HomeMy WebLinkAboutHildebrand Consulting 2025-04-30COU No. 2425-190
PAGE 1 OF 7
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
This Agreement, made and entered into this 30th day of April, 2025 (“Effective Date”), by
and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Hildebrand
Consulting, a Limited Liability Company 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 2025 Comprehensive Joint Water Utilities
Rate Study.
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 within a reasonable time frame, as determined through coordination with
the City. 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 $145,250. 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. 2425-190
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. 2425-190
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. 2425-190
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. 2425-190
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. 2425-190
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. 2425-190
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 HILDEBRAND CONSULTING, LLC
DEPT. OF FINANCE 3378 GUIDO STREET
300 SEMINARY AVENUE OAKLAND, CA 94602
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
05/01/2025
Kristine Lawler (May 1, 2025 07:54 PDT)
Kristine Lawler 05/01/2025
3378 Guido St. • Oakland, CA 94602 • Tel. (510) 316-0621 • www.HildebrandConsulting.com
April 29, 2025
Daniel Buffalo, Finance Director
City of Ukiah
300 Seminary Ave
Ukiah, CA, 95482
Subject: Proposal for 2025 Comprehensive Joint Water Utilities Rate Study
Dear Mr. Buffalo,
In response to your request, Hildebrand Consulting is pleased to submit this proposal to conduct a
water rate study that involves six (6) water utilities in the Ukiah Valley, including the City of Ukiah (City),
Millview County Water District (Millview), Willow County Water District (Willow), Redwood Valley County
Water District (Redwood Valley), Hopland Water District (Hopland) and Calpella County Water District
(Calpella).
Background
In 2020, The Reed Group (supported by Hildebrand Consulting) completed a water rate study update
for the City. The recommended rate schedule was adopted, with the final rate increase having been
implemented in July 2024. The City of Ukiah has become the administrator and operator for Millview,
Willow, Redwood Valley, Hopland, and Calpella as of January 1, 2025. These water utilities collectively
are known as the Ukiah Valley Water Agency (UVWA).
Scope of Services
In preparation for the consolidation the City wishes to update the financial plans and conduct a rate
design update for above water utilities. The scope of services will include two phases. During Phase 1,
we will prepare individual financial plan models which will ultimately recommend rate revenue
adjustments for the next 5 years with no changes to the respective rate structures. This phase will
include the City of Ukiah’s water utility as well as the latter three (3) utilities listed above. A financial
plan updates is not needed for for Hopland nor Calpella since both of these utilities recently completed
financial plans.
During Phase 2, we will conduct a cost-of-service and rate design analysis which will consolidate the
costs and the customer bases of all six (6) utilities. This will yield a single rate schedule for the collective
utilities, which can be implemented when the utilities formally consolidate (or even if they do not
consolidate). Specific tasks to be performed include the following:
Attachment A
DANIEL BUFFALO
APRIL 29, 2025
PAGE 2
Page 2 of 6
Phase 1 – Financial Plan Updates (with separate rate schedules)
The following scope of work will update the 10-year financial plan models for the City of Ukiah,
Redwood Valley, Willow and Millview (i.e., excluding Hopland and Calpella).
1.Study Initiation and Data Collection – This task involves obtaining and reviewing the documents
and information needed to update the utilities’ financial plans. A list of required information is
attached to this letter proposal. Once under contract, we will conduct a video conference kick-
off meeting with appropriate staff. We will review any data and information provided in
advance prior to the kick-off meeting so the meeting is as productive as possible. During this
meeting we will confirm the project scope, timeline, responsibilities, and key milestones. Our
goal is to develop a clear and common understanding of the scenarios to be evaluated and
what is to be accomplished during the study.
2.Cost Allocation Plan – The financial planning requires and understanding of how City operating
costs will be allocated to the respective utilities (prior to consolidation). Currently the City is
allocating costs based on timesheet entries, which may be inefficient and prone to
inconsistencies. We will recommend how to allocate shared operating costs among the six
utilities, following the principles of the City’s existing Cost Allocation Plan. Metrics for
allocating costs may include budget, number of accounts, infrastructure size (in flow or miles
of pipe), number of FTEs, square miles of service area, among other potential metrics.
Costs will be allocated among the six (6) water utilities and a separate cost allocation analysis
will be done for sharing sewer operating costs between the City, Ukiah Valley Sanitary District
and Hopland.
The scope of this task does not include the allocation of indirect (overhead) costs, which are
governed under the JPA agreement by the City’s current indirect cost allocation plan.
3.Multi-Year Financial Plan(s)– The 10-year financial plan models will be based on FY 2023/24
actual revenue and expense information, as well as the FY 2024/25 budget. The financial plans
will forecast future operating and maintenance costs, debt service obligations, and capital
improvement needs, and will be used to determine annual water rate revenue requirements.
The financial plan models will also reflect non-rate revenues as well as comply with existing
financial reserve policies. If warranted, the financial plan models can also be used to evaluate
the potential for future debt issuance and the impact additional debt service costs might have
on the rates, as well as other issues relevant to the evaluation of consolidation.
