Loading...
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