HomeMy WebLinkAboutEBA Engineering 2026-01-26COU No. 2526-164
PAGE 1 OF 7
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 26th 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 Monitoring and Reporting
Services for the Ukiah Landfill.
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 by June 30, 2026. 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 $75,811.00. 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. 2526-164
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. 2526-164
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. 2526-164
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. 2526-164
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. 2526-164
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. 2526-164
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
1/26/2026
Nazar Eljumaily
68-0181868
02/05/2026
Kristine Lawler (Feb 6, 2026 07:44:32 PST)Kristine Lawler 02/06/2026
825 Sonoma Avenue, Suite C Santa Rosa, California 95404
(707)544-0784 FAX (707)544-0866 www.ebagroup.com
November 11, 2025 (Revised January 15, 2025)
Tim Eriksen, PE
City of Ukiah – Department of Public Works
300 Seminary Avenue
Ukiah, CA 95482
SUBJECT: COST ESTIMATE FOR ENVIRONMENTAL MONITORING AND REPORTING
SERVICES
CITY OF UKIAH LANDFILL
MENDOCINO COUNTY, CALIFORNIA
EBA PROJECT NO. 02-958
Dear Mr. Eriksen:
At the request of the City of Ukiah Department of Public Works (City), EBA Engineering (EBA)
has prepared this cost estimate proposal for the continuation of routine environmental
monitoring and reporting services for the City of Ukiah Landfill (Landfill). EBA has performed
portions of these services for the City since 2002 under a variety of contract amendments and
work authorizations. EBA understands that the City prefers for future routine compliance
monitoring and reporting services to be contracted on an annual basis coinciding with the fiscal
year. In that regard, the following cost estimate proposal includes routine environmental
monitoring and reporting services for the period of January 1, 2026 through June 30, 2026
(contract period). As previously discussed, a separate cost estimate proposal will be provided
for the next fiscal year (July 1, 2026 through June 30, 2027).
SCOPE OF WORK
Task 1: Project Management and Project Coordination
Task 1 includes project management and project coordination associated with implementing the
environmental compliance monitoring and reporting services described as Tasks 2 through 8
below.
Task 2: Environmental Sampling Events
Task 2 includes the performance of environmental sampling events for groundwater, surface
water, and leachate. These events during the contract period will include: the First Quarter
2026 sampling event (Task 2a), the Second Quarter 2026 sampling event (Task 2b), and as-
needed verification testing (Task 2c).
Assumptions: The estimated costs are based on the current Waste Discharge Requirements
(WDR) and associated Monitoring and Reporting Program (M&RP), and it is assumed that a
revised WDR and M&RP will not be issued during the contract period. Analytical testing costs
are not included since it is assumed that all analytical testing services will be performed by the
City’s contract laboratory (K Prime, Inc.). Task 2c (As-Needed Verification Testing) assumes
Attachment A
that one verification sampling event will apply during the contract period. However, the need for
verification testing is contingent on the future analytical results so it is possible that additional
verification events may be required which would have additional costs.
Task 3: Detection Monitoring Reports
Task 3 includes the preparation of quarterly detection monitoring reports for First Quarter 2026
(Task 3a) and Second Quarter 2026 (Task 3b) for submittal to the North Coast Regional Water
Quality Control Board (NCRWQCB).
Assumptions: Similar to Task 2, the estimated costs for Task 3 are based on the current WDR
and M&RP. Additional costs may apply if the WDR and M&RP are revised during the contract
period.
Task 4: Landfill Gas Monitoring and Reporting
Task 4 includes the performance of quarterly landfill gas (LFG) monitoring and preparation of
quarterly reports during the contract period (i.e., First Quarter 2026 [Task 4a] and Second
Quarter 2026 [Task 4b]) for submittal to the Local Enforcement Agency (LEA) and the California
Department of Resources Recycling and Recovery (CalRecycle). Quarterly monitoring events
will be performed in January and April 2026.
Assumptions: Task 4 does not include monthly LFG monitoring and reporting which is required
by the Local Enforcement Agency (LEA) as part of the closure construction process. Monthly
LFG monitoring is described below as Task 8.
