #1,
OR
WAMIC R.F.P.D., OR
WAMIC WATER & SANITARY AUTHORITY, OR
WARMSPRINGS IRRIGATION DISTRICT, OR
WASCO COUNTY S.W.C.D., OR
WATER ENVIRONMENT SERVICES, OR
WATER WONDERLAND IMPROVEMENT DISTRICT,
OR
WATERBURY & ALLEN DITCH IMPROVEMENT
DISTRICT, OR
WATSECO-BARVIEW WATER DISTRICT, OR
WAUNA WATER DISTRICT, OR
WEDDERBURN SANITARY DISTRICT, OR
WEST EAGLE VALLEY WATER CONTROL DISTRICT,
OR
WEST EXTENSION IRRIGATION DISTRICT, OR
WEST LABISH DRAINAGE & WATER CONTROL
IMPROVEMENT DISTRICT, OR
WEST MULTNOMAH S.W.C.D., OR
WEST SIDE R.F.P.D., OR
WEST SLOPE WATER DISTRICT, OR
WEST UMATILLA MOSQUITO CONTROL DISTRICT,
OR
Requirements for National Cooperative Contract
Page 64
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
WEST VALLEY FIRE DISTRICT, OR
WESTERN HEIGHTS SPECIAL ROAD DISTRICT, OR
WESTERN LANE AMBULANCE DISTRICT, OR
WESTLAND IRRIGATION DISTRICT, OR
WESTON ATHENA MEMORIAL HALL PARK &
RECREATION DISTRICT, OR
WESTON CEMETERY DISTRICT #2, OR
WESTPORT FIRE AND RESCUE, OR
WESTRIDGE WATER SUPPLY CORPORATION, OR
WESTWOOD HILLS ROAD DISTRICT, OR
WESTWOOD VILLAGE ROAD DISTRICT, OR
WHEELER S.W.C.D., OR
WHITE RIVER HEALTH DISTRICT, OR
WIARD MEMORIAL PARK DISTRICT, OR
WICKIUP WATER DISTRICT, OR
WILLAKENZIE R.F.P.D., OR
WILLAMALANE PARK & RECREATION DISTRICT, OR
WILLAMALANE PARK AND RECREATION DISTRICT
WILLAMETTE HUMANE SOCIETY
WILLAMETTE RIVER WATER COALITION, OR
WILLIAMS R.F.P.D., OR
WILLOW CREEK PARK DISTRICT, OR
WILLOW DALE WATER DISTRICT, OR
WILSON RIVER WATER DISTRICT, OR
WINCHESTER BAY R.F.P.D., OR
WINCHESTER BAY SANITARY DISTRICT, OR
WINCHUCK R.F.P.D., OR
WINSTON-DILLARD R.F.P.D., OR
WINSTON-DILLARD WATER DISTRICT, OR
WOLF CREEK R.F.P.D., OR
WOOD RIVER DISTRICT IMPROVEMENT COMPANY,
OR
WOODBURN R.F.P.D. NO.6, OR
WOODLAND PARK SPECIAL ROAD DISTRICT, OR
WOODS ROAD DISTRICT, OR
WRIGHT CREEK ROAD WATER IMPROVEMENT
DISTRICT, OR
WYEAST FIRE DISTRICT, OR
YACHATS R.F.P.D., OR
YAMHILL COUNTY TRANSIT AREA, OR
YAMHILL FIRE PROTECTION DISTRICT, OR
YAMHILL SWCD, OR
YONCALLA PARK & RECREATION DISTRICT, OR
YOUNGS RIVER-LEWIS & CLARK WATER DISTRICT,
OR
ZUMWALT R.F.P.D., OR
K-12 INCLUDING BUT NOT LIMITED TO:
ACADIA PARISH SCHOOL BOARD
BEAVERTON SCHOOL DISTRICT
BEND -LA PINE SCHOOL DISTRICT
BOGALUSA HIGH SCHOOL, LA
BOSSIER PARISH SCHOOL BOARD
BROOKING HARBOR SCHOOL DISTRICT
CADDO PARISH SCHOOL DISTRICT
CALCASIEU PARISH SCHOOL DISTRICT
CANBY SCHOOL DISTRICT
CANYONVILLE CHRISTIAN ACADEMY
CASCADE SCHOOL DISTRICT
CASCADES ACADEMY OF CENTRAL OREGON
CENTENNIAL SCHOOL DISTRICT
CENTRAL CATHOLIC HIGH SCHOOL
CENTRAL POINT SCHOOL DISTRICT NO.6
CENTRAL SCHOOL DISTRICT 13J
COOS BAY SCHOOL DISTRICT NO.9
CORVALLIS SCHOOL DISTRICT 509J
COUNTY OF YAMHILL SCHOOL DISTRICT 29
CULVER SCHOOL DISTRICT
DALLAS SCHOOL DISTRICT NO.2
DAVID DOUGLAS SCHOOL DISTRICT
DAYTON SCHOOL DISTRICT NO.8
DE LA SALLE N CATHOLIC HS
DESCHUTES COUNTY SCHOOL DISTRICT NO.6
DOUGLAS EDUCATIONAL DISTRICT SERVICE
DUFUR SCHOOL DISTRICT NO.29
EAST BATON ROUGE PARISH SCHOOL DISTRICT
ESTACADA SCHOOL DISTRICT NO.1 OB
FOREST GROVE SCHOOL DISTRICT
GEORGE MIDDLE SCHOOL
GLADSTONE SCHOOL DISTRICT
GRANTS PASS SCHOOL DISTRICT 7
GREATER ALBANY PUBLIC SCHOOL DISTRICT
GRESHAM BARLOW JOINT SCHOOL DISTRICT
HEAD START OF LANE COUNTY
HIGH DESERT EDUCATION SERVICE DISTRICT
HILLSBORO SCHOOL DISTRICT
HOOD RIVER COUNTY SCHOOL DISTRICT
JACKSON CO SCHOOL DIST NO.9
JEFFERSON COUNTY SCHOOL DISTRICT 509-J
JEFFERSON PARISH SCHOOL DISTRICT
JEFFERSON SCHOOL DISTRICT
JUNCTION CITY SCHOOLS, OR
KLAMATH COUNTY SCHOOL DISTRICT
KLAMATH FALLS CITY SCHOOLS
LAFAYETTE PARISH SCHOOL DISTRICT
LAKE OSWEGO SCHOOL DISTRICT 7J
LANE COUNTY SCHOOL DISTRICT 4J
LINCOLN COUNTY SCHOOL DISTRICT
LINN CO. SCHOOL DIST. 95C
LIVINGSTON PARISH SCHOOL DISTRICT
LOST RIVER JR/SR HIGH SCHOOL
LOWELL SCHOOL DISTRICT NO.71
MARION COUNTY SCHOOL DISTRICT
MARION COUNTY SCHOOL DISTRICT 103
MARIST HIGH SCHOOL, OR
MCMINNVILLE SCHOOL DISTRICT NOAO
MEDFORD SCHOOL DISTRICT 549C
MITCH CHARTER SCHOOL
MONROE SCHOOL DISTRICT NO. IJ
MORROW COUNTY SCHOOL DIST, OR
MULTNOMAH EDUCATION SERVICE DISTRICT
MULTISENSORY LEARNING ACADEMY
MYRTLE PINT SCHOOL DISTRICT 41
NEAH-KAH-NIE DISTRICT NO.56
NEWBERG PUBLIC SCHOOLS
NESTUCCA VALLEY SCHOOL DISTRICT NO.101
NOBEL LEARNING COMMUNITIES
NORTH BEND SCHOOL DISTRICT 13
NORTH CLACKAMAS SCHOOL DISTRICT
NORTH DOUGLAS SCHOOL DISTRICT
NORTH WASCO CITY SCHOOL DISTRICT 21
NORTHWEST REGIONAL EDUCATION SERVICE
DISTRICT
ONTARIO MIDDLE SCHOOL
OREGON TRAIL SCHOOL DISTRICT NOA6
ORLEANS PARISH SCHOOL DISTRICT
PHOENIX -TALENT SCHOOL DISTRICT NOA
PLEASANT HILL SCHOOL DISTRICT
PORTLAND JEWISH ACADEMY
PORTLAND PUBLIC SCHOOLS
RAPIDES PARISH SCHOOL DISTRICT
Requirements for National Cooperative Contract
Page 65
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
REDMOND SCHOOL DISTRICT
REYNOLDS SCHOOL DISTRICT
ROGUE RIVER SCHOOL DISTRICT
ROSEBURG PUBLIC SCHOOLS
SCAPPOOSE SCHOOL DISTRICT 1J
SAINT TAMMANY PARISH SCHOOL BOARD, LA
SEASIDE SCHOOL DISTRICT 10
SHERWOOD SCHOOL DISTRICT 88J
SILVER FALLS SCHOOL DISTRICT 4J
SOUTH LANE SCHOOL DISTRICT 45J3
SOUTHERN OREGON EDUCATION SERVICE
DISTRICT
SPRINGFIELD PUBLIC SCHOOLS
SUTHERLIN SCHOOL DISTRICT
SWEET HOME SCHOOL DISTRICT NO.55
TERREBONNE PARISH SCHOOL DISTRICT
THE CATLIN GABEL SCHOOL
TIGARD-TUALATIN SCHOOL DISTRICT
UMATILLA MORROW ESD
WEST LINN WILSONVILLE SCHOOL DISTRICT
WILLAMETTE EDUCATION SERVICE DISTRICT
WOODBURN SCHOOL DISTRICT
YONCALLA SCHOOL DISTRICT
ACADEMY FOR MATH ENGINEERING & SCIENCE
(AMES), UT
ALIANZA ACADEMY, UT
ALPINE DISTRICT, UT
AMERICAN LEADERSHIP ACADEMY, UT
AMERICAN PREPARATORY ACADEMY, UT
BAER CANYON HIGH SCHOOL FOR SPORTS &
MEDICAL SCIENCES, UT
BEAR RIVER CHARTER SCHOOL, UT
BEAVER SCHOOL DISTRICT, UT
BEEHIVE SCIENCE & TECHNOLOGY ACADEMY
(BSTA) , UT
BOX ELDER SCHOOL DISTRICT, UT
CBA CENTER, UT
CACHE SCHOOL DISTRICT, UT
CANYON RIM ACADEMY, UT
CANYONS DISTRICT, UT
CARBON SCHOOL DISTRICT, UT
CHANNING HALL, UT
CHARTER SCHOOL LEWIS ACADEMY, UT
CITY ACADEMY, UT
DAGGETT SCHOOL DISTRICT, UT
DAVINCI ACADEMY, UT
DAVIS DISTRICT, UT
DUAL IMMERSION ACADEMY, UT
DUCHESNE SCHOOL DISTRICT, UT
EARLY LIGHT ACADEMY AT DAYBREAK, UT
EAST HOLLYWOOD HIGH, UT
EDIT14 BOWEN LABORATORY SCHOOL, UT
EMERSON ALCOTT ACADEMY, UT
EMERY SCHOOL DISTRICT, UT
ENTHEOS ACADEMY, UT
EXCELSIOR ACADEMY, UT
FAST FORWARD HIGH, UT
FREEDOM ACADEMY, UT
GARFIELD SCHOOL DISTRICT, UT
GATEWAY PREPARATORY ACADEMY, UT
GEORGE WASHINGTON ACADEMY, UT
GOOD FOUNDATION ACADEMY, UT
GRAND SCHOOL DISTRICT, UT
GRANITE DISTRICT, UT
GUADALUPE SCHOOL, UT
HAWTHORN ACADEMY, UT
INTECH COLLEGIATE HIGH SCHOOL, UT
IRON SCHOOL DISTRICT, UT
ITINERIS EARLY COLLEGE HIGH, UT
JOHN HANCOCK CHARTER SCHOOL, UT
JORDAN DISTRICT, UT
NAB SCHOOL DISTRICT, UT
KANE SCHOOL DISTRICT, UT
KARL G MAESER PREPARATORY ACADEMY, UT
LAKEVIEW ACADEMY, UT
LEGACY PREPARATORY ACADEMY, UT
LIBERTY ACADEMY, UT
LINCOLN ACADEMY, UT
LOGAN SCHOOL DISTRICT, UT
MARIA MONTESSORI ACADEMY, UT
MERIT COLLEGE PREPARATORY ACADEMY, UT
MILLARD SCHOOL DISTRICT, UT
MOAB CHARTER SCHOOL, UT
MONTICELLO ACADEMY, UT
MORGAN SCHOOL DISTRICT, UT
MOUNTAINVILLE ACADEMY, UT
MURRAY SCHOOL DISTRICT, UT
NAVIGATOR POINTE ACADEMY, UT
NEBO SCHOOL DISTRICT, UT
NO UT ACAD FOR MATH ENGINEERING & SCIENCE
(NUAMES), UT
NOAH WE13STER ACADEMY, UT
NORTH DAVIS PREPARATORY ACADEMY, UT
NORTH SANPETE SCHOOL DISTRICT, UT
NORTH STAR ACADEMY, UT
NORTH SUMMIT SCHOOL DISTRICT, UT
ODYSSEY CHARTER SCHOOL, UT
OGDEN PREPARATORY ACADEMY, UT
OGDEN SCHOOL DISTRICT, UT
OPEN CLASSROOM, UT
OPEN HIGH SCHOOL OF UTAH, UT
OQUIRRH MOUNTAIN CHARTER SCHOOL, UT
PARADIGM HIGH SCHOOL, UT
PARK CITY SCHOOL DISTRICT, UT
PINNACLE CANYON ACADEMY, UT
PIUTE SCHOOL DISTRICT, UT
PROVIDENCE HALL, UT
PROVO SCHOOL DISTRICT, UT
QUAIL RUN PRIMARY SCHOOL, UT
QUEST ACADEMY, UT
RANCHES ACADEMY, UT
REAGAN ACADEMY, UT
RENAISSANCE ACADEMY, UT
RICH SCHOOL DISTRICT, UT
ROCKWELL CHARTER HIGH SCHOOL, UT
SALT LAKE ARTS ACADEMY, UT
SALT LAKE CENTER FOR SCIENCE EDUCATION, UT
SALT LAKE SCHOOL DISTRICT, UT
SALT LAKE SCHOOL FOR THE PERFORMING ARTS,
UT
SAN JUAN SCHOOL DISTRICT, UT
SEVIER SCHOOL DISTRICT, UT
SOLDIER HOLLOW CHARTER SCHOOL, UT
SOUTH SANPETE SCHOOL DISTRICT, UT
SOUTH SUMMIT SCHOOL DISTRICT, UT
SPECTRUM ACADEMY, UT
SUCCESS ACADEMY, UT
SUCCESS SCHOOL, UT
SUMMIT ACADEMY, UT
SUMMIT ACADEMY HIGH SCHOOL, UT
SYRACUSE ARTS ACADEMY, UT
THOMAS EDISON - NORTH, UT
Requirements For National Cooperative Contract
Page 66
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
TIMPANOGOS ACADEMY, UT
TINTIC SCHOOL DISTRICT, UT
TOOELE SCHOOL DISTRICT, UT
TUACAHN HIGH SCHOOL FOR THE PERFORMING
ARTS, UT
UINTAH RIVER HIGH, UT
UINTAH SCHOOL DISTRICT, UT
UTAH CONNECTIONS ACADEMY, UT
UTAH COUNTY ACADEMY OF SCIENCE, UT
UTAH ELECTRONIC HIGH SCHOOL, UT
UTAH SCHOOLS FOR DEAF & BLIND, UT
UTAH STATE OFFICE OF EDUCATION, UT
UTAH VIRTUAL ACADEMY, UT
VENTURE ACADEMY, UT
VISTA AT ENTRADA SCHOOL OF PERFORMING
ARTS AND TECHNOLOGY, UT
WALDEN SCHOOL OF LIBERAL ARTS, UT
WASATCH PEAK ACADEMY, UT
WASATCH SCHOOL DISTRICT, UT
WASHINGTON SCHOOL DISTRICT, UT
WAYNE SCHOOL DISTRICT, UT
WEBER SCHOOL DISTRICT, UT
WEILENMANN SCHOOL OF DISCOVERY, UT
HIGHER EDUCATION
ARGOSY UNIVERSITY
BATON ROUGE COMMUNITY COLLEGE, LA
BIRTHINGWAY COLLEGE OF MIDWIFERY
BLUE MOUNTAIN COMMUNITY COLLEGE
BRIGHAM YOUNG UNIVERSITY - HAWAII
CENTRAL OREGON COMMUNITY COLLEGE
CENTENARY COLLEGE OF LOUISIANA
CHEMEKETA COMMUNITY COLLEGE
CLACKAMAS COMMUNITY COLLEGE
COLLEGE OF THE MARSHALL ISLANDS
COLUMBIA GORGE COMMUNITY COLLEGE
CONCORDIA UNIVERSITY
GEORGE FOX UNIVERSITY
KLAMATH COMMUNITY COLLEGE DISTRICT
LANE COMMUNITY COLLEGE
LEWIS AND CLARK COLLEGE
LINFIELD COLLEGE
LIMN-BENTON COMMUNITY COLLEGE
LOUISIANA COLLEGE, LA
LOUISIANA STATE UNIVERSITY
LOUISIANA STATE UNIVERSITY HEALTH SERVICES
MARYLHURST UNIVERSITY
MT. HOOD COMMUNITY COLLEGE
MULTNOMAH BIBLE COLLEGE
NATIONAL COLLEGE OF NATURAL MEDICINE
NORTHWEST CHRISTIAN COLLEGE
OREGON HEALTH AND SCIENCE UNIVERSITY
OREGON INSTITUTE OF TECHNOLOGY
OREGON STATE UNIVERSITY
OREGON UNIVERSITY SYSTEM
PACIFIC UNIVERSITY
PIONEER PACIFIC COLLEGE
PORTLAND COMMUNITY COLLEGE
PORTLAND STATE UNIVERSITY
REED COLLEGE
RESEARCH CORPORATION OF THE UNIVERSITY OF
HAWAII
ROGUE COMMUNITY COLLEGE
SOUTHEASTERN LOUISIANA UNIVERSITY
SOUTHERN OREGON UNIVERSITY (OREGON
UNIVERSITY SYSTEM)
SOUTHWESTERN OREGON COMMUNITY COLLEGE
TULANE UNIVERSITY
TILLAMOOK BAY COMMUNITY COLLEGE
UMPQUA COMMUNITY COLLEGE
UNIVERSITY OF HAWAII BOARD OF REGENTS
UNIVERSITY OF HAWAII-HONOLULU COMMUNITY
COLLEGE
UNIVERSITY OF OREGON-GRADUATE SCHOOL
UNIVERSITY OF PORTLAND
UNIVERSITY OF NEW ORLEANS
WESTERN OREGON UNIVERSITY
WESTERN STATES CHIROPRACTIC COLLEGE
WILLAMETTE UNIVERSITY
XAVIER UNIVERSITY
UTAH SYSTEM OF HIGHER EDUCATION, UT
UNIVERSITY OF UTAH, UT
UTA14 STATE UNIVERSITY, UT
WEBER STATE UNIVERSITY, UT
SOUTHERN UTAH UNIVERSITY, UT
SNOW COLLEGE, UT
DIXIE STATE COLLEGE, UT
COLLEGE OF EASTERN UTAH, UT
UTAH VALLEY UNIVERSITY, UT
SALT LAKE COMMUNITY COLLEGE, UT
UTAH COLLEGE OF APPLIED TECHNOLOGY, UT
STATE AGENCIES
ADMIN. SERVICES OFFICE
BOARD OF MEDICAL EXAMINERS
HAWAII CHILD SUPPORT ENFORCEMENT AGENCY
HAWAII DEPARTMENT OF TRANSPORTATION
HAWAII HEALTH SYSTEMS CORPORATION
OFFICE OF MEDICAL ASSISTANCE PROGRAMS
OFFICE OF THE STATE TREASURER
OREGON BOARD OF ARCHITECTS
OREGON CHILD DEVELOPMENT COALITION
OREGON DEPARTMENT OF EDUCATION
OREGON DEPARTMENT OF FORESTRY
OREGON DEPT OF TRANSPORTATION
OREGON DEPT. OF EDUCATION
OREGON LOTTERY
OREGON OFFICE OF ENERGY
OREGON STATE BOARD OF NURSING
OREGON STATE DEPT OF CORRECTIONS
OREGON STATE POLICE
OREGON TOURISM COMMISSION
OREGON TRAVEL INFORMATION COUNCIL
SANTIAM CANYON COMMUNICATION CENTER
SEIU LOCAL 503, OPEU
SOH- JUDICIARY CONTRACTS AND PURCH
STATE DEPARTMENT OF DEFENSE, STATE OF
HAWAII
STATE OF HAWAII
STATE OF HAWAII, DEPT. OF EDUCATION
STATE OF LOUISIANA
STATE OF LOUISIANA DEPT. OF EDUCATION
STATE OF LOUISIANA, 26TH JUDICIAL DISTRICT
ATTORNEY
STATE OF UTAH
Requirements for National Cooperative Contract
Page 67
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
RFP#20-06 — Equipment Tool Rental
c) Qualification and Experience
SUNBELT®
RENTALS
i. Provide a brief history of the Offeror, including year it was established and corporate
office location.
Sunbelt Rentals was formed in 1983 in North Carolina and began providing general construction
equipment to the construction industry with two locations. In 1990, The Ashtead Group, a publicly
traded company on the U.K. stock exchange, purchased Sunbelt Rentals. Ashtead Group is an
international equipment rental company with networks in the United States, United Kingdom and
Canada. Through the years, we have worked diligently to expand our equipment offering, and establish
our footprint throughout North America. As we expanded, we identified opportunities to diversify and
serve additional customer needs. Those needs have resulted in the creation of nine specialty divisions
to better serve an increasingly diversified customer base. In 2014, we entered the Canadian market
with an acquisition of GWG Rentals Ltd. Since that acquisition we have continued to expand our
Canadian presence with greenfield locations and acquisition. Sunbelt Rentals recently re -located our
headquarters to Fort Mill, South Carolina, just across the border from North Carolina. We presently
operate over 825 locations throughout the United States and Canada.
ii. Describe Offeror's reputation in the marketplace.
Sunbelt Rentals is firmly positioned as the second largest equipment rental provider in North
America, outpacing the competition in sales growth, equipment offering, customer response, and
customer satisfaction. We strive to be the best equipment rental company in the industry by
empowering our teammates to Make It Happen for the customer. We measure our success based
on safety, customer satisfaction, and our employees. Sunbelt Rentals sets the bar in our industry
when it comes to reputations. We are the top performer, whether on a large emergency sewer
bypass project, a weekend project equipment rental or responding to a catastrophic hurricane.
With our 15,000 employees and 825 locations across North America we have the most qualified
team, broadest and youngest fleet offering, and promise to our customers to uphold a reputation
among the best.
iii, Describe Offeror's reputation of products and services in the marketplace.
Sunbelt Rentals equipment can be seen dotting the construction landscape across North America.
Just as the equipment rental market has grown over the last three decades, so have we. With the
broadest equipment offering, youngest fleet, and widest range of specialty equipment and services
in the industry; Sunbelt Rentals customers have the satisfaction of knowing we will exceed their
expectation.
We have nine specialty divisions in addition to general tools and construction equipment, these
include: power generation, pump solutions, flooring solutions, climate control, facility maintenance,
trench shoring, temporary bridging and ground protection, oil and gas, and pile driving solutions.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
OMNIA PARTNERS
Ri=P#20-06 — Equipment Tool Rental SUNBELT"
RENTALS
iv. Describe the experience and qualification of key employees.
Sunbelt Rentals key personnel experience and qualifications begin with our CEO, who's been in
the equipment rental industry for over 24 years. He has held multiple positions within Sunbelt
Rentals prior to becoming the CEO. He is a visionary when it comes to the opportunities
presented with our capabilities. Particularly as it relates to the trend of the transition from
ownership to rental, and the public sector.
His vision is shared by executive leadership throughout the company, and in particular with our
President of Sunbelt specialty divisions who has over 35 years of industry experience. Also in
support of our efforts is our Senior Vice President of Sales and Marketing with over 30 years of
experience who oversees Sunbelt Rentals 14 regions. Each region is led by a Regional Vice
President and Regional Sales Director who are responsible for all sales and operating aspects
within the respective regions. The average industry experience of these leaders is 15 years. The
regions are also comprised of District managers, District Sales Managers, Branch Managers, and
our large sales force, and service team. Additionally, the Sunbelt Rentals Government Sales
Team supports each of these positions that play a vital role in the success of Sunbelt Rentals.
v. Describe Offeror's experience working with the government sector.
