HomeMy WebLinkAboutAgreement A-16-241-1 with Tetra Tech BAS Inc..pdf1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
FIRST AMENDMENT TO AGREEMENT
THIS FIRST AMENDMENT TO AGREEMENT (hereinafter “Amendment”) is
made and entered into this day of , 2021, by and between
COUNTY OF FRESNO, a political subdivision of the State of California (hereafter
“COUNTY”), and TETRA TECH BAS, INC., a California corporation, whose address is
1360 Valley Vista Drive, Diamond Bar, California 91765 (hereinafter "CONTRACTOR").
WITNESSETH:
WHEREAS, COUNTY and CONTRACTOR entered into an Agreement dated the
24th day of May, 2016, and identified as Agreement No. 16-241 (hereinafter “the
Agreement”), under the terms of which the CONTRACTOR agreed to provide operation
and maintenance of the landfill gas collection and control system (LFGCCS) at the
American Avenue Disposal Site (AADS) in accordance with State and Federal-
requirements over a potential five-year term, with a contract maximum of $843,570.00;
and
WHEREAS, the Agreement previously has been extended by mutual consent of
the parties to its full potential five-year term, which is scheduled to expire on May 31,
2021; and
WHEREAS, COUNTY finds it necessary to amend the Agreement due to the
need for additional services relating to implementation of necessary modifications to the
LFGCCS, both in preparation for and concurrently with the upcoming Phase I Waste
Relocation Project at AADS, together with an attendant increase in related regulatory
and reporting requirements imposed by the State; and
WHEREAS, it is in the best interest of the COUNTY to continue to retain the
services of CONTRACTOR at least until such time as the Phase I Waste Relocation
Project has been completed, at which time the COUNTY in its discretion may terminate
the Agreement and issue a Request for Proposal or Request for Quotation based on
operation and maintenance of the LFGCCS at the American Avenue Disposal Site
(AADS) in accordance with State and Federal requirements; and
Agreement No. 16-241-1
25th May
21-0240
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
WHEREAS, COUNTY and CONTRACTOR now desire to amend the Agreement
to further extend the term and increase the maximum annual compensation, so as to
allow the CONTRACTOR to provide such additional necessary services.
NOW, THEREFORE, based on the foregoing and in consideration of their mutual
promises as set forth herein, the parties agree to amend the above-referenced
Agreement as follows:
1.CONTRACTOR shall perform, as part of its Extra Services assignments,
the following new Task 6, the scope of work for which is summarized in Exhibit 1
attached to this Amendment and is more thoroughly delineated in the LFGCCS
Coordination Plan for the Phase I Waste Relocation Project (PROJECT), each of which
is hereby added to the Agreement by insertion of the following language as part of
Article III of the Agreement, immediately following the description of Task 5 ending on
page 3, line 3, and prior to the beginning of Article IV at page 3, line 4:
“ TASK 6 – PHASE I WASTE RELOCATION PROJECT LFGCCS
CORDINATION PLAN (EXTRA SERVICES)
This task will include all work summarized in Exhibit 1 attached to this
Amendment, and more thoroughly set forth in the LFGCCS Coordination Plan
(Coordination Plan) for the Phase I Waste Relocation Project (PROJECT), each of
which is incorporated by this reference as though fully set forth herein, as necessary to
implement and execute the Coordination Plan, in order to keep the LFGCCS operational
in accordance with the parameters of all applicable regulatory and permit requirements
and to document all requisite regulatory elements necessary for mandated reporting
during the course of the PROJECT.”
2.Article XXII (“TERM”) on page 18, lines 12 through 19 of the Agreement, is
hereby amended to state as follows:
“XXII TERM
The term of this Agreement, which commenced on June 1, 2016, and
previously was extended through and including May 31, 2021, is hereby further
3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
extended through and including May 31, 2023, unless earlier terminated by COUNTY
pursuant to the provisions of Article XXIII (“TERMINATION”) of the Agreement.”
3.Article V (“COMPENSATION”), Section A, beginning on page 3, line 26
through page 4, line 13 of the Agreement, is hereby deleted in its entirety and replaced
with the following:
“Notwithstanding any other provision of this Agreement, the Total Fee for the
services required under Article III, over the entire seven-year term of this
Agreement as extended by this Amendment, shall not exceed $3,725,070.”
