Loading...
HomeMy WebLinkAboutCC Resolution 10759 (Peacock Gap Stormwater Pump Station Impr)RESOLUTION NO. 10759 RESOLUTION ACCEPTING A PROPOSAL FROM CSW/STUBER- STROEH ENGINEERING GROUP, INC. TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR THE "PEACOCK GAP STORM WATER PUMP STATION IMPROVEMENTS", IN AN AMOUNT NOT TO EXCEED $73,000, AND AUTHORIZING THE MAYOR TO EXECUTE THE AGREEMENT. WHEREAS, the City of San Rafael is replacing equipment and improving the Peacock Gap Storm Water Pump Station; and WHEREAS, staff requested and CSW/Stuber-Stroeh Engineering Group, Inc. is willing to conduct professional engineering services for the above-mentioned project; and WHEREAS, CSW Stuber-Stroeh Engineering Group, Inc. has furnished a proposal to include these services; and WHEREAS, staff finds the content and cost of the proposal to be acceptable and within industry standards; and NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that the proposal for Professional Engineering Services by CSW/Stuber-Stroeh Engineering Group, Inc. is accepted in the amount of $63,500 phis 15% contingency and not to exceed $73,000; and BE IT FURTHER RESOLVED that the Council hereby authorize the Mayor to execute a Professional Services Agreement with CSW/Stuber-Stroeh Engineering Group, Inc.; and lJ iii]lIrk 14 �(� q BE IT FURTHER RESOLVED that the Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the 16"' day of January, 2001, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JEANN M &10 n1r, City Berk File No.: 08.06.47 AGREEMENT FOR PROFESSIONAL SERVICES FOR PEACOCK GAP STORM WATER PUMP STATION IMPROVEMENT PROJECT This Agreement is made and entered into this 16th day of JANUARY , 2001, by and between the CITY OF SAN RAFAEL (hereinafter "CITY'), and CSW/Stuber-Stroeh Engineering Group, Inc. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the CITY has determined that civil engineering consulting services are required to design and prepare plans and specifications for the PEACOCK GAP STORM WATER PUMP STATION IMPROVEMENT PROJECT (hereinafter "PROJECT"); and WHEREAS, the CONTRACTOR has offered to render certain specialized professional services in connection with this Project. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DEFINITIONS ►:�7:11631:141019163 3.]I./.,%1160 A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Don Curry is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 3. DUTIES OF CONTRACTOR CONTRACTOR shall perform the duties and/or provide services as follows; the CONTRACTOR agrees to provide professional services as an Engineering Consultant as outlined in the Proposal from CONTRACTOR dated December 7, 2000, marked Exhibit "A", attached hereto, and incorporated herein by this reference. The CONTRACTOR agrees to be available and perform the work specified in this agreement in the time frame as specified and as shown in Exhibit "A". 4. DUTIES OF THE CITY CITY shall perform the duties as described in Exhibit "A" attached hereto and incorporated herein. 5. COMPENSATION For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR on a time and materials basis for services rendered in accordance with the rates shown on the current fee schedule as described in Exhibit "A" attached and incorporated herein. The total payment made for any individual work task will not exceed the amounts shown on the Proposal Budget, set out in Exhibit "A", unless authorized by the PROJECT MANAGER. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 6. TERM OF AGREEMENT The term of this Agreement shall be from the date of execution until the Project is complete. 7. TERMINATION A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon ten (10) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination notice, to the reasonable satisfaction of the party giving such notice, within thirty (30) days of the receipt of said notice. