Quick viewing(Text Mode)

Conserving California's Wildlife Since 1870

Conserving California's Wildlife Since 1870

State of - The Natural Resources Agency GAVIN NEWSOM., Governor DEPARTMENT OF AND WILDLIFE CHARLTON BONHAM, Director Habitat Conservation Planning Branch 1416 Ninth Street, 12th Floor Sacramento, CA 95814 www.wildlife.ca.gov

DEPARTMENT OF FISH AND WILDLIFE

REQUEST FOR QUALIFICATIONS (No. P1999001)

A&E Facility Assessment

Notice to Prospective Contractors ("Notice") June 5, 2019

You are invited by the California Department of Fish and Wildlife (CDFW) to review and respond to this Request for Qualifications (RFQ) #P1999001, entitled A&E Facility Assessment, hereafter referred to as "Contract Work" and as further defined in the RFQ. Qualified individuals and firms are invited to respond to this Notice and RFQ in compliance with the instructions attached.

The attached RFQ contains a description of the Contract Work, location, qualifications, evaluation criteria and directions on how to prepare and submit your response. Your response will be in the form of a Statement of Qualification (SOQ). The SOQ must be received no later than 2:00 PM on July 12, 2019 at:

California Department of Fish and Wildlife Business Management Branch, Contracts Management Section Attn: Kelsey Frost 1831 9th Street Sacramento, CA 95811

As part of the selection process, the top three firms determined to be the "most qualified" based on the Selection Criteria in this RFQ may be required to participate in a phone interview. Phone interviews will be conducted July 22-25, 2019, time to be determined. Key staff who will participate in the interview should be advised of these dates.

This RFQ is for a qualified contractor to provide CDFW with facility condition assessments and health and safety inspections of an estimated 233 sites statewide that are owned or managed by CDFW. For a full list of all sites, please refer to Exhibit A, Attachment 1, Site and Facility List, which is attached her to as a part of this RFQ. The selected contractor will be required to work independently or in partnership with CDFW employees, but all work will be done under the direction of CDFW. The anticipated term of this contract is two years from the date the contract is executed.

All contracts entered into with the State of California include, by reference, General Terms and Conditions (GTC 04/2017) and Contractor Certification Clauses (CCC 04/2017) that can be found at: https://www.dgs.ca.gov/OLS/Resources/Page-Content/Office-of-Legal-Services- Resources-List-Folder/Standard-Contract-Language. The terms contained in these documents will become part of the contract. If you are unable to agree to any of these terms, your SOQ will be rejected. Questions regarding this RFQ must be submitted by email to [email protected]. No telephone calls regarding this RFQ will be taken.

Conserving California's Wildlife Since 1870

State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

REQUEST FOR QUALIFICATIONS (No. P1999001)

Table of Contents SECTION 1 - GENERAL INFORMATION ...... 3 1.1 INTRODUCTION ...... 3 1.2 REQUEST FOR QUALIFICATION DETAILS ...... 3 1.3 SOQ DEADLINE AND DELIVERY...... 5 1.4 WITHDRAWAL OF SOQ ...... 6 1.5 REJECTION OF SOQs ...... 6 1.6 PROJECT DURATION ...... 6 1.7 AWARD OF THE CONTRACT ...... 6 1.8 DISPOSITION OF SOQ DOCUMENTS ...... 6 1.9 SAMPLE AGREEMENTS AND FORMS ...... 6 SECTION 2 – SCOPE OF WORK……………………………… ...... 7 2.1 LOCATION OF PROJECT SITE ...... 7 2.2 SCOPE OF WORK ...... 7 2.3 GENERAL PROVISIONS REGARDING SCOPE OF WORK ...... 7 2.4 COMPENSATION ...... 7 SECTION 3 – RESPONDING TO THIS RFQ ...... 8 3.1 MINIMUM REQUIREMENTS ...... 8 3.2 KEY ACTION DATES ...... 10 3.3 COSTS OF DEVELOPING SOQ ...... 10 3.4 SELECTION CRITERIA ...... 10 3.5 EVALUATION AND SELECTION PROCESS ...... 12 SECTION 4 – INSURANCE REQUIREMENTS ...... 15 SECTION 5 – Sample Agreement ...... Attached as separate document • Standard Agreement (Std. 213) • Exhibit A – Scope of Work • Exhibit A – Attachment 1, CDFW Site and Facility List • Exhibit B – Budget Detail and Payment Provisions • Exhibit D – Department Additional Provisions Attachment 1 – Required Checklist ...... Attached as separate document Attachment 2 – Bidder References ...... Attached as separate document Attachment 3 – Darfur Contracting Act Certification ...... Attached as separate document Attachment 4 – California Civil Rights Laws ...... Attached as separate document Attachment 5 – Bidder Declaration ...... Attached as separate document RFQ Compliance Matrix………………………….………………...Attached as separate document