4.Article V, Section B (“Basic Fee”), Paragraph 1, at page 4, lines 15
through 25, is hereby amended, as of the effective date of this Amendment, to state as
follows:
“1. Notwithstanding any other provision in this Agreement, the Basic
Fee for the Services required under Article III, Tasks 1, 2, 3 and 4 shall be computed at
the cost rates shown in Exhibit 2, attached to this Amendment and incorporated by this
reference as though fully set forth herein. Those rates as listed therein for such Basic
Fee services shall remain in effect from and after June 1, 2021 through the entire
remaining term of this Agreement, as extended by this Amendment. Within the Total
Fee limitation described in Article V, Section A. of the Agreement as amended herein,
the Maximum Annual Basic Fee for each of the contract years commencing on June 1,
2021 and June 1, 2022 respectively, shall be divided as follows:
Task 1 Routine LFGCCS Operation, Monitoring and Maintenance $42,383.00
Task 2 Surface Emission Monitoring $75,985.00
Task 3 Annual Landfill Gas Flare Source Test (FST) $16,636.00
Task 4 Report Preparation $5,519.00
Total Maximum Annual Basic Fee $140,523.00”
5.Article V, Section C (“Extra Services”), Paragraph 1, at page 5, lines 6
through line 9 of the Agreement, is hereby amended, as of the effective date of this
Amendment, to state as follows:
4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
“1. A maximum allocation of $3,000,454 to pay for authorized Extra Services
over the entire seven-year term of this Agreement as extended by this
Amendment, is provided for herein by this Agreement. Payment of Extra
Services in excess of such maximum allocation is prohibited except upon a
written Amendment to this Agreement pursuant to the provisions of Article
XVI hereof.”
6.Attachment “A” to the Agreement is hereby deleted in its entirety, and
replaced by the hourly labor cost and equipment rental rates set forth in the attached
“Exhibit 2” to this Amendment, which rates shall be effective from and after June 1,
2021 through the entire remaining term of this Agreement, as extended by this
Amendment.
7.Article XVIII (“HOLD HARMLESS”), at page 14, lines 9 through 16 of the
Agreement, is hereby amended, as of the effective date of this Amendment, to state as
follows:
“XVIII HOLD HARMLESS
CONTRACTOR agrees to indemnify, save, hold harmless, and at COUNTY'S
request, defend the COUNTY, its officers, agents, and employees from any and
all costs and expenses (including attorney’s fees and costs), damages,
liabilities, claims, and losses occurring or resulting to COUNTY in connection
with the performance, or failure to perform, by CONTRACTOR, its officers,
agents, or employees under this Agreement, and from any and all costs and
expenses (including attorney’s fees and costs), damages, liabilities, claims, and
losses occurring or resulting to any person, firm, or corporation who may be
injured or damaged by the performance, or failure to perform, of
CONTRACTOR, its officers, agents, or employees under this Agreement.”
8.Article XIX (“LIABILITY INSURANCE”), which begins on page 14, line 17
of the Agreement, is hereby deleted in its entirety and replaced with the following:
“XIX INSURANCE
5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Without limiting the COUNTY's right to obtain indemnification from
CONTRACTOR or any third parties, CONTRACTOR, at its sole expense,
shall maintain in full force and effect, the following insurance policies or a
program of self-insurance, including but not limited to, an insurance pooling
arrangement or Joint Powers Agreement (JPA) throughout the term of the
Agreement:
A.Commercial General Liability
Commercial General Liability Insurance with limits of not less than Two Million
Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four
Million Dollars ($4,000,000.00). This policy shall be issued on a per
occurrence basis. COUNTY may require specific coverages including
completed operations, products liability, contractual liability, Explosion-
Collapse-Underground, fire legal liability or any other liability insurance
deemed necessary because of the nature of this contract.
B.Automobile Liability
Comprehensive Automobile Liability Insurance with limits of not less than One
Million Dollars ($1,000,000.00) per accident for bodily injury and for property
damages. Coverage should include any auto used in connection with this
Agreement.
C.Environmental Impairment (Pollution) Liability Insurance
Limits of not less than $3,000,000 per occurrence and an annual aggregate of
not less than $5,000,000, including clean-up costs. The policy shall be written
on claims made basis.