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. Agreement • 2 8. OWNERSHIP OF DOCUMENTS The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 9. INSPECTION AND AUDIT Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 10. ASSIGNABILTY The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 11. INSURANCE A. During the term of this Agreement, CONTRACTOR, shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million ($1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by Section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractural liability and personal injury; Agreement • 3 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, and employees as additionally named insureds under the policies; 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents and employees, as additional insureds under the policies; 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER; 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 12. INDEMNIFICATION CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, and employees, against any claim, demand, suit, judgement, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performance of their duties and obligations under this Agreement. Agreement • 4 13. NONDISCRIMINATION CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 14. COMPLIANCE WITH ALL LAWS CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinance, codes or regulations. 15. NO THIRD PARTY BENEFICIARIES CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 16. NOTICES All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Mr. David M. Bernardi, Director of Public Works City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 TO CONTRACTOR: Mr. Don Curry CSW/Stuber-Stroeh Engineering Group, Inc. 790 DeLong Avenue Novato, CA 94945 17. INDEPENDENT CONTRACTOR For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the Agreement • 5 CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. 18. ENTIRE AGREEMENT -- AMENDMENTS A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 19. SET-OFF AGAINST DEBTS CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. WAIVERS The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 21. COSTS AND ATTORNEY'S FEES The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. Agreement • 6 22. CITY BUSINESS LICENSE/OTHER TAXES CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is 68-0215172, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL Mayor dBERT J. 0 APPROV AS TO CONTENT: Director of Public Works DAVID M. BERNARDI ATTEST: City Clerk JEANNE M. LEONCINI CONTRACTOR CSW/Stuber-Stroeh Ensineerine Groun. Inc. B Title:/M.i APPROY,T&D AS i City Attorney , �Y`T. RAGGHI STI Agreement • 7 CSW [St]' Date: December 7, 2000 File: 4.1038.01 Exhibit "A" TEL: (415) 892-4763 FAX: (415) 892-4502 E -Mail: Office@crost2.com CSW/Stuber-Stroeh Engineering Group, Inc. Engineers - Land Planners - Surveyors - Landscape Architects Mr. Dave Bernardi, Director of Public Works Mr. Andy Preston, Deputy Director of Public Works City of San Rafael 1400 Fifth Avenue San Rafael, CA 94901 RE: PEACOCK GAP STORM WATER PUMP STATION Dear Dave and Andy: We appreciated the opportunity to meet with both of you and Doris on December 1, 2000 to discuss the rehabilitation of the Peacock Gap Storm Water Pump Station. As directed by you we have prepared this proposal to provide engineering services for the project. It is our understanding that the City has selected Upgrade Alternate No. 2 from our letter dated August 7, 2000. This alternative would replace the equipment in the pump station, including pumps, motor control center, wiring, grating, piping, gates, fencing, lighting, and all -other associated equipment. In addition a stand-by generator and automatic transfer switch will be installed for power supply during emergencies. The generator could be installed across Lagoon Road between the house and the lagoon or within the pump station lot. Final location will be decided during the preliminary design phase. Two additional items will be investigated during the preliminary design phase. First, we will investigate the possibility of additional storm drainage along Pt. San Pedro Road. Second, because of water quality problems in the lagoon during the summer months, a temporary pumping system to transfer water from the lagoon to the bay with backflow capabilities will be investigated. This system will be used only during rehabilitation of the Peacock Gap Pump Station. During the conceptual phase of design, we are planning to conduct a condition survey to evaluate the integrity of the concrete in the existing sump. This will be done with core samples and a series of tests and examinations. It is assumed that the existing sump can be used with minor repairs. EAd-Noe 'ATA aGrl= 7-"I�t3� 790 De Long Avenue, Novato, California 94945 �. 