Sunbelt Rentals has a dedicated government sales team with over 75 years of combined
experience covering all of the U.S. The government sales team is responsible for working on large
government customer opportunities, implementing contracts, and overseeing the training and
education of our network of 5,000 sellers on selling to government. Sunbelt Rentals has worked
with the public since inception. However, this sector has become an area of distinct focus and
tremendous growth due in part to our original Region 4 contract award, and the realization of the
shift from ownership to rental within this market segment. With this realization, and the Region 4
award Sunbelt Rentals has consistently outpaced our competitors and produced exponential sales
growth.
vi. Describe past litigation, bankruptcy, reorganization, state investigations of entity or
current officers and directors.
None
vii. Provide a minimum of 10 customer references relating to the products and services
within this RFP. Include entity name, contact name and title, contact phone and email, city,
state, years serviced, description of services and annual volume.
2
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
WOW Cmlw lame Tile
City of Charlotte Water Adrianne Lewis Procurment Manager
City ofDallas
Matthewlohnson Purchasing Manager
atyofMliami
EncCarpenter
DirectorCfPurdrasing
Charlotte Douglasstntn'IAirportrt
AdamJarman
Director Of Operations
North Carolina EmergarngManagemerltDivision
GregWeavil
DirectordWgistics
City of Farmers Branch
Jeff Fairchild
Purchasing Manager
Ci *rnarrillo
Trent Davis
Purchasing Manager
atyyofFortWA
Brandy(nne
Accounting Manager
South CarolnaDepartment oftheMjutantGeneral Curt Young
FaciliVes Maintenace Director
Browani County
ReWllen PublicWorksDlrector
SUMBELTO
RENTALS
phone Will Description of Service Annualvohame
7*338.16M alnis dxhadotte c.us EgaipmentRental Services,Pump Bypass Solutions $4u0,i1po
214-6N202 matthew. ohnson ci ofdallas. av General Construction Equipment Rental $2i '000
3p5.4i3-7p18 eca enter miami ov,e
7p4.591-N aarman cdiacom
Z717.22 greg,weaVII& dP
972919-2631 iairchil*Naffarmersbranchn
8pli 78 57p trent.dayis'@amarrillo,gov
817.392.0 hrand ,crane fortworthtexas, ov
Spa-6op�4641 youngsc ag,scmd,state,scus
9%523 4M keallen hroward.o
viii. Provide any additional information relevant to this section.
Equipment Rental Services
$18 0m
General ConshaianEquipmentRertal
$100,0W
Emergancy Response
$15111000
General Construction Equipment Rental
$4,0W
Equipment Rental
Ww
General Equipment Rental
$11019
General ConstructionEquipment Rental
$50,0K
Equipment Rental
0,000
i. Provide any additional information related to products and services Offeror proposes to
enhance and add value to the Contract.
The value Sunbelt Rentals brings is in our ability to Make It Happen for the customer. Were more
than general tools and equipment, were solutions like:
• Climate Control & HVAC Solutions
• Compressed Air E ui ment & Air Tools
• Brid ing Solutions
• Earth Moving E ui ment
• Entertainment & Special Event Equipment
• Facilitv Maintenance
Flooring Solutions
General Tools & Equipment
Ground Protection Turf Protection Mats & Event Flooring
• Industrial Equipment Rental Solutions
Material Handling
• Industrial Steel & Metal Fabrication
• Mission Critical
• Oil & Gas Services
Pile Driving & Drilling Equipment
• Puming Solutions & Fluid Handlin
Power Generation Rental
+ Remediation & Restoration
+ Scaffolding Supplier & Setup Services
+ Shoring Solutions
• Working at Height: Elevating Work Platforms
Most importantly, We Promise; Availability, Reliability, and Ease — in terms of both our people
and our products. Sunbelt Rentals looks forward to a continued partnership with Region 4. Our
dedication to providing the highest level of service 24 hours a day 7 days a week. The value of
after-hours response in incalculable. Particularly when we are adding fleet on a daily basis to help
M
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
our customers accomplish tasks that are both common and uncommon.
Furthermore, we will work with customers to develop a strategy for SUNBELT"
equipment that may not be common in the equipment rental industry, and RENTALS
providing Safety training and equipment familiarization. - Some trainings will have a cost
associated with them depending on the type of requirements. (Training Costs are found in the
pricing offer on the worksheet titled SBU Training) Simply put, we are focused on providing
solutions to our customers.
41
id
CAPABILITIES GUIDE_ - SUNBELT
RENTAL S
rl� t�
1
_ L o
fr a ..way, , _)� �' .•
1
_ n
c
ri
At Sunbelt Rentals, we are committed to delivering the equipment,
service, and expertise your project requires. And that's not merely a
claim. We back it up. Armed with the support and strength of 14,000+
empowered team members, our U.S. and Canadian network of rental
locations is poised to quickly deliver ready -to -work equipment when
and where you need it.
It's simple, really. Our people, range of products,
and broad solutions set us apart in the rental
industry, enabling us to provide unparalleled
customer experiences.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
THE SUNBELT PROMISE
MILZMALMALM We promise to have our core
equipment available in the market
AVAILABILITY you are in, or we will leverage our
network to source it.
We will deliver your equipment within 1
hour of our promised delivery time.
While our equipment is on rent, we
RELIABILITY will be on site within 1 hour of our
promised service time.
We provide 24/7 customer support.
We promise total customer satisfaction
EASE- in person, online, and by phone.
HOW IT WORKS
Sunbelt Rentals empowers our team members to
make renting equipment the easiest part of yourjob.
When you have a job to do, we have a job to do.
Your challenges are our challenges, and your
deadlines drive ours. That's why when it comes to
our people and products, we promise availability,
reliability, and ease.
oENTALS
S�INBELT
'
.. J
� r
THE POWER OF'
SUNBELT
"11 1-gERVICE
SOLUTIONS
It's not enough to provide the
equipment you need. We're in the
probtem-sowing business. Our team
of experts leverage a vast network
and "make it happen" attitude to
deliver full -service solutions for any
project, large or small.
0
�. SUN
R E IV T A L .•�
3.
r lii
i
•r a. l' nj ''�
.� aw
iTaed��• .' F
Pr Awn n NIP
UNPLANNED NEEDS
k' s
.. .' - ON I
i � ... ......., l� � -ter- •' k-�p -„ - :� � _ _ .
Whether you need regular
maintenance support or a solution for
an unplanned situation, we have the
expertise to get the job done. From
staged events to long-term rentals, our
equipment portfolio is always ready,
because your downtime is our go time.
SUPPORT
Accidents, breakdowns, and
emergencies can wreak havoc
on project schedules. That's why
we offer 24/7 support. When
trouble strikes, strike back with
a call to the Sunbelt Rentals
team of experts.
�5.
ENE RENTAI PARTNER
DOES IT ALL
Time is money when you're working
to meet a tight timeline. Save both
by partnering with Sunbelt Rentals.
Whether it's a full -service solution
or a single tool rental, we're the
one stop source for all of your
project needs.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SOLUTIONS
PROJECT
CLIMATE CONTROL SERVICES
Outfitted with the industry's largest fleet
of temperature control equipment, our
team of seasoned professionals provides
turnkey engineered coaling, heating, and
dehumidification solutions for a wide variety
of applicaticns.
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.
GENERAL TOOL & EQUIPMENT
With more than 8,000 product types, we
stock the broadest fleet in the rental
industry for commercial, residential,
industrial, municipal, specialized service
industries, and homeowners.
1W
GROUND PROTECTION
We serve the industry with the largest
inventory of composite ground protection
mats and accessories for rent. Our team
of experts will handle everything. from
initial site visit and installation, to post -
project tea rdown.
E
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.
INDUSTRIAL SERVICES
Providing comprehensive tool and
equipment packages, including on -site tool
management, to support atl projects and
speciat needs for industrial. applications,
including plant shutdowns, outages,
turnarounds, plant maintenance, and more.
i
OIL & GAS SERVICES
We offer full start -to -finish support. From
site prep to (rack, coil tube to completions,
we can meet the needs of the most
chaLlenging oil and gas project.
N_
POWER & HVAC SERVICES
Backed by a diverse fleet of portable and
containerized generators, load banks, 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.
- 1Z
ti
AL
SCAFFOLDSERVICES
Whether you require 1 assembler or500,
Sunbelt Rentals delivers the scaffolding and
manpower you need in a fuLL turnkey solution
for commercial and industrial projects.
SHORING SOLUTIONS
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.
sun beltrentals.com/solirtinns
:11
I
A xil�Gle nn 41+
7�11 C�tk fc pray App yore
laU FLE X —A M!NPWE�Sr
■
SAFETY IS A
CORE
VALUE
We put it first For both you
and our team members every
moment of every day. Not only
do we earn one of the highest safety records
year in and year out, but our rigorous
training and prevention model includes the
industry's best customer safety training, too.
Training classes available:
• Earthmoving
■ • Excavation
• Forklift
• MEWP
• Supported and suspended scaffolding
View training courses at
sunbeLtrentals.com/customerservice/safety
I.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
A 4f
r
NATIONAL MUSCLE
WITH 24/7 SUPPORT THROUGHOUT THE U.S. AND CANADA, YOU'LL FIND
A SUNBELT RENTALS LOCATION NEARBY TO SERVE -ALL YOUR RENTAL NEEDS.
SUNBELT,
RENTALS
800-667-9328 1 sunbeltrentalss.com.
SSR996-CG 7/19R
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA099490lD28
EQUIPMENT RENTAL SOLUTIONS
SUNBELT®
RENTALS
Aerial Work Platforms
Atrium Lifts
Manilas, Articulating
Manllits, Single
Manlifts, Straight Boom
Manlifts, Towable
Scissor Lifts, Electric
Scissor Lifts, Rough Terrain
Air Compressors
Diesel Air Compressors
oust Collectors
Electric Air Compressors
Portable Gas Alr Compressors
High -Pressure Air Compressors
Instrument Quality Air Compressors
Air Compressor Accessories
Air Hose, Air Manifolds
Afferooclers Dryers
Aftercaclers Filters
Afterocclers Separators
Desiccant Dryers
Refrigerated Dryers
Air Conditioners
Heat Pumps
Industrial Air Conditioners
Portable Air Conditioners
Air Handlers & Chillers
Air-cooled Chillers
Air Handling Units
Glycol Holding Tanks
AirTools
Backiill Tampers
Chipping Hammers
Impact Wrenches
industrial Air Tools
Nailers & Staplers
Paving Breakers
Post Drivers
Rivet Busters
Rack, Drills
Backhoe Loaders
Backhoe Loaders
Compact Backhoe Loaders
Chain Hoists & Air Winches
Air Chain Hoists
Air Winches
Beam Trolleys & Clamps
Electric Chain Heists
Gantry Cranes
Lever Hoists
Manual Chain Hoists
Compaction Equipment
Asphalt Rollers
Jumping Jack TamperslRammers
Trench Rollers, Walk -Behind
Vibratory Compactors, Ride -On
Vibratory Plate Compactors
ConcretelMasonry Equipment
Mixing & Placing Equipment
Concrete Buckets
Concrete Mixers
Georgia Push Buggies
Mortar Mixers, Multi -Use Mixers
Power Buggies
Reber Cutters & Benders
Vibrators
Cutting & Drilling Equipment
Concrete Saws, Early Entry
Concrete Saws, Push Type
Concrete Saws, Sell -Propelled
Crack Chasers
Diamond & Abrasive Blades
Diamond Chain Saws
Diamond Core Drills & Bits
Gas Breakers
Hydraulic Sputters
Masonry & Tile Saws
Power Cutoff Saws
Concrete Finishing Equipment
Hand Finishing Tools
PcwerTrowels
Vibratory Screeds
Surface Preparation Equipment
Concrete Ceiling Grinders
Concrete Floor Grinders
Concrete Planers (Scarilersj
Dust Collector Vacuums
Grinder -Vacs
Magnetic Sweepers
Srabblets, Air -Powered
Shot Blasters, Ponabie
Traffic Line Removers
Conveyors
Portable Conveyors
Sectional Conveyors
Cranes
Carry Deck Cranes
Portable Industrial Cranes
Deh u m Id i f le rslRe me d iatlo n
Equipment
Air Movers, Carpet Dryers
Air Scrubbers, Portable
Containment Area Enclosures
Dehumidifiers, Industrial Refrigerant
DehumidlfieM Large Desiccant
Cehumidifiers, Portable Refrigerent
Electric Heaters High Static Blowers
Hybrid Cooling Units
Indirect -Fired Heaters
Inline Electric Blowers
Insulation Vacuums
Negative Air Machines
Sunbelt Air Monitoring System
Dozers & Crawler Loaders
Crawler Dozers
Crawler Loaders
Drain & Sewer
CleaningAnspeclion
Pipe & Drain Cleaners
Pipe Freezers
Video Pipe Inspectors
Electric Toe[s
Angle & Die Grinders
Carrollton Hammers
Drills, Hand -Held & Magnetic
Drywall Screwdrivers
Heat Guns
Impact Wrenches
Rotary & Ccmbratlon Hammers
Routers & Planers
Sanders
Saws
Shears
Excavators
Hydraulic Excavators
Mini -Excavators
Fans 8lowers/Ventllators
Confined Space Ventilators
Electric Floor Fans
Evaporative Cooling Fans
Hazardous Location Ventilators
Tank Fans
Venturi Air Horns
Floor & Carpet Care
Equipment
Air Scalers
Carpet Extractors
Carpet Tools
Flood Pumper Vacuum
Floor Buffers
Floor Burnishers
Floor Sanders
Floor Scrubbers
Floor Strippers
FccrSweepers
Flooring Tools
Hardwood Floor Nailers
Forklifts
industrial Warehouse Forklifts
Straight Mast PT Forklifts
Shooting Boom Forklifts
Fuel Tanks
Auxiliary Fuel Tanks
Prapane Tanks
Generators
Diesel industrial Generators
Diesel Movie Set Generators
Dlesei Tomrable Generators
Gas Portable Generators
Natural Gas Generators
Generator Accessories
Distribution Panels
Fuseable Disconnect Switches
Power Cable
Power Distribution Accessories
Remote Monitoring Systems
Step -Down Transformers
Transfer Switches
1-800-667-9328 I SUINBELTRENTALSXOM
Ground Protection
Containment Berms
Ground Protection Mats
Heaters
Convection Heaters
Direct-Fked Heaters, a]
Direct-Ffred Heaters, Natural Gas
Direct -Fired Heaters, Propane
Electric Heaters
Rameless Heaters
Heat Pumps
Hydronic Ground Heaters
Indirect -Fred Heaters, 011
Indirect -Fired Heaters, Natural Gas
Indirecti Heaters, Propane
Industrial Heaters
Inline Heaters
Radiant & Infrared Heaters
Steam Heaters
Hydraulic BreakerslDemollion
Attachments
Hydraulic Demolition Breakers
Hydraulic Plate Tampers
Hydraulic Cylinders & Pumps
Double -Acting Cylinders
Electric Pumps
Hand Pumps
Hydraulic Maintenance Sets
Pull Cylinders
Single -Acting Cylinders
HydraulicTools
Cutterheads
Flange Spreaders
Nut Spfitters
Punches
Torque Wrenches, Hexagon Cassette
Torque Wrenches, Square Drive
Torque Wrench Pumps
'Wedgle° Spreaders
Industrlal Vehicles
Electric Material Carts
Golf Carts
Utility Vehicles
Jacks
Engine Hoists & Stands
Hydraulic Boftie Jacks
HydraulicToo Jacks
Jack Stands
Railroad Jacks
Screw Jacks
Service &Transmission Jacks
Laser & Optical Levels
Gelling & Drywall Lasers
Grade Rods & Tripods
Laser Grade Levels
Optical Levels
Pipe Lasers
Lawn & landscape
Aerators
Backpack Blowers
Bark Blowers
Bed EdgedTrenchers
Brush Cutters
Chain Saws
Dethatchers
Garden Tillers
Gas -Powered Drills
HedgeThmmers
Hydroseeders
Lawn Mowers
Lawn Spreaders a Rollers
Lawn Vacuums
Leaf Blowers
Log Splitters
Metal Detector
Overseeders
Pole Pruners
Post Hole Augers
Sod Curlers
Straw Blowers
Trimmers & Edgers
Wheelbarrows
Lighting Equipment
Buoy Lights
Hazardous Location Lighting
LightTowers, Diesel Towable
Light Towers, Soiar Towable
Magnetic Work Lights
Mobile Survelllance Camera Trailer
Portable Light Stands
Load Banks
Load Banks - ReslstivelReactive
Load Banks - CC
Material Handling
Equipment
Appliance Trud(S
Dockplates
Drywall Lifts & Carts
Glass Lifts
Glass Suction Cups
Hand Trucks & Dollies
Loading Equipment
Pallet Trucks
Pipe Handling Equipment
Portable Material Lifts
Roller Skid Systems
Sandusky Crate Wagons
Trash Skips
Mechanical & Electrical
ConiractorTrade Tools
Cable Benders
Cable Cutters
Cable Pullers & Feeders
Cable Reel Rollers
Cable Reel Stands
ChainVlse, Portable
ClrcultTracers
Conduit Benders
Conduit Racks
Crimping Tools
Hale Cutting Tools
Hydraulic Punch Drivers
Pipe Cutters
Pipe Threader;'
Pipe Tools
PVC Heaters
Power Fish Systems
Roll Groavers
Siding Brakes
Wire Carts
Media Blasters
Dry Ice Blasters
Portable Abrasive Blasters
Soda Blasters
Vapor Abrasive Blasters
Paint Sprayers
Airless Sprayers
Fne Finish Sprayer
Industrial Sprayers
Line Sidpers
Texture Sprayers
Wallpaper Steamers
Pile Driving Equipment
Concrete Plle Cutters
Diesel Pile Hammers
Hydraulk Power Units
Vibratory DriverlExtractors
Pressure Washers
Cold Water Pressure Washers
Hat Water Pressure Washers
Industrial Hot/Cold Pressure Washers
Pressure Washer Accessories
Pumps
Air Diaphragm Pumps
Double Diaphragm Pumps
Diesel Trash Pumps
Electric Drive Trash Pumps
Electric Submersible Pumps
Gas Portable Pumps
High Head Diesel Pumps
Hydraulic Power Packs
Hydraulic Submersible Pumps
Hydrostatic Test Pumps
Silenced Diesel Trash Pumps
Wellpoint Pumps
Pump Accessories
Auto -Start Systems
Auxiliary Fuel Tanks
Bauer Pipe & Fittings
HDPE Pipe & Fittings
LOFA Panels
Hose & Fittings
Pipe Plugs
Remote Monitoring Systems
Road Ramps
Transducers
Valves & Menges
Scaffolding & Ladders
General -Purpose
Frame Scaffolding
Interior Adjustable Scaffolding
Ladders
Full -Service Scaffolding
Aluminum Stages
FTXEO Swing Stage
Frame Scaffolding
Mast Climbing Work Platforms
Portable Hoists
Suspended Platforms
Systems Scaffolding
'transport Platforms
Skid -Steer Loaders
Compact Skid -Steer Loaders
Sldd-Steer Loaders
Skid-SteerTrack Loaders
Slid -Steer Attachments
Storage Containers
Large Storage Containers
Mobile Storage Boxes
Street SweeperBroams
Street Sweepers
Angle Broom Attachments
Stump Grinders
Stump Grinders, Selt-Propelled
Stump Grinders, Walk -behind
Tractors & Landscape Loaders
Landscape Loaders
Off -road Dump Trailers
Tractor Anachments
UtiftyTractors
Traffic Safety Equipment
Barricades &Warning Lights
Solar Arrow & Message Boards
Traffic Cones & Barrels
Traffic Control Signs
Trailers
Box Utility Trailers
Folding Ramp &Tilt DeckTrailers
Hydraulic Dump Trailers
Platform Lift Trallers
Wafer Trailers
Trench Shoring Equipment
Aluminum Lite-Shields
BeddinglRcck Boxes, Steel
Hydraulic Shoring Shields
Hydraulic Vertical Shores
Manhole Shields, Steel
Trench Boxes, Aluminum
Trench Boxes, Steel
Road Plates, Steel
Water Tap Boxes, Steel
Trenchers
Cable Locators
Ride -On Trenchers
Rock Saws
Vibratory Plows
Walk -Behind Trenchers
Trenchless Technology
Trenchless Boring Tools
Vacuum Evacuator Systems
Trucks, Rental
Boom Trucks
Cump Trucks
Water Trucks
Vacuums
Bair Pack vacuums
Cleanroom & HEPAVacuums
Hazardous Material Vacuums
WeVCryVacuums
Welding & Plasma Cutting
Equipment
Engine -Driven Welders
Fume Extractors
Inverter Welders
MIG Welders
Multi -Operator Welders
Multiprocess Welders
Pipe & Fabrication Stands
Pipe Bevelers
Plasma Cutters
Rod Ovens
TIG Welders
Wire Feeders, Portable
Wheel Loaders
Compact Wheel Leaders
Large Wheel Loaders
Wood & Brush Chippers
Diesel Chippers
Gas Chippers
Rental Accessories
& Safety Supplies Available
ZM13 Sunbelt Rentals. Inc
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
SUNBELT RENTALS LOCATIONS
U.S. AND CANADA
Sunbelt Rentals is one of the largest equipment rental companies in North America. Backed by an ever expanding
network, Sunbelt successfully services a variety of customers — from those in the commercial, residential,
industrial, municipal and specialized service industries, to weekend do-it-yourselfers.
Designed to serve distinct customer segments requiring a high level of technical expertise, our specialty divisions
offer a highly diversified product mix, as well as trained experts.
sunbeltrentals.com
General Tool & Equipment 1-800-667-9328
Toll -free numbers that connect you to the nearest Sunbelt Rentals specialty locations.
Climate Control Services:
800-892-8677
Oil & Gas Services:
877-687-1146
Facility Maintenance:
800-508-4760
Pile Driving Equipment:
800-223-8427
Flooring Solutions:
844-723-4778
Power & HVAC Services:
800-736-2504
GSA Services:
800-667-9328
Pump Solutions:
800-736-2504
Industrial Heat:
833-723-4328
Remediation & Restoration:
800-508-4760
Industrial Services:
856-260-6726
Scaffold Services:
866-784-1785
58ELC W 9
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Appendix C
ADDITIONAL REQUIRED DOCUMENTS
DOC #1 Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy
DOC #2 Antitrust Certification Statements (Tex. Government Code § 2155.005)
DOC #3 Implementation of House Bill 1295 Certificate of Interested Parties (Form 1295)
DOC #4 Texas Government Code 2270 Verification Form
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Appendix C, Doc #1
ACKNOWLEDGMENT AND ACCEPTANCE
OF REGION 4 ESC's OPEN RECORDS POLICY
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.
Signature below certifies complete acceptance of Region 4 ESC's Open Records Policy,
except as noted below (additional pages may be attached, if necessary).
Check one of the following responses to the Acknowledgment and Acceptance of Region 4
ESC's Open Records Policy below:
L7 We acknowledge Region 4 ESC's Open Records Policy and declare that no information
submitted with this proposal, or any part of our proposal, is exempt from disclosure under
the Public Information Act.
lk We declare the following information to be a trade secret or proprietary and exempt from
disclosure under the Public information Act.
(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 confident 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.)
*Page 11, Section A - Any reference to Market Basket or how it was developed is considered
confidential and proprietary and exempt from disclosure.
July 9, 2020
Date
7 'A oriz d Signature & Title
Joh shburn, SVP of Sales & Marketing
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Appendix C, Doc #2
ANTITRUST CERTIFICATION STATEMENTS
(Tex. Government Code § 2165.005)
Attorney General Form
I affirm under penalty of perjury of the laws of the State of Texas that:
1. 1 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 proposal, neither I nor any representative of the Company has violated
any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter
15;
3. In connection with this proposal, neither I nor any representative of the Company has violated
any federal antitrust law; and
4. Neither I nor any representative of the Company has directly or indirectly communicated any
of the contents of this proposal 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.
Company Contact
Sunbelt Rentals, Inc.