D.Special Endorsements or a separate policy covering explosion and
subsequent environmental damages with limits not less than $3,000,000 per
occurrence and $5,000,000 annual aggregate.
E.Transporter Pollution Liability Insurance
6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
In addition to all other coverages required herein, and one of the following:
MCS-90 endorsement with sudden and accidental pollution endorsement or
“automobile endorsement A”, or a California 9948 endorsement with limits of
not less than $5,000,000 combined single limit.
F.Professional Liability
If CONTRACTOR employs licensed professional staff, (e.g., Ph.D., R.N.,
L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance
with limits of not less than One Million Dollars ($1,000,000.00) per
occurrence, Three Million Dollars ($3,000,000.00) annual aggregate.
CONTRACTOR agrees that it shall maintain, at its sole expense, in full force
and effect for a period of three (3) years following the termination of this
Agreement, one or more policies of professional liability insurance with limits
of coverage as specified herein.
G.Worker's Compensation
A policy of Worker's Compensation insurance as may be required by the
California Labor Code.
Additional Requirements Relating to Insurance
CONTRACTOR shall obtain endorsements to the Commercial General
Liability insurance naming the County of Fresno, its officers, agents, and
employees, individually and collectively, as additional insured, but only insofar
as the operations under this Agreement are concerned. Such coverage for
additional insured shall apply as primary insurance and any other insurance,
or self-insurance, maintained by COUNTY, its officers, agents and employees
shall be excess only and not contributing with insurance provided under
CONTRACTOR's policies herein. This insurance shall not be cancelled or
changed without a minimum of thirty (30) days advance written notice given to
COUNTY.
7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
CONTRACTOR hereby waives its right to recover from COUNTY, its officers,
agents, and employees any amounts paid by the policy of worker’s
compensation insurance required by this Agreement. CONTRACTOR is
solely responsible to obtain any endorsement to such policy that may be
necessary to accomplish such waiver of subrogation, but CONTRACTOR’s
waiver of subrogation under this paragraph is effective whether or not
CONTRACTOR obtains such an endorsement.
Within thirty (30) days from the date CONTRACTOR signs and executes this
Agreement, CONTRACTOR shall provide certificates of insurance and
endorsement as stated above for all of the foregoing policies, as required
herein, to the County of Fresno, (Landfill Operations Manager, 2220 Tulare
Street, 6th Floor, Fresno, CA 93721), stating that such insurance coverage
have been obtained and are in full force; that the County of Fresno, its
officers, agents and employees will not be responsible for any premiums on
the policies; that for such worker’s compensation insurance the
CONTRACTOR has waived its right to recover from the COUNTY, its officers,
agents, and employees any amounts paid under the insurance policy and that
waiver does not invalidate the insurance policy; that such Commercial
General Liability insurance names the County of Fresno, its officers, agents
and employees, individually and collectively, as additional insured, but only
insofar as the operations under this Agreement are concerned; that such
coverage for additional insured shall apply as primary insurance and any
other insurance, or self-insurance, maintained by COUNTY, its officers,
agents and employees, shall be excess only and not contributing with
insurance provided under CONTRACTOR's policies herein; and that this
insurance shall not be cancelled or changed without a minimum of thirty (30)
days advance, written notice given to COUNTY.
8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
In the event CONTRACTOR fails to keep in effect at all times insurance
coverage as herein provided, the COUNTY may, in addition to other remedies
it may have, suspend or terminate this Agreement upon the occurrence of
such event.
All policies shall be issued by admitted insurers licensed to do business in the
State of California, and such insurance shall be purchased from companies
possessing a current A.M. Best, Inc. rating of A FSC VII or better.”
COUNTY and CONTRACTOR agree that this Amendment is sufficient to amend
the Agreement and that upon full execution of this Amendment, the Agreement together
with this Amendment shall be considered and shall constitute the Agreement.
The Agreement, as hereby amended, is ratified and continued. All provisions,
terms, conditions, mutual covenants and promises set forth in the Agreement shall
remain in full force and effect, except as hereinabove amended.
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
1
2
3
·4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
EXECUTED AND EFFECTIVE as of the date first set forth above .
