HomeMy WebLinkAboutEBA Engineering 2026-01-23COU No. 2526-163
PAGE 1 OF 7
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 23rd day of January, 2026 (“Effective
Date”), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and
EBA Engineering, a corporation organized and in good standing under the laws of the state of
California, hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to Environmental Engineering Services Related
to the Corporation Yard Environmental Well Abandonment Project.
b. Consultant represents that it has the qualifications, skills, experience and properly
licensed to provide these services, and is willing to provide them according to the terms
of this Agreement.
c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto
as Attachment "A", describing contract provisions for the project and setting forth the
completion dates for the various services to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment "A".
2.2. Additional Services. Additional services, if any, shall only proceed upon written
agreement between City and Consultant. The written Agreement shall be in the form of
an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required
by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete
such services 15 days from receipt of the Notice to Proceed. Consultant shall complete
the work to the City's reasonable satisfaction, even if contract disputes arise or
Consultant contends it is entitled to further compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this
Agreement, Consultant shall be compensated on a time and expense basis not to
exceed a guaranteed maximum dollar amount of $68,885.00. Labor charges shall be
based upon hourly billing rates for the various classifications of personnel employed by
Consultant to perform the Scope of Work as set forth in the attached Attachment A,
COU No. 2526-163
PAGE 2 OF 7
which shall include all indirect costs and expenses of every kind or nature, except direct
expenses. The direct expenses and the fees to be charged for same shall be as set
forth in Attachment A. Consultant shall complete the Scope of Work for the not-to-
exceed guaranteed maximum, even if actual time and expenses exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the
Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in
compensation. "Changes to the Scope-of-Work" means different activities than those
described in Attachment "A" and not additional time to complete those activities than the
parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a
portion of the work of this Agreement shall be approved by City prior to commencement
of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed
amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this
contract shall be based upon submission of monthly invoices for the work satisfactorily
performed prior to the date of the invoice less any amount already paid to Consultant,
which amounts shall be due and payable thirty (30) days after receipt by City. The
invoices shall provide a description of each item of work performed, the time expended
to perform each task, the fees charged for that task, and the direct expenses incurred
and billed for. Invoices shall be accompanied by documentation sufficient to enable City
to determine progress made and to support the expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely
responsible for its acts or omissions. Consultant (including its agents, servants, and
employees) is not the City's agent, employee, or representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent
contractor and not an employee, joint venturer, or partner of City for any purpose
whatsoever. City shall have no right to, and shall not control the manner or prescribe the
method of accomplishing those services contracted to and performed by Consultant
under this Agreement, and the general public and all governmental agencies regulating
such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been
inserted solely to achieve compliance with federal and state laws, rules, regulations, and
interpretations thereof. No such provisions and no other provisions of this Agreement
shall be interpreted or construed as creating or establishing the relationship of employer
and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-
employment taxes that are due the state and federal government and shall furnish and
pay worker's compensation insurance, unemployment insurance and any other benefits
required by law for himself and his employees, if any. Consultant agrees to indemnify
and hold City and its officers, agents and employees harmless from and against any
claims or demands by federal, state or local government agencies for any such taxes or
benefits due but not paid by Consultant, including the legal costs associated with
defending against any audit, claim, demand or law suit.
COU No. 2526-163
PAGE 3 OF 7
Consultant warrants and represents that it is a properly licensed professional or
professional organization with a substantial investment in its business and that it
maintains its own offices and staff which it will use in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely
to City. Consultant has no interest and will not acquire any direct or indirect interest that
would conflict with its performance of the Agreement. Consultant shall not in the
performance of this Agreement employ a person having such an interest. If the City
Manager determines that the Consultant has a disclosure obligation under the City’s
local conflict of interest code, the Consultant shall file the required disclosure form with
the City Clerk within 10 days of being notified of the City Manager’s determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2
Consultant shall not begin work under this Agreement until it procures and maintains for
the full period of time allowed by law, surviving the termination of this Agreement
insurance against claims for injuries to persons or damages to property, which may arise
from or in connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office ("ISO) Commercial General Liability Coverage
Form No. CG 20 10 10 01 and Commercial General Liability Coverage –
Completed Operations Form No. CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
"any auto" or Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the
State of California and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant’s
profession. Architects’ and engineers’ coverage is to be endorsed to
include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 combined single limit per occurrence for
bodily injury, personal injury and property damage including operations,
products and completed operations. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, the
general aggregate limit shall apply separately to the work performed
under this Agreement, or the aggregate limit shall be twice the prescribed
per occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for
bodily injury and property damage.