Sig Lure
Stepanie Ransone
Printed Name
Sr. Customer Contract Manager
Address Position with Company
2341 Deerfield Drive
Fort Mill, SC 29715 Official
Authorizin4JSig]
��n
Proposal�V v
re
hburn
Printed Name
Phone (800) 508-4762 SVP, Sales & Marketing
Position with Company
Fax (803) 578-6850
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Appendix C, DOC ## 3
Implementation of House Bill 1295
Certificate of Interested Parties (Form 1295):
In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the
Government Code. The law states that a governmental entity or state agency may not enter
into certain contracts with a business entity unless the business entity submits a disclosure of
interested parties to the governmental entity or state agency at the time the business entity
submits the signed contract to the governmental entity or state agency. The law applies only
to a contract of a governmental entity or state agency that either (1) requires an action or vote
by the governing body of the entity or agency before the contract may be signed or (2) has a
value of at least $1 million. The disclosure requirement applies to a contract entered into on or
after January 1, 2016.
The Texas Ethics Commission was required to adopt rules necessary to implement that law,
prescribe the disclosure of interested parties form, and post a copy of the form on the
commission's website. The commission adopted the Certificate of Interested Parties form
(Form 1295) on October 5, 2015. The commission also adopted new rules (Chapter 46) on
November 30, 2015, to implement the law. The commission does not have any additional
authority to enforce or interpret House Bill 1295.
Filing Process:
Staring on January 1, 2016, the commission made available on its website a new filing
application that must be used to file Form 1295. A business entity must use the application to
enter the required information on Form 1295 and print a copy of the completed form, which will
include a certification of filing that will contain a unique certification number. An authorized
agent of the business entity must sign the printed copy of the form. The completed Form 1295
with the certification of filing must be filed with the governmental body or state agency with
which the business entity is entering into the contract.
The governmental entity or state agency must notify the commission, using the commission's
filing application, of the receipt of the filed Form 1295 with the certification of filing not later
than the 30th day after the date the contract binds all parties to the contract. This process is
known as acknowledging the certificate. The commission will post the acknowledged Form
1295 to its website within seven business days after receiving notice from the governmental
entity or state agency. The posted acknowledged form does not contain the declaration of
signature information provided by the business.
A certificate will stay in the pending state until it is acknowledged by the governmental agency.
Only acknowledged certificates are posted to the commission's website.
Electronic Filing Application:
https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm
Frequently Asked Questions:
https://www.ethics.state.tx.us/resources/FAQs/FAQ Form1295.php
Changes to Form 1295: https://www.ethics.state.tx.us/data/filinginfo/1295Changes.pdf
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1of1
Complete Nos. 1 - 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1
Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2020-639362
Sunbelt Rentals, Inc.
Fort Mill, SC United States
late Filed:
07/02/2020
2
Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
Region 4 Education Service Center
Date Acknowledged:
3
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
20-06
Equipment and Tool Rental Service
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
I Intermediary
Ashtead Group, PLC
London England United Kingdom
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is Stephanie Ransone and my date of birth is
My address is 2341 Deerfield Drive Fort Mill SC 29715 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in York County, State of Sc —On the day of July 2o2O
(month) (year)
Sunbelt Rentals, Inc.
Signature of authorized ageKt of-ccntrag busi entity
Stephanie Ransone, (Declarant) Sr. Custom e Contract Manager
r•orrns prowaea oy texas t=rnlcs t;ommisslon www.ethlcs.state.tx,us Version V1.1.3a6aaf7d
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
Appendix C, DOC # 4
Texas Government Code 2270 Verification Form
House Bill 89 (85R Legislative Session), which adds Chapter 2270 to the Texas Government
Code, provides that a governmental entity may not enter into a contract with a company without
verification that the contracting vendor does not and will not boycott Israel during the term of the
contract.
Furthermore, Senate Bill 252 (85R Legislative Session), which amends Chapter 2252 of the
Texas Government Code to add Subchapter F, prohibits contracting with a company engaged in
business with Iran, Sudan or a foreign terrorist organization identified on a list prepared by the
Texas Comptroller.
l Stephanie Ransone, Sr. Customer Contract Manager as an authorized
representative of
Sunbelt Rentals, Inc. a contractor
engaged by
Insert Name of Company
Region 4 Education Service Center, 7145 West Tidwell Road, Houston, TX 77092, verify by this
writing that the above -named company affirms that it (1) does not boycott Israel; and (2) will not
boycott Israel during the term of this contract, or any contract with the above -named Texas
governmental entity in the future.
Also, our company is not listed on and we do not do business with companies that are on the
Texas Comptroller of Public Accounts list of Designated Foreign Terrorists Organizations found
at https://comptroller.texas.gov/purchasingldocs/foreign-terrorist.r)df.
l further affirm that if our company's position on this issue is reversed and this affirmation is no
longer valid, that the above -named Texas governmental entity will be notified in writing within one
(1) business day and we understand that our company's failure to affirm and comply with the
requirements of Texas Government Code 2270 et seq. shall be grounds for immediate contract
termination without penalty to the above -named Texas governmental entity.
I swear and affirm that the above is true and correct.
7t�!� July � , 2020
Signature of Nbmed Author d p'any Representative Date
Stephanie Ransone, Sr. Customer Contract Manager
FINANCIAL STATEMENTS
96 Independent auditor's report to the
members of Ashtead Group plc
Consolidated financial statements
102 Consolidated income statement
102 Consolidated statement of comprehensive income
103 Consolidated balance sheet
104 Consolidated statement of changes in equity
105 Consolidated cash flow statement
Notes to the consolidated financial statements
106 1.
General information
106 2.
Accounting policies
111 3.
Segmental analysis
113 4.
Operating costs and other income
114 5.
Exceptional items and amortisation
114 6.
Net financing costs
115 7.
Taxation
116 8.
Dividends
116 9.
Earnings per share
116 10.
Inventories
117 11.
Trade and other receivables
117 12.
Cash and cash equivalents
118 13.
Property, plant and equipment
119 14.
Intangible assets including goodwill
120 15.
Trade and other payables
121 16.
Borrowings
122 17.
Obligations under finance leases
122 18.
Provisions
122 19.
Deferred tax
123 20.
Share capital and reserves
123 21.
Share -based payments
124 22.
Operating leases
124 23.
Pensions
127 24.
Financial risk management
129 25.
Notes to the cash flow statement
130 26.
Acquisitions
132 27.
Contingent liabilities
132 28.
Capital commitments
132 29.
Events after the balance sheet date
132 30.
Related party transactions
132 31.
Employees
133 32.
Parent company information
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
96
INDEPENDENT AUDITOR'S REPORT TO
THE MEMBERS OF ASHTEAO GROUP PLC
Report on the audit of the financial statements
Opinion
In our opinion:
- the financial statements of Ashtead Group plc ('the Company') and its subsidiaries ('the Group') give a true and fair view of the state
of the Group's and of the Company's affairs as at 30 April 2019 and of the Group's profit for the year then ended;
- the Group financial statements have been properly prepared in accordance with International Financial Reporting Standards
as adopted by the European Union and IFRS as issued by the International Accounting Standards Board;
- the Company financial statements have been properly prepared in accordance with IFRS as adopted by the European Union and
as applied in accordance with the provisions of the Companies Act 2006; and
- the financial statements have been prepared in accordance with the requirements of the Companies Act 2006 and, as regards
the Group financial statements, Article 4 of the IAS Regulation.
We have audited the financial statements which comprise:
- the Consolidated income statement;
- the Consolidated statement of comprehensive income;
- the Consolidated and Company balance sheets;
- the Consolidated and Company statements of changes in equity;
- the Consolidated and Company cash flow statement; and
- the related notes 1 to 32.
The financial reporting framework that has been applied in their preparation is applicable law and IFRS as adopted by the European
Union and, as regards the Company financial statements, as applied in accordance with the provisions of the Companies Act 2006.
Basis for opinion
We conducted our audit in accordance with International Standards on Auditing (UK) ('ISAs (UK)') and applicable law. Our responsibilities
under those standards are further described in the auditor's responsibilities for the audit of the financial statements section of our report.
We are independent of the Group and the Company in accordance with the ethical requirements that are relevant to our audit of the
financial statements in the UK, including the Financial Reporting Council's ('the FRC's') Ethical Standard as applied to listed public
interest entities, and we have fulfilled our other ethical responsibilities in accordance with these requirements. We confirm that the
non -audit services prohibited by the FRC's Ethical Standard were not provided to the Group or the Company.
We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our opinion
Summary of our audit approach
The key audit matters that we identified in the current yearwere:
- carrying value of rental fleet; and
- revenue recognition - manual top -side intervention.
In FY2018, we considered accounting for acquired intangible assets to be a key audit matter, due to the acquisition
of CRS and its significance to the Canadian business. In the current year, there are no similarly significant
acquisitions and therefore we do not consider accounting for acquired intangible assets to be a key audit matter.
The materiality that we used in the current year was £45m (2018: £37m), which was determined on the basis
of three-year average profit before tax.
• Consistent with previous years, we performed audit work at three (2018: three) components: the Group head office
and A -Plant in the UK, and Sunbelt US.
Conclusions relating to going concern, principal risks and viability statement
We have reviewed the directors' statement on page 93 in the financial statements about whether they
We confirm that we have
considered it appropriate to adopt the going concern basis of accounting in preparing them and their
nothing material to report,
identification of any material uncertainties to the Group's and Company's ability to continue to do so
add or draw attention to in
over a period of at least 12 months from the date of approval of the financial statements.
respect of these matters.
We considered as part of our risk assessment the nature of the Group, its business model and related
risks including where relevant the impact of Brexit, the requirements of the applicable financial reporting
framework and the system of internal control. We evaluated the directors' assessment of the Group's
ability to continue as a going concern, including challenging the underlying data and key assumptions
used to make the assessment, and evaluated the directors' plans for future actions in relation to their
going concern assessment.
We are required to state whether we have anything material to add or draw attention to in relation to that
statement required by Listing Rule 9.8.6R(3) and report if the statement is materially inconsistent with
our knowledge obtained in the audit.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
97
Based solely on reading the directors' statements and considering whether they were consistent with
We confirm that we have
the knowledge we obtained in the course of the audit, including the knowledge obtained in the evaluation
nothing material to report,
of the directors' assessment of the Group's and the Company's ability to continue as a going concern,
add or draw attention to in
we are required to state whether we have anything material to add or draw attention to in relation to:
respect of these matters.
- the disclosures on pages 32 to 35 that describe the principal risks and explain how they are being
managed or mitigated;
- the directors' confirmation on page 32 that they have carried out a robust assessment of the principal
risks facing the Group, including those that would threaten its business model, future performance,
solvency or liquidity; or
- the directors' explanation on page 35 as to how they have assessed the prospects of the Group, over
what period they have done so and why they consider that period to be appropriate and their statement
as to whether they have a reasonable expectation that the Group will be able to continue in operation
and meet its liabilities as they fall due over the period of their assessment, including any related
disclosures drawing attention to any necessary qualifications or assumptions.
We are also required to report whether the directors' statement relating to the prospects of the Group
required by Listing Rule 9.8.6R(3) is materially inconsistent with our knowledge obtained in the audit.
Key audit matters
Key audit matters are those matters that, in our professional judgement, were of most significance in our audit of the financial
statements of the current period and include the most significant assessed risks of material misstatement (whether or not due to fraud)
that we identified. These matters included those which had the greatest effect on the overall audit strategy, the allocation of resources
in the audit and directing the efforts of the engagement team.
These matters were addressed in the context of our audit of the financial statements as a whole, and in forming our opinion thereon,
and we do not provide a separate opinion on these matters.
Key audit matter As set out in Note 13, the Group holds £8.3bn (2018: £6.6bn) of rental fleet at cost (£5.4bn net book value (2018: £4.4bn
description net book value)). These assets represent 65% (2018: 66%) of the Group's gross assets. The movement in the balance
from prior year is principally due to £1.7bn of new additions and acquisitions, foreign exchange movements of
£211m, offset by£902m of depreciation and disposals.
There is a risk that an impairment required to the Group's rental fleet is not identified, properly quantified or
recorded and that the carrying value of the rental fleet assets is misstated.
The Group's accounting policy as disclosed in Note 2 sets out that the assets are recorded at cost (including
transportation costs from the manufacturer to the initial rental location), less accumulated depreciation and any
provisions for impairment. The Group's approach for estimating the useful lives and residual values is also explained
Management's assessment of carrying values is based on a long-term assessment over the economic cycle given
the long-term nature of the assets. The directors apply judgement in determining the appropriate carrying value
of the assets.
As described in the Audit Committee report on page 68, management undertakes an annual review of the
appropriateness of the useful lives and residual values assigned to property, plant and equipment, including the
rental fleet, and assesses whetherthey continue to be appropriate and whether there are any indications of impairment
How the scope We tested the design, implementation and operating effectiveness of the key controls over the impairment review
of our audit process at Sunbelt US, which accounts for £4.6bn of the net book value of the rental fleet. We also evaluated the
responded to the design and implementation of key controls at A -Plant.
key audit matter We considered management's analysis of impairment indicators, understood and challenged the keyjudgements
and the impact that each of these has in determining whether an impairment exists.
In particular, we focused our testing on returns on investment by asset class, fleet utilisation and profits recorded
on asset disposals. We also assessed whether the accounting for the rental fleet and associated disclosures were
in line with the Group's accounting policies.
Key We consider that management's consideration of carrying values, including useful lives and residual values,
observations incorporates an appropriate degree of prudence for the purposes of the impairment assessment. As a result
of the detailed audit work we performed, we are satisfied that the carrying value of the rental fleet is not
materially misstated.
z
n
z
0
LA
r
n
3
z
Ln
n
0
0
0
z
n
z
0
3
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
98
INDEPENDENT AUDITOR'S REPORTTO
THE MEMBERS OFASHTEAD GROUP PLC CONTINUED
Key audit matter As disclosed in the Group's accounting policy note on revenue (Note 2), rental revenue, including loss damage
description waiver and environmental fees, is recognised on a straight-line basis over the period of the rental contract.
Because a rental contract can extend across financial reporting periods, the Group records accrued revenue
(unbilled rental revenue) and deferred revenue at the beginning and end of each reporting period so that rental
revenue is appropriately stated in the financial statements.
Given the high -volume and low -value nature of transactions in the Group's revenue balance we identified a risk of
misstatement arising from management intervention, whether due to fraud or error, through top -side journals,
including manipulation of the accrued revenue (unbilled rental revenue) and deferred revenue judgements.
How the scope We evaluated the design and implementation of controls over the revenue cycle throughout the Group and tested
of our audit the operating effectiveness of controls over revenue at Sunbelt.
responded to the We carried out data analysis at Sunbelt US to perform a detailed assessment by store, looking at year -over -year
key audit matter changes in revenue to identify any outliers and identify instances of potential management intervention. We also
used data analytic techniques to identify and profile all manual top -side adjustments impacting the revenue
balance. Top -side adjustments that were identified as potentially non -recurring or unusual were subject to focused
testing on a sample basis. We obtained the relevant supporting documentation in order critically to assess the
accuracy and appropriateness of journal postings.
Key Based on the procedures performed, we did not identify any material exceptions or evidence of management bias
observations or manipulation of the revenue account and are satisfied that the amounts recorded are in line with the Group's
accounting policies.
jur application of materiality
We define materiality as the magnitude of misstatement in the financial statements that makes it probable that the economic decisions
of a reasonably knowledgeable person would be changed or influenced. We use materiality both in planning the scope of our audit work
and in evaluating the results of our work.
Based on our professional judgement, we determined materiality for the financial statements as a whole as follows
E45m (2018: £37m)
£18.8m (2018: £21.9m)
BASIS ' In determining our materiality, we took a three-year
3% of the Company net assets, which is consistent with
DETERMINING average profit before tax and applied a benchmark of
the basis used in the prior year.
MATERIALITY 5% to arrive at materiality. This approach is consistent
with the approach adopted in the prior year.
RATIONALE Profit before tax has been used as it is the primary
As the Company is a holding company, we considered
FORTHE measure of performance used by the Group. We have
net assets to be the most appropriate benchmark.
BENCHMARK used average reported profit before tax over the past
APPLIED three years to reflect the cyclical nature of the
industry in which the Group operates.
We agreed with the Audit Committee that we would report to the Committee all audit differences in excess of Elm (2018: E1.8m),
as well as differences below that threshold that, in our view, warranted reporting on qualitative grounds. We also report to the
Audit Committee on disclosure matters that we identified when assessing the overall presentation of the financial statements.
An overview of the scope of our audit
Our Group audit was scoped by obtaining an understanding of the Group and its environment, including group -wide controls, and
assessing the risks of material misstatement at the Group level. Audit work to respond to the risks of material misstatement consisted
of a combination of the work performed by separate component teams in the UK and US as well as the Group audit team in the UK.
The Group comprises four (2018: four) principal components: the Head Office in the UK; A -Plant in the UK; Sunbelt US; and Sunbelt
Rentals of Canada. The Group audit team performed a full scope audit of the Head Office component and local component audit teams
performed full -scope audits at both A -Plant and Sunbelt US, consistent with the prior year approach.
The three locations where we performed full audit procedures represent 96% (2018: 96%) of the Group's revenue, 97% (2018: 98%) of
the Group's profit before tax and 98% (2018: 98%) of the Group's net assets. They were also selected to provide an appropriate basis
for undertaking audit work to address the risks of material misstatement identified above. Our audit work at the three locations was
executed at levels of materiality applicable to each individual location, which were lower than Group materiality and ranged from
£18.Om to £40.5m.
The Sunbelt US component team also performed a review of the financial information of the operations in Sunbelt Canada,
which represents 4% of the Group's revenue, 3% of the Group's profit before tax and 2% of the Group's net assets.
Members of the Group audit team, including the lead audit partner, visited the component audit teams during the financial year
and after the year end to oversee the work performed by the component teams. At the Group level we also tested the consolidation.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
99
The directors are responsible for the other information. The other information comprises the information
included in the Annual Report, other than the financial statements and our auditor's report thereon.
Our opinion on the financial statements does not cover the other information and, except to the extent otherwise
explicitly stated in our report, we do not express any form of assurance conclusion thereon.
In connection with our audit of the financial statements, our responsibility is to read the other information and,
in doing so, consider whether the other information is materially inconsistent with the financial statements or
our knowledge obtained in the audit or otherwise appears to be materially misstated.
If we identify such material inconsistencies or apparent material misstatements, we are required to determine
whether there is a material misstatement in the financial statements or a material misstatement of the other
information. If, based on the work we have performed, we conclude that there is a material misstatement of this
other information, we are required to report that fact.
In this context, matters that we are specifically required to report to you as uncorrected material misstatements
of the other information include where we conclude that:
- Fair, balanced and understandable - the statement given by the directors that they consider the Annual Report
and financial statements taken as a whole is fair, balanced and understandable and provides the information
necessary for shareholders to assess the Group's position and performance, business model and strategy,
is materially inconsistent with our knowledge obtained in the audit; or
- Audit Committee reporting - the section describing the work of the Audit Committee does not appropriately
address matters communicated by us to the Audit Committee; or
- Directors' statement of compliance with the UK Corporate Governance Code - the parts of the directors'
statement required under the Listing Rules relating to the Company's compliance with the UK Corporate
Governance Code containing provisions specified for review by the auditor in accordance with Listing Rule
9.8.10R(2) do not properly disclose a departure from a relevant provision of the UK Corporate Governance Code.
We have nothing
to report in respect
of these matters.
Responsibilities of directors
As explained more fully in the Statement of directors' responsibilities, the directors are responsible for the preparation of the financial
statements and for being satisfied that they give a true and fair view, and for such internal control as the directors determine is
necessary to enable the preparation of financial statements that are free from material misstatement, whether due to fraud or error.
In preparing the financial statements, the directors are responsible for assessing the Group's and the Company's ability to continue
as a going concern, disclosing as applicable, matters related to going concern and using the going concern basis of accounting unless
the directors either intend to liquidate the Group or the Company or to cease operations, or have no realistic alternative but to do so.
Auditor's responsibilities for the audit of the financial statements
Our objectives are to obtain reasonable assurance about whether the financial statements as a whole are free from material
misstatement, whether due to fraud or error, and to issue an auditor's report that includes our opinion. Reasonable assurance is a high
level of assurance, but is not a guarantee that an audit conducted in accordance with ISAs (UK) will always detect a material misstatement
when it exists. Misstatements can arise from fraud or error and are considered material if, individually or in the aggregate, they could
reasonably be expected to influence the economic decisions of users taken on the basis of these financial statements.
Details of the extent to which the audit was considered capable of detecting irregularities, including fraud are set out below
A further description of our responsibilities for the audit of the financial statements is located on the FRC's website at:
www.frc.org.uk/auditorsresponsibilities. This description forms part of our auditor's report.
z
n
z
n
LA
n
M
3
z
Ln
n
0
0
0
z
n
r
z
0
0
3
n
1
0
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
100 INDEPENDENT AUDITOR'S REPORTTO
THE MEMBERS OFASHTEAD GROUP PLC CONTINUED
Extent to which the audit was considered capable of detecting irregularities, including fraud
We identify and assess the risks of material misstatement of the financial statements, whether due to fraud or error, and then design
and perform audit procedures responsive to those risks, including obtaining audit evidence that is sufficient and appropriate to provide
a basis for our opinion.
Identifying and assessing potential risks related to irregularities
In identifying and assessing risks of material misstatement in respect of irregularities, including fraud and non-compliance with laws
and regulations, our procedures included the following:
— enquiring of management, internal legal counsel and the Audit Committee, including obtaining and reviewing supporting
documentation, concerning the Group's policies and procedures relating to:
identifying, evaluating and complying with laws and regulations and whether they were aware of any instances of non-compliance;
detecting and responding to the risks of fraud and whether they have knowledge of any actual, suspected or alleged fraud; and
the internal controls established to mitigate risks related to fraud or non-compliance with laws and regulations;
— discussing among the engagement team, including component audit teams, how and where fraud might occur in the financial
statements and any potential indicators of fraud. As part of this discussion we considered the potential risk of fraud in revenue
recognition; and
— obtaining an understanding of the legal and regulatory frameworks in which the Group operates, focusing on those laws and
regulations that have a direct effect on the financial statements or that have a fundamental effect on the operations of the Group.
The key laws and regulations we considered in this context included the UK Companies Act 2006, the Listing Rules, the UK Corporate
Governance Code, pensions legislation and UK and overseas tax legislation.
Audit response to risks identified
As a result of performing the above, we identified revenue recognition as a key audit matter related to the potential risk of fraud.
The key audit matters section of our report explains the matter in more detail and also describes the specific procedures we performed
in response to that key audit matter.
In addition to the above, our procedures to respond to risks identified included the following:
— reviewing the financial statement disclosures and testing to supporting documentation to assess compliance with relevant laws
and regulations discussed above;
— enquiring of management, the Group's performance standards function (which is responsible for assessing store compliance
with operating policies), the Audit Committee and in-house legal counsel concerning actual and potential litigation and claims;
— performing analytical procedures to identify any unusual or unexpected relationships that may indicate risks of material
misstatement due to fraud;
— reading minutes of meetings of those charged with governance, reviewing internal audit reports and reviewing correspondence
with taxation authorities; and
— in addressing the risk of fraud through management override of controls, testing the appropriateness of journal entries and other
adjustments; assessing whether the judgements made in making accounting estimates are indicative of a potential bias; and
evaluating the business rationale of any significant transactions that are unusual or outside the normal course of business.
We also communicated relevant identified laws and regulations and potential fraud risks to all engagement team members including
internal specialists and component audit teams, and remained alert to any indications of fraud or non-compliance with laws and
regulations throughout the audit.
Report on other legal and regulatory requirements
Opinions on other matters prescribed by the Companies Act 2006
In our opinion the part of the Remuneration report to be audited has been properly prepared in accordance with the Companies Act 2006.
In our opinion, based on the work undertaken in the course of the audit:
— the information given in the Strategic report and the Directors' report for the financial year forwhich the financial statements are
prepared is consistent with the financial statements; and
— the Strategic report and the Directors' report have been prepared in accordance with applicable legal requirements.
In the light of the knowledge and understanding of the Group and the Company and their environment obtained in the course of the
audit, we have not identified any material misstatements in the Strategic report or the Directors' report.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
101
Matters on which we are required to report by exception
Under the Companies Act 2006 we are required to report to you if, in our opinion: We have nothing to
- we have not received all the information and explanations we require for our audit; or report in respect
of these matters.
- adequate accounting records have not been kept by the parent company, or returns adequate for our audit
have not been received from branches not visited by us; or
- the Company financial statements are not in agreement with the accounting records and returns.