Page 2 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

SECTION 1 - GENERAL INFORMATION

1.1 INTRODUCTION 1.1.1 The State of California, Department of Fish and Wildlife (CDFW) is requesting Statements of Qualification (SOQ) from qualified firms to perform facility condition assessments and health and safety inspections on various types of facilities, managed by CDFW, to determine the condition of each facility. The Contractor will be responsible for developing cost-effective solutions to any discovered deficiency or problem for the purpose of capital planning.

1.1.2 The services shall be performed throughout the State of California. Specific locations of the CDFW facilities covered under this agreement are depicted in Exhibit A, Attachment 1, CDFW Site and Facility List, which is attached hereto and incorporated in Section 5, Sample Agreement.

1.1.3 The services shall be provided at dates and times to be agreed upon between the CDFW Contract Manager and the Contractor’s Project Director. The Contractor will be required to obtain agreement, in writing via e-mail, from the CDFW Contract Manager for a finalized master schedule and also for any changes to the master schedule.

1.2 REQUEST FOR QUALIFICATION DETAILS 1.2.1 All questions concerning this RFQ shall be submitted directly to Kelsey Frost at [email protected] on or before June 17, 2019. When submitting questions, please indicate the RFQ number in the subject line. Questions via fax or telephone will not be accepted. Answers to questions and other notices about this RFQ will be provided via an addendum at the same location on the Cale Procure website. CDFW is not responsible for sending individual notification of changes or updates. It is the prospective contractor's sole responsibility to monitor the website Cale Procure for all information regarding this RFQ.

1.2.2 The State of California encourages California certified small businesses (SB) to submit their SOQs, however, under contracting law for Architectural and Engineering Services agreements, the Small Business preference cannot be applied in this selection process.

(The Small Business Preference is not applicable for RFQ solicitations because the cost is negotiated with the most qualified firm.)

CDFW strongly encourages Contractors responding to this solicitation to consider partnering with qualified California certified Small Businesses to foster working partnerships with the SB community.

Information about SB resources and whether your firm may be eligible for certification can be found at: https://www.dgs.ca.gov/PD/About/Page-Content/PD-Branch-Intro-Accordion- List/Office-of-Small-Business-and-Disabled-Veteran-Business-Enterprise/Certification- Program

1.2.3 Disabled Veteran Business Enterprise (DVBE) Program Participation DVBE Participation Program Requirements

The minimum DVBE participation percentage (goal) is 3% for this solicitation. A DVBE incentive will be given to bidders who provide DVBE participation.

Page 3 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

AUTHORITY. The Disabled Veteran Business Enterprise (DVBE) Participation Goal Program for State contracts is established in Public Contract Code (PCC), §10115 et seq., Military and Veterans Code (MVC), §999 et seq., and California Code of Regulations (CCR), Title 2, §1896.60 et seq. Recent legislation has modified the program significantly in that a bidder may no longer demonstrate compliance with program requirements by performing a “good faith effort” (GFE).

INTRODUCTION. The bidder must complete the identified form to comply with this solicitation’s DVBE program requirements. Bids or proposals (hereafter called “bids”) that fail to submit all required forms and fully document and meet one of the DVBE program requirement options shall be considered non-responsive.

Information submitted by the intended awardee to comply with this solicitation’s DVBE requirements will be verified by the State. If evidence of an alleged violation is found during the verification process, the State shall initiate an investigation, in accordance with the requirements of the PCC §10115, et seq., and MVC §999 et seq., and follow the investigatory procedures required by the CCR §1896.80. Contractors found to be in violation of certain provisions may be subject to loss of certification, penalties and/or contract termination.