COU No. 2526-163
PAGE 4 OF 7
3. Worker's Compensation and Employers Liability: Worker's compensation
limits as required by the Labor Code of the State of California and
Employers Liability limits of $1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by
the City. At the option of the City, either the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects to the City, its officers,
officials, employees and volunteers; or the Consultant shall procure a bond
guaranteeing payment of losses and related investigations, claim administration
and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
a. The City, it officers, officials, employees and volunteers are to be
covered as additional insureds as respects; liability arising out of
activities performed by or on behalf of the Consultant, products
and completed operations of the Consultant, premises owned,
occupied or used by the Consultant, or automobiles owned, hired
or borrowed by the Consultant for the full period of time allowed by
law, surviving the termination of this Agreement. The coverage
shall contain no special limitations on the scope-of-protection
afforded to the City, its officers, officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance
as respects to the City, its officers, officials, employees and
volunteers. Any insurance or self-insurance maintained by the
City, its officers, officials, employees or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with
it.
c. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officers, officials,
employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer's liability.
2. Worker's Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses arising from
Consultant's performance of the work, pursuant to this Agreement.
COU No. 2526-163
PAGE 5 OF 7
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the
effective date of this Agreement. The policy period shall extend one (1)
year from the date of final approved invoice.
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state
that coverage shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's
rating of no less than A- for financial strength, AA for long-term credit rating and
AMB-1 for short-term credit rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original
Endorsements effecting coverage required by this Agreement. The Certificates
and Endorsements for each insurance policy are to be signed by a person
authorized by that insurer to bind coverage on its behalf. The Certificates and
Endorsements are to be on forms provided or approved by the City. Where by
statute, the City's Workers' Compensation - related forms cannot be used,
equivalent forms approved by the Insurance Commissioner are to be substituted.
All Certificates and Endorsements are to be received and approved by the City
before Consultant begins the work of this Agreement. The City reserves the right
to require complete, certified copies of all required insurance policies, at any
time. If Consultant fails to provide the coverages required herein, the City shall
have the right, but not the obligation, to purchase any or all of them. In that
event, the cost of insurance becomes part of the compensation due the
contractor after notice to Consultant that City has paid the premium.
G. Subcontractors
Consultant shall include all subcontractors or sub-consultants as insured under
its policies or shall furnish separate certificates and endorsements for each sub-
contractor or sub-consultant. All coverage for sub-contractors or sub-consultants
shall be subject to all insurance requirements set forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition
thereto, Consultant agrees, for the full period of time allowed by law, surviving the
termination of this Agreement, to indemnify the City for any claim, cost or liability that
arises out of, or pertains to, or relates to any negligent act or omission or the willful
misconduct of Consultant in the performance of services under this contract by
Consultant, but this indemnity does not apply to liability for damages for death or bodily
injury to persons, injury to property, or other loss, arising from the sole negligence, willful
misconduct or defects in design by the City, or arising from the active negligence of the
City.
COU No. 2526-163
PAGE 6 OF 7
“Indemnify,” as used herein includes the expenses of defending against a claim and the
payment of any settlement or judgment arising out of the claim. Defense costs include
all costs associated with defending the claim, including, but not limited to, the fees of
attorneys, investigators, consultants, experts and expert witnesses, and litigation
expenses.
References in this paragraph to City or Consultant, include their officers, employees,
agents, and subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned
and become the property of the City upon their creation and shall be given to City
immediately upon demand and at the completion of Consultant's services at no
additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A".
All documents produced by Consultant shall be furnished to City in digital format and
hardcopy. Consultant shall produce the digital format, using software and media
approved by City.
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United
States, the State of California, and all local governments having jurisdiction over this
Agreement. The interpretation and enforcement of this Agreement shall be governed by
California law and any action arising under or in connection with this Agreement must be
filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments
set forth the entire understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent
jurisdiction, the remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement
of both parties in writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant
shall not assign, transfer, or sub-contract its interest or obligation under all or any portion
of this Agreement without City's prior written consent.