Under the Companies Act 2006 we are also required to report if in our opinion certain disclosures of directors' We have nothing to
remuneration have not been made or the part of the Remuneration report to be audited is not in agreement with report in respect
the accounting records and returns. of these matters.
Other matters
Auditor tenure
Following the recommendation of the Audit Committee, we were appointed by the Board of directors in 2004 to audit the financial
statements for the year ended April 2004 and subsequent financial periods. The period of total uninterrupted engagement including
previous renewals and reappointments of the firm is 16 years, covering the years ended April 2004 to April 2019.
Consistency of the audit report with the additional report to the Audit Committee
Our audit opinion is consistent with the additional report to the Audit Committee we are required to provide in accordance with ISAs (UK).
Use of our report
This report is made solely to the Company's members, as a body, in accordance with Chapter 3 of Part 16 of the Companies Act 2006.
Our audit work has been undertaken so that we might state to the Company's members those matters we are required to state to them
in an auditor's report and for no other purpose. To the fullest extent permitted by law, we do not accept or assume responsibility to
anyone other than the Company and the Company's members as a body for our audit work, for this report, or for the opinions we
have formed.
�lJ
WILLIAM SMITH
(SENIOR STATUTORY AUDITOR)
for and on behalf of Deloitte LLP
Statutory Auditor
London, UK
17 June 2019
z
n
z
D
Ln
M
3
z
Ln
n
0
0
0
z
n
r
z
0
0
3
n
1
0
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA099490lD28
102
CONSOLIDATED FINANCIAL STATEMENTS
Consolidated income statement
for the year ended 30 April 2019
2019
2018
Before
exceptional
Exceptional
Before
items and
items and
amortisation
Amortisation
Total
amortisation
amortisation
Total
Notes
£m
£m
£m
Em
Em
Em
Revenue
Rental revenue
4,138.0
-
4,138.0
3,418.2
-
3,418.2
Sale of new equipment, merchandise
and consumables
170.5
-
170.5
139.2
-
139.2
Sale of used rental equipment
191.1
-
191.1
148.6
-
148.6
4,499.6
-
4,499.6
3,706.0
-
3,706.0
Operating costs
Staff costs
4
(1,019.41
-
(1,019.4)
(863.4)
-
(863.4)
Used rental equipment sold
4
(159.7)
-
(159.7)
(128.2)
-
(128.2)
Other operating costs
4
(1,213.9)
-
(1,213.91
(981.3)
-
(981.3)
(2,393.0)
-
(2,393.01
(1,972.9)
-
(1,972.9)
EBITDA*
2,106.6
-
2,106.6
1,733.1
-
1,733.1
Depreciation
4
(843.0)
-
(843.01
(695.6)
-
(695.6)
Amortisation of intangibles
4,5
-
(50.7)
(50.71
-
(43.5)
(43.5)
Operating profit
3.4
1,263.6
(50.7)
1,212.9
1,037.5
(43.5)
994.0
Investment income
6
0.1
-
0.1
-
-
-
Interest expense
6
(153.5)
-
(153.5)
(110.21
(21.7)
(131.9)
Profit on ordinary activities before taxation
1,110.2
(50.7)
1,059.5
927.3
(65.2)
862.1
Taxation
7, 19
(274.9)
12.3
(262.61
(294.81
401.5
106.7
Profit attributable to equity holders
of the Company 835.3 (38.4) 796.9 632.5 336.3 968.8
Basic earnings per share 9 174.2p (8.1p) 166.1p 127.5p 67.8p 195.3p
Diluted earnings per share 9 173.4p (8.Op) 165.4p 126.9p 67.5p 194.4p
* EBITDA is presented here as an alternative performance measure as it is commonly used by investors and lenders
All revenue and profit for the year is generated from continuing operations.
Consolidated statement of comprehensive income
for the year ended 30 April 2019
2019 2018
Notes £m Em
Profit attributable to equity holders of the Company for the financial year 796.9 968.8
Items that will not be reclassified to profit or loss:
Remeasurement of the defined benefit pension plan 23 (3.71 8.7
Tax on defined benefit pension plan 0.7 (1.5)
(3.0) 7.2
Items that may be reclassified subsequently to profit or loss:
Foreign currency translation differences 108.9 (115.2)
Total comprehensive income for the year 902.8 860.8
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
103
Consolidated balance sheet
at 30 April 2019
2019
2018
Notes £m
Em
Current assets
Inventories
10 83.5
55.2
Trade and other receivables
11 843.6
669.4
Current tax asset
25.3
23.9
Cash and cash equivalents
12 12.8
19.1
965.2
767.6
Non -current assets
Property, plant and equipment Ln
- rental equipment 13 5,413.3 4,430.5 n
- other assets 13 573.7 451.5
5,987.0 4,882.0 A
Goodwill 14 1,144.7 882.6 0
Other intangible assets 14 260.6 206.3
Net defined benefit pension plan asset 23 - 4.5
7,392.3 5,975.4
Total assets 8,357.5 6,743.0 0
M
m
n
Current liabilities o
Trade and other payables 15 632.4 617.5 V^
Current tax liability 16.4 13.1 M
Short-term borrowings 16 2.3 2.7
Provisions 18 42.5 25.8
693.6 659.1
Non -current liabilities
Long-term borrowings 16 3,755.4 2,728.4
Provisions 18 46.0 34.6 n
z
Deferred tax liabilities 19 1,061.1 794.0 0
n
Net defined benefit pension plan liability 23 0.9 -
Ln
4,863.4 3,557.0
m
Total liabilities 5,557.0 4,216.1 m
Equity N
Share capital 20 49.9 49.9
Share premium account 3.6 3.6
Capital redemption reserve 6.3 6.3 n
Own shares held by the Company 20 (622.61 (161.0) 21
Own shares held through the ESOT 20 124.61 (20.0) z
Cumulative foreign exchange translation differences 234.7 125.8 r-
Retained reserves 3,153.2 2,522.3 T
0
Equity attributable to equity holders of the Company 2,800.5 2,526.9 3
n
1
0
Total liabilities and equity 8,357.5 6,743.0 z
These financial statements were approved by the Board on 17 June 2019.
v
a
c�
AD?-
BRENDAN HORGAN MICHAEL PRATT 'g
Chief executive Finance director
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
104 I CONSOLIDATED FINANCIAL STATEMENTS CONTINUED
Consolidated statement of changes in equity
for the year ended 30 April 2019
Own
Own
Cumulative
shares
shares
foreign
Share Capital
held by
held
exchange
Share premium redemption
the
through
translation
Retained
capital account reserve
Company
the ESOT
differences
reserves
Total
£m £m Em
£m
£m
£m
£m
£m
At 1 May 2017
49.9 3.6 6.3
-
(16.7)
241.0
1,686.0
1,970.1
Profit for the year
- - -
-
-
-
968.8
968.8
Other comprehensive income:
Foreign currency translation differences
- - -
-
-
(115.2)
-
(115.21
Remeasurement of the defined benefit
pension plan
- - -
-
-
-
8.7
8.7
Tax on defined benefit pension plan
- - -
-
-
-
(1.5)
(1.51
Total comprehensive income for the year
- - -
-
-
(115.2)
976.0
860.8
Dividends paid
- - -
-
-
-
(140.5)
(140.5)
Own shares purchased by the ESOT
- - -
-
(10.2)
-
-
(10.2)
Own shares purchased by the Company
- - -
(161.01
-
-
-
(161.0)
Share -based payments
- - -
-
6.9
-
0.1
7.0
Tax on share -based payments
- - -
-
-
-
0.7
0.7
At 30 April 2018
49.9 3.6 6.3
(161.0)
(20.0)
125.8
2,522.3
2,526.9
Profit for the year
- - -
-
-
-
796.9
796.9
Other comprehensive income:
Foreign currency translation differences
- - -
-
-
108.9
-
108.9
Remeasurement of the defined benefit
pension plan
- - -
-
-
-
(3.7)
(3.7)
Tax on defined benefit pension plan
- - -
-
-
-
0.7
0.7
Total comprehensive income forthe year
- - -
-
-
108.9
793.9
902.8
Dividends paid
- - -
-
-
-
(164.21
(164.2)
Own shares purchased by the ESOT
- - -
-
(14.2)
-
-
(14.2)
Own shares purchased by the Company
- - -
(461.6)
-
-
-
(461.61
Share -based payments
- - -
-
9.6
-
(2.0)
7.6
Tax on share -based payments
- - -
-
-
-
3.2
3.2
At 30 April 2019
49.9 3.6 6.3
(622.61
(24.61
234.7
3,153.2
2,800.5
Further information is included in Note 20.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
105
Consolidated cash flow statement
for the year ended 30 April 2019
2019 2018
Notes Em £m
Cash flows from operating activities
Cash generated from operations before exceptional items and changes in rental equipment
25(a) 2,042.5
1,681.2
Payments for rental property, plant and equipment
(1,503.5)
(1,081.7)
Proceeds from disposal of rental property, plant and equipment
181.6
151.8
Cash generated from operations
720.6
751.3
Financing costs paid (net)
(142.9)
(110.0)
Exceptional financing costs paid
-
(25.2)
Tax paid (net)
(51.0)
(97.6)
Net cash generated from operating activities
526.7
518.5
Cash flows from investing activities
Acquisition of businesses 25(b) (591.3) (359.0)
Payments for non -rental property, plant and equipment (168.7) (138.6)
Proceeds from disposal of non -rental property, plant and equipment 10.2 8.9
Payments for purchase of intangible assets - (2.6)
Net cash used in investing activities 1749.81 (491.3)
Cash flows from financing activities
M
Drawdown of loans
1,820.3
1,580.8
0
Redemption of loans
(963.8)
(1,284.6)
Capital element of finance lease payments
(1.2)
(1.4)
M
Dividends paid
(164.2)
(140.5)
Purchase of own shares by the ESOT
(14.2)
(10.2)
Purchase of own shares by the Company
(460.4)
(158.2)
Net cash generated fromAused in) financing activities
216.5
(14.1)
(Decrease)/increase in cash and cash equivalents
(6.6)
13.1
n
Opening cash and cash equivalents
19.1
6.3
L)
Effect of exchange rate difference
0.3
(0.3)
n
LA
Closing cash and cash equivalents
12.8
19.1
m
3
m
Z
2019
2018
Ln
Note £m
£m
Reconciliation of net cash flows to net debt
Decrease/(increase) in cash in the period
6.6
(13.1)
n
0
Increase in debt through cash flow
855.3
294.8
--1
Change in net debt from cash flows
861.9
281.7
0
n
Debt acquired
28.4
40.7
z
Exchange differences
126.3
(139.8)
o
Non -cash movements:
3
n
- deferred costs of debt raising
15.4
(0.5)
o
- capital element of new finance leases
0.9
2.2
Z
Increase in net debt in the period
1,032.9
184.3
Net debt at 1 May
2,712.0
2,527.7
Net debt at 30 April
25(c) 3,744.9
2,712.0
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
106 1
NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS
1 General information
Ashtead Group plc ('the Company') is a company incorporated and
domiciled in England and Wales and listed on the London Stock
Exchange. The consolidated financial statements are presented
in pounds sterling, the functional currency of the parent.
2 Accounting policies
The principal accounting policies adopted in the preparation
of these financial statements are set out below. These policies
have been applied consistently to all the years presented,
unless otherwise stated.
Basis of preparation
These financial statements have been prepared in accordance
with International Financial Reporting Standards ('IFRS') and with
those parts of the Companies Act 2006 applicable to companies
reporting under IFRS. Accordingly, the Group complies with all
IFRS, including those adopted for use in the European Union and
therefore the Group financial statements comply with Article 4
of the EU IAS Regulation. The financial statements have
been prepared under the historical cost convention, modified
for certain items carried at fair value, as stated in the
accounting policies.
The consolidated financial statements have been prepared on the
going concern basis. The Group's internal budgets and forecasts
of future performance, available financing facilities and facility
headroom (see Note 161, provide a reasonable expectation that
the Group has adequate resources to continue in operation for
the foreseeable future and consequently the going concern
basis continues to be appropriate in preparing the consolidated
financial statements.
Key judgements and estimates
The preparation of financial statements in conformity with
generally accepted accounting principles requires management
to make judgements, estimates and assumptions that affect
the reported amounts of assets and liabilities at the date of the
financial statements and the reported amount of revenue and
expenses during the reporting period.
In the course of preparing the financial statements,
no judgements have been made in the process of applying
the Group's accounting policies, other than those involving
estimations, that have had a significant effect on the amounts
recognised within the financial statements. The estimates and
associated assumptions which have been used are based on
historical experience and other factors that are considered to be
relevant. While actual results could differ from these estimates,
the Group has not identified any assumptions, or other key
sources of estimation uncertainty in the reporting period that
may have a significant risk of causing a material adjustment
to the carrying amounts of assets and liabilities within the
next financial year.
Changes in accounting policies and disclosures
New and amended standards adopted by the Group
The following new standards are effective for the first time
this financial year, neither of which has a material impact
on the Group:
— IFRS 9, 'Financial instruments' ('IFRS 91, relates to the
classification, measurement and recognition of financial
assets and liabilities, impairment of financial assets and
hedge accounting.
There have been no changes to the measurement of the
Group's financial assets or liabilities as a result of our adoption
of IFRS 9, and no changes to the Group's level of provisioning
as a result of our adoption of IFRS 9.
IFRS 9 replaced the 'incurred loss' model in IAS 39 with an
'expected credit loss' ('ECL) model. The ECL model requires
the Group to account for expected credit losses and changes in
those expected credit losses at each reporting date to reflect
changes in credit risk since the initial recognition of a financial
asset. The Group has elected to apply the simplified version
of the ECL model as permitted by IFRS 9 in respect of trade
receivables, which involves assessing lifetime expected credit
losses on all balances and as such the Group has a provision
matrix that is based on its historical credit loss experience and
which may be adjusted for specific forward -looking factors.
— IFRS 15, 'Revenue from Contracts with Customers' ('IFRS 151,
provides a five -step model of accounting for revenue
recognition which includes identifying the contract, identifying
performance obligations, determining the transaction price,
allocating the transaction price to different performance
obligations and the timing of recognition of revenue in
connection with different performance obligations.
The Group's adoption of IFRS 15 has had no impact as our
accounting policies were already in line with IFRS 15.
There are no new IFRIC Interpretations that are effective for
the first time this financial year which have a material impact
on the Group.
New standards, amendments and interpretations issued but not
effective for the financial year beginning 1 May 2018 and not
adopted early
IFRS 16, Leases, is applicable for the Group from 1 May 2019 and
provides a new model for lease accounting under which lessees
will recognise a lease liability reflecting future lease payments
and a right -of -use asset on the balance sheet for all lease
contracts other than certain short-term leases and leases of
low -value assets. In the income statement, depreciation on the
right -of -use asset and an interest expense on the lease liability
will be recognised.
The Group has completed its work in assessing the impact of
the new standard, which requires a number of judgements in
its application:
— transition approach: the Group has elected to apply IFRS 16
using the modified retrospective approach, with the right -of -
use asset equal to the lease liability on transition subject to
required transitional adjustments. As such, the cumulative
effect of adopting IFRS 16 will be recognised as an adjustment
to opening retained earnings on 1 May 2019 with no restatement
of comparatives;
— recognition exemption options: short-term leases and leases
of low -value assets will be excluded from the lease liability
recognised, as permitted by IFRS 16;
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
107
— assessment of lease term: most of the Group's leases relate
to properties. The typical structure of our property leases is an
initial lease term (usually ten years) with a series of options to
extend the lease at our discretion (usually two or three five-year
options). The Group has concluded that recognition of the lease
term, including extension options, best reflects the Group's
assessment of the options available, our past experience
and growth strategy. The average remaining lease term
at 1 May 2019 was 12 years, compared with the minimum
remaining average lease term of four years; and
— discount rate: IFRS 16 requires future lease payments to
be discounted using the interest rate implicit in the lease, or
where this rate cannot be readily determined, an incremental
borrowing rate ('IBR'). The Group has concluded that it is
not possible to determine the rate implicit in its portfolio of
property leases and therefore will adopt an IBR methodology.
The weighted average discount rate at 1 May 2019 was 4%.
On 1 May 2019, an additional lease liability in the region of
£900m will be recognised on the balance sheet together with a
corresponding right -of -use asset, adjusted for rent prepayments
and accruals as at the date of transition. This compares with
the undiscounted minimum lease commitment of £495m, as
determined in accordance with existing accounting standards.
Based on the leases held at 1 May 2019 and our anticipated
greenfield opening programme, our best estimate of the income
statement impact for 2019/20 from the adoption of FIRS 16
is as follows:
— EBITDA is expected to increase by c. E100m as the operating
lease expense which was previously recognised is replaced
with depreciation on the right -of -use asset and interest on
the lease liability;
— operating profit will increase by c. E15m due to the benefit
from the elimination of the historical operating lease charge
partially offset by depreciation on the right -of -use asset; and
— profit before tax is estimated to decrease by c. E30m.
The total income statement charge over the life of the leases
remains unchanged, with the difference reflecting the 'front-end
loaded' nature of operating lease charges under the IFRS 16
model. In addition, we expect total Group leverage to increase
by 0.3x — 0.4x as a result of the adoption of IFRS 16.
There are no other FIRS or IFRIC Interpretations that are not
yet effective that would be expected to have a material impact
on the Group.
Basis of consolidation
The consolidated financial statements incorporate the financial
statements of the Company and entities controlled by the Company
(its subsidiaries) made up to 30 April each year. Control is achieved
when the Company has the power over the investee, is exposed,
or has rights, to variable returns from its involvement with the
investee, and has the ability to use its power to affect its returns.
The Company reassesses whether or not it controls an investee
if facts and circumstances indicate that there are changes to one
or more of the three elements of control listed above.
Consolidation of a subsidiary begins when the Company obtains
control over the subsidiary and ceases when the Company loses
control of the subsidiary. Specifically, the results of subsidiaries
acquired or disposed of during the year are included in the
consolidated income statement from the date the Company
gains control until the date when the Company ceases to control
the subsidiary.
Where necessary, adjustments are made to the financial
statements of subsidiaries to bring the accounting policies
used into line with the Group's accounting policies.
All intragroup assets and liabilities, equity, income, expenses
and cash flows relating to transactions between the members
of the Group are eliminated on consolidation.
Business combinations
Acquisitions of subsidiaries and businesses are accounted for
using the acquisition method. The consideration transferred in
a business combination is the fair value at the acquisition date
of the assets transferred and the liabilities incurred by the Group
and includes the fair value of any contingent consideration
arrangement. Acquisition- related costs are recognised in the
income statement as incurred.
Contingent consideration is measured at the acquisition date at
fair value and included in provisions in the balance sheet. Changes
in the fair value of contingent consideration due to events post
the date of acquisition are recognised in the income statement.
Foreign currency translation
Our reporting currency is the pound sterling, the functional
currency of the parent company. However, the majority of our
assets, liabilities, revenue and costs are denominated in US
dollars. Assets and liabilities in foreign currencies are translated
into pounds sterling at rates of exchange ruling at the balance
sheet date. Income statements and cash flows of overseas
subsidiary undertakings are translated into pounds sterling
at average rates of exchange for the year. The exchange rates
used in respect of the US dollar and Canadian dollar are:
US dollar Canadian dollar
2019 2018 2019 2018
Average foryear 1.30 1.34 1.72 1.71
Year end 1.30 1.38 1.75 1.77
Exchange differences arising from the retranslation of the
opening net investment of overseas subsidiaries and the
difference between the inclusion of their profits at average rates
of exchange in the Group income statement and the closing rate
used for the balance sheet are recognised directly in a separate
component of equity. Other exchange differences are dealt with
in the income statement.
Revenue
Revenue is measured based on the consideration specified in
a contract with a customer and excludes amounts collected
on behalf of third parties and VAT/sales tax. Our revenue is a
function of our rental rates and the size, utilisation and mix of
our equipment rental fleet. The Group has three main sources
of revenue as detailed below:
— rental revenue, including loss damage waiver, environmental
fees and revenue from rental equipment delivery and collection;
— revenue from the sale of new equipment, merchandise and
consumables; and
— revenue from the sale of used rental equipment.
z
n
z
n
LA
n
m
3
z
Ln
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
108
NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
2 Accounting policies (continued)
Rental revenue, including loss damage waiver and environment
fees, is recognised overtime on a straight-line basis over the
period of the rental contract. However as a rental contract can
extend across financial reporting period ends, the Group records
accrued revenue (unbilled rental revenue) and deferred revenue
at the beginning and end of each reporting period so that rental
revenue is appropriately stated in the financial statements.
Revenue from rental delivery and collection is recognised when
the delivery or collection has occurred and the performance
obligation therefore fulfilled.
Revenue from the sale of new rental equipment, merchandise and
consumables, togetherwith revenue from the sale of used rental
equipment, is recognised at the time of delivery to, or collection
by, the customer and when all performance obligations under
the sale contract have been fulfilled.
Revenue from the sale of rental equipment in connection with
trade-in arrangements with certain manufacturers from whom
the Group purchases new equipment is accounted for at the lower
of transaction value or fair value based on independent appraisals.
If the trade-in price of a unit of equipment exceeds the fair market
value of that unit, the excess is accounted for as a reduction
of the cost of the related purchase of new rental equipment.
Of the Group's rental revenue, £3,386m (2018: £2,783m) is
accounted for in accordance with IAS 17, 'Leases', while revenue
from other ancillary services, revenue from the sale of new
equipment, merchandise and consumables and revenue from
the sale of used equipment totalling E1,114m (2018: E923m)
is accounted for in accordance with IFRS 15, 'Revenue from
Contracts with Customers'.
Investment income and interest expense
Investment income comprises interest receivable on funds
invested and net interest on net defined benefit pension
plan assets.
Interest expense comprises interest payable on borrowings,
amortisation of deferred debt raising costs, the unwind of the
discount on the self-insurance and contingent consideration
provisions and the net interest on net defined benefit pension
plan liabilities.
Exceptional items
Exceptional items are those items that are material and
non -recurring in nature that the Group believes should be
disclosed separately to assist in the understanding of the
financial performance of the Group.
Earnings per share
Earnings per share is calculated based on the profit for the
financial year and the weighted average number of ordinary
shares in issue during the year. For this purpose the number of
ordinary shares in issue excludes shares held by the Company
or by the Employee Share Ownership Trust in respect of which
dividends have been waived. Diluted earnings per share is
calculated using the profit for the financial year and the weighted
average diluted number of shares (ignoring any potential issue
of ordinary shares which would be anti -dilutive) during the year.
Underlying earnings per share comprises basic earnings per
share adjusted to exclude earnings relating to exceptional items
and amortisation of intangibles.
Current/non-current distinction
Current assets include assets held primarily for trading purposes,
cash and cash equivalents and assets expected to be realised in,
or intended for sale or consumption in, the course of the
Group's operating cycle and those assets receivable within
one year from the reporting date. All other assets are classified
as non -current assets.
Current liabilities include liabilities held primarily for trading
purposes, liabilities expected to be settled in the course of the
Group's operating cycle and those liabilities due within one year
from the reporting date. All other liabilities are classified as
non -current liabilities.
Property, plant and equipment
Owned assets
Property, plant and equipment is stated at cost (including
transportation costs from the manufacturer to the initial rental
Location) less accumulated depreciation and any provisions for
impairment. In respect of certain assets, cost includes rebuild
costs when the rebuild extends the asset's useful economic life
and it is probable that incremental economic benefits will accrue
to the Group. Rebuild costs include the cost of transporting the
equipment to and from the rebuild supplier. Depreciation is not
charged while the asset is not in use during the rebuild period.
Leased assets
Finance leases are those leases which transfer substantially all
the risks and rewards of ownership to the lessee. Assets held
under finance leases are capitalised within property, plant and
equipment at the fair value of the leased assets at inception of the
lease and depreciated in accordance with the Group's depreciation
policy. Outstanding finance lease obligations are included
within debt. The finance element of the agreements is charged
to the income statement on a systematic basis over the term
of the lease.
All other leases are operating leases, the rentals on which are
charged to the income statement on a straight-line basis over
the lease term.