PLEASE READ ALL INSTRUCTIONS CAREFULLY. These instructions contain information about the DVBE program requirements, bidder responsibilities, and the DVBE Bid Incentive. Bidders are responsible for thorough review and compliance with these instructions.

To meet the DVBE program requirements, bidders must complete and fully document at least one of the following compliance options:

Commitment to full DVBE participation - For a bidder who is a DVBE or can meet the commitment to use identified certified DVBE(s) to fulfill the full DVBE participation goal.

COMMITMENT -- Commit to meet or exceed the DVBE participation requirement in this solicitation by either Method A1 (bidder is a California certified DVBE) or A2 (bidder is not a California certified DVBE). Failure to complete and submit the required forms as instructed shall render the bid non-responsive.

At the State’s option prior to award of the contract, a written confirmation from each DVBE subcontractor identified on the Bidder Declaration must be provided. As directed by the State, the written confirmation must be signed by the bidder and/or the DVBE subcontractor(s). The written confirmation may request information that includes but is not limited to the DVBE scope of work, work to be performed by the DVBE, term of intended subcontract with the DVBE, anticipated dates the DVBE will perform required work, rate and conditions of payment, and total amount to be paid to the DVBE. If further verification is necessary, the State will obtain additional information to verify the above requirements. Method A1. Certified DVBE bidder: a. Commit to performing at least 3% of the contract bid amount with the prime bidder’s firm or in combination with another DVBE(s). b. Complete the Bidder Declaration GSPD-05-105 and submit a completed Disabled Veteran Business Enterprise Declarations (STD 843) (see Attachment 5). c. At the State’s option, a DVBE bidder working in combination with other DVBEs shall submit proof of its commitment by submitting a written confirmation from the DVBE(s) identified as a subcontractor on the Bidder Declaration GSPD-05-105. When requested, the document must be submitted to the address or facsimile number specified and within the timeframe identified in the notification. Failure to submit the written confirmation as specified may be grounds for bid rejection.

Page 4 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

Method A2. Non-DVBE bidder: a. Commit to using certified DVBE(s) for at least 3% of the bid amount. b. Complete the Bidder Declaration GSPD-05-105 and submit a completed Disabled Veteran Business Enterprise Declarations (STD 843) (see Attachment 5). c. At the State’s option prior to contract award, a bidder is to submit proof of its commitment by submitting a written confirmation from each DVBE identified as a subcontractor on the Bidder Declaration GSPD-05-105. The awarding department contracting official named in the solicitation may contact each listed DVBE, by mail, fax or telephone, for verification of the bidder’s submitted DVBE information. When requested, the document must be submitted to the address or facsimile number specified and within the timeframe identified in the notification. Failure to submit the written confirmation as specified may be grounds for bid rejection.

DVBE Resources and Information

The Department of General Services, Office of Small Business and Disabled Veteran Business Enterprise Services (DGS-OSDS) is the state's certifying agency that oversees the Small Business (SB), Small Business for the Purpose of Public Works (SB-PW), and Disabled Veteran Business Enterprise (DVBE) certification programs. Resources and Information can be found at: https://www.dgs.ca.gov/PD/About/Page-Content/PD-Branch-Intro-Accordion-List/Office-of-Small- Business-and-Disabled-Veteran-Business-Enterprise/Certification-Program

1.2.4 Commercially Useful Function Definition

All California-certified Small Businesses (SB) and Disabled Veteran Business Enterprise (DVBEs) doing business with the state must perform a Commercially Useful Function (CUF). Performing CUF is a critical requirement for all California-certified firms - SB and DVBE - that do business with the state (Government Code Section 14837 and Military and Veterans Code Section 999).

CUF definition and resources can be found at: https://www.dgs.ca.gov/PD/Resources/Page- Content/Procurement-Division-Resources-List-Folder/Commercially-Useful-Function-for- Certified-Firms

A Contractor, subcontractor, or supplier will not be considered to perform a commercially useful function if the Contractor's, subcontractor's, or supplier's role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of disabled veteran business enterprise participation.