7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement
shall be a waiver of any other or subsequent breach of the same or any other covenant,
term or condition or a waiver of the covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of
the Agreement; 2) because funds are no longer available to pay Consultant for services
provided under this Agreement; or 3) City has abandoned and does not wish to complete
the project for which Consultant was retained. A party shall notify the other party of any
alleged breach of the Agreement and of the action required to cure the breach. If the
breaching party fails to cure the breach within the time specified in the notice, the
contract shall be terminated as of that time. If terminated for lack of funds or
abandonment of the project, the contract shall terminate on the date notice of
termination is given to Consultant. City shall pay the Consultant only for services
COU No. 2526-163
PAGE 7 OF 7
performed and expenses incurred as of the effective termination date. In such event, as
a condition to payment, Consultant shall provide to City all finished or unfinished
documents, data, studies, surveys, drawings, maps, models, photographs and reports
prepared by the Consultant under this Agreement. Consultant shall be entitled to
receive just and equitable compensation for any work satisfactorily completed
hereunder, subject to off-set for any direct or consequential damages City may incur as
a result of Consultant's breach of contract.
7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each
bearing the original signature of the parties. Alternatively, this Agreement may be
executed and delivered by facsimile or other electronic transmission, and in more than
one counterpart, each of which shall be deemed an original, and all of which together
shall constitute one and the same instrument. When executed using either alternative,
the executed agreement shall be deemed an original admissible as evidence in any
administrative or judicial proceeding to prove the terms and content of this Agreement.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when
personally delivered or deposited in the mail (certified or registered) addressed to the
parties as follows:
CITY OF UKIAH EBA ENGINEERING
DEPT. OF PUBLIC WORKS 825 SONOMA AVENUE, SUITE C
300 SEMINARY AVENUE SANTA ROSA, CA 95404
UKIAH, CALIFORNIA 95482-5400
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY: ______________________________________________
Date
PRINT NAME: _________________
__________________
IRS IDN Number
CITY OF UKIAH
BY: ____________________
Date
CITY MANAGER
ATTEST
____________________
CITY CLERK Date
Nazar Eljumaily
68-0181868
01/23/2026
01/27/2026
Kristine Lawler (Jan 27, 2026 10:48:13 PST)Kristine Lawler 01/27/2026
825 Sonoma Avenue, Suite C • Santa Rosa, California 95404
(707) 544-0784 • FAX (707) 544-0866 • www.ebagroup.com
January 12, 2026
Tim Eriksen, P.E.
Director of Public Works & City Engineer
City of Ukiah
300 Seminary Avenue
Ukiah, CA 95482
teriksen@cityofukiah.com
RE: PROPOSAL FOR ENVIRONMENTAL ENGINEERING SERVICES PROFESSIONAL
OVERSIGHT OF ENVIRONMENTAL WELL ABANDONMENT CITY OF UKIAH
CORPORATION YARD
1320 AIRPORT ROAD
UKIAH, CA 95490
EBA Proposal No. P768-24
Dear Mr. Eriksen:
EBA Engineering (EBA) appreciates the opportunity to present this Proposal for Environmental
Engineering Services (Proposal) to the City of Ukiah (City) for the professional oversight
portion of case closure activities associated with the underground storage tank (UST) site at
the City Corporation Yard site located at 1320 Airport Road in Ukiah, California. Under
Agreement No. 2324-201-A1 for Professional Consulting Services, EBA recently prepared
bid specification documents, including construction drawings and an engineer’s estimate of
costs, for the abandonment of 53 monitoring wells, remediation wells, and junction boxes at
the project site as part of upcoming case closure by the North Coast Regional Water Quality
Control Board (NCRWQCB). EBA understands that the City is currently in the process of
soliciting bids for the project. The following cost estimate proposal outlines the recommended
scope of work and estimated costs for the professional oversight component of the remaining
work required to obtain case closure with no further action. Please note this scope of work is
focused solely on the work required to obtain case closure with the NCRWQCB and does not
include construction oversight costs. If the city desires, EBA can perform a construction oversight
role, including Measurement and Payment quantity verification. Costs to perform these services
will be provided in a separate proposal.