Depreciation
Leasehold properties are depreciated on a straight-line basis
over the life of each lease. Other fixed assets, including those held
under finance leases, are depreciated on a straight-line basis
applied to the opening cost to write down each asset to its residual
value over its useful economic life. Estimates of useful life and
residual value are determined with the objective of allocating
most appropriately the cost of property, plant and equipment to
our income statement, over the period we anticipate it will be used
in our business. Residual values and estimated useful economic
lives are reassessed annually, recognising the cyclical nature
of the business, by making reference to recent experience of
the Group. The depreciation rates in use are as follows:
Perannum
Freehold property
2%
Motor vehicles
7% to 25%
Rental equipment
4% to 33%
Office and workshop equipment
20%
Residual values are estimated at 10-15% of cost in respect of most
types of rental equipment, although the range of residual values
used varies between zero and 35%.
Repairs and maintenance
Costs incurred in the repair and maintenance of rental and other
equipment are charged to the income statement as incurred.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
109
Intangible assets
Goodwill
Goodwill represents the difference between the fairvalue of
the consideration for an acquisition and the fairvalue of the net
identifiable assets acquired, including any intangible assets
other than goodwill.
Goodwill is stated at cost less any accumulated impairment
losses and is allocated to each of the Group's cash -generating
units expected to benefit from the synergies of the combination
The profit or loss on the disposal of a previously acquired
business includes the attributable amount of any purchased
goodwill relating to that business.
Other intangible assets
Other intangible assets acquired as part of a business combination
are capitalised at fairvalue as at the date of acquisition. Internally
generated intangible assets are not capitalised. Amortisation is
charged on a straight-line basis over the expected useful life of
each asset. Contract related intangible assets are amortised over
the life of the contract. Amortisation rates for other intangible
assets are as follows:
Perannum
Brand names 7%to 15%
Customer lists 10% to 20%
Contract related 14% to 50%
Impairment of assets
Goodwill is not amortised but is tested annually for impairment
as at 30 April each year. Assets that are subject to amortisation
or depreciation are reviewed for impairment whenever events
or changes in circumstances indicate that the carrying amount
may not be recoverable. An impairment loss is recognised in
the income statement for the amount by which the asset's
carrying amount exceeds its recoverable amount. For the
purposes of assessing impairment, assets are grouped at
the lowest levels for which there are separately identifiable
and independent cash flows for the asset being tested for
impairment (cash -generating unit).
The recoverable amount is the higher of an asset's fairvalue
Less costs of disposal and value in use. In assessing value in use,
estimated future cash flows are discounted to their present
value using a pre-tax discount rate that reflects current market
assessments of the time value of money and the risks specific
to the asset.
In respect of assets other than goodwill, an impairment loss
is reversed if there has been a change in the estimates used
to determine the recoverable amount. An impairment loss is
reversed only to the extent that the asset's carrying amount does
not exceed the carrying amount that would have been determined,
net of depreciation or amortisation, if no impairment loss had
been recognised. Impairment losses in respect of goodwill are
notreversed.
Taxation
The tax charge for the period comprises both current and
deferred tax. Taxation is recognised in the income statement
except to the extent that it relates to items recognised directly in
equity, in which case the related tax is also recognised in equity.
Current tax is the expected tax payable on the taxable income
for the year and any adjustment to tax payable in respect of
previous years.
Deferred tax is provided using the balance sheet liability method
on any temporary differences between the carrying amounts for
financial reporting purposes and those for taxation purposes.
Deferred tax liabilities are generally recognised for all taxable
temporary differences and deferred tax assets are recognised to
the extent that it is probable that taxable profits will be available
against which deductible temporary differences can be utilised.
Such assets and liabilities are not recognised if the temporary
differences arise from the initial recognition of goodwill.
Deferred tax liabilities are not recognised for temporary
differences arising on investments in subsidiaries where the
Group is able to control the reversal of the temporary difference
and it is probable that the temporary difference will not reverse
in the foreseeable future. Deferred tax is calculated at the tax
rates that are expected to apply in the period when the liability is
settled or the asset is realised. Deferred tax assets and liabilities
are offset when they relate to income taxes levied by the same
taxation authority and the Group intends to settle its current
tax assets and liabilities on a net basis.
Inventories
Inventories, which comprise equipment, fuel, merchandise and
spare parts, are valued at the lower of cost and net realisable
value. The cost of inventory that is not ordinarily interchangeable
is valued at individual cost. The cost of other inventories is
determined on a first -in, first -out basis or using a weighted
average cost formula, depending on the basis most suited
to the type of inventory held.
Employee benefits
Defined contribution pension plans
Obligations under the Group's defined contribution plans are
recognised as an expense in the income statement as incurred.
Defined benefit pension plans
The Group's obligation in respect of defined benefit pension plans
is calculated by estimating the amount of future benefit that
employees have earned in return for their service in the current
and prior periods; that benefit is discounted to determine its
present value and the fairvalue of plan assets is deducted.
The discount rate used is the yield at the balance sheet date
on AA -rated corporate bonds. The calculation is performed
by a qualified actuary using the projected unit credit method.
Actuarial gains and losses are recognised in full in the period in
which they arise through the statement of comprehensive income.
The increase in the present value of plan liabilities arising from
employee service during the period is charged to operating profit.
Net interest is calculated by applying a discount rate to the net
defined benefit pension plan asset or liability. The net interest
income or net interest expense is included in investment income
or interest expense, respectively.
The defined pension surplus or deficit represents the fair value
of the plan assets less the present value of the defined benefit
obligation. A surplus is recognised in the balance sheet to the
extent that the Group has an unconditional right to the surplus,
either through a refund or reduction in future contributions.
A deficit is recognised in full.
Share -based compensation
The fairvalue of awards made under share -based compensation
plans is measured at grant date and spread over the vesting
period through the income statement with a corresponding
increase in equity. The fairvalue of share options and awards
is measured using an appropriate valuation model taking into
account the terms and conditions of the individual award. The
amount recognised as an expense is adjusted to reflect the actual
awards vesting except where any change in the awards vesting
relates only to market -based criteria not being achieved.
z
n
0
n
LA
M
3
z
Ln
n
0
0
z
n
r
z
T
3
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
110
NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
2 Accounting policies (continued)
Insurance
Insurance costs include insurance premiums which are written
off to the income statement over the period to which they relate
and an estimate of the discounted liability for uninsured retained
risks on unpaid claims incurred up to the balance sheet date. The
estimate includes events incurred but not reported at the balance
sheet date. This estimate is discounted and included in provisions
in the balance sheet on a gross basis with a corresponding
insurance receivable amount recognised as an asset where
it is virtually certain that reimbursement will be received and
the amount of the receivable can be measured reliably.
Financial instruments
Financial assets and financial liabilities are recognised in the
Group's balance sheet when the Group becomes a party to the
contractual provisions of the instrument.
Financial assets
Trade receivables
Trade receivables do not carry interest and are stated at face
value as reduced by appropriate loss allowances for estimated
irrecoverable amounts using an expected credit loss model.
This approach requires the Group to account for expected credit
losses and changes in those expected credit losses at each
reporting date so as to reflect changes in credit risk since initial
recognition of the trade receivable.
Cash and cash equivalents
Cash and cash equivalents comprises cash balances and call
deposits with maturity of less than, or equal to, three months.
-inancial liabilities and equity
Equity instruments
An equity instrument is any contract that evidences a residual
interest in the assets of the Group after deducting all of its
liabilities. Equity instruments issued by the Group are recorded
at the proceeds received, net of direct issue costs.
Trade payables
Trade payables are not interest bearing and are stated at fair
value and subsequently measured at amortised cost using the
effective interest rate mentioned.
3orrowings
Interest -bearing bank loans and overdrafts are recorded at the
proceeds received, net of direct transaction costs where these
are integral to the total cost of the borrowing. Where this is not the
case, direct transaction costs are recognised separately from the
financial liability as a loan commitment asset. Finance charges,
including amortisation of direct transaction costs, are charged
to the income statement using the effective interest rate method.
Tranches of borrowings and overdrafts which mature on a regular
basis are classified as current or non -current liabilities based
on the maturity of the facility so long as the committed facility
exceeds the drawn debt.
Net debt
Net debt consists of total borrowings less cash and cash
equivalents. Borrowings exclude accrued interest. Foreign
currency denominated balances are retranslated to pounds
sterling at rates of exchange ruling at the balance sheet date.
Secured notes
The Group's secured notes contain early repayment options,
which constitute embedded derivatives in accordance with IFRS 9,
Financial Instruments. The accounting for these early repayment
options depends on whether they are considered to be closely
related to the host contract or not based on IFRS 9. Where they
are closely related, the early repayment option is not accounted
for separately and the notes are recorded within borrowings, net
of direct transaction costs. The interest expense is calculated
by applying the effective interest rate method.
In circumstances where the early repayment option is not
considered closely related to the host contract, the repayment
option has to be valued separately. At the date of issue the liability
component of the notes is estimated using prevailing market
interest rates for similar debt with no repayment option and
is recorded within borrowings, net of direct transaction costs.
The difference between the proceeds of the note issue and the
fair value assigned to the liability component, representing the
embedded option to prepay the notes is included within Other
financial assets — derivatives. The interest expense on the liability
component is calculated by applying the effective interest rate
method. The embedded option to prepay is fair valued using an
appropriate valuation model and fair value remeasurement gains
and losses are included in investment income and interest
expense respectively.
Where the Group's senior secured notes are issued at a premium
or a discount, they are initially recognised at their face value plus
or minus the premium or discount. The notes are subsequently
measured at amortised cost using the effective interest
rate method.
Provisions
Provisions are recognised when the Group has a present
obligation as a result of a past event, and it is probable that the
Group will be required to settle that obligation. Provisions are
measured at the directors' best estimate of the expenditure
required to settle the obligation at the balance sheet date and
are discounted to present value where the effect is material.
Employee Share Ownership Trust
Shares in the Company acquired by the Employee Share
Ownership Trust ('ESOT'I in the open market for use in connection
with employee share plans are presented as a deduction from
shareholders' funds. When the shares vest to satisfy share -based
payments, a transfer is made from own shares held through
the ESOT to retained earnings.
Own shares held by the Company
The cost of own shares held by the Company is deducted from
shareholders' funds. The proceeds from the reissue of own
shares are added to shareholders' funds with any gains in excess
of the average cost of the shares being recognised in the share
premium account.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
111
3 Segmental analysis
Segmental analysis by reportable operating segment
The Group operates one class of business: rental of equipment. Operationally, the Group is split into three business units, Sunbelt US,
A -Plant and Sunbelt Canada which report separately to, and are managed by, the chief executive and align with the geographies
in which they operate, being the United States, the United Kingdom and Canada, respectively. Accordingly, the Group's reportable
operating segments are Sunbelt US, A -Plant and Sunbelt Canada.
The Group manages debt and taxation centrally, rather than by business unit. Accordingly, segmental results are stated before interest
and taxation which are reported as central Group items. This is consistent with the way the chief executive reviews the business.
There are no sales between the business segments. Segment assets include property, plant and equipment, goodwill, intangibles,
inventory and receivables. Segment liabilities comprise operating liabilities and exclude taxation balances, corporate borrowings and
accrued interest. Capital expenditure represents additions to property, plant and equipment and intangible assets, including goodwill,
and includes additions through the acquisition of businesses.
Sunbelt
Corporate
Sunbelt US
A -Plant
Canada
items
Group
Year ended 30 April 2019
£m
£m
Em
£m
£m
Revenue
Rental revenue
3,554.2
416.4
167.4
-
4,138.0
Sale of new equipment, merchandise and consumables
118.4
32.5
19.6
-
170.5
Sale of used rental equipment
151.7
26.2
13.2
-
191.1
3,824.3
475.1
200.2
-
4,499.6
EBITDA
1,880.9
168.4
72.2
(14.9)
2,106.6
Depreciation
(696.6)
(106.1)
(40.3)
-
(843.0)
Segment result
1,184.3
62.3
31.9
(14.9)
1,263.6
Amortisation
(50.7)
Net financing costs
(153.4)
Profit before taxation
1,059.5
Taxation
(262.61
Profit attributable to equity shareholders
796.9
Segment assets
6,991.8
851.6
475.7
0.3
8,319.4
Cash
12.8
Taxation assets
25.3
Total assets
8,357.5
Segment liabilities
592.5
68.2
31.0
12.2
703.9
Corporate borrowings and accrued interest
3,775.6
Taxation liabilities
1,077.5
Total liabilities
5,557.0
Other non -cash expenditure - share -based payments 4.7 0.7 0.1 2.1 7.6
Capital expenditure 1,881.1 181.0 141.5 - 2,203.6
m
n
m
m
0
0
0
m
0
v�
m
0
0
z
n
z
LA
r
n
m
m
m
Z
Ln
n
0
0
0
z
n
r
z
0
n
1
0
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
112 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
3 Segmental analysis (continued)
Sunbelt
Corporate
Sunbelt US
A -Plant
Canada
items
Group
Year ended 30 April 2018
£m
Em
Em
£m
Em
Revenue
Rental revenue
2,904.6
405.3
108.3
-
3,418.2
Sale of new equipment, merchandise and consumables
91.9
31.4
15.9
-
139.2
Sale of used rental equipment
107.2
35.0
6.4
-
148.6
3,103.7
471.7
130.6
-
3,706.0
EBITDA
1,541.7
167.3
39.9
(15.8)
1,733.1
Depreciation
(575.11
(97.1)
(23.3)
(0.1)
(695.6)
Segment result
966.6
70.2
16.6
(15.9)
1,037.5
Amortisation
(43.5)
Net financing costs
(131.9)
Profit before taxation
862.1
Taxation
106.7
Profit attributable to equity shareholders
968.8
Segment assets
5,507.6
847.3
344.6
0.5
6,700.0
Cash
19.1
Taxation assets
23.9
Total assets
6,743.0
Segment liabilities
545.7
81.1
29.1
9.8
665.7
Corporate borrowings and accrued interest
2,743.3
Taxation liabilities
807.1
Total liabilities
4,216.1
Other non -cash expenditure - share -based payments
3.7
0.9
-
2.4
7.0
Capital expenditure
1,210.5
192.5
247.4
-
1,650.4
Segmental analysis by geography
The Group's operations are located in the United States, the
United Kingdom and Canada.
The following table provides
an analysis
of
the Group's revenue, segment assets and capital expenditure,
including expenditure on
acquisitions, by country
of domicile. Segment
assets by geography include property, plant and equipment, goodwill and intangible assets but exclude inventory and receivables.
Revenue
Segment assets
Capital expenditure
2019 2018
2019
2018
2019
2018
Em Em
Em
Em
Em
Em
United States
3,824.3 3,103.7
6,234.7
4,938.0
1,881.1
1,210.5
United Kingdom
475.1 471.7
725.9
724.6
181.0
192.5
Canada
200.2 130.6
431.6
308.3
141.5
247.4
4,499.6 3,706.0
7,392.2
5,970.9
2,203.6
1,650.4
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
113
4 Operating costs and other income
2019
2018
Before
Before
amortisation Amortisation
Total
amortisation
Amortisation
Total
£m Em
£m
£m
Em
£m
Staff costs:
Salaries 930.3 -
930.3
788.2
-
788.2
Social security costs 70.6 -
70.6
60.3
-
60.3
Other pension costs 18.5 -
18.5
14.9
-
14.9
1,019.4 -
1,019.4
863.4
-
863.4
Used rental equipment sold 159.7 -
159.7
128.2
-
128.2
Other operating costs:
n
m
Vehicle costs 267.8 -
267.8
211.3
-
211.3
Spares, consumables and external repairs 227.4 -
227.4
181.5
-
181.5
M
Facility costs 128.4 -
128.4
108.4
-
108.4
Other external charges 590.3 -
590.3
480.1
-
480.1
1,213.9 -
1,213.9
981.3
-
981.3
Depreciation and amortisation:
Depreciation of owned assets 841.8 -
841.8
694.4
-
694.4
Depreciation of leased assets 1.2 -
1.2
1.2
-
1.2
Amortisation of intangibles - 50.7
50.7
-
43.5
43.5
m
0
843.0 50.7
893.7
695.6
43.5
739.1
0
M
3,236.0 50.7
3,286.7
2,668.5
43.5
2,712.0
M
m
0
0
Proceeds from the disposal of non -rental property, plant and equipment amounted to E12m (2018: E10m), resulting in a profit on
M
disposal of Elm (2018: Elm) which is included in other external charges.
The costs shown in the above table include:
z
n
2019
2018
0
£m
£m
n
r
Operating lease rentals payable:
LA
- Plant and equipment
1.6
1.9
m
- Property
93.1
78.3
m
Cost of inventories recognised as expense
341.1
264.9
u
Loss allowance on trade receivables
26.8
23.1
Staff costs include directors' remuneration. Directors' remuneration comprised:
o
0
2019
2018
0
£'000
£'000
Salaries and short-term employee benefits
6,530
5,693
T
Post -employment benefits
14
30
3
National insurance and social security
549
404
Share -based payments
2,483
2,555
0
9,576
8,682
Remuneration payable to the Company's auditor, Deloitte LLP, in the year is given below:
2019
2018
n
E'000
£'000
Fees payable to Deloitte UK and its associates for the audit of the Group's annual accounts
893
867
a
c�
Fees payable to Deloitte UK and its associates for other services to the Group:
0
- the audit of the Group's UK subsidiaries pursuant to legislation
57
27
D
- audit -related assurance services
70
73
- other assurance services
63
60
1,083
1,027
D
Fees paid for audit -related assurance services relate to the half -year review of the Group's
interim financial
statements. Other assurance
services relate to comfort letters provided in connection with the senior secured notes issues
in July
2018 and August 2017.
N
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
114
NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
5 Exceptional items and amortisation
2019
£m
2018
Em
Amortisation of intangibles
50.7
43.5
Write-off of deferred financing costs
-
8.1
Release of premium
-
(11.6)
Early redemption fee
-
23.7
Call period interest
-
1.5
Taxation
- tax on exceptional items and amortisation
(12.3)
(20.0)
- reduction in US deferred tax liability due to change in US federal tax rate
-
(402.2)
- reassessment of historical amounts deductible for tax
-
20.7
38.4
(336.3)
In the prior year, the costs associated with the redemption of the $900m 6.5% senior secured notes in August 2017 were classified
as exceptional items. The write-off of deferred financing costs consisted of the unamortised balance of the costs relating to the notes,
whilst the release of premium related to the unamortised element of the premium which arose at the time of issuance of the $400m
add -on to the initial $500m 6.5% senior secured notes. In addition, an early redemption fee of £24m ($31 m) was paid to redeem the
notes prior to their scheduled maturity. The call period interest represented the interest charge on the $900m notes for the period from
the issue of the new $1.2bn notes to the date the $900m notes were redeemed. Of these items, total cash costs were £25m, while £3.5m
(net income) were non -cash items and credited to the income statement.
The US Tax Cuts and Jobs Act of 2017 was enacted in December 2017 and, amongst other things, reduced the US federal tax rate from
35%to 21%. The exceptional tax credit of E402m ($543m) arose from the remeasurement of the Group's US deferred tax liabilities at the
new rate of 21 % rather than the historical rate of 35%. The exceptional deferred tax charge of £21 m ($28m) related
to the reassessment
of historical amounts deductible for tax purposes in the US.
The items detailed in the table above are presented in the income statement as follows:
2019
2018
£m
Em
Amortisation of intangibles
50.7
43.5
Charged in arriving at operating profit
50.7
43.5
Net financing costs
-
21.7
Charged in arriving at profit before taxation
50.7
65.2
Taxation
(12.3)
(401.5)
38.4
(336.3)
6 Net financing costs
2019
2018
£m
Em
Investment income:
Net interest on the net defined benefit pension plan asset
(0.1)
-
Interest expense:
Bank interest payable
68.6
45.6
Interest payable on second priority senior secured notes
79.1
60.5
Interest payable on finance leases
0.4
0.3
Net interest on the net defined benefit pension plan liability
-
0.1
Non -cash unwind of discount on provisions
0.8
0.7
Amortisation of deferred debt raising costs
4.6
3.0
Total interest expense
153.5
110.2
Net financing costs before exceptional items 153.4 110.2
Exceptional items - 21.7
Net financing costs 153.4 131.9
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
115
7 Taxation
The tax charge on the result for the year has been computed using a tax rate of 25% in the US (2018: 34%), 19% in the UK (2018: 19%)
and 27% in Canada (2018: 27%). In the prior year, there was a significant tax credit due to the remeasurement of the Group's US deferred
tax liabilities at the new federal rate of 21% rather than 35%. As a result, the blended rate for the Group as a whole was a charge of 25%
(2018: credit of 12%). The Group's future effective tax rate will depend on the mix of profits amongst the territories in which it operates
and their respective tax rates.
2019
2018
Em
£m
Analysis of the tax charge
Current tax
- current tax on income for the year
54.3
73.0
- adjustments to prior year
1.1
(10.4)
- reassessment of historical amounts deductible for tax
-
24.7
55.4
87.3
n
m
M
Deferred tax
- origination and reversal of temporary differences
205.8
200.4
M
- adjustments to prioryear
1.4
11.8
M
- remeasurement of US deferred tax liabilities due to reduction in US federal tax rate
-
(402.2)
- reassessment of historical amounts deductible for tax
-
(4.0)
207.2
(194.0)
Total taxation charge/(credit)
262.6
(106.7)
0
m
Comprising:
M
0
M
- United Kingdom
15.9
15.7
A
- United States
244.9
(122.5)
o
- Canada
1.8
0.1
262.6
(106.7)
The tax charge comprises a charge of E275m (2018: £295m) relating to tax on the profit before exceptional
items and amortisation,
T
togetherwith a credit of E12m (2018: credit of £401m) on exceptional items and amortisation.
The differences between the tax charge for the year of 25% and the standard rate of corporation tax in the
UK of 19% are explained
below:
z
z
n
r
2019
Em
2018
£m
�
Profit on ordinary activities before tax
1,059.5
862.1
m
3
m
z
Profit on ordinary activities multiplied by the rate of corporation tax in the UK of 19% (2018: 19%)
201.3
163.8
Ln
Effects of:
n
Use of foreign tax rates on overseas income 61.5 113.9
Adjustments to prior years
2.5
1.4
0
0
Reduction in US deferred tax liabilities due to reduction in US federal tax rate
-
(402.2)
z
Reassessment of historical amounts deductible for tax
-
20.7
Other
(2.7)
(4.3)
T
Total taxation charge/(credit)
262.6
(106.7)
3
n
1
0
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
116 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
8 Dividends
2019
2018
£m
Em
Final dividend paid on 14 September 2018 of 27.5p (2018: 22.75p) per 10p ordinary share
133.3
113.2
Interim dividend paid on 6 February 2019 of 6.5p (2018: 5.5p) per 10p ordinary share
30.9
27.3
164.2
140.5
In addition, the directors are proposing a final dividend in respect of the year ended 30 April 2019 of 33.5p (2018: 27.5p) per share which
will absorb E156m of shareholders' funds, based on the 466m shares qualifying for dividend on 17 June
2019. Subject to approval
by shareholders, it will be paid on 13 September 2019 to shareholders who are on the register of members
on 16 August 2019.
9 Earnings per share
2019
2018
Weighted Per
Weighted
Per
average no. share
average no.
share
Earnings of shares amount
Earnings of shares
amount
Em million pence
Em million
pence
Basic earnings per share 796.9 479.7 166.1
968.8 496.0
195.3
Share options and share plan awards - 2.0 (0.7)
- 2.3
(0.9)
Diluted earnings per share 796.9 481.7 165.4
968.8 498.3
194.4
Underlying earnings per share may be reconciled to basic earnings per share as follows:
2019
2018
Basic earnings per share
166.1 195.3
Amortisation of intangibles
10.6 8.7
Exceptional items
- 4.4
Tax on exceptional items and amortisation
(2.5) (4.0)
Exceptional tax credit (US tax reforms)
- (81.1)
Exceptional tax charge (reassessment of historical amounts deductible for tax)
- 4.2
Underlying earnings per share
174.2 127.5
10 Inventories
2019 2018
Em Em
Raw materials, consumables and spares 33.9 18.3
Goods for resale 49.6 36.9
83.5 55.2
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
117
11 Trade and other receivables
2019
2018
£m
£m
Trade receivables
755.6
598.9
Less: loss allowance
(53.4)
(43.1)
702.2
555.8
Other receivables
-Accrued revenue
53.6
42.2
- Other
87.8
71.4
843.6
669.4
The fairvalues of trade and other receivables are not materially different to the carrying values presented
a) Trade receivables: credit risk
The Group's exposure to the credit risk inherent in its trade receivables and the associated risk management techniques that the Group
deploys in order to mitigate this risk are discussed in Note 24. The credit periods offered to customers vary according to the credit risk
profiles of, and the invoicing conventions established in, the Group's markets. The contractual terms on invoices issued to customers
vary between North America and the UK in that, invoices issued byA-Plant are payable within 30-60 days whereas, invoices issued
by Sunbelt US and Sunbelt Canada are payable on receipt. Therefore, on this basis, a significant proportion of the Group's trade
receivables are contractually past due. The loss allowance is calculated based on prior experience reflecting the level of uncollected
receivables over the last year within each business. Accordingly, this cannot be attributed to specific receivables so the aged analysis
of trade receivables, including those past due, is shown gross of the loss allowance.