CONTRACTOR
t..,,/,,:;;:;?vr ,,, Wt a, ;f-pf) VICC' ?~/Pt:: ,v-,
Print Name & Title
Mailing Address
FOR ACCOUNTING USE ONLY :
Fund : 0700
Subclass : 15000
ORG: 9026
Account: 7295
COUNZ1~
Steve randau
Chairman of the Boa rd of Supervisors of
the County of Fresno
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno , State of Californ ia
By : -~ri"'"',_,M_ .. _. ,_,~~~DQ:::-pu-ty _____ _
9
EXHIBIT 1: SUMMARY DESCRIPTION OF WORK ENCOMPASSED BY TASK 6
The following summarizes the work encompassed by Extra Services Task 6, which is more thoroughly
described and delineated in the LFGCCS Coordination Plan:
1. The purpose of the Phase I Waste Relocation Project (“Project”) is the removal of waste and soil
material from Phase I and relocation to the existing Phase II side slopes. The primary goal of the
Task 6 Extra Services work, to be performed both in preparation for and currently with that
Project, is to minimize the impacts of that Project on the existing LFGCCS by providing for
continuing operation of LFG treatment, and maintaining compliance with applicable local, state,
and federal regulations.
2. The County requires LFG engineering assistance for the coordination efforts between the design
consultant and the prime contractor throughout the duration of that Project, and planning the
temporary modifications of the Phase II LFGCCS during the course of waste relocation work. The
LFGCCS Coordination Plan provides a template for the coordinated placement of a temporary
LFG system and disconnection of the existing system during the waste relocation while
continuing LFGCCS operation and permit compliance. The major component of this
coordination document is the LFGCCS Phasing Plans and Details.
3. Compliance, as part of this project, is linked to reducing the potential for LFG surface emissions
and off-site subsurface migration, and maintaining the operational integrity of the flare station
and condensate collection system throughout the duration of waste relocation activities. Prior
to waste relocation activities and LFGCCS staging (Stage 0), the temporary header installation
and first round of well raising will be performed. This will allow for the LFGCCS to operate full
time during waste relocation activities. A portion of the wells located in Phase II will be raised
and connected to the temporary header. Installation of the temporary LFG header, prior to any
waste relocation, will result in the ability to disconnect the existing LFG wells and immediately
re-connect them to an active vacuum source. This strategy will allow for minimal down-time,
with negligible disruption to the flare station and condensate system, and thereby reduce the
potential for LFG surface emissions and sub-surface migration.
4. Prior to commencement of waste relocation activities from Phase I into Phase II, the installation
of a temporary LFGCCS (Stage 0) will take place. The planned Stage 0 system involves the
installation of a temporary 12-inch diameter High Density Polyethylene (HDPE) LFG header,
associated fittings, connections, and supports to enable the temporary connection of the
existing LFG wells to the LFG treatment system (Flare Station) and to continue the collection and
storage of condensate. Upon installation of the 12-inch header, the existing LFG wells will be
disconnected from the old header and will be connected to the temporary header. Any
remaining lateral/header piping, fittings, valves, and wellheads from the existing system will be
salvaged for use with the permanent LFGCCS installation. Upon successful waste filling activities
(Phase 0 through 9), the permanent header will be installed in Phase II and all of the temporary
header piping will be disconnected and salvaged.