SCOPE OF WORK
The scope of work included in this Proposal consists of the following:
TASK 1 – Project Management, Regulatory Liaison and Pre-Field Activities:
o Task 1 includes project management / project coordination, acting as a regulatory
liaison between the City and the NCRWQCB / MCDEH, and pre-field activities.
Attachment A
2
Additionally, Task 1 includes a site visit for a pre-construction site walk with the
City and the selected contractor.
TASK 2 – Pre-Construction Project Coordination:
o Task 2 has been added to this Proposal to include additional time for permitting
assistance and pre-construction project coordination. This Task also includes
costs for coordinating with the City regarding bidder questions, bid meetings, and
other bid process related items. Please note this task includes costs for work that
has already been performed at the request and approval of the City. A total of 38
hours of Senior Geologist and Project Manager work has already been performed
to facilitate the project needs. An additional 12 hours are included for future work.
o Costs related to the sampling of the Granular Activated Carbon (GAC) vessel,
including labor, laboratory fees, and mileage are included. Please note these
activities have already been performed, as approved and requested by the City.
TASK 3 – Professional Oversight of Well Abandonment and Site Closure Activities:
o Task 3 includes professional oversight of all site closure activities which require
documentation to the NCRWQCB for closure of the site.
o EBA will be on-site for the duration of drilling activities and will document the
contractor’s compliance with regulatory requirements for environmental well
abandonment which include: adherence to the Well Abandonment Work Plan
Addendum, use of proper grouting techniques, compliance with pressure grout
variance requirements, the proper management of well abandonment materials
subject to special disposal requirements, and proper abandonment of wells
equipped with steel conductor casings. Additionally, EBA’s on-site field geologist
would serve as a designated representative of the City during drilling, waste
management and all other components that require documentation in the Site
Closure Report to be submitted to NCRWQCB (described under Task 4). This
proposal assumes that 15-days onsite will be required for well abandonment
activities.
o Task 3 includes materials, equipment, and mileage required to perform oversight
duties.
TASK 4 – Management, Characterization and Disposal of Investigation Derived Waste
Subject to Special Disposal Requirements:
o As specified within the Bid Specification Documents, the contractor is responsible
for the management and disposal of all construction debris, including but not
limited to concrete, asphalt, steel well boxes, and polyvinyl chloride (PVC) well
casings, whereas soil bins and subsequent disposal of contaminated drill cuttings
will be provided by the City or City’s Authorized Representative. Additionally,
disposal of the contaminated granular activated carbon (GAC) associated with the
water treatment system will be required by the NCRWQCB prior to site closure.
Task 4 includes the management (containerization), characterization (sampling
and analytical testing), profiling (landfill acceptance), and disposal of investigation
3
derived waste subject to special disposal requirements (i.e., contaminated drill
cuttings and contaminated GAC).
o Drill Cutting Containerization, Characterization, Profiling and Disposal: EBA will
coordinate with Bradley Tanks Incorporated (BTI) for the delivery and rental of
closed-top steel soil bins. It is assumed that the City will contract directly with BTI
and EBA will assist the City with coordination. Following completion of the drilling
activities, EBA will collect a four-to-one composite soil sample from the soil bins to
characterize the drill cuttings for disposal. Four discrete soil samples will be
collected in two-inch diameter by six-inch long stainless steel sampling tubes,
labeled, logged on a Chain-of-Custody form, and placed under refrigerated
conditions for transport to the analytical laboratory. The four discrete soil samples
will be composited in the laboratory four-to-one and analyzed for the site
constituents of concern. It is assumed that the analytical testing required for landfill
acceptance will consist of: Gasoline Range Organics (GRO) and Diesel Range
Organics (DRO) which will be analyzed by Environmental Protection Agency (EPA)
Test Method 8015B, fuel-related volatile organic compounds (VOCs) including
benzene, toluene, ethylbenzene, total xylenes, methyl tert-butyl ether, di-isopropyl
ether, ethyl tert-butyl ether, tert-amyl methyl ether, and tert-butyl alcohol which will
be analyzed by EPA Test Method 8260B, and total lead which will be analyzed by
EPA Test Method 6020A. Following receipt of the analytical results, the soil bin
materials will be profiled for landfill acceptance at Hay Road Landfill, a Class II
solid waste disposal facility located in Vacaville, California which accepts
contaminated non-hazardous waste. Following landfill acceptance, the soil bins
will be transported by BTI under waste disposal manifests to Hay Road Landfill for
disposal. Soil disposal documentation will be retained for NCRWQCB reporting
purposes.