1.3 SOQ DEADLINE AND DELIVERY

1.3.1 Five copies and one text readable PDF copy on a USB Flash Drive of the SOQ must be submitted (mailed or hand delivered) to the following addresses:

California Department of Fish and Wildlife Business Management Branch, Contract Management Unit Attention: Kelsey Frost 1831 9th Street Sacramento, CA 95811

1.3.2 SOQs must be received by 2:00 PM on July 12, 2019. Envelopes must be clearly labeled: “Statement of Qualifications, RFQ P1999001 – A&E Facility Assessment. DO NOT OPEN.”

Page 5 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

1.3.4 CDFW will not accept email or facsimile (fax) responses. SOQs must be received at the above address by the deadline indicated. It is the responsibility of the prospective contractor to make sure that the SOQ is at the location listed in this section on or before the date and time listed above. 1.3.5 SOQs not in the possession of CDFW by the deadline will not be opened and will be returned to the address on the envelope by U.S. Mail.

1.4 WITHDRAWAL OF SOQ 1.4.1 Prospective contractors may withdraw their SOQ at any time prior to the deadline for submitting the SOQ. To withdraw the SOQ, the prospective contractor must do so in writing signed by a duly authorized representative of the prospective contractor, delivered to the same address to which the SOQ is submitted (see section 1.3.2 above). 1.4.2 Prospective contractors who have withdrawn their SOQ may submit a new or modified SOQ provided it is received no later than the SOQ deadline in 1.3.1 above.

1.5 REJECTION OF SOQs 1.5.1 CDFW reserves the right to reject any or all SOQs received in response to this RFQ, to cancel this RFQ or to terminate the selection proceedings at any time, if it determines such action is in the best interest of the State of California. This RFQ does not commit CDFW to award a contract.

1.6 PROJECT DURATION 1.6.1 The SOQ must include a detailed timeline of the requested tasks. The timeline does not need to include specific dates but must include the span of time estimated for each task. For example, the SOQ might estimate that site characterization will take 3 months. (This example is provided solely to assist the prospective contractor in designing its timeline for the work. There is no expectation by CDFW that site characterization will take this amount of time.) It is anticipated that this project's duration will be from July 1, 2019, or upon the date of CDFW approval, whichever is later, through June 30, 2021.

1.7 AWARD OF THE CONTRACT 1.7.1 The contract award under this RFQ shall be in accordance with the procedures herein and all other laws and regulations governing this Contract award. Pursuant to Cal. Code Regs., tit.14 §§ 789 et seq. it shall be made to the best qualified business with whom CDFW is able to negotiate a satisfactory contract at a fair and reasonable price.

1.8 DISPOSITION OF SOQ DOCUMENTS 1.8.1 At the time SOQ documents are submitted to CDFW they become the property of the State of California and, once the contract is awarded, they are available for public inspection. Public inspection can occur by submitting a request pursuant to the Public Records Act (PRA). The process for submitting PRA requests can be found on CDFW's website.

1.9 SAMPLE AGREEMENTS AND FORMS 1.9.1 Attached to this RFQ is a sample of the agreement which includes Standard Agreement form (Std. 213) and exhibits. This sample agreement will be used for the contract that is issued pursuant to this RFQ. Contractors must be able to comply with all terms and conditions provided with the sample agreement.

(END OF SECTION)

Page 6 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

SECTION 2 – SCOPE OF WORK

2.1 LOCATION OF PROJECT SITE 2.1.1 Under this agreement, the Contractor will be responsible for assessing an estimated 120 sites statewide that are owned or managed by CDFW (and containing multiple facilities at each site) which include, but are not limited to, fish hatchery buildings, laboratories, screen shops, garages, visitor centers, residences, mobile homes, offices, hunter check stations, museums, cabins, historical buildings, and warehouses (collectively, “Facilities”). These Facilities contain a variety of systems, components, and other infrastructure, some of which are over seventy-five (75) years old. A significant number of these properties are situated in rural and remote locations, including some in particularly isolated areas where the travel time will exceed one (1) hour from the nearest community with a population of at least 2,500.