Task 5: State GeoTracker Update
Task 5 includes the preparation and upload of applicable electronic data format (EDF) files to
the State Water Resources Control Board’s GeoTracker internet database for data generated
during the contract period (i.e., First Quarter 2026 [Task 5a] and Second Quarter 2026 [Task
5b]).
Task 6: Surface Emissions Monitoring
Task 6 includes the performance of surface emissions monitoring during the contract period
which includes First Quarter 2026 (Task 6a) and Second Quarter 2026 (Task 6b). The need for
verification testing, which is required 10 days following a documented methane surface
exceedance and the subsequent implementation of mitigation measures by the City, is currently
unknown since it is contingent on the future monitoring results. The estimated cost for
verification testing (Task 6c) assumes that one verification testing event will be required per
quarter (a total of two verification re-testing events are included).
Assumptions: Based on discussions with the California Air Resources Control Board (CARB),
EBA understands that the proposed amendments to the Regulation on Methane Emissions from
Municipal Solid Waste Landfills (California Code of Regulations, Title 17, Sections 95462 –
95475 and Appendix I) will not go into effect until Fourth Quarter 2026. As such, the estimated
costs for Task 6 are based on current Title 17 requirements for surface emissions monitoring.
Additional costs may apply if the new requirements go into effect during the contract period.
Additionally, the estimated costs assume that CARB will approve the Alternative Compliance
Option request for an alternate walking pattern. As previously discussed, the time required for
verification testing (Task 6c) is unknown since the need for and the scope of any verification
testing is contingent upon the future monitoring results. As such, Task 6c assumes that one
verification testing event will be required during the contract period and that it will take one day
to complete and be completed in one mobilization. Additionally, the regulations contain wind
and precipitation thresholds for which the sampling must be performed under. Additional costs
may apply if weather conditions require additional mobilizations and/or equipment rentals.
Task 7: Surface Emissions Reporting
Task 7 includes the preparation of associated reports documenting surface emissions
monitoring that are required during the contract period for submittal to CARB and the
Mendocino County Air Quality Management District (MCAQMD). These reports include the
Annual Surface Emissions Report (Task 7b), which is due on March 15, and a Second Quarter
2026 Quarterly Surface Emissions Report (Task 7c). Task 7a includes regulatory coordination,
meetings, and research, as well as preparation of a revised Alternative Compliance Option
submittal to CARB as discussed during a January 13, 2026 meeting with CARB, the MCAQMD,
the City and EBA. Task 7a also includes additional time (up to 10 hours) for coordination of
mitigation actions required by the Landfill Methane Rule for instantaneous or integrated
exceedances.
Assumptions: The scope of Task 7 is limited to reporting for the surface emissions monitoring
described under Task 6 as well as efforts related to approval of a new ACO as discussed during
the January 13, 2026 meeting. Landfill closure has not occurred and a LFG Collection and
Control System (LFGCCS) has yet to be installed. As such, it is assumed that the various other
annual reporting requirements outlined in Title 17 do not apply. It is assumed that the annual
update to the LFG Heat Input Capacity Report will continue to be prepared by Lawrence and
Associates and costs for this reporting component are not included within Task 7.
Task 8: Monthly Landfill Gas Monitoring and Reporting
Task 8 includes the performance of monthly LFG monitoring and reporting as requested by the
LEA and CalRecycle as part of the Landfill’s closure construction process. These services are
currently being performed under a one-year contract issued through March 2026 as authorized
by Work Order number PO48788-00. It is assumed that monthly LFG monitoring for February
2026 and March 2026 will be billed to the existing Work Order number PO48788-00 which is
effective through this time frame. The costs for monthly LFG monitoring and reporting for
January 2026 and April 2026 are already included as part of the quarterly LFG monitoring and
reporting services for First Quarter (Task 4a) and Second Quarter 2026 (Task 4b) which are
required for documenting compliance with California Code of Regulations, Title 27, Section
20921. As such, Task 8 includes monthly LFG monitoring and reporting services for May 2026
(Task 8a) and June 2026 (Task 8b) only.
COST ESTIMATE SUMMARY
Per the City’s request, these services will be performed on a time-and-materials basis not to
exceed the following amounts without prior approval by the City. Please refer to the attached
Cost Estimate Spreadsheet for additional details related to the formulation of the estimated
costs.