PERSONNEL
HOURLY
RATE PERSONNEL
HOURLY
RATE
Administrative Assistant $92 Project Clerk $80
CAD Operator / CAD Designer I $99 Project Coordinator $137
Chief Engineering Technician $159 Project Data Analyst $74
Chief of Survey Parties $182 Project Designer $182
Construction Equipment Operator $153 Project Manager $163
Construction Technician $134 Project Manager I $173
Construction Manager I $194 Project Manager II $199
Construction Manager II $210 Project Manager III / Client Manager 1 $209
Construction Supervisor $182 Project Manager IV / Client Manager II $219
Designer $151 Project Manager V $230
Division Engineer I $243 Project Office Services Clerk $92
Division Engineer II $254 Regulatory Compliance Manager $190
Drafter / Senior CAD Designer I $125 Regulatory Compliance Specialist I $149
Engineer $115 Regulatory Compliance Specialist II $164
Engineer I $128 Program Director $284
Engineer II $143 Senior CAD Operator / CAD Designer II $109
Engineer III $156 Senior Construction Manager $244
Engineer IV $169 Senior Designer / CAD Manager $165
Engineer V $181 Senior Drafter / Senior CAD Designer II $137
Engineer VI $198 Senior Engineer I $219
Engineer VII $208 Senior Engineer II $230
Engineering Technician / Engineer Technician $55 Senior Environmental Scientist $196
Engineering Technician I / Technician 1 $82 Senior Environmental Specialist $172
Engineering Technician II / Technician II $97 Senior Planner $175
Engineering Technician III / Sr Technician 1 $107 Senior Principal $314
Engineering Technician IV / Sr Technician II $128 Senior Project Coordinator $157
Engineering Technician V / Sr Technician III $140 Senior Project Designer $199
Environmental Specialist / Scientist $102 Senior Project Manager / Client Manager III $240
Environmental Specialist / Scientist I $113 Senior Regulatory Compliance Specialist $180
Environmental Specialist / Scientist II $125 Principal Geologist $269
Environmental Specialist / Scientist III $142 Project Geologist $156
Environmental Specialist / Scientist IV $156 Project Geologist I $172
Environmental Specialist / Scientist V $164 Project Geologist II $182
Landscape Architect 1 $164 Senior Geologist I $192
Landscape Architect 1I $199 Senior Geologist II $204
Pipe Fusion Technician $144 Senior Geologist III $213
Planner $105 Soils/Asphalt/Field Technician $107
Planner I $126 Soils/Asphalt/Field Technician - Prevailing Wage $126
Planner II $142 Staff Geologist I $127
Planning Manager $164 Staff Geologist II $138
Principal $300 Staff Geologist III $148
Principal Construction Services $280 Supervising Geologist $243
Principal Engineer $278 1-Man Survey Party with GPS $220
Principal Solid Waste Planner $265 2-Man Survey Party $327
Project Advisor*$180-$361
IN-HOUSE EXPENSES (or 5% of Total Personnel Fees)OTHER EXPENSES
Xerox Copies $0.10/page Company and Survey Vehicles $17/hour
Color Copies $0.50/page Other Out-of-Pocket Expenses/Supplies/Travel Cost + 10%
Wide Format Copies $0.30/sq. ft. Equipment Usage See Attached
Bond Plotting -- Black & White $2/sq. ft. Consultants/Outside Services Cost + 10%
Bond (Color), Vellum, Mylar $4/sq. ft. Construction Services Cost + 10%
Personal Vehicle $0.60/mile Per Diem for Living Expenses Federal Rates
Company Vehicle $0.70/mile GPS Survey Equipment Services $200/week
Outside services performed by others and direct expenses incurred on the Client’s behalf are charged an administrative fee of ten percent (10%) to cover the cost to provide for
administration, sub-consultant contract coordination and insurance. Fee to be added to the direct cost of all consultants, vendors, materials, equipment suppliers, other direct costs,
and any other outside services.
Rates are Effective June 1, 2021 - May 31, 2023. Court Appearance (Expert Witness, Deposition) and Overtime Premium is 150% of Personnel Hourly Rate. *Rate for