2.2 SCOPE OF WORK 2.2.1 For a detailed description of work to be performed, see exhibit A, Scope of Work, which is attached hereto within the sample Std. 213 standard agreement and made a part of this RFQ. 0

2.3 GENERAL PROVISIONS REGARDING SCOPE OF WORK 2.3.1 Any work conducted by the contractor that is not authorized by the appropriately empowered CDFW official shall be at the contractor’s expense and not charged to CDFW. 2.3.2 Contractor shall bill CDFW no more than monthly, no less than quarterly for Contract Work. Invoices for personnel services will provide the specific team member performing the work and the hourly rate agreed upon for that person. Invoices shall make clear which task, by number and title, is being billed for and be addressed to the Contract Manager identified in the contract. 2.4.3 All records of the contractor associated with Contract Work shall be retained by the contractor for 3 years from the date of completion of the contract or payment of final invoice, whichever is later. The documents shall not be destroyed without authorization of CDFW. At the end of the Contract Work period, including all amendments, all data and final documents collected or prepared by the contractor for the contract shall be provided in an organized fashion to the Contract Manager in one electronic package (e.g., compact disc). 2.4.4 If any of the Contract Work becomes the subject of a legal challenge, contractor shall cooperate with CDFW, the Office of the Attorney General, or other attorney working on the matter identified by CDFW.

2.4 COMPENSATION 2.4.1 The Contractor will be reimbursed on an hourly basis for all actual work performed under this agreement.

(END OF SECTION)

Page 7 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

SECTION 3 – RESPONDING TO THIS RFQ

3.1 MINIMUM REQUIREMENTS 3.1.1 Statements of Qualifications (SOQ) must follow the format and contain the information listed below: 3.1.2 All documents shall be in Arial, 12-point font. 3.1.3 In your SOQ provide:

A. Transmittal Letter - Provide the following information:

a) A brief background, scope of expertise and location of the firm’s offices(s) and the location of the office(s) where the work is to be performed b) A summary description of the work to be performed in-house, by employees of the company, and those that will be performed by each subcontractor or non-employees (if any) for the project; c) Attach a memorandum of commitment from each subcontractor, if any, signed by the principal of the subcontractor firm; d) Identify the person(s) authorized to act and speak on behalf of your firm during the selection process and contract negotiations if any; and e) State that the proposed team is available to start no later than July 1, 2019.

B. Organization Chart/Resumes:

a) Provide resumes or curricula vitae for the principal personnel for your company (See section C below for specific experience requirements) and a description of all supporting personnel who will be working on the Contract Work; b) The name, title, phone, email and physical address of the individual(s) who will be designated as the Project Manager; c) Provide an organization chart for the Contract Work that includes the principal employees of the contractor and subcontractors. The organization chart should show the proposed relationships between the Project Manager, key personnel, support staff, and other resources that are expected to participate in the Contract Work; d) Show which aspects of the work each person shown on the organization chart will be responsible for performing and the approximate percentage of their time devoted to the project; and e) Organization chart for the business.

C. Qualifications and Experience:

a) Contractor Staffing Requirements (also referenced in Exhibit A):

1. The Contractor will supply professional engineers registered and licensed in the State of California and in their respective fields to oversee all facility inspections. Registration and licensing must be valid and throughout the term of the agreement;

2. Contractor and/or contractor’s personnel conducting any field assessments must have at least five years of experience conducting facility inspections and demonstrate experience or certification with the specific building system components. Field assessors must work under the supervision of a registered architect or Professional Engineer;

Page 8 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

3. Contractor, and/or the contractor’s personnel who provide asbestos consultant services under this agreement must be certified and in good standing as a Certified Asbestos Consultant by the California Department of Industrial Relations (DIR), Division of Occupational Safety and Health. Asbestos certification must be maintained throughout the entire term of this agreement for any personnel conducting asbestos related inspections;

4. Contractor, and/or the contractor’s personnel who provide lead consultant services under this agreement, must be certified with Department of Public Health, Childhood Lead Poisoning Prevention Branch throughout the term of this agreement.