On this basis, the ageing analysis of trade receivables, including those past due, is as follows:
Trade receivables past due by:
Lessthan 30-60
60-90
More than
Current
30 days days
days
90 days
Total
£m
£m £m
£m
£m
£m
Carrying value at 30 April 2019 56.2
350.4 169.8
77.3
101.9
755.6
Carrying value at 30 April 2018 55.5
277.5 136.8
52.2
76.9
598.9
In practice, Sunbelt US and Sunbelt Canada operate on 30-day terms and consider receivables past due if they are unpaid after 30 days
On this basis, the Group's ageing of trade receivables, including those past due, is as follows:
Trade receivables past due by:
Less than
30 - 60
60 - 90
More than
Current 30 days
days
days
90 days
Total
£m £m
£m
£m
£m
Ern
Carrying value at 30 April 2019
377.7 189.7
81.1
37.3
69.8
755.6
Carrying value at 30 April 2018
306.4 155.0
55.2
27.5
54.8
598.9
b) Movement in the loss allowance
2019
2018
£m
£m
At 1 May
43.1
38.4
Amounts written off or recovered during the year
(18.5)
(16.3)
Increase in allowance recognised in income statement
26.8
23.1
Currency movements
2.0
(2.1)
At 30 April
53.4
43.1
12 Cash and cash equivalents
2019
2018
Em
£m
Cash and cash equivalents
12.8
19.1
The carrying amount of cash and cash equivalents approximates to their fair value
U)
n
M
c�
0
0
z
n
z
c�
LA
n
r
1
n
1
3
m
z
Ln
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
118 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
13 Property, plant and equipment
Motorvehicles
Office and
Held under
Land and
Rental
workshop
finance
buildings
equipment
equipment
Owned
leases
Total
Em
Em
Em
Em
Em
£m
Cost or valuation
At 1 May 2017
170.6
5,846.4
122.7
432.8
7.6
6,580.1
Exchange differences
(7.4)
(313.8)
(5.9)
(22.8)
-
(349.9)
Acquisitions
-
276.7
0.5
17.7
-
294.9
Reclassifications
(0.7)
(2.7)
2.1
1.3
-
-
Additions
30.3
1,100.4
29.8
75.1
3.1
1,238.7
Disposals
(2.2)
(340.2)
(6.9)
(31.6)
(3.0)
(383.9)
At 30 April 2018
190.6
6,566.8
142.3
472.5
7.7
7,379.9
Exchange differences
7.7
309.8
6.2
21.9
-
345.6
Acquisitions
20.3
454.3
3.9
28.4
-
506.9
Reclassifications
-
(3.6)
1.1
2.5
-
-
Additions
41.6
1,416.8
33.3
93.6
1.8
1,587.1
Disposals
(2.9)
(461.7)
(6.4)
(41.9)
(2.4)
(515.3)
At 30 April 2019
257.3
8,282.4
180.4
577.0
7.1
9,304.2
Depreciation
At 1 May 2017
66.6
1,753.6
80.4
171.4
3.5
2,075.5
Exchange differences
(3.1)
(107.81
(4.2)
(10.1)
-
(125.2)
Acquisitions
-
94.3
0.2
9.2
-
103.7
Reclassifications
-
(1.2)
0.8
0.4
-
-
Charge for the period
11.5
614.1
18.7
50.2
1.1
695.6
Disposals
(1.6)
(216.7)
(6.5)
(24.9)
(2.0)
(251.7)
At 30 April 2018
73.4
2,136.3
89.4
196.2
2.6
2,497.9
Exchange differences
2.7
98.9
4.0
8.9
-
114.5
Acquisitions
-
194.9
2.5
12.6
-
210.0
Reclassifications
-
(1.7)
0.5
1.2
-
-
Charge for the period
14.3
745.5
22.5
59.5
1.2
843.0
Disposals
(2.5)
(304.8)
(5.7)
(33.7)
(1.5)
(348.2)
At 30 April 2019
87.9
2,869.1
113.2
244.7
2.3
3,317.2
Net book value
At 30 April 2019 169.4 5,413.3 67.2 332.3 4.8 5,987.0
At 30 April 2018 117.2 4,430.5 52.9 276.3 5.1 4,882.0
El1m of rebuild costs were capitalised in the year (2018: Elm). No rental equipment was leased in either year.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
119
14 Intangible assets including goodwill
Other intangible assets
Brand
Customer
Contract
Goodwill
names
lists
related
Total
Total
£m
£m
£m
£m
£m
£m
Cost or valuation
At 1 May 2017
797.7
20.0
238.7
50.0
308.7
1,106.4
Recognised on acquisition
134.6
0.9
79.5
2.9
83.3
217.9
Additions
-
-
-
2.6
2.6
2.6
Exchange differences
(49.7)
(1.1)
(15.0)
(1.7)
(17.8)
(67.5)
At 30 Aprit 2018
882.6
19.8
303.2
53.8
376.8
1,259.4
Recognised on acquisition
221.2
0.4
88.6
9.2
98.2
319.4
Exchange differences
40.9
0.9
14.1
1.6
16.6
57.5
A
At 30 April 2019
1,144.7
21.1
405.9
64.6
491.6
1,636.3
m
Amortisation
M
m
At 1 May 2017
-
17.9
85.7
30.7
134.3
134.3
0
0
Charge for the period
-
1.8
35.3
6.4
43.5
43.5
Exchange differences
-
(1.1)
(4.9)
(1.3)
(7.3)
(7.3)
At 30 April 2018
-
18.6
116.1
35.8
170.5
170.5
Charge for the period
-
0.9
42.8
7.0
50.7
50.7
Exchange differences
-
0.9
7.7
1.2
9.8
9.8
s
M
At 30 April 2019
-
20.4
166.6
44.0
231.0
231.0
0
Net book value
0
A
At 30 April 2019
1,144.7
0.7
239.3
20.6
260.6
1,405.3
m
0
At 30 April 2018
882.6
1.2
187.1
18.0
206.3
1,088.9
0
Goodwill acquired in a business combination is allocated at acquisition to the
cash -generating
units ('CGUs')
that
benefit from
that
business combination. During the year, the Group reviewed its CGUs and concluded
that
Scaffolding in
Sunbelt US and Traffic,
PSS and
Lifting in A -Plant are more appropriately treated as part of the general equipment and related businesses CGU given the growth in the
business and their relative scale. Prior year comparatives
have been restated accordingly.
As such, goodwill
allocated to each
of the
n
Group's CGUs is as follows:
z
r
2019
2018
Ln
n
£m
£m
m
Sunbelt US
3
m
z
Pump & Power
87.9
41.5
�
Climate Control
56.9
20.6
General equipment and related businesses
832.6
673.2
977.4
735.3
0
A -Plant
0
--I
Live (temporary roadways and barriers)
25.8
25.8
n
General equipment and related businesses
53.1
46.9
z
78.9
72.7
0
M
Sunbelt Canada
3
n
General equipment and related businesses
88.4
74.6
0
z
Total goodwill
1,144.7
882.6
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
120 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
14 Intangible assets including goodwill (continued)
For the purposes of determining potential goodwill impairment, recoverable amounts are determined from value in use calculations
using cash flow projections based on financial plans covering a three-year period which were adopted and approved by the Board
in April 2019. The key assumptions for these financial plans are those regarding revenue growth, margins and capital expenditure
required to replace the rental fleet and support the growth forecast which management estimates based on past experience, market
conditions and expectations for the future development of the market. The projections consist of the 2019/20 budget, a further two years
from the Group's business plan and a further seven years' cash flows. The valuation uses an annual growth rate to determine the cash
flows beyond the three-year business plan period of 2%, which does not exceed the average long-term growth rates for the relevant
markets, a terminal value reflective of market multiples and discount rates of 10%, 9% and 10% for the US, UK and Canadian
businesses respectively.
The impairment review is potentially sensitive to changes in key assumptions used, most notably the discount rate and the annuity
growth rates. A sensitivity analysis has been undertaken by changing the key assumptions used for each CGU in Sunbelt US, A -Plant
and Sunbelt Canada. Based on this sensitivity analysis, no reasonably possible change in the assumptions resulted in the recoverable
amount for the CGUs identified above being reduced to their carrying value.
Sunbelt US
General equipment and related businesses
Revenue for the general equipment business is linked primarily to US non-residential construction spend, which is expected to continue
to grow during the business plan period. These businesses have grown more rapidly than both non-residential construction and the
broader rental market and this outperformance is expected to continue over the business plan period, although not necessarily to
the same degree as over recent years. EBITDA margins are forecast to increase slightly from current levels as the businesses benefit
from good market conditions and increased scale.
Sump & Power and Climate Control
Revenue for the Pump & Power and Climate Control businesses is in part linked to the level of non-residential construction and also
general levels of economic activity. EBITDA margins are forecast to increase slightly from current levels as the businesses benefit
from increased scale.
A -Plant
Revenue for each of the A -Plant CGUs is linked primarily to UK non-residential construction spend. This market is expected to grow
during the business plan period. A -Plant has grown over the last three years more quickly than non-residential construction and we
expect it to perform ahead of the market over the business plan period. The Live business is also reliant on the events market which
is expected to grow at a similar rate to construction markets. EBITDA margins are forecast to increase slightly from current levels
as the businesses focus on operational efficiency and the benefit from increased scale.
Sunbelt Canada
Revenue for Sunbelt Canada is linked primarily to Canadian non-residential construction spend, which is expected to continue to grow
during the business plan period. Sunbelt Canada, adjusted for the impact of the CRS acquisition, has grown over the last three years
more quickly than non-residential construction and we expect it to perform ahead of the market over the business plan period,
although not necessarily to the same degree as over recent years. EBITDA margins are forecast to increase slightly from current levels
as the business benefits from the integration of the CRS and Voisin's businesses, improving market conditions and increased scale.
15 Trade and other payables
2019
2018
£m
Em
Trade payables
217.0
243.7
Other taxes and social security
60.0
48.8
Accruals and deferred income
355.4
325.0
632.4
617.5
Trade and other payables include amounts relating to the purchase of fixed assets of E196m (2018: E269m). The fairvalues of trade and
other payables are not materially different from the carrying values presented.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
121
16 Borrowings
2019 2018
£m £m
Current
Finance lease obligations
2.3
2.7
Non -current
First priority senior secured bank debt
2,010.7
1,508.5
Finance lease obligations
2.7
2.6
5.625% second priority senior secured notes, due 2024
379.3
358.4
4.125% second priority senior secured notes, due 2025
454.7
429.5
5.250% second priority senior secured notes, due 2026
453.6
-
4.375% second priority senior secured notes, due 2027
454.4
429.4
3,755.4
2,728.4
The senior secured bank debt and the senior secured notes are secured byway of, respectively, first and second priority fixed and
floating charges over substantially all the Group's property, plant and equipment, inventory and trade receivables.
First priority senior secured credit facility
At 30 April 2019, $4.1 bn was committed by our senior lenders under the asset -based senior secured revolving credit facility ('ABL
facility') until December 2023 while the amount utilised was $2,683m (including letters of credit totalling $50m). The ABL facility is
secured by a first priority interest in substantially all of the Group's assets. Pricing for the revolving credit facility is based on leverage
and average availability according to a grid which varies from LIBOR plus 125bp to LIBOR plus 175bp. At 30 April 2019 the Group's
borrowing rate was LIBOR plus 150bp.
The only financial performance covenant under the asset -based first priority senior bank facility is a fixed charge ratio (comprising
LTM EBITDA before exceptional items less LTM net capital expenditure paid in cash over the sum of scheduled debt repayments plus
cash interest, cash tax payments and dividends paid in the last 12 months) which must be equal to or greater than 1.0 times.
This covenant does not, however, apply when availability (the difference between the borrowing base and facility utilisation)
exceeds $410m. At 30 April 2019 availability under the bank facility was $1,622m ($1,115m at 30 April 2018), with an additional
$2,385m of suppressed availability meaning that the covenant was not measured at 30 April 2019 and is unlikely to be measured
in forthcoming quarters.
Second priority senior secured notes
At 30 April 2019 the Group, through its wholly owned subsidiary Ashtead Capital, Inc., had four series of second priority senior secured
notes outstanding with nominal values of $500m, $600m, $600m and $600m. The $500m of notes carry an interest rate of 5.625% and
are due on 1 October 2024. The $600m 4.125% notes are due on 15 August 2025, the 5.250% notes are due on 1 August 2026 and the
$600m 4.375% notes are due on 15 August 2027. The notes are secured by second priority interests over substantially the same assets
as the ABL facility and are also guaranteed byAshtead Group plc.
Under the terms of the 5.625%, 4.125%, 5.250% and 4.375% notes the Group is, subject to important exceptions, restricted in its ability
to incur additional debt, pay dividends, make investments, sell assets, enter into sale and leaseback transactions and merge or
consolidate with another company. Financial performance covenants under the 5.625%, 4.125%, 5.250% and 4.375% senior secured
notes issue are only measured at the time new debt is raised.
The effective rates of interest at the balance sheet date were as follows
2019
2018
First priority senior secured bank debt - revolving advances in dollars
3.66%
3.42%
Secured notes -$500m nominal value
5.625%
5.625%
-$600m nominal value
4.125%
4.125%
-$600m nominal value
5.250%
-
-$600m nominal value
4.375%
4.375%
Finance leases
7.0%
7.0%
z
LA
n
r
n
m
3
m
z
Ln
n
0
0
0
z
n
r
z
0
3
n
0
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
122 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
17 Obligations under finance leases
Minimum
Present value of
lease payments
minimum lease
payments
2019
2018
2019
2018
Em
Em
Em
Em
Amounts payable under finance leases:
Less than one year
2.6
3.0
2.3
2.7
Later than one year but not more than five
3.2
3.0
2.7
2.6
5.8
6.0
5.0
5.3
Future finance charges
(0.8)
(0.7)
5.0
5.3
The Group's obligations under finance leases are secured by the lessor's rights over the leased assets disclosed in Note 13.
18 Provisions
Vacant
Contingent
Insurance
£m
property
£m
consideration
£m
Total
£m
At 1 May 2018
37.2
2.3
20.9
60.4
Acquired businesses
-
-
17.7
17.7
Exchange differences
1.4
0.1
0.7
2.2
Utilised
(23.3)
(0.8)
(2.0)
(26.1)
Charged in the year
33.1
0.3
-
33.4
Amortisation of discount
0.3
-
0.6
0.9
At 30 April 2019
48.7
1.9
37.9
88.5
2019
2018
£m
Em
Included in current liabilities
42.5
25.8
Included in non -current liabilities
46.0
34.6
88.5
60.4
Insurance provisions relate to the discounted estimated gross liability in respect of claims to be incurred under the Group's insurance
programmes for events occurring up to the year-end and are expected to be utilised over a period of approximately eight years. The
provision is established based on advice received from independent actuaries of the estimated total cost of the insured risk based
on historical claims experience. £14m (2018: £10m) of this total liability is due from insurers and is included within other receivables.
The majority of the provision for vacant property costs is expected to be utilised over a period of up to three years. The provision for
contingent consideration relates to recent acquisitions and is expected to be paid out over the next three years and is reassessed at
each reporting date.
19 Deferred tax
Deferred tax assets
Other
temporary
Taxlosses
differences
Total
Em
Em
£m
At 1 May 2018
-
-
-
Offset against deferred tax liability at 1 May 2018
3.0
42.7
45.7
Gross deferred tax assets at 1 May 2018
3.0
42.7
45.7
Exchange differences
-
2.2
2.2
Credited to income statement
21.4
19.1
40.5
Credited to equity
1.4
0.3
1.7
Acquisitions
0.5
0.4
0.9
Less offset against deferred tax liability
(26.3)
(64.7)
(91.0)
At 30 April 2019
-
-
-
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
123
Deferred tax liabilities
Other
Accelerated tax
temporary
depreciation
differences
Total
£m
£m
£m
Net deferred tax liability at 1 May 2018
769.7
24.3
794.0
Deferred tax assets offset at 1 May 2018
45.7
-
45.7
Gross deferred tax liability at 1 May 2018
815.4
24.3
839.7
Exchange differences
44.2
0.6
44.8
Charged to income statement
246.6
1.1
247.7
Acquisitions
12.5
7.4
19.9
1,118.7
33.4
1,152.1
Less offset of deferred tax assets
- benefit of tax losses
(26.3)
- other temporary differences
(64.7)
At 30 April 2019
1,061.1
The Group has not recognised a deferred tax asset in respect of losses carried forward in a non -trading UK company of E6m (2018: £6m)
as it is not considered probable this deferred tax asset will be utilised.
At the balance sheet date, no temporary differences associated with undistributed earnings of subsidiaries are considered to exist
as UK tax legislation largely exempts overseas dividends received from UK tax.
20 Share capital and reserves
2019 2018 2019 2018
Ordinary shares of 10p each Number Number £m £m
Issued and fully paid 499,225,712 499,225,712 49.9 49.9
During the year, the Company purchased 22.4m ordinary shares at a total cost of £462m under the share buyback programme
announced in December 2017. At 30 April 2019, the Company held 30.3m (2018: 7.9m) shares in treasury at an average cost of 2,058p
A further 1.6m (2018: 1.7m) shares were held by the Company's Employee Share Ownership Trust ('ESOT') to facilitate the provision
of shares under the Group's Performance Share Plan ('PSP').
21 Share -based payments
The ESOT facilitates the provision of shares under the Group's PSP. It holds a beneficial interest in 1,622,656 ordinary shares of the
Company acquired at an average cost of 1,514p per share. The shares had a market value of E34.4m at 30 April 2019. The ESOT has waived
the right to receive dividends on the shares it holds. The costs of operating the ESOT are borne by the Group but are not significant.
Details of the PSP are given on pages 80 and 85. The costs of this scheme are charged to the income statement over the vesting period,
based on the fair value of the award at the grant date and the likelihood of allocations vesting under the scheme. In 2019, there was a net
charge to pre-tax profit in respect of the PSP of £8m (2018: £7m). After tax, the total charge was E6m (2018: E5m).
The fair value of awards granted during the year is estimated using a Black-Scholes option pricing model with the following assumptions:
share price at grant date of 2,255p, nil exercise price, a dividend yield of 1.22%, volatility of 29.34%, a risk -free rate of 0.76% and an
expected life of three years.
Expected volatilitywas determined by calculating the historical volatility over the previous three years. The expected life used in the
model is based on the terms of the plan.
Details of the PSP awards outstanding during the year are as follows
2019
2018
Number
Number
Outstanding at 1 May
2,300,169
2,310,855
Granted
588,894
682,615
Exercised
(720,551)
(650,218)
Expired
(118,234)
(43,083)
Outstanding at 30 April
2,050,278
2,300,169
Exercisable at 30 April
-
-
z
n
z
n
LA
M
m
3
m
z
Ln
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
124 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
22 Operating leases
Minimum annual commitments under existing operating leases may be analysed by date of expiry of the lease as follows:
2019 2018
£m Em
Land and buildings:
Expiring in one year 8.0 6.0
Expiring between two and five years 49.4 38.8
Expiring in more than five years 38.4 31.2
95.8 76.0
Total minimum commitments under existing operating leases at 30 April 2019 through to the earliest date at which the lease may be
exited without penalty by year are as follows:
Em
Financial year
2020 95.8
2021 83.6
2022 73.2
2023 62.4
2024 46.6
Thereafter 133.6
495.2
£2m of the total minimum operating lease commitments of E495m relating to vacant properties has been provided within the financial
statements and included within provisions in the balance sheet.
23 Pensions
Defined contribution plans
The Group operates pension plans for the benefit of qualifying employees. The plans for new employees throughout the Group are all
defined contribution plans. Pension costs for defined contribution plans were £16m (2018: £13m).
Defined benefit plan
The Group also has a defined benefit plan for certain UK employees which was closed to new members in 2001. The plan is a funded
defined benefit plan with trustee -administered assets held separately from those of the Group. The Trustees are composed of
representatives of both the Company and plan members. The Trustees are required by law to act in the interest of all relevant
beneficiaries and are responsible for the investment policy of the assets and the day-to-day administration of the benefits.
The plan is a final salary plan which provides members a guaranteed level of pension payable for life. The level of benefits provided
by the plan depends on members' length of service and their salary in the final years leading up to retirement.
The plan's duration is an indicator of the weighted -average time until benefit payments are made. For the plan as a whole, the duration
is around 20 years. The estimated amount of contributions expected to be paid by the Group to the plan during the 2019/20 financial year
is £1m.
The plan exposes the Group to a number of risks, the most significant being investment risk, interest rate risk, inflation risk and life
expectancy risk.
The most recent actuarial valuation was carried out as at 30 April 2016 by a qualified independent actuary and showed a funding
surplus of E6m. The actuary was engaged by the Company to perform a valuation in accordance with IAS 19 (revised) as at 30 April 2019.
The principal financial assumptions made by the actuary were as follows:
2019 2018
Discount rate 2.5% 2.7%
Inflation assumption — RPI 3.3% 3.1%
— CPI 2.2% 2.0%
Rate of increase in salaries 4.3% 4.1%
Rate of increase in pensions in payment 3.2% 3.0%
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
125
Pensioner life expectancy assumed in the 30 April 2019 update is based on the 'S2P CMI 2018' projection model mortality tables
adjusted so as to apply a minimum annual rate of improvement of 1.25% a year. Samples of the ages to which pensioners are assumed
to live are as follows:
2019
2018
Life expectancy of pensioners currently aged 65
Male
86.2
86.3
Female
88.1
88.3
Life expectancy at age 65 for future pensioner currently aged 45
Male
87.5
87.7
Female
89.6
89.8
The plan's assets are invested in the fallowing asset classes:
m
c�
Fairvalue
n
X
m
2019
2018
0
£m
£m
;U
1
UK equities
48.6
54.0
US equities
23.5
17.4
European equities
3.3
3.1
Corporate bonds
2.6
-
0
Global loan fund
10.0
10.2
m
Liability driven investment funds
2.4
2.6
0
Property
12.2
12.4
0
M
Infrastructure
4.0
3.7
m
Cash
0.5
0.3
0
107.1
103.7
The amounts recognised in the balance sheet are determined as follows:
2019
2018
Z
Em
£m
n
z
Fair value of plan assets
107.1
103.7
n
Present value of funded defined benefit obligation
(108.0)
(99.2)
v
Net (liability)/asset recognised in the balance sheet
(0.9)
4.5
m
3
The components of the defined benefit cost recognised in the income statement are as follows:
m
zI
2019
2018
£m
£m
Current service cost
1.0
1.1
n
0
Past service cost
1.4
-
o
Net interest on the net defined benefit plan
(0.1)
0.1
z
Net charge to the income statement
2.3
1.2
r
z
The remeasurements of the defined benefit plan recognised in the statement of comprehensive income are as follows:
M
0
n
0
z
2019
2018
£m
£m
Actuarial Ross)/gain due to changes in financial assumptions
(7.0)
5.2
Actuarial gain due to changes in demographic assumptions
1.1
0.7
Actuarial loss arising from experience adjustments
(0.2)
(0.5)
Return on plan assets excluding amounts recognised in net interest
2.4
3.3
N
Remeasurement of the defined benefit pension plan
13.71
8.7
v
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
126
NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
23 Pensions (continued)
Movements in the present value of defined benefit obligations were as follows
2019
£m
2018
Em
At 1 May
99.2
103.5
Current service cost
1.0
1.1
Past service cost
1.4
-
Interest cost
2.7
2.7
Contributions from members
0.2
0.2
Remeasurements
- Actuarial loss/(gain) due to changes in financial assumptions
7.0
(5.2)
- Actuarial gain due to changes in demographic assumptions
(1.1)
(0.7)
- Actuarial loss arising from experience adjustments
0.2
0.5
Benefits paid
(2.6)
(2.9)
At 30 April
108.0
99.2
The key assumptions used in valuing the defined benefit obligation are: discount rate, inflation and mortality. The sensitivity of the
results to these assumptions is as follows:
- An increase in the discount rate of 0.5%would result in a £9m (2018: (9m) decrease in the defined benefit obligation.