We will complete a regional survey of other utilities in order to compare the existing and
proposed water bills with neighboring communities.
4.Draft and Final Report and Proposition 218 Notices – Once the financial plans have been
prepared and proposed rate schedules have been calculated, an administrative draft study
report will be prepared and submitted to staff for review. The report will document all
information, assumption, analyses, findings, and recommendations from the four water
utilities and provide the technical basis for proposed rates . We will review the administrative
draft with staff, make any required refinements, and then prepare a draft report that can be
presented to the City Council. Following receipt of comments on rate recommendations from
DANIEL BUFFALO
APRIL 29, 2025
PAGE 3
Page 3 of 6
staff, the study report will be revised, as necessary, and submitted in final form. This task will
also include preparing a draft Notices of Public Hearing regarding proposed water and sewer
rates, in accordance with the requirements of Proposition 218. Separate Notices will be
prepared for each of the four water utilities. Our proposal assumes that the City will be
responsible for finalizing, printing, and mailing the Notices.
5.Presentations –This scope assumes that the study recommendations will be presented to the
Ukiah Valley Water Agency (UVWA) three times: the first presentation will be a draft
recommendation, the second will be the final recommendation and will ask the Board to direct
staff to mail the Proposition 218 notices, and the third will be the public hearing to adopt the
new water rates. In addition, Hildebrand Consulting will give one (remote) presentation to each
of the four (non-City) member agencies. All meetings will be attended remotely by Mr.
Hildebrand.
Phase 2 – Consolidated Rates
6.Consolidated Cost of Service and Rate Design – While the current rate structures for the six (6)
water utilities that make up the UVWA are similar, there are differences in how each utility
changes their respective customers. A cost-of-service analysis will be conducted for the
consolidated costs of all six utilities in order to develop a single rate schedule for the
consolidated utility (i.e., the UVWA). This consolidated water rate schedule will use the data
from *existing* financial plans (from Phase 1 and a previous Calpella and Hopland financial
plan study). The budget does not include the cost of updating the financial plans (in the event
that Phase 2 occurs substantially later than the completion of Phase 1) and does not include
the cost of presentations to elected officials nor a new Prop 218 rate hearing process. The
findings from this Task 6 will be summarized in a report and a Powerpoint presentation.
7.Regionalization Rate Impact Analysis – At the City’s request, Hildebrand Consulting will study
the financial impact of consolidating the five utilities. While the specific approach has not been
identified at this time, the general approach will involve estimating the cost savings created by
the consolidation through the elimination of (for example) redundant overhead costs. These
cost savings will be translated into the rate impact for water customers for the purpose of
outreach during the consolation effort.
Project Schedule
The project schedule will be developed in collaboration with City staff. Given the complexity of the
project, it is challenging to set a specific completion date, however we will work closely with the City to
work expeditiously. The project schedule will be primarily dictated by the receipt of requested financial
data and scheduling meetings.
DANIEL BUFFALO
APRIL 29, 2025
PAGE 4
Page 4 of 6
Price Proposal
The proposed costs to complete the various water rate studies as summarized in the tables below and
the next page. The scope of services assumes no on-site travel. It is our practice to bill monthly for the
actual time and expenses incurred, up to the contract limit. Payment is due within 30 days. These rates
are subject to change each January (starting in 2026).
Hildebrand
Consulting Hours
Hourly Rate:$250
City of Ukiah
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 10 $2,500
Task 3 Financial Plan 36 $9,000
Task 4 Adminstrative Record 24 $6,000
Task 5 Presentations 11 $2,750
Phase 2
Task 6 Consolidated Cost of Service & Rate Design 26 $6,500
Task 7 Optional - Regionalization Rate Impact Analysis 25 $6,250
Total Hours:137
Proposed Fee:$34,250
Millview County Water District*
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 10 $2,500
Task 3 Financial Plan 36 $9,000
Task 4 Adminstrative Record 24 $6,000
Task 5 Presentations 11 $2,750
Phase 2
Task 6 Consolidated Cost of Service & Rate Design*46 $11,500
Total Hours:132
Proposed Fee:$33,000
Willow County Water District
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 10 $2,500
Task 3 Financial Plan
36 $9,000
Task 4 Adminstrative Record
24 $6,000
Task 5 Presentations 11 $2,750
Phase 2
Task 6 Consolidated Cost of Service & Rate Design
26 $6,500
Total Hours:112
Proposed Fee: $28,000
Cost by
Task
DANIEL BUFFALO
APRIL 29, 2025
PAGE 5
Page 5 of 6
* * * * *
Please let me know if you have any questions or comments regarding this proposal. We appreciate the
opportunity to be of service to the City. For your convenience, a data request is attached to this letter.
Additional information may be requested as the study progresses.