5. Any Industrial Hygienists working under this agreement must be certified and in good standing as a Certified Industrial Hygienist (CIH) by the American Board of Industrial Hygiene (ABIH); and

6. All contractors and subcontractors under this agreement must hold current licenses and registrations in their respective fields as required by Federal, State, Local, or other law.

b) References Complete Bidder References (Attachment 2), include name and phone number of one representative of each of three (3) previous customers. Preference will be given for references that are State or Federal resources agencies (e.g. CDFW, US Fish & Wildlife Service (USFWS), NOAA Fisheries (NOAA), US Bureau of Reclamation (USBR), and/or California Department of Water Resources (DWR)). The prospective contractor should alert the references that they may be called by CDFW. CDFW will make two attempts to reach the identified representative during normal business hours at the number given. A failure to either reach or hear back from that reference within 72 hours will result in a reduced score.

c) Project Management and Proposed Timeline Provide a description in what way the prospective contractor intends to manage the project, including the proposed timeline referenced in Section 1.6.1 above, and provide the services and deliverables described in the Scope of Work.

d) Similar Work Consistent with the SOQ Selection Criteria identified in Section 3.4, provide a written description of the previous projects performed by the firm and the project manager. Written summary should include enough information to determine the individual and firms’ level of involvement for the purpose of meeting the SOQ Selection Criteria. The description of projects must include the name of the client or the person/entity for which the project was done and contact information for that client.

D. Rate Schedule:

In a separate sealed envelope marked with the prospective contractor’s name, RFQ number and the words “COST SHEET”, provide a Schedule of Rates for the principal personnel from your company who will be working on the Contract Work. Include in the schedule the cost for all support staff. If subcontractors are being used, the schedule must include the hourly rates for all subcontractor personnel.

1. Hourly rates shall include all administrative overhead costs, including supervision, clerical, building rent, utilities, telephone (including cell phones), incidental costs, and profit, in accordance with Exhibit B of the Std. 213.

Page 9 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

2. All costs for scheduled travel expenses including transportation (mileage), meals, lodging and incidental costs associated with the Contract Work shall not exceed the California Department of Personnel Administration (DPA) approved subsistence allowances in place at the time the contract is awarded. 3. If a cost of living adjustment is expected during the term of the contract, identify the rate and the justification therefor.

E. Terms and Conditions As provided in the Std. 213 attached to this RFQ the contractor shall comply with all stated terms, conditions and contract requirements. CDFW shall reject, as non-responsive, all SOQs proposing alternate or modified terms and conditions. F. Contractors shall be required to furnish evidence of insurance. G. Complete the Attached RFQ Compliance Matrix.

3.2 KEY ACTION DATES Event Date Time

RFQ available to Prospective Contractors June 5, 2019 10:00 AM (PT)

Deadline for RFQ Questions June 17, 2019

Final Date for SOQ Submission July 12, 2019 2:00 PM (PT)

Phone Interviews of Top 3 Prospective Contractors July 22-25, 2019 TBD

Issue Notice of Intent to Award July 29, 2019

Negotiation Period July 29 – August 12, 2019

3.3 COSTS OF DEVELOPING SOQ Costs incurred for developing the SOQ and in anticipation of award of the contract are entirely the responsibility of contractor and shall not be charged to CDFW and/or the State of California. All submittals, after the submission deadline become the property of CDFW upon receipt and will not be returned to contractor.

3.4 SELECTION CRITERIA Each proposal will be evaluated by a review panel consisting of CDFW Engineering, Wildlife Management, Hatchery Management, and administrative staff. Proposals that pass the minimum qualifications will be scored by consensus according to the evaluation scoring/criteria indicated below. A proposal must achieve a minimum of 75 out of 85 possible points in Phase I to be considered eligible to move on to Phase II.