- An increase in the inflation rate of 0.5%would result in an £8m (2018: E8m) increase in the defined benefit obligation.
This includes the resulting change to other assumptions that are related to inflation such as pensions and salary growth.
- A one-year increase in the pensioner life expectancy at age 65 would result in a £5m (2018: £4m) increase in the defined
benefit obligation.
The above sensitivity analyses have been determined based on reasonably possible changes to the significant assumptions, while
holding all other assumptions constant. In practice, this is unlikely to occur, and changes in some assumptions may be correlated.
The sensitivity information shown above has been prepared using the same method as adopted when adjusting the results of the
latest funding valuation to the balance sheet date. This is the same approach as has been adopted in previous periods.
Movements in the fairvalue of plan assets were as follows:
2019 2018
£m Em
At 1 May
103.7
99.8
Interest income
2.8
2.6
Remeasurement - return on plan assets excluding amounts recognised in net interest
2.4
3.3
Employer contributions
0.6
0.7
Contributions from members
0.2
0.2
Benefits paid
(2.6)
(2.9)
At 30 April
107.1
103.7
The actual return on plan assets was £5m (2018: £6m).
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
127
24 Financial risk management
The Group's trading and financing activities expose it to various financial risks that, if left unmanaged, could adversely impact on current
or future earnings. Although not necessarily mutually exclusive, these financial risks are categorised separately according to their
different generic risk characteristics and include market risk (foreign currency risk and interest rate risk), credit risk and liquidity risk.
It is the role of the Group treasury function to manage and monitor the Group's financial risks and internal and external funding
requirements in support of the Group's corporate objectives. Treasury activities are governed by policies and procedures approved
by the Board and monitored by the Finance and Administration Committee. In particular, the Board of directors or, through delegated
authority, the Finance and Administration Committee, approves any derivative transactions. Derivative transactions are only undertaken
for the purposes of managing interest rate risk and currency risk. The Group does not trade in financial instruments. The Group
maintains treasury control systems and procedures to monitor liquidity, currency, credit and financial risks. The Group reports its
financial results and pays dividends in pounds sterling.
Market risk
The Group's activities expose it primarily to interest rate and currency risk. Interest rate risk is monitored on a continuous basis and
managed, where appropriate, through the use of interest rate swaps whereas, the use of forward foreign exchange contracts to manage
currency risk is considered on an individual non -trading transaction basis. The Group is not exposed to commodity price risk or equity
price risk as defined in IFRS 7.
Interest rate risk
Management of fixed and variable rate debt
The Group has fixed and variable rate debt in issue with 46% of the drawn debt at a fixed rate as at 30 April 2019. The Group's accounting
policy requires all borrowings to be held at amortised cost. As a result, the carrying value of fixed rate debt is unaffected by changes
in credit conditions in the debt markets and there is therefore no exposure to fair value interest rate risk. The Group's debt that bears
interest at a variable rate comprises all outstanding borrowings under the senior secured credit facility. The interest rates currently
applicable to this variable rate debt are LIBOR as applicable to the currency borrowed plus 150bp. The Group periodically utilises
interest rate swap agreements to manage and mitigate its exposure to changes in interest rates. However, during the year ended and
as at 30 April 2019, the Group had no such swap agreements outstanding. The Group also may at times hold cash and cash equivalents
which earn interest at a variable rate.
Net variable rate debt sensitivity
At 30 April 2019, based upon the amount of variable rate debt outstanding, the Group's pre-tax profits would change by approximately
£20m for each one percentage point change in interest rates applicable to the variable rate debt and, aftertax effects, equitywould
change by approximately £14m. The amount of the Group's variable rate debt may fluctuate as a result of changes in the amount of
debt outstanding under the senior secured credit facility. '-'
z
n
z
Currency risk
n
Currency risk is limited to translation risk as there are no transactions in the ordinary course of business that take place between
LA
foreign entities. The Group's reporting currency is the pound sterling. However, the majority of our assets, liabilities, revenue and
costs are denominated in US dollars. The Group has arranged its financing such that, at 30 April 2019, 93% of its debt was denominated 3
in US (and Canadian) dollars so that there is a natural partial offset between its dollar -denominated net assets and earnings and its z
dollar -denominated debt and interest expense. At 30 April 2019, dollar -denominated debt represented approximately 60% of the value u
of dollar -denominated net assets (other than debt).
The Group's exposure to exchange rate movements on trading transactions is relatively limited. All Group companies invoice revenue
in their respective local currency and generally incur expense and purchase assets in their local currency. Consequently, the Group o
does not routinely hedge either forecast foreign currency exposures or the impact of exchange rate movements on the translation of
overseas profits into sterling. Where the Group does hedge, it maintains appropriate hedging documentation. Foreign exchange risk z
on significant non -trading transactions (e.g. acquisitions) is considered on an individual basis.
z
0
Resultant impacts of reasonably possible changes to foreign exchange rates 3
Based upon the level of US operations and the US dollar -denominated debt balance, at 30 April 2019 a 1% change in the US dollar -pound
exchange rate would have impacted our pre-tax profits by approximately E11m and equity by approximately E31m. At 30 April 2019, z
the Group had no outstanding foreign exchange contracts.
Credit risk
The Group's principal financial assets are cash and bank balances and trade and other receivables. The Group's credit risk is primarily
attributable to its trade receivables. The amounts presented in the balance sheet are net of the loss allowance. The credit risk on
liquid funds and derivative financial instruments is limited because the counterparties are banks with high credit ratings assigned
by international credit rating agencies. The carrying amount of financial assets recorded in the financial statements, which are net
of impairment losses, represent the Group's maximum exposure to credit risk.
The Group has a large number of unrelated customers, serving over 710,000 during the financial year, and does not have any significant
credit exposure to any particular customer. Each business segment manages its own exposure to credit risk according to the economic
circumstances and characteristics of the markets they serve. The Group believes that management of credit risk on a devolved basis
enables it to assess and manage it more effectively. However, broad principles of credit risk management practice are observed across
the Group, such as the use of credit reference agencies and the maintenance of credit control functions.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
128 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
24 Financial risk management (continued)
Liquidity risk
Liquidity risk is the risk that the Group could experience difficulties in meeting its commitments to creditors as financial liabilities
fall due for payment.
The Group generates significant free cash flow before investment (defined as cash flow from operations less replacement capital
expenditure net of proceeds of asset disposals, interest paid and tax paid). This free cash flow before investment is available to the
Group to invest in growth capital expenditure, acquisitions, dividend payments and other returns to shareholders or to reduce debt.
In addition to the strong free cash flow from normal trading activities, additional liquidity is available through the Group's ABL facility.
At 30 April 2019, availability under the $4.1bn facility was $1,622m (E1,244m), which compares with the threshold of $410m, above which
the covenant does not apply.
Contractual maturity analysis
Trade receivables, the principal class of non -derivative financial asset held by the Group, are settled gross by customers.
The following table presents the Group's outstanding contractual maturity profile for its non -derivative financial liabilities, excluding
trade and other payables which fall due within one year. The analysis presented is based on the undiscounted contractual maturities of
the Group's financial liabilities, including any interest that will accrue, except where the Group is entitled and intends to repay a financial
liability, or part of a financial liability, before its contractual maturity. The undiscounted cash flows have been calculated using foreign
currency exchange rates and interest rates ruling at the balance sheet date.
At 30 April 2019
Undiscounted cash flows -year
to 30 April
2020
2021
2022
2023
2024
Thereafter
Total
Em
Em
Em
Em
Em
Em
Em
Bank and other debt
-
-
-
-
2,010.7
-
2,010.7
Finance leases
2.3
1.5
0.9
0.3
-
-
5.0
5.625% senior secured notes
-
-
-
-
-
383.5
383.5
4.125%senior secured notes
-
-
-
-
-
460.3
460.3
5.250%senior secured notes
-
-
-
-
-
460.3
460.3
4.375% senior secured notes
-
-
-
-
-
460.3
460.3
2.3
1.5
0.9
0.3
2,010.7
1,764.4
3,780.1
Interest payments
158.8
158.7
158.6
158.5
89.5
154.2
878.3
161.1
160.2
159.5
158.8
2,100.2
1,918.6
4,658.4
Letters of credit of £38m (2018: £33m) are
provided and guaranteed under the ABL facilitywhich expires
in December
2023.
At 30 April 2018
Undiscounted cash flows -year
to 30 April
2019
2020
2021
2022
2023
Thereafter
Total
Em
Em
Em
Em
Em
Em
Em
Bank and other debt
-
-
-
-
1,515.7
-
1,515.7
Finance leases
2.7
1.3
0.9
0.4
-
-
5.3
5.625% senior secured notes
-
-
-
-
-
363.0
363.0
4.125%senior secured notes
-
-
-
-
-
435.v5
435.5
4.375%senior secured notes
-
-
-
-
-
435.5
435.5
2.7
1.3
0.9
0.4
1,515.7
1,234.0
2,755.0
Interest payments
109.7
109.5
109.5
109.4
60.2
155.0
653.3
112.4
110.8
110.4
109.8
1,575.9
1,389.0
3,408.3
Fair value of financial instruments
Financial assets and liabilities are measured in accordance with the fairvalue hierarchy and assessed as Level 1, 2 or 3 based on the
following criteria:
- Level 1: fairvalue measurement based on quoted prices (unadjusted) in active markets for identical assets or liabilities;
- Level2: fairvalue measurements derived from inputs otherthan quoted prices that are observable forthe asset or liability,
either directly (i.e. as prices) or indirectly (i.e. derived from prices); and
- Level3: fairvalue measurements derived from valuation techniques that include inputs for the asset or liability that are not based
on observable market data.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
129
Fairvalue of derivative financial instruments
At 30 April 2019, the Group had no derivative financial instruments. The embedded prepayment options included within the $500m
5.625% senior secured loan notes, $600m 4.125% senior secured loan notes, $600m 5.250% senior secured loan notes and $600m
4.375% senior secured loan notes are either closely related to the host debt contract or immaterial and hence, are not accounted
for separately. These loan notes are carried at amortised cost.
Fairvalue of non -derivative financial assets and liabilities
The table below provides a comparison, by category of the carrying amounts and the fair values of the Group's non -derivative financial
assets and liabilities at 30 April 2019.
At 30 April 2019
At 30 April 2018
Bookvalue
Fairvalue
Bookvalue
Fairvalue
£m
Em
Em
£m
Long-term borrowings
-first priority senior secured bank debt
Level
2,010.7
2,010.7
1,515.7
1,515.7
- 5.625% senior secured notes
Level 1
383.5
397.5
363.0
374.7
- 4.125% senior secured notes
Level 1
460.3
455.1
435.5
413.8
- 5.250% senior secured notes
Level 1
460.3
476.9
-
-
- 4.375% senior secured notes
Level 1
460.3
451.6
435.5
407.2
3,775.1
3,791.8
2,749.7
2,711.4
- finance lease obligations
Level 2
2.7
3.2
2.6
3.0
Total long-term borrowings
3,777.8
3,795.0
2,752.3
2,714.4
Deferred costs of raising finance
(22.41
-
(23.9)
-
3,755.4
3,795.0
2,728.4
2,714.4
Other financial instruments'
Contingent consideration provision Level 3 37.9
37.9 20.9
20.9
Finance lease obligations due within one year Level 2 2.3
2.6 2.7
3.0
Cash and cash equivalents Level 1 12.8
12.8 19.1
19.1
1 The Group's trade and other receivables and trade and other payables are not shown in the table above. The carrying amounts of both categories approximate theirfairvalues.
Contingent consideration provisions are a Level financial liability. Future anticipated payments to vendors
in respect of contingent
consideration are initially recorded at fairvalue which is the present value of the expected cash outflows of the obligations. The obligations
are dependent upon the future financial performance of the businesses acquired. The fair value is estimated based on internal
financial
projections prepared in relation to the acquisition with the contingent consideration discounted to present
value using a discount
rate
in line with the Group's cost of debt.
25 Notes to the cash flow statement
a) Cash flow from operating activities
2019
2018
Em
£m
Operating profit before exceptional items and amortisation
1,263.6
1,037.5
Depreciation
843.0
695.6
EBITDA before exceptional items
2,106.6
1,733.1
Profit on disposal of rental equipment
(31.41
(20.4)
Profit on disposal of other property, plant and equipment
(0.8)
(0.7)
Increase in inventories
(14.91
(7.7)
Increase in trade and other receivables
(84.71
(83.1)
Increase in trade and other payables
60.7
53.0
Exchange differences
(0.6)
-
Other non -cash movements
7.6
7.0
Cash generated from operations before exceptional items and changes in rental equipment
2,042.5
1,681.2
b) Acquisitions
2019
2018
£m
£m
Cash consideration paid
- acquisitions in the period (net of cash acquired)
589.4
351.2
- contingent consideration
1.9
7.8
591.3
359.0
During the year, 24 acquisitions were made for a total cash consideration of E589m (2018: E351 m), after taking account of net cash
acquired of £3m. Further details are provided in Note 26.
Payments for contingent consideration on prior year acquisitions were also made of £2m (2018: £8m).
Ln
n
m
m
0
0
m
z
n
z
c�
LA
n
r
M
m
3
m
z
Ln
n
0
0
z
n
r
z
m
3
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
130
NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
25 Notes to the cash flow statement (continued)
c) Analysis of net debt
Net debt consists of total borrowings less cash and cash equivalents. Borrowings exclude accrued interest. Foreign currency
denominated balances are retranslated to pounds sterling at rates of exchange ruling at the balance sheet date.
Non -cash movements
1 May Cash Exchange Debt Other 30April
2018 flow movement acquired movements 2019
Em Em Em Em Em £m
Short-term borrowings
2.7
(9.1)
-
7.9
0.8
2.3
Long-term borrowings
2,728.4
864.4
126.6
20.5
15.5
3,755.4
Total liabilities from financing activities
2,731.1
855.3
126.6
28.4
16.3
3,757.7
Cash and cash equivalents
(19.1)
6.6
(0.3)
-
-
(12.8)
Net debt
2,712.0
861.9
126.3
28.4
16.3
3,744.9
Non -cash movements
1 May Cash Exchange Debt Other 30April
2017 flow movement acquired movements 2018
Em Em Em Em Em Em
Short-term borrowings
2.6
(42.1)
- 40.7
1.5 2.7
Long-term borrowings
2,531.4
336.9
(140.1) -
0.2 2,728.4
Total liabilities from financing activities
2,534.0
294.8
(140.1) 40.7
1.7 2,731.1
Cash and cash equivalents
(6.3)
(13.1)
0.3 -
- (19.1)
Net debt
2,527.7
281.7
(139.8) 40.7
1.7 2,712.0
Other non -cash movements relate to the amortisation of prepaid fees relating to the refinancing of debt facilities, the addition of new
finance leases in the year and the reclassification of deferred financing costs to other debtors for the ABL facility.
26 Acquisitions
During the year, the following acquisitions were completed:
1 On 1 June 2018, Sunbelt Canada acquired the entire share capital of Voisin's Equipment Rental Ltd. and Universal Rental Services
Limited (together'Voisin's') for an aggregate cash consideration of £18m (C$32m) with contingent consideration of up to Elm
(C$2.5m), payable over the next year, depending on revenue meeting or exceeding certain thresholds. Including acquired debt,
the total cash consideration was E44m (C$76m). Voisin's is a general equipment rental business in Ontario, Canada.
id On 29 June 2018, A -Plant acquired the entire share capital of Astra Site Services Limited ('Astral for a cash consideration of £6m.
Including acquired debt, the total cash consideration was £7m. Astra is a hydraulic attachment rental business.
iii) On 3 July 2018, Sunbelt Canada acquired the entire share capital of Richlock Rentals Ltd. ('Richlock') for a cash consideration
of £7m (C$13m). Richlock is a general equipment rental business in British Columbia, Canada.
iv) On 17 July 2018, Sunbelt US acquired the business and assets of Wistar Equipment, Inc. ('Wistar') for a cash consideration of £18m
($23m). Wistar is an industrial power rental business in New Jersey.
v) On 20 July 2018, Sunbelt US acquired the entire share capital of Blagrave No 2 Limited, the parent company of Mabey, Inc. ('Mabey')
for a cash consideration of E70m ($93m). Mabey is a ground protection and trench shoring business on the east coast of the US.
vi) On 8 August 2018, Sunbelt US acquired the business and assets of Berry Holdings, LLC, trading as Taylor Rental Center ('Taylor'),
for a cash consideration of E1 m ($1 m). Taylor is a general equipment rental business in Ohio.
vii) On 13 August 2018, Sunbelt US acquired the business and assets of Interstate Aerials, LLC ('Interstate') for a cash consideration
of £161m ($206m). Interstate is a general equipment rental business in Philadelphia and northern New Jersey.
viii) On 5 September 2018, Sunbelt US acquired the business and assets of Equipment 4 Rent ('E4R') for a cash consideration of E13m
($17m), with contingent consideration of up to £0.4m ($0.5m), payable over the next year, depending on revenue meeting or
exceeding certain thresholds. E4R is a general equipment rental business in Massachusetts.
ix) On 25 September 2018, Sunbelt US acquired the business and assets of Gauer Service & Supply Company ('Lauer') for a cash
consideration of Elm ($1m). Gauer is a general equipment rental business in Ohio.
x) On 28 September 2018, Sunbelt US acquired the business and assets of Midwest High Reach, Inc. ('MHR') for a cash consideration
of £34m ($45m). MHR is a general equipment rental business in Illinois.
xi) On 1 October 2018, Sunbelt Canada acquired the business and assets of 2231147 Ontario Inc., trading as Innovative Industrial
Solutions ('Innovative'), for a cash consideration of £2m (C$4m). Innovative is a flooring solutions rental business in Ontario, Canada.
xii) On 17 October 2018, Sunbelt Canada acquired the business and assets of Patcher Energy Management Ltd. ('Patcher') for a cash
consideration of E4m (C$7m). Patcher is a temporary power rental business in Alberta, Canada.
xiii) On 1 November 2018, A -Plant acquired the entire share capital of Precision Geomatics Limited ('Precision') for a cash
consideration of E4m. Precision is a survey equipment hire business.
xiv) On 1 November 2018, Sunbelt US acquired the business and assets of Apex Pump & Equipment LLC ('Apex') for a cash
consideration of E79m ($103m) with contingent consideration of up to £12m ($15m), payable over the next three years, depending
on EBITDA meeting or exceeding certain thresholds. Apex is a pump business in Texas.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
131
xv) On 1 November 2018, Sunbelt Canada acquired the business and assets of Full Impact Enterprises Ltd., trading as GWG Rentals
('GWG Rentals') for a cash consideration of £4m (C$6m). GWG Rentals is a general equipment rental business in British
Columbia, Canada.
xvi) On 8 November 2018, Sunbelt US acquired the business and assets of Underground Safety Equipment, LLC ('USE') for a cash
consideration of £25m ($33m) with contingent consideration of up to £5m ($6m), payable over the next two years, depending on
EBITDA meeting or exceeding certain thresholds. USE is a trench shoring business operating in Colorado, Utah, Tennessee and Texas.
xvii) On 30 November 2018, A -Plant acquired the entire share capital of Hoist It Limited ('Hoist It') for cash consideration of £4m.
Including acquired debt, the total cash consideration was £5m. Hoist It is a specialist provider of lifting solutions.
xviii) On 11 January 2019, Sunbelt US acquired the business and assets of Hull Brothers Rental, Inc. ('Hull Brothers') for a cash
consideration of El Om ($12m). Hull Brothers is a general equipment rental business in Michigan.
xix) On 28 January 2019, Sunbelt US acquired the business and assets of Koslowski Rentals, Inc., trading as A Rental Center ('A Rental')
�
fora cash consideration of El ($1m). A Rental is a general equipment rental business in California.
xx) On 8 February 2019, Sunbelt US acquired the business and assets of Temp Air, Inc. ('Temp Air') for a cash consideration of E92m
m
($119m). Temp Air is a climate control business operating across 13 markets within the US.
xxi) On 8 February 2019, Sunbelt US acquired the business and assets of Baystate Equipment & Rental Sales Co., Inc. ('Baystate') for
M
a cash consideration of £9m ($11m). Baystate is a general equipment business in Massachusetts.
xxii) On 15 February 2019, Sunbelt US acquired the business and assets of Bat's Inc., trading as Harper Car and Truck Rental of Hawaii
('Harper') for a cash consideration of £3m ($4m). Harper will operate as a general equipment business in Hawaii.
xxiii) On 8 March 2019, Sunbelt Canada acquired the business and assets of Winn Rentals ('Winn') for a cash consideration of £15m
o
(C$26m) with contingent consideration of up to £0.6m (C$1m), payable over the next two years, depending on EBITDA meeting
or exceeding certain thresholds. Winn is a general equipment business operating in British Columbia, Canada.
m
M
xxiv) On 10 April 2019, Sunbelt US acquired the business assets of Bilcan Inc, trading as El Camino Rentals and B&C Leasing, Inc.
0
(together'ECR') for a cash consideration of £13m ($17m). ECR is a general equipment business operating in California.
^
M
The following table sets out the fair value of the identifiable assets and liabilities acquired by the Group. The fair values have been
m
o
determined provisionally at the balance sheet date.
Fairvalue
to Group
£m
Net assets acquired
z
Trade and other receivables 48.9
z
Inventory 11.4
Property, plant and equipment
�
- rental equipment 259.4
m
- other assets 37.5
3
m
Creditors (17.6)
Debt (28.4)
Current tax (0.5)
Deferred tax (19.0)
n
Intangible assets (non -compete agreements, brand names and customer relationships) 98.2
0
389.9
0
z
Consideration:
- cash paid and due to be paid (net of cash acquired) 593.4
T
- contingent consideration payable in cash 17.7
3
611.1
0
z
Goodwill 221.2
The goodwill arising can be attributed to the key management personnel and workforce of the acquired businesses and to the
synergies and other benefits the Group expects to derive from the acquisitions. The synergies and other benefits include the elimination
of duplicate costs, improving utilisation of the acquired rental fleet, using the Group's financial strength to invest in the acquired
businesses and drive improved returns through a semi -fixed cost base and the application of the Group's proprietary software to
optimise revenue opportunities. E179m of the goodwill is expected to be deductible for income tax purposes.
The fairvalue of trade receivables at acquisition was £49m. The gross contractual amount for trade receivables due was £51 m,
net of a £2m provision for debts which may not be collected.
Due to the operational integration of the acquired businesses with Sunbelt US, Sunbelt Canada and A -Plant since acquisition, in
particular the merger of some stores, the movement of rental equipment between stores and investment in the rental fleet, it is not
practical to report the revenue and profit of the acquired businesses post -acquisition. On an annual basis they generate approximately
£245m of revenue.
The revenue and operating profit of these acquisitions from 1 May 2018 to their date of acquisition was not material.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
132
NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
27 Contingent liabilities
The Group is subject to periodic legal claims and other exposures in the ordinary course of its business, none of which is expected
to have a material impact on the Group's financial position.
Following its state aid investigation, the European Commission announced its decision in April. 2019 that the Group Financing Exemption
in the UK controlled foreign company ('CFC') legislation does constitute state aid in some circumstances. In common with other
UK -based international companies, the Group may be affected by the outcome of this investigation and is therefore monitoring
developments. If the decision reached by the European Commission is not successfully appealed, we have estimated the Group's
maximum potential liability to be £34m as at 30 April 2019. Based on the current status of the investigation, we have concluded that
no provision is required in relation to this amount.
The Company
The Company has guaranteed the borrowings of its subsidiary undertakings under the Group's senior secured credit and overdraft
facilities. At 30 April 2019 the amount borrowed under these facilities was £2,011m (2018: £1,516m). Subsidiary undertakings are also
able to obtain letters of credit under these facilities and, at 30 April 2019, letters of credit issued under these arrangements totalled
£38m ($50m) (2018: £33m ($45m)). In addition, the Company has guaranteed the 5.625%, 4.125%, 5.250% and 4.375% second priority
senior secured notes with a par value of $500m (E384m), $600m (£460m), $600m (£460m) and $600m (£460m) respectively, issued
byAshtead Capital, Inc..