Sincerely,
Mark Hildebrand
Hildebrand Consulting, LLC
Enclosure: Data and Information Request
Redwood Valley County Water District
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 10 $2,500
Task 3 Financial Plan 36 $9,000
Task 4 Adminstrative Record 24 $6,000
Task 5 Presentations 11 $2,750
Phase 2
Task 6 Consolidated Cost of Service & Rate Design 26 $6,500
Total Hours:112
Proposed Fee:$28,000
Hopland Water District (Water)
Phase 1
Task 2 Cost Allocation Plan 10 $2,500
Phase 2
Task 6 Consolidated Cost of Service & Rate Design 38 $9,500
Total Hours:38
Proposed Fee:$12,000
Calpella County Water District
Phase 1
Task 2 Cost Allocation Plan 10 $2,500
Phase 2
Task 6 Consolidated Cost of Service & Rate Design 38 $9,500
Total Hours:$48
Proposed Fee:$12,000
Phase 1 Fee:$86,000
Phase 2 Fee:$59,250
Total Proposed Fee:$145,250
* The Millview cost of service expense is more expensive because Hildebrand Consulting has no history
with this agency.
Hildebrand
Consulting Hours
Hourly Rate:$250
City of Ukiah
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 12 $3,000
Task 3 Financial Plan 32 $8,000
Task 4 Adminstrative Record 23 $5,750
Task 5 Presentations (3 Meetings - remote)24 $6,000
Phase 2
Task 6 Consolidated Cost of Service & Rate Design 25 $6,250
Task 7 Optional - Regionalization Rate Impact Analysis 25 $6,250
Total Hours:146
Proposed Fee:$36,500
Millview County Water District*
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 12 $3,000
Task 3 Financial Plan 32 $8,000
Task 4 Adminstrative Record 23 $5,750
Task 5 Presentations (1 Meeting - remote)8 $2,000
Phase 2
Task 6 Consolidated Cost of Service & Rate Design*
50 $12,500
Total Hours:130
Proposed Fee:$32,500
Willow County Water District
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 12 $3,000
Task 3 Financial Plan 32 $8,000
Task 4 Adminstrative Record 23 $5,750
Task 5 Presentations (1 Meeting - remote)8 $2,000
Phase 2
Task 6 Consolidated Cost of Service & Rate Design
25 $6,250
Total Hours:105
Proposed Fee:$26,250
Calpella County Water District
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 12 $3,000
Task 3 Financial Plan 32 $8,000
Task 4 Adminstrative Record 23 $5,750
Task 5 Presentations (1 Meeting - remote)8 $2,000
Phase 2
Task 6 Consolidated Cost of Service & Rate Design 25 $6,250
Total Hours:105
Proposed Fee:$26,250
Redwood Valley County Water District
Phase 1
Task 1 Study Kickoff 5 $1,250
Task 2 Cost Allocation Plan 12 $3,000
Task 3 Financial Plan 32 $8,000
Task 4 Adminstrative Record 23 $5,750
Task 5 Presentations (1 Meeting - remote)8 $2,000
Phase 2
Task 6 Consolidated Cost of Service & Rate Design
25 $6,250
Total Hours:105
Proposed Fee:$26,250
Phase 1 Fee:$104,000
Phase 2 Fee:$43,750
Total Proposed Fee:$147,750
Cost by
Task
* The Millview cost of service expense is more expensive because Hildebrand Consulting has no history
with this agency.
DANIEL BUFFALO
APRIL 29, 2025
PAGE 6
Page 6 of 6
Data and Information Request for the 2025 Joint Water Utility Rate Study
for the City of Ukiah, Millview County Water District, Willow County Water District, Hopland
Water District, and Redwood Valley County Water District
The following information will be needed from each utility in order to complete the water and sewer
financial plans and rate studies:
PHASE 1 (exclude Calpella and Hopland from all of the below)
1. Current water and sewer rate schedule (needed for Millview and Hopland only)
2. Actual revenues & expenditures from FY 2022/23 and FY 2023/24
3. Budgeted revenues and expenditures for FY 2024/25
4. Year-end water utility fund/reserve balances as of June 30, 2023 and June 30, 2024
5. Existing debt service schedules (needed for Millview and Hopland water/sewer only, unless new
debt has been issued in the last three years)
6. Multi-year capital improvement plan
7. Actual capital spending from the past 3 years
8. Existing financial reserve policies (needed for Millview and Hopland only)
9. Cost allocation metrics, including:
a. Number of accounts
b. Miles of pipe
c. Service area (square miles)
PHASE 2 (include Calpella and Hopland water)
10. Tables summarizing the current number of active water accounts by customer class and by
meter size
11. Detailed billing data from FY 2023/24 for all water customer accounts in Excel, including:
a. Customer Number (unique identifier)
b. Customer Classification
c. Bill date
d. Total water used
e. Meter Size
f. Water Base Charge (fixed charge)
g. Water Usage Charge
12. Documentation of calculation of existing water rates (needed for Millview only)
13. Any other information deemed relevant to the study