1301 Redwood Way, Suite 200, Petaluma, California 94954 Department of Public Works City of San Rafael December 7, 2000 Page 2 SCOPE OF SERVICES CSW Ist)� We have divided our Scone of Services into five major tasks. The tasks are base mapping, preliminary design, final design/contract documents, additional improvements, and construction services. Task No. 1: Base Mapping CSW/Stuber-Stroeh Engineering Group, Inc. (CSW/St') will complete the base map to show the following information: 1.1 Control Points for construction 1.2 Existing topography in and around the pump station. Includes equipment (base and top), sump (walls, floor, comers), landscaping, and driveway limits. 1.3 Existing utilities in streets as marked by the local utility companies. We will arrange for the field locating by U.S.A. 1.4 Existing topography of the area across Lagoon Street for possible generator installation 1.5 Top of Curb and Flowline elevations of existing curb and gutters in Pt. San Pedro Road one hundred feet in each direction of the pump station on both north and south sides 1.6 If possible, existing invert of the discharge line The map developed will be used as the base for contract documents and presentations by the City for public relations. Task No. 2: Preliminary DesiMn Preliminary Design will include the following: 2.1 Sizing of pumps, electrical equipment, and stand-by generator 2.2 Location/orientation ofpumps, motor control center, transformer, lighting, conduits, fencing, and site development. E. Wd-Now WP6M4.00612.07-00.103 e Department of Public Works City of San Rafael December 7, 2000 Page 3 CSW [St], 2.3 Elevations for comparison showing the existing station vs. the proposed station. These elevations can be used by the City for presentations to neighborhood organizations. 2.4 Conceptual design of new gates 2.5 Conceptual design of new grating system 2.6 Conceptual design of motor control center pedestal 2.7 Conceptual design of generator foundation 2.8 Provide Preliminary Design set for approval by the City 2.9 Meetings with the City to discuss design (Budget includes 5 meetings.) Task No. 3: Final Design/Contract Documents 3.1 Final construction documents will be completed at an appropriate scale to match the information shown on the drawings. Drawings will be prepared in an AutoCAD R.14 format. Plan sheets will be 24" X 36". Plans will show the geometric layout of all new and existing equipment and facilities. Final plans will include: a. Title, Index, and General Notes b. Site Plan/Existing Conditions C. Demolition Plan d. Equipment Plan/Sections e. Mechanical Details f. Sump Repair Plan/Details g. Foundation Plan/Details (MCC & Generator) h. Existing Electrical Layout i. Electrical Plan/Details (Power/Control Conduit) j. Wiring Diagrams/Details (Interconnection) k. Wiring Diagrams 1. Temporary Pumping Plan/Details M. Storm Drainage (Pt. San Pedro Road) (Note: The above listing is preliminary and Final Plans may vary with additional layouts/details or by combining some sheets.) H: Wd-NGVMP6UA%Cor\12-07-00 1038 Department of Public Works City of San Rafael December 7, 2000 Page 4 CSW (St]� 3.2 Final specifications for the technical portion (Specials Provisions) will follow CSI format. We believe that this format best suits a pump station contract. The equipment can be individually specified as to material assembly, shop, testing requirements, installation, and final field check out. Specifications shall include sections on the following: a. Pumps b. Motor Control Center C. Generator d. Electrical/Wiring e. Lighting f. Concrete g. Miscellaneous Metal h. Valves/Gates i. Piping j. Level Controls k. Storm Drainage 1. Temporary Pumping M. Fencing (Note: The above is only a partial list. The final specifications will include additional sections that will be determined during the design phase. The City will provide the General Conditions and Bidding Instructions.) 3.3 Engineer's Estimate CSW/St' will prepare an "Opinion of Probable Construction Costs". 3.4 Bidding Process CSW/St' will prepare bid sheets and sets of plans and specifications (number to be determined by the City) to be distributed to potential contractors, attend the pre-bid meeting and answer inquiries from contractors, and attend the bid opening. Task No. 4: Additions/Alternatives 4.1 Condition Survey of existing sump. Includes cores, and analysis of concrete and rebar. Tests would include petrographic examinations, cylinder breaks, chlorine analysis, carbonate tests, and half -cell potential 4.2. Additional storm drainage in Pt. San Pedro Road 4.3 Transfer of lagoon system during construction E...