Task 1: Project Management and Project Coordination $ 4,560.00
Task 1a – First Quarter 2026 $ 2,280.00
Task 1b – Second Quarter 2026 $ 2,280.00
Task 2: Environmental Sampling Events $14,597.00
Task 2a – First Quarter 2026 $ 6,568.00
Task 2b – Second Quarter 2026 $ 6,568.00
As-Needed Verification Testing $ 1,461.00
Task 3: Detection Monitoring Reports $13,200.00
Task 3a – First Quarter 2026 $ 6,660.00
Task 3b – Second Quarter 2026 $ 6,660.00
Task 4: Quarterly LFG Monitoring and Reporting $ 5,332.00
Task 4a – First Quarter 2026 $ 2,666.00
Task 4b – Second Quarter 2026 $ 2,666.00
Task 5: State GeoTracker Update $ 650.00
Task 5a – First Quarter 2026 $ 325.00
Task 5b – Second Quarter 2026 $ 325.00
Task 6: Surface Emissions Monitoring $16,360.00
Task 6a – First Quarter 2026 $ 6,036.00
Task 6b – Second Quarter 2026 $ 6,036.00
Task 6c – As-Needed Verification Testing $ 4,288.00
Task 7: Surface Emissions Reporting $15,780.00
Task 7a – Regulatory Coordination, Meetings, Research & ACO $10,580.00
Task 7b – First Quarter 2026 (Annual Reporting) $ 3,425.00
Task 7c – Second Quarter 2026 $ 1,775.00
Task 8: Monthly LFG Monitoring and Reporting $ 5,332.00
Task 8a – May 2026 $ 2,666.00
Task 8b – June 2026 $ 2,666.00
Total Estimated Cost $75,811.00
SCHEDULE
The Second Quarter 2026 Detection Monitoring Report (Task 3b) is due on July 15, 2026. As
such, the requested contract term for the scope of work described herein is January 1st, 2026
through July 15, 2026.
ASSUMPTIONS
For the purposes of developing the scope of work and the cost estimate, the following general
assumptions were made:
• Prevailing wage rates do not apply for field work.
• No night, weekend, or holiday work is required.
CLOSING
We trust this provides the information you require at this time. If you have any comments or
questions, please call us at (707) 544-0784.
Sincerely,
EBA ENGINEERING
Max Kruzic, PG, CHG, QSD
Senior Geologist
ATTACHED
Cost Estimate Spreadsheet
Standard Schedule of Rates and Fees
Location: City of Ukiah LandfillClient Name: City of UkiahEBA Project No. 02-958Date: November 11, 2025 (Revised January 15, 2026)Project Duration: January 1, 2026 to June 30, 2026Project Manager / Project Geologist / Env. Scientist / DesignTotalEBAMaterialsESTIMATED Task Senior Geologist Project Engineer Staff Geologist DrafterEBATaskMileage & COSTSMisc.$190.00$160.00$135.00$125.00HoursTotalTask 1: Project Management and Project Coordination 24000244,560.00$ -$ 4,560.00$ Task 1a - First Quarter 2026 Project Management & Coordination12122,280.00$2,280.00$ Task 1b - Second Quarter 2026 Project Management & Coordination12122,280.00$2,280.00$Task 2: Environmental Sampling Events407407812,020.00$ 2,577.00$ 14,597.00$ Task 2a - First Quarter 2026 Environmental Sampling Event237395,375.00$1,193.00$6,568.00$ Task 2b - Second Quarter 2026 Environmental Sampling Event237395,375.00$1,193.00$6,568.00$ Task 2c - As-Needed Verification Testing (assume one verification event in contract period)1891,270.00$191.00$1,461.00$Task 3: Detection Monitoring Reports1206067811,130.00$ 2,070.00$ 13,200.00$ Task 3a - First Quarter 2026 Detection Monitoring Report6303395,565.00$1,035.00$6,600.00$ Task 3b - Second Quarter 2026 Detection Monitoring Report6303395,565.00$1,035.00$6,600.00$Task 4: Quarterly LFG Monitoring and