Project Advisor to be based on specialized staff required
SOLID WASTE WEST
SCHEDULE OF CHARGES
American Avenue Disposal Site - LFG OMM Non-Routine Rate Sheet Page 1 of 3
TYPE OF EQUIPMENT DAY WEEK MONTH
4 Gas Range Meter CH4, H2S, CO, O2 $77 $206 $515
Alpha - 1 Personal Sampling Pump $77 $206 $515
Disposable Bailer $21/each N/A N/A
CO2 Calorimetric Analysis Tubes $41 $129 $258
Downhole Camera $77/hour N/A N/A
Dupont Dosimeter Mark-3 (Personal Sample Pump)$52 $155 $309
Flow Calibrator $52 $155 $309
Gas Extraction Monitor (GEM 2000 / GEM 5000)$129 $361 $927
Lung Sampler $103 $309 $824
Mini-Ram Data Logger $41 $129 $258
Mini-Ram Dust Meter $52 $155 $309
Organic Vapor Analyzer $129 $412 $1,030
Photo Ionization Detector $129 $412 $1,030
Sample Train (Gas Extraction Pump)$52 $155 $309
Soil Auger/Sampler $31 $93 $185
Sounder (Liquid Level Indicator)$41 $129 $258
Horiba Meter $52 $206 $412
MiniRAE 2000 / MiniRAE 3000 $77 $206 $515
GT Surveyor $77 $206 $515
Groundwater Sampling Equipment $31/hour N/A N/A
Company Vehicle $136 $544 $1,632
Field Sampling Supplies:$103/day N/A N/A
LEVEL C (Per Person)$155 N/A N/A
Respirator with Cartridge (Full or Half Faced)---
Tyvek Coveralls, Outer Gloves, Glove Liners, Neoprene Boots ---
Sand Cone or Nuclear Density Gauge $8/hour N/A N/A
Hand Auger and Soil Sampling Equipment $52 N/A N/A
BAT Permeameter $185 N/A N/A
Inclinometer Read Unit $412 N/A N/A
Floor Level Manomenter $52 N/A N/A
Moisture Vapor Emission Test Kit (Material Only)$41/kit N/A N/A
Field Inspection Kit (Camera, Recorder, GPS)$36 N/A N/A
EQUIPMENT RENTAL RATES (1 OF 2)
Rates are Effective June 1, 2021 - May 31, 2023
American Avenue Disposal Site - LFG OMM Non-Routine Rate Sheet Page 2 of 3
TYPE OF EQUIPMENT DAY WEEK MONTH
Backhoe (60 HP or Less)$809 $2,628 $7,406
Bulldozer (with Slope Board)$1,818 $7,133 $22,831
Dump Truck (5 CY)$540 $2,010 $5,542
Dump Truck (10 CY)$911 $3,241 $6,488
Electrofusion Processor Box, Requires Rental Generator $189 $756 $2,267
Excavator (40K)$1,239 $4,766 $14,528
Extrusion Welding Gun, Requires Rental Generator $378 $1,511 $4,533
Forklift (Reach Fork 6000)$644 $2,109 $6,062
Forklift (Reach Fork 8000)$728 $2,213 $6,172
Fushion Machine (1" to 4"), Requires Rental Generator $126 $504 $1,511
Fushion Machine (2" to 6"), Requires Rental Generator $189 $719 $2,267
Fushion Machine (2" to 8"), Requires Rental Generator $220 $881 $2,644
Fushion Machine (4" to 12")$447 $1,814 $5,581
Fushion Machine (6" to 18")$517 $2,094 $6,419
Fushion Machine (12" to 36", T-900)$1,452 $5,864 $17,868
Generator (6.5-9.5 KW)$185 $767 $2,440
Manlift (40 ft)$452 $1,274 $3,473
Pipe Cutter Threader $228 $913 $1,825
Pneumatic Post Driver $85 $210 $542
Sidewinder Tool with Heater, Requires Rental Generator $378 $1,511 $4,533
Squeeze Tool (2"), Manual $63 $189 $567
Squeeze Tool (4"), Manual $146 $441 $932
Squeeze Tool (6" to 8"), Manual $157 $491 $1,107
Squeeze Tool (8"), Hydraulic $630 $2,519 $7,556
Towable Compressor $280 $844 $2,504
Utility Truck (1 Ton or Less)$136 $544 $1,632
Water Trailer $172 $564 $1,705
Water Truck (2,000 Gallon)$616 $1,994 $5,739
Water Truck (4,000 Gallon)$795 $3,366 $8,719
Wheel Loader (3 to 4 CY)$1,076 $4,014 $12,603
MOBILIZATION/DEMOBILIZATION FEES ROUND TRIP
Bulldozer (with Slope Board)$1,320
Fushion Machine (12" to 36", T-900)$660
All Other Tetra Tech Owned Equipment $297
Notes:
1. Daily Rates are based on an 8-hour working day.
2. Weekly Rates are based on five (5) working days.
3. Heavy equipment rates do not include an Equipment Operator.
4. Equipment rates do not include mobilization/demobilization charges. Rental equipment delivery will be billed as T&M plus 10% markup.
5. Equipment rates do not include fuel. Fuel will be billed as T&M plus 10% markup.
EQUIPMENT RENTAL RATES (2 OF 2)
Rates are Effective June 1, 2021 - May 31, 2023
American Avenue Disposal Site - LFG OMM Non-Routine Rate Sheet Page 3 of 3