The Company has guaranteed operating and finance lease commitments of subsidiary undertakings where the minimum lease
commitment at 30 April 2019 totalled £38m (2018: £33m) in respect of land and buildings of which E8m is payable by subsidiary
undertakings in the year ending 30 April 2020.
The Company has provided a guarantee to the Ashtead Group plc Retirement Benefits Plan ('the plan') that ensures the plan is at least
105% funded as calculated in accordance with Section 179 of the Pensions Act 2004. Based on the last actuarial valuation at 30 April
2016, this guarantee was the equivalent of E21m.
The Company has guaranteed the performance by subsidiaries of certain other obligations up to £4m (2018: £2m).
28 Capital commitments
At 30 April 2019 capital commitments in respect of purchases of rental and other equipment totalled £309m (2018: £387m), all of which
had been ordered. There were no other material capital commitments at the year end.
29 Events after the balance sheet date
Since the balance sheet date, the Group has completed three acquisitions as follows:
On 9 May 2019, Sunbelt US acquired the business and assets of Westside Rental and Sales, LLC ('Westside'). Westside is a general
equipment business in Tennessee.
id On 17 May 2019, Sunbelt US acquired the business and assets of the Harlingen Texas branch of Harris County Rentals, LLC, trading
as Texas State Rentals NCR]. HCR is a general equipment business in Texas.
iii) On 29 May 2019, Sunbelt US acquired the business and assets of the Tampa branch of Contractors Building Supply Co., LLC ('CBS').
CBS is a general equipment business in Florida.
The initial accounting for these acquisitions is incomplete. Had these acquisitions taken place on 1 May 2018, their contribution
to revenue and operating profit would not have been material.
30 Related party transactions
The Group's key management comprises the Company's executive and non -executive directors. Details of their remuneration are given
in Note 4 and details of their share interests and share awards are given in the directors' Remuneration report and form part of these
financial statements. In relation to the Group's defined benefit pension plan, details are included in Note 23.
31 Employees
The average number of employees, including directors, during the year was as follows:
2019 2018
Number Number
United States 12,148 11,380
United Kingdom 3,771 3,657
Canada 880 584
16,799 15,621
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
133
32 Parent company information
a) Balance sheet of the Company (Company number: 018079821
2019 2018
Notes Em £m
Current assets
Prepayments and accrued income 0.4 0.4
Amounts due from subsidiary undertakings (f) 274.5 374.2
274.9 374.6
Non -current assets
Investments in Group companies (g) 363.7 363.7
Deferred tax asset 1.9 2.0
365.6 365.7 n
M
m
0
Total assets 640.5 740.3 A
m
0
0
Current liabilities
Accruals and deferred income 12.4 9.8
Total liabilities 12.4 9.8
Equity o
Share capital (b) 49.9 49.9 m
Share premium account (b) 3.6 3.6 0
Capital redemption reserve (b) 6.3 6.3 v
Own shares held by the Company (b) (622.6) (161.0) M
Own shares held through the ESOT (b) (24.6) (20.0)
Retained reserves (b) 1,215.5 851.7
Equity attributable to equity holders of the Company 628.1 730.5
Total liabilities and equity 640.5 740.3
z
n
The Company reported a profit for the financial year ended 30 April 2019 of £530m (2018: £496m).
n
These financial statements were approved by the Board on 17 June 2019. Ln
M
m
3
m
z
Ln
BRENDAN HORGAN MICHAEL PRATT n
Chief executive Finance director o
0
z
n
r
z
m
0
3
n
1
0
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
134 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
32 Parent company information (continued)
b) Statement of changes in equity of the Company
Own
Own
shares
Share
Capital
shares
held
Share
premium
redemption
held by the
through
Retained
capital
account
reserve
Company
the ESOT
reserves Total
Ern
Ern
Ern
Em
Em
£m £m
At 1 May 2017 49.9
3.6
6.3
-
(16.7)
495.4 538.5
Profit for the year - - - - - 496.0 496.0
Other comprehensive income for the year - - - - - - -
Total comprehensive income for the year - - - - - 496.0 496.0
Dividends paid - - - - - (140.5) (140.5)
Own shares purchased by the ESOT - - - - (10.2) - (10.2)
Own shares purchased by the Company - - - (161.0) - - (161.0)
Share -based payments - - - - 6.9 0.1 7.0
Tax on share -based payments - - - - - 0.7 0.7
At 30 April 2018 49.9 3.6 6.3 (161.01 (20.0) 851.7 730.5
Profit for the year - - - - - 529.5 529.5
Other comprehensive income for the year - - - - - - -
Total comprehensive income for the year - - - - - 529.5 529.5
Dividends paid - - - - - (164.2) (164.21
Own shares purchased by the ESOT - - - - (14.2) - (14.2)
Own shares purchased by the Company - - - (461.6) - - (461.6)
Share -based payments - - - - 9.6 (2.0) 7.6
Tax on share -based payments - - - - - 0.5 0.5
At 30 April 2019 49.9 3.6 6.3 (622.61 (24.6) 1,215.5 628.1
c) Cash flow statement of the Company
2019 2018
Note Em Em
Cash flows from operating activities
Cash used in operations (i) 111.3 (185.2)
Financing costs paid - commitment fee (2.0) (1.9)
Dividends received from Ashtead Holdings PLC 529.5 496.0
Net cash from operatinq activities 638.8 308.9
Cash flows from financing activities
Purchase of own shares by the ESOT
(14.2)
(10.2)
Purchase of own shares by the Company
(460.4)
(158.2)
Dividends paid
(164.2)
(140.5)
Net cash used in financing activities
(638.8)
(308.9)
Change in cash and cash equivalents - -
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
135
d) Accounting policies
The Company financial statements have been prepared on the basis of the accounting policies set out in Note 2 above, supplemented
by the policy on investments set out below.
Investments in subsidiary undertakings are stated at cost less any necessary provision for impairment in the parent company balance
sheet. Where an investment in a subsidiary is transferred to another subsidiary, any uplift in the value at which it is transferred over its
carrying value is treated as a revaluation of the investment prior to the transfer and is credited to the revaluation reserve.
e) Income statement
Ashtead Group plc has not presented its own profit and loss account as permitted by section 408 of the Companies Act 2006. The profit
attributable to the Company is disclosed in the footnote to the Company's balance sheet. There were no other amounts of comprehensive
income in the financial year.
The average number of employees, including directors, during the year was as follows:
Ln
2019 2018
Number Number
M
0
Employees 15 14
A
Their aggregate remuneration comprised:
m
0
0
2019 2018
£m £m
Salaries 8.5 9.5
Social security costs 1.6 1.6
Other pension costs 0.5 0.5
0
10.6 11.6
M
f) Amounts due from subsidiary undertakings
m
0
2019 2018
£m £m
Due within one year:
Ashtead Holdings PLC 274.5 374.2
z
n
z
g) Investments
n
r
Ln
Shares in Group companies
2019 2018
3
Em £m
M
z
At 30 April 363.7 363.7
Ln
n
0
0
0
z
n
r
z
m
0
3
n
1
0
z
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
136 NOTES TO THE CONSOLIDATED
FINANCIAL STATEMENTS CONTINUED
32 Parent company information (continued)
g) Investments (continued)
Details of the Company's subsidiaries at 30 April 2019 are as follows
Name
Address of registered office
Principal activity
USA
Ashtead US Holdings, Inc.
The Corporation Trust Company, 1209 Orange St.,
Investment holding company
Wilmington, DE 19801
Ashtead Holdings, LLC
The Corporation Trust Company, 1209 Orange St.,
Investment holding company
Wilmington, DE 19801
Sunbelt Rentals, Inc.
CT Corporation System, 150 Fayetteville Street,
Equipment rental and related services
Box 1011, Raleigh, NC 28210
Sunbelt Rentals Industrial Services LLC
The Corporation Trust Company, 1209 Orange St.,
Equipment rental and related services
Wilmington, DE 19801
Sunbelt Rentals Scaffold Services, Inc.
160 Mine Lake Ct., Ste. 200, Raleigh, INC 27615-6417
Equipment rental and related services
Sunbelt Rentals Scaffold Services, LLC
CT Corporation System, 3867 Plaza Tower Dr.,
Equipment rental and related services
East Baton Rouge Parish, Baton Rouge, LA 70816
Pride Corporation
CT Corporation System, 111 Eighth Avenue, 13th
Equipment rental and related services
Floor, New York, NY 10011
Ashtead Capital, Inc.
The Corporation Trust Company, 1209 Orange St.,
Finance company
Wilmington, DE 19801
UK
Ashtead Holdings PLC
100 Cheapside, London, EC2V 6DT
Investment holding company
Ashtead Plant Hire Company Limited
100 Cheapside, London, EC2V 6DT
Equipment rental and related services
Ashtead Financing Limited
100 Cheapside, London, EC2V 6DT
Finance company
Accession Group Limited
100 Cheapside, London, EC2V 6DT
Dormant
Accession Holdings Limited
100 Cheapside, London, EC2V 6DT
Dormant
Anglia Traffic Management Group Limited
100 Cheapside, London, EC2V 6DT
Dormant
Ashtead Canada Limited
100 Cheapside, London, EC2V 6DT
Dormant
Astra Site Services Limited
12 Hope Street, Edinburgh, Scotland, EH2 4DB
Equipment rental and related services
ATM Traffic Solutions Limited
100 Cheapside, London, EC2V 6DT
Dormant
Eve Trakway Limited
100 Cheapside, London, EC2V 6DT
Dormant
Hoist It Limited
100 Cheapside, London, EC2V 6DT
Equipment rental and related services
Opti-cal Survey Equipment Limited
100 Cheapside, London, EC2V 6DT
Dormant
Plantfinder (Scotland) Limited
12 Hope Street, Edinburgh, Scotland, EH2 4DB
Dormant
Precision Geomatics Limited
100 Cheapside, London, EC2V 6DT
Equipment rental and related services
Canada
Sunbelt Rentals of Canada Inc.
1000-840 Howe Street, Vancouver, BC V62 2M1
Equipment rental and related services
Republic of Ireland
Ashtead Financing (Ireland) Unlimited
Company
10 Earlsfort Terrace, Dublin 2, D02 T380
Finance company
Ashtead Plant Hire Company Ireland)
Limited
10 Earlsfort Terrace, Dublin 2, D02 T380
Equipment rental and related services
Germany
Live Trakway GmbH
Felix-Wankel-Strafie 10, 74632 Neuenstein
Equipment rental and related services
The issued share capital (all of which comprises
ordinary shares) of subsidiaries is 100% owned by the Company or by subsidiary
undertakings and all subsidiaries are consolidated.
h) Financial instruments
The book value and fair value of the Company's financial instruments are not materially different.
') Notes to the Company cash flow statement
Cash flow from operating activities
2019 2018
£m Em
Operating profit
1.8 1.7
Depreciation
0.1 0.1
EBITDA
1.9 1.8
Decrease/(increase) in prepayments and accrued income
0.1 (0.1)
Increase/(decrease) in accruals and deferred
income
1.2 (1.6)
Decrease/(increase) in intercompany payable
and receivable
100.5 (192.3)
Other non -cash movement
7.6 7.0
Net cash outflow from operations before exceptional items
111.3 (185.2)
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
137
TEN-YEAR HISTORY
2019
2018
2017
2016
2015
2014
2013
2012
2011
2010
In £m
Income statement
Revenue+
4,499.6
3,706.0
3,186.8
2,545.7
2,038.9
1,634.7
1,361.9
1,134.6
948.5
836.8
Operating costs+
(2,393.0)
(1,972.9)
(1,682.41
(1,368.1)
(1,130.51
(949.6)
(842.91
(753.51
(664.7)
(581.7)
EBITDA+
2,106.6
1,733.1
1,504.4
1,177.6
908.4
685.1
519.0
381.1
283.8
255.1
Depreciation +
(843.0)
(695.6)
(606.81
(449.4)
(351.51
(275.9)
(229.01
(199.81
(185.0)
(186.6)
Operating profit+
1,263.6
1,037.5
897.6
728.2
556.9
409.2
290.0
181.3
98.8
68.5
Interest+
(153.4)
(110.2)
(104.2)
(82.9)
(67.3)
(47.1)
(44.6)
(50.7)
(67.8)
(63.5)
Pre-tax profit +
1,110.2
927.3
793.4
645.3
489.6
362.1
245.4
130.6
31.0
5.0
Operating profit
1,212.9
994.0
869.3
699.6
541.1
403.6
284.2
178.2
97.1
66.0
Ln
Pre-tax profit
1,059.5
862.1
765.1
616.7
473.8
356.5
214.2
134.8
1.7
4.8
m
Cash flow
c�
Cash flow from operations before
m
o
exceptional items and changes
in rental fleet
2,042.5
1,681.2
1,444.2
1,070.6
841.4
645.5
501.3
364.6
279.7
265.6
Free cash flow
368.2
386.2
319.4
(68.0)
(87.9)
(48.5)
(34.0)
(9.4)
65.6
199.2
Balance sheet
Capital expenditure
1,587.2
1,238.7
1,085.6
1,240.0
1,063.1
740.6
580.4
476.4
224.8
63.4
Book cost of rental equipment
8,282.4
6,566.8
5,846.4
4,480.8
3,638.2
2,575.8
2,186.5
1,854.1
1,621.6
1,701.3
Shareholders' funds
2,800.5
2,526.9
1,970.1
1,480.4
1,111.5
824.4
682.5
554.7
481.4
500.3
In pence
Dividend per share
40.Op
33.Op
27.5p
22.5p
15.25p
11.5p
7.5p
3.5p
3.Op
2.9p
Earnings per share
166.1p
195.3p
100.5p
81.3p
60.5p
46.1p
27.6p
17.8p
0.2p
0.4p
Underlying earnings per share
174.2p
127.5p
104.3p
85.1p
62.6p
46.6p
31.4p
17.3p
4.Op
0.2p
In percent
EBITDA margin +
46.8%
46.8%
47.2%
46.3%
44.6%
41.9%
38.1%
33.6%
29.9%
30.5%
Operating profit margin +
28.1%
28.0%
28.2%
28.6%
27.3%
25.0%
21.3%
16.0%
10.4%
8.2%
Pre-tax profit margin +
24.7%
25.0%
24.9%
25.3%
24.0%
22.2%
18.0%
11.5%
3.3%
0.6%
Return on investment+
17.8%
17.6%
17.3%
18.9%
19.4%
18.6%
16.2%
12.0%
7.0%
4.6%
People
Employees at year end
17,803
15,996
14,220
13,106
11,928
9,934
9,085
8,555
8,163
7,218
Locations
Stores at year end
1,036
899
808
715
640
556
494
485
462
498
+ Before exceptional items, amortisation and fair value remeasurements
0
5i
m
n
0
M
u,
X
0
0
M
m
z
D
z
n
Ln
M
m
3
m
z
Ln
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA099490lD28
138 1
GLOSSARY OF TERMS
The glossary of terms below sets out definitions of terms used throughout this Annual Report & Accounts. Included are a number of
alternative performance measures ('APMs') which the directors have adopted in order to provide additional useful information on the
underlying trends, performance and position of the Group. The directors use these measures, which are common across the industry,
for planning and reporting purposes. These measures are also used in discussions with the investment analyst community and credit
rating agencies. The APMs are not defined by IFRS and therefore may not be directly comparable with other companies' APMs and
should not be considered superior to or a substitute for IFRS measures.
Closest equivalent
Term statutory measure Definition and purpose
Capital None Represents additions to rental equipment and other tangible assets (excluding assets acquired
expenditure through a business combination).
Cash conversion None Represents cash flow from operations before exceptional items and changes in rental equipment
ratio as a percentage of EBITDA before exceptionals. This measure is utilised to show the proportion
of EBITDA converted into cash flow from operations generated by the business before investment
expenditures, interest, taxation and exceptional items.
2019 2018
Note £m Em
EBITDA before exceptionals 25(a) 2,107 1,733
Cash inflow from operations before exceptionals and changes
in rental equipment 25(a) 2,043 1,681
Cash conversion ratio 97% 97%
Constant None Calculated by applying the current period exchange rate to the comparative period result. The
currency growth relevant foreign currency exchange rates are provided within Note 2 of the financial statements.
This measure is used as a means of eliminating the effects of foreign exchange rate movements
on the period -on -period changes in reported results.
2019 2018
Em Em %
Rental revenue
As reported 4,138 3,418 21%
Retranslation effect — 74
At constant currency 4,138 3,492 18%
Underlying profit before tax
As reported 1,110 927 20%
Retranslation effect — 22
At constant currency 1,110 949 17%
Dollar utilisation None Dollar utilisation is trailing 12-month rental revenue divided by average fleet at original (or 'first')
cost measured over a 12-month period. Dollar utilisation has been identified as one of the Group's
key performance indicators. The components used to calculate this measure are shown within the
Financial review.
Drop -through None Calculated as the incremental rental revenue which converts into EBITDA (excluding gains from
sale of new equipment, merchandise and consumables and from sale of used equipment).
2019 2018
Sunbelt US ($m)
Rental revenue 4,637 3,887
EBITDA exc. gains 2,362 1,999
Drop -through 49%
A -Plant (£m)
Rental revenue 416 405
EBITDA exc. gains 160 154
Drop -through 52%
This measure is utilised by the Group to demonstrate the incremental profitability generated by the
Group as a result of growth in the year.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
139
Closest equivalent
Term statutory measure
Definition and purpose
EBITDA Profit before
EBITDA is not defined by IFRS but is a widely accepted profit measure being earnings before
tax
interest, tax, depreciation and amortisation. A reconciliation of EBITDA to profit before tax is
shown on the income statement on page 102.
EBITDA margin None
EBITDA margin is calculated as EBITDA before exceptional items divided by revenue. Progression
in EBITDA margin is an important indicator of the Group's performance and this has been identified
as one of the Group's key performance indicators.
Exceptional None
Exceptional items are those items that are material and non -recurring in nature that the Group
items
believes should be disclosed separately to assist in the understanding of the financial performance
of the Group.
Excluding these items provides readers with helpful additional information on the performance of
the business across periods and against peer companies. It is also consistent with how business
performance is reported to the Board and the remuneration targets set by the Company. Details
are provided in Note 5 of the financial statements.
Free cash flow Net cash inflow
Cash generated from operating activities less non -rental net property, plant and equipment
from operating
expenditure. Non -rental net property, plant and equipment expenditure comprises payments
activities
for non -rental capital expenditure less disposal proceeds received in relation to non -rental asset
disposals. This measure shows the cash retained by the Group prior to discretionary expenditure on
acquisitions and returns to shareholders. A reconciliation of free cash flow is shown in the Strategic
report on page 39.
Leverage None
Leverage calculated at constant exchange rates uses the current period exchange rate and is
determined as net debt divided by underlying EBITDA.
2019 2018
£m Em
Net debt (at constant currency) 3,745 2,841
EBITDA (at constant currency) 2,106 1,773
Leverage 1.8 1.6
This measure is used to provide an indication of the strength of the Group's balance sheet and is
widely used by investors and credit rating agencies. It also forms part of the remuneration targets
of the Group and has been identified as one of the Group's key performance indicators.
Net debt None
Net debt is total borrowings (bank, bonds and finance lease liabilities) less cash balances, as
reported. This measure is used to provide an indication of the Group's overall level of indebtedness
and is widely used by investors and credit rating agencies. It has been identified as one of the
Group's key performance indicators. An analysis of net debt is provided in Note 25(c) of the
financial statements.
Operating profit Profit before
Operating profit is earnings before interest and tax. A reconciliation of operating profit to profit
tax
before tax is shown on the income statement on page 102.
Operating profit None
Operating profit margin is calculated as operating profit before exceptional items and the
margin
amortisation of intangibles divided by revenue. Progression in operating profit margin is an
important indicator of the Group's performance.
Organic See definition
Organic measures are used to explain the financial and operational performance of Sunbelt US
measures
and comprise all locations, excluding locations arising from a bolt -on acquisition completed after
the start of the comparative financial period.
z
LrI
n
n
M
3
z
Ln
a
0
0
0
z
a
r
z
n
M
3
1
zZ
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901 D28
140
GLOSSARY OF TERMS CONTV
Closest equivalent
Term statutory measure Definition and purpose
Return on None Last 12-month underlying operating profit divided by the last 12-month average of the sum of net
Investment tangible and intangible fixed assets, plus net working capital but excluding net debt and tax. Rol is
('Rol') used by management to help inform capital allocation decisions within the business and has been
identified as one of the Group's key performance indicators. It also forms part of the remuneration
targets of the Group.
A reconciliation of Group Rol is provided below
2019
2018
Underlying operating profit (£m)
1,264
1,037
Average net assets (£m)
7,117
5,905
Return on investment N
18%
18%
Rol for the businesses is calculated in the same way, but excludes goodwill and intangible assets:
Sunbelt US
Sunbelt Canada
A -Plant
Underlying operating profit
$1,545m
C$55m
£62m
Average net assets, excluding goodwill and intangibles
$6,438m
C$448m
£677m
Return on investment
24%
12%
9%
Underlying See definition Underlying results are the results stated before exceptional items and the amortisation of acquired
results intangibles. Underlying results are utilised by the Group in its remuneration targets. A reconciliation
is shown on the income statement on page 102.
Other terms used within this Annual Report & Accounts include:
- Availability: represents the headroom on a given date under the terms of our $4.1bn asset -backed senior bank facility, taking
account of current borrowings.
- Fleet age: net book value weighted age of serialised rental assets. Serialised rental assets constitute the substantial majority
of our fleet.
- Fleet on rent: quantity measured at original cost of our rental fleet on rent. Fleet on rent has been identified as one of the Group's
key performance indicators.
- Physical utilisation: physical utilisation is measured as the daily average of the amount of itemised fleet at cost on rent as a
percentage of the total fleet at cost and for Sunbelt US is measured only for equipment whose cost is over $7,500, which comprised
88% of its fleet at 30 April 2019. Physical utilisation has been identified as one of the Group's key performance indicators.
- RIDDOR rate: the RIDDOR (Reporting of Injuries, Diseases and Dangerous Occurrences Regulations) reportable rate is the number
of major injuries or over seven-day injuries per 100,000 hours worked.
- Same store: same -stores are those locations which were open at the start of the comparative financial period.
- Staff turnover: staff turnover is calculated as the number of leavers in a year (excluding redundancies) divided by the average
headcount during the year.
- Suppressed availability: represents the amount on a given date that the asset base exceeds the facility size under the terms of our
$4.1bn asset -backed senior bank facility.
- Yield: is the return we generate from our equipment. The change in yield is a combination of the rental rate charged, rental period
and product and customer mix.
DocuSign Envelope ID: OE9122BO-9276-4EDD-A964-AA0994901D28
FINANCIAL CALENDAR AND ADVISERS
Future dates
Quarter 1 results
2019 Annual General Meeting
Quarter 2 results
Quarter results
Quarter 4 and year-end results
Advisers
Auditor
Deloitte LLP
Statutory Auditor
1 New Street Square
London
EC4A 3HQ
Registrars and Transfer Office
Equiniti
PO Box 4630
Aspect House
Spencer Road
Lancing
West Sussex
BN99 6QQ
Financial PR Advisers
Maitland/AMO
3 Pancras Square
London
N1C 4AG
FSC
wwwtsc.org
mix
Paperfrom
responsible sources
FSC• CO16486
10 September 2019
10 September 2019
10 December 2019
3 March 2020
16 June 2020
Printed in the UK by CPI Colour, a CarbonNeutral®
company. Both manufacturing mill and the printer
are registered to the Environmental Management
System IS014001 and are Forest Stewardship
Council° (FSC°) chain -of -custody certified.
Designed and produced by
CONRAN
DESIGN GROUP
Solicitors
Travers Smith LLP
10 Snow Hill
London
EC1A 2AL
Skadden, Arps, Slate, Meagher & Flom LLP
155 N Wacker Drive
Chicago, IL60606
Parker, Poe, Adams & Bernstein LLP
401 South Tryon Street
Charlotte. NC 28202
Brokers
Jefferies Hoare Govett
Vintners Place
68 Upper Thames Street
London
EC4V 3BJ
Barclays Bank plc
North Colonnade
Canary Wharf
London
E144BB
Registered number
01807982
Registered Office
100 Cheapside
London
EC2V 6DT
Ashtead Group plc
100 Cheapside
London EC2V 6DT
Phone: + 44 (0) 20 7726 9700
www.ashtead-group.com
www.ashtead-group.com