Reporting412160324,840.00$ 492.00$ 5,332.00$ Task 4a - First Quarter 2026 LFG Monitoring & Reporting268162,420.00$246.00$2,666.00$ Task 4b - Second Quarter 2026 LFG Monitoring & Reporting268162,420.00$246.00$2,666.00$Task 5: State GeoTracker Update20204650.00$ -$ 650.00$ Task 5a - First Quarter 2026 State GeoTracker Update112325.00$325.00$ Task 5b - Second Quarter 2026 State GeoTracker Update112325.00$325.00$Task 6: Surface Emissions Monitoring608809413,020.00$ 3,340.00$ 16,360.00$ Task 6a - First Quarter 2026 Surface Emissions Monitoring232344,700.00$1,336.00$6,036.00$ Task 6b - Second Quarter 2026 Surface Emissions Monitoring232344,700.00$1,336.00$6,036.00$ Task 6c - As-Needed Verification Testing (assume one verification per quarter)224263,620.00$668.00$4,288.00$Task 7: Surface Emissions Reporting5903229315,780.00$ -$ 15,780.00$ Task 7a - Regulatory Coordination, Meetings, Research and ACO5085810,580.00$ 10,580.00$ Task 7b - First Quarter 2026 Surface Emissions Reporting (Annual Report)6161233,425.00$3,425.00$ Task 7c - Second Quarter 2026 Surface Emissions Reporting381121,775.00$1,775.00$Task 8: Monthly LFG Monitoring and Reporting412160324,840.00$ 492.00$ 5,332.00$ Task 8a - May 2026 Monthly LFG Monitoring & Reporting268162,420.00$246.00$2,666.00$ Task 8b - June 2026 Monthly LFG Monitoring & Reporting268016 2,420.00$246.00$2,666.00$TOTAL: 11524288843566,840.00$ 8,971.00$ 75,811.00$ Cost Breakdown Spreadsheet - City of Ukiah Monitoring & Reporting ServicesTOTALS LABOR
EBA ENGINEERING
STANDARD SCHEDULE OF FEES
2024 2025 2026 2027 2028
Principal Geologist / Principal Engineer $230 - $250 $240 - $260 $250 – $270 $260 - $280 $270 - $290 / hr.
Project Manager $160 - $210 $165 - $220 $170 - $230 $180 - $240 $190 - $250 / hr.
Senior Geologist / Senior Engineer $150 - $190 $155 - $195 $160 - $200 $170 - $210 $180 - $220 / hr.
Senior Project Geologist / Engineer $140 - $170 $145 - $175 $150 - $180 $160 - $190 $170 - $200 / hr.
Project Geologist / Project Engineer $135 - $170 $140 - $175 $145 - $180 $155 - $190 $165 - $200 / hr.
Staff Geologist / Staff Engineer $100 - $135 $105 - $140 $110 - $145 $120 - $155 $130 - $165 / hr.
CEQA Practitioner $150 $155 $160 $170 $180 / hr.
Survey: 3 Man Crew $380 $395 $410 $420 $430 / hr.
Survey: 2 Man Crew $300 $310 $320 $330 $340 / hr.
Survey Travel: 2 Man Crew $200 $210 $220 $230 $240 / hr.
Survey: 1 Man Crew $190 $195 $200 $210 $220 / hr.
Surveyor $175 - $200 $180 - $210 $185 - $220 $190 - $230 $195 - $240
Senior Survey Technician $130 - $150 $135 - $155 $140 - 160 $150 - $170 $160 - $180 / hr.
Survey Technician $90 - $125 $95 - $130 $100 - $135 $110 - $145 $120 - $155 / hr.
Senior Environmental Scientist / Specialist $130 - $175 $135 - $180 $140 - $185 $150 - $195 $160 - $200 / hr.
Environmental Scientist / Specialist $75 - $125 $80 - $130 $85 - $135 $95 - $145 $105 - $155 / hr.
Design Draftsperson $115 - $135 $120 - $140 $125 - $145 $135 - $155 $145 - $165 / hr.
Drafting Technician $95 - $115 $100 - $160 $105 - $165 $115 - $175 $125 - $185 / hr.
Clerical $65 $70 $75 $85 $95 / hr.
Administrative $70 $75 $80 $90 $100 / hr.
Systems Manager $80 $85 $90 $100 $110 / 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 2024 through December 2028.
Fees may increase between 3% - 5% upon the start of each new fiscal year.