o GAC Characterization, Profiling and Disposal: EBA will coordinate the removal of
6,000 pounds of GAC by Clear Creek Systems to their Livermore, California
facility. EBA will coordinate with Clear Creek Systems on the City’s behalf. It is
assumed that the City will contract directly with Clear Creek Systems. The 6,000
pounds of GAC will be recycled through thermal regeneration, whereas the
treatment media vessels will be recycled as scrap metal. Please note that due to
the passage of time since operation of the water treatment system, the treatment
media may be calcified and may require cutting the vessels open and additional
work to break apart the GAC. EBA will notify the City if any additional time/costs
are required due to calcification of the treatment media. GAC disposal
documentation will be retained for NCRWQCB reporting purposes.
o Please note that any water within the treatment media vessels will need to be
drained prior to transportation for off-site disposal. If necessary, Task 4 also
includes the sampling of water within each of the three (3) 2,000-pound treatment
media vessels. EBA will collect a total of three water samples which will be
analyzed for GRO and DRO using EPA Test Method 8015B and fuel-related VOCs
including benzene, toluene, ethylbenzene, total xylenes, methyl tert-butyl ether, di-
isopropyl ether, ethyl tert-butyl ether, tert-amyl methyl ether, and tert-butyl alcohol
using EPA Test Method 8260B. Analytical results will be provided to the City for
determination of requirements for discharge to the City’s Publicly Owned
Treatment Works (POTW). Based on conversations with the City, it is assumed
4
that City personnel will drain the treatment media vessels and discharge the water
to the POTW.
TASK 5 – Reporting:
o Following completion of the site closure activities and receipt of waste disposal
documentation, EBA will prepare a report for submittal to the NCRWQCB with a
request for case closure with no further action required.
COST ESTIMATE SUMMARY
EBA can provide the services described herein for a not-to-exceed cost of $68,885.00 per the
Cost Estimate Summary provided below, unless otherwise authorized by the City. This cost
includes all labor, travel, and material expenses associated with implementing the various tasks
required of this project. Please note that this cost DOES NOT include costs for subcontractors
for the containerization, transportation, and disposal of waste subject to special disposal
considerations. EBA assumes that the City will contract directly with the waste disposal
contractors. EBA has solicited quotes from waste disposal contractors which will be provided to
the City when available.
ASSUMPTIONS AND EXCLUSIONS
The following assumptions and exclusions have been made:
No night or weekend work is required. It is assumed there is free and open access to the
project site.
It is understood that prevailing wages are required for all work performed on site by EBA
and our subcontractors. It is assumed that a Department of Industrial Relations (DIR)
number will be provided for reporting purposes.
Excludes marking the site for underground service alert or any other utility clearance
components, which are the responsibility of the selected contractor. Additionally excluded
are: obtaining drilling permits, traffic control plans, encroachment permits, and containers
for construction debris, which are the responsibility of the contractor.
Based on past discussions with the City, EBA understands that the City will coordinate for
securing access agreements for the off-site properties.
It is assumed that one (1) on-site pre-construction site meeting with the City and the
selected contractor will be required.
The time required and associated cost for professional oversight of well abandonment
(Task 3) will be contingent on the drilling schedule of the selected contractor, which has
yet to be determined. For cost estimation purposes, it was assumed that all drilling
activities will be completed in 15-days on site (8 hours on-site per day). All work proposed
herein, including Task 3, will be billed on a time-and-materials basis not to exceed the total
estimated costs unless otherwise approved by the City. In the event that the selected
5
contractor requires additional time for well abandonment, or any other unforeseen
circumstances arise, a Cost Estimate Addendum will be prepared and submitted to the
City.
It is assumed that the analytical results will indicate the drilling cuttings are acceptable for
disposal at a Class II solid waste facility (i.e., Hay Road Landfill). Additional fees would
apply for profiling and disposal to alternate facilities (i.e., Class I Hazardous Waste landfill).