-Nov\WP6014\Cor\12-07-00.1038 Department of Public Works City of San Rafael December 7, 2000 Page 5 Task No. 5: Construction Services CSW Ist], Construction services, which include but are not limited to consultation, testing, and site observation/monitoring, are not included in this proposal. These services can be handled individually and will be billed on a time and expense basis. INFORMATION PROVIDED BY THE CITY OF SAN RAFAEL We will rely on the City of San Rafael for the following items: a. Any records of the existing pump station layout and/or operational aspects of the station. b. Underground storm and sanitary sewer records for streets within the project boundary. C. Property negotiation with surrounding properties (if needed). d. General provisions of the specifications e. Contract Administration EXCLUSIONS The following items are specifically not included in the proposal. If the City chooses to include these services in the future, a separate contract or change order will be negotiated to cover the expanded SCODe of Services. a. Title Reports b. Potholing C. Legal Descriptions, Record of Survey, and other documents regarding property d. Environmental Reports e. Work associated with any agency or impacts on wetland habitat f. Utility relocations outside of the pump station parcel g. Soil Investigations h. Landscaping/Irrigation i. Additional surveying beyond base mapping (i.e. construction staking, lagoon monitoring, etc.) j. As Builts k. Any items not specifically included in the Scope of Services outlined above E:WdNov WPOWCoru2-07-001036 Department of Public Works City of San Rafael December 7, 2000 Page 6 FEES CSW [St]' Based on the above Scope of Services, we have developed the following budgets. We will invoice the City on a time and expense basis in accordance with the attached Hourly Rates and Billing Policy. We will not exceed the budgets outlined below without notifying the City. Task No. 1: Base Manning $ 4,000.00 Task No. 2: Preliminary Design $ 16,000.00 Task No. 3: Final Drawings - Snecs $ 26,000.00 Task No. 4: Additions/Altematives Sump Testing $ 12,500.00 Storm Drainage Alternate $ 2,500.00 Water Transfer $ 2,500.00 Task No. 5: Construction Services T & E (Note: Printing, mileage, photos and all other reimbursables will be changed on an as -needed basis.) Dave, Andy, we look forward to working with you and your staff toward the successful rehabilitation of the Peacock Gap Storm Water Pump Station. If you have any questions, please call. Sincerely, W/STUBER-STROEH ENGINEERING GROUP, INC. I Don Curry DAC/AC:lkm E:Wd-Nov\WP60 4\Cor\12-07-00 1038 Al Cornwell JAN 08 2001 15:14 FR CSW STUBER STROEH CSW [St]' 415 892 4502 TO 4853334 P.02i02 TEL- (415) 892-4763 FAX (415) 892-4502 E -Mail: OiTice@cswa2.com QWIStuba-Stroch Engineering Group, Inc. Engineers - land Planners - Surveyors - Landscape Arclikects HgUgLy RATES AND BILLING POLjCY Effective May 16, 2000, the following hourly rates will be charged for services rendered_ (Rates subject to change May 15,2001); ENGINEEMG/LANDSCAPE ABOTME_CT ME HOU 1( R�►&US Principal $125.00 -140.00 Engineer Manager 125.00 Senior Engineer 110.00 - 120.00 Project Engineer / Planner V 110.00 Project Engineer I Plattner IV 100.00 Project Engineer / Planner III 95.00 Project Engineer / Planner 11 90.00 Project Engineer / Planner I 85.00 Senior Designer 90.00 Engineer V 85.00 Engineer IV 90.00 Engineer Ill 74.00 Engineer II 63.00 Engineer I 56.00 Landscape U 75.00 Designer IV 75.00 Designer 1II 74.00 Designer 11 68.00 Designer I 60.00 Technician IV 63.00 Technician III 58.00 Technician II 56.00 Technician 1 45.00 Project Assistant 40.00 Expert Witness / Arbitration services are available at a negotiated rate. �Y��L Survey Supervisor 100.00 Two -Man Survey Parry 163.00 Three -Man Survey Party 222.00 Two -Man Survey Party - Overtime / Saturday 208.00 Two -Man Survey Party - Sunday / Holiday 258.00 All expenses for transportation will be charged at a rate of 32.5¢ per mile. Filing fees, checking fees, prints, and other outride cows will be charged at cost, plus service charges at the rate of 10%. Billing will be monthly. Invoices are due and payable upon presentation. Interest at the rate of 1.5% per month commencing thirty (30) days after invoice date will be charged on delinquent accounts. CSW/Stuber-Stroeh Engineering Group, Inc. reserves the right to suspend work on any project when invoices have not been paid within thirty (30) days after having been rendered 790 De Tong Avenue, Novato, California 94945 KrV. .W« 1301 Redwood Way, Suite 200, Petaluma, California 94954 ** TOTAL PAGE.02 **