It is assumed that the analytical results will indicate the GAC is acceptable for disposal as
contaminated non-hazardous waste.
Assumes a forklift will be made available by the City for loading the GAC vessels and
water tank onto a flatbed truck.
Any additional services not described herein will be included under a separate Agreement
for Services.
Throughout this project, additional information may become available. This new information may
result in a change in the scope of work, which may result in a change in the cost of the project.
EBA will notify the client when there is a change in the cost and will not proceed without prior
approval of the changes from the client.
CLOSING
Thank you again for the opportunity to submit this Proposal. Please do not hesitate to call us at
(707) 544-0784 if you have any questions or comments regarding the information contained
herein.
Sincerely,
EBA ENGINEERING
_________________________________
Jacob Gallegos, P.G.
Senior Geologist
Attachments: Cost Estimate Spreadsheet
Schedule of Standard Rates and Fees
City of Ukiah Coporation Yard UST Site
Location: 1320 Airport Road, Ukiah, California
Client Name: City of Ukiah
EBA Job No: 25-3748
Date: January 12, 2026
Senior Project Project Staff Staff Design Total EBA Analytical Materials ESTIMATED
Task Geologist Geologist Geologist Geologist Geologist Drafter EBA Task Testing Mileage & COSTS
(Prevailing Wage) (Prevailing Wage)Misc.
$175.00 $190.00 $165.00 $165.00 $135.00 $125.00 Hours Total
Task 1: Project Management, Regulatory Liaison and Pre-Field Activities 20 8 0 0 16 0 44 7,180.00$ 7,180.00$
Task 2: Pre-Construction Project Coordination 50 8 0 0 12 0 70 11,890.00$ 222.00$ 175.00$ 12,287.00$
Task 3: Professional Oversight of Well Abandonment and Site Closure Activities 15 40 15 80 30 0 180 29,965.00$ 2,853.00$ 32,818.00$
Task 4: Management, Characterization and Disposal of Regulated Investigation Derived Waste 10 0 4 0 10 0 24 3,760.00$ 2,000.00$ 100.00$ 5,860.00$
Task 5: Reporting 8 0 4 0 16 2 30 4,470.00$ 4,470.00$
Ten Percent Contingency 6,270.00$
TOTAL: 103 56 23 80 84 2 348 57,265.00$ 2,222.00$ 3,128.00$ 68,885.00$
Cost Breakdown Spreadsheet - Professional Oversight of Environmental Well Abandonment
HOURS TOTALS LABOR
Refer to January 12, 2026 Cost Estimate Proposal for assumptions and limitations.
G:\.shortcut-targets-by-id\1-_8_OgajnBOoXWBSGS8-xmU-nkyeaVCQ\ebadrives\ldrive\proposal\2021\KC Placeholder\Hood Mountain RP Fire Cleanup
STANDARD SCHEDULE OF FEES
Principal Geologist / Principal Engineer $245 - $265 /hr.
Project Manager $170 - $225 /hr.
Senior Geologist / Senior Engineer $160 - $200 /hr.
Senior Project Geologist / Engineer $150 - $185 /hr.
Project Geologist / Project Engineer $145 - $180 /hr.
Staff Geologist / Staff Engineer $110 - $145 /hr.
CEQA Practitioner $185 / hr.
Survey: 3 Man Crew $400 /hr.
Survey: 2 Man Crew $315 /hr.
Survey Travel: 2 Man Crew $215 /hr.
Survey: 1 Man Crew $215 /hr.
Surveyor $185 - $215 /hr.
Survey Technician $140 - $160 /hr.
Senior Environmental Scientist / Specialist $140 - $185 /hr.
Environmental Scientist / Specialist $85 - $135 /hr.
Design Draftsperson $125 - $145 /hr.
Drafting Technician $105 - $165 /hr.
Clerical $75 /hr.
Administrative $80 /hr.
Systems Manager $90 /hr.
Depositions or court proceedings 200% of usual rates
Subconsultants Cost plus 15%
Prints and materials Cost plus 15%
Miscellaneous expenses Cost plus 15%
Prevailing wage rates may be adjusted based on DIR wage determinations.
Rates effective January - December 2026.
Fees may increase between 3% - 5% upon the start of each new fiscal year.