Page 10 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

SOQ Evaluation Criteria – Pass Fail Score/Value 1. Does the firm have a minimum of five (5) years’ experience in planning, inspecting, Pass/Fail evaluating and managing projects which conducted site, facility and infrastructure condition assessments for health and safety, deficiencies, hazardous conditions, and recommending repair and maintenance schedules and other tasks identified in the RFQ. 2. Does the firm’s project manager have a minimum of five (5) years’ experience with Pass/Fail projects similar in size and scope? 3. Are all identified lead engineer(s) for all locations licensed professional engineers in Pass/Fail compliance with the applicable sections of the California Business and Professional Code? 4. Are all identified asbestos consultants certified and in good standing as a Certified Pass/Fail Asbestos Consultant by the California Department of Industrial Relations (DIR), Division of Occupational Safety and Health? 5. Are all identified lead consultants certified and in good standing as a Certified Lead Pass/Fail Inspector/Assessor by the California Department of Public Health? 6. Are all identified industrial hygienists certified and in good standing as a Certified Pass/Fail Industrial Hygienist by the American Board of Industrial Hygiene 7. Has the firm/team demonstrated experience in facility assessment projects similar Pass/Fail in size and scope? 8. Were the standard terms and conditions accepted? Pass/Fail

9. Did the SOQ comply with the RFQ minimum requirements specified in Section 3.1? Pass/Fail

10. Did the firm comply with the RFQ requirements with a high quality, error-free SOQ? Pass/Fail

SOQ Evaluation Criteria - Points Score/Value 1. Project manager has experience in site, facility and infrastructure Up to 10 points assessments of projects similar in size and scope: The ideal contractor will have a project manager with successful completion of five (5) five or more Statewide facility assessment and capital planning projects within the last 10 years that are similar in size and scope as outlined in Exhibit A, Scope of Work, of this RFQ. The SOQ should provide enough detail to display the project managers experience and ability to manage projects of this size and difficulty.

2. Demonstrates engineering experience in facility assessments similar in Up to 10 points size and scope to the work under Exhibit A, Scope of Work, of this RFQ: The ideal contractor will have engineering and field experience inspecting, assessing, and providing reports for (5) five or more successful facility assessment and capital planning projects within the last 10 years. The SOQ should provide enough detail to display the firm’s engineers and field assessment inspectors past project experience and abilities in developing reports and capital planning databases for a project of this size and difficulty.

Page 11 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

3. Demonstrates experience in Health and Safety Inspections similar in size and scope to the work under Exhibit A, Scope of Work, of this RFQ:

The ideal contractor will have experience conducting health and safety Up to 10 points inspections and demonstrate three (3) or more successful projects that involved providing lead consultant services, asbestos consulting services, and industrial hygienist services within the last 10 years. The SOQ should provide sufficient detail to display the firm’s past project experience and abilities in completing health and safety inspections for a project of this size and difficulty.

4. Demonstrates experience in the development of facility assessment Up to 10 points reports similar in size and scope to the work under Exhibit A, Scope of Work, of this RFQ. The ideal contractor will have experience preparing technical reports of facility conditions and developing program-wide capital plans to rank repairs and demonstrate the completion of at least three (3) program- wide reports that are similar in size and scope of this project. 5. Demonstrates experience in site assessment database development Up to 10 points similar in size and scope to the work under Exhibit A, Scope of Work, of this RFQ. The ideal contractor will have an established database that has demonstrated the success of three (3) facility assessment projects similar in size and scope of this project. 6. Staffing structure and capability. Are the lead personnel employees of Up to 5 points the firm or are they independent consultants/subcontractors?: Preference points are given for employees or subcontractors in lead roles with demonstrated experience working as a team: project manager, engineers, field assessment inspectors, industrial hygienists, etc.

7. Similarity of the Firm’s previously completed projects to this RFQ. Up to 10 points The ideal firm will have completed three (3) previous projects that are substantially similar to the Contract Work. Preference give for previous projects that were State of Federal Resource agencies.

8. Did the firm comply with the RFQ requirements with a high quality, error- Up to 10 points free SOQ?

9. Satisfaction of previous customers: Up to 10 points Each of the three (3) references will be contacted and asked to rate their satisfaction with the work performed by the firm. Preference points will be given for references that are State and/or Federal resources agencies (e.g. CDFW, USFWS, NOAA, USBR, Coastal Conservancy, or DWR)

Page 12 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

3.5 EVALUATION AND SELECTION PROCESS 3.5.1 All SOQs received will be evaluated to determine the extent to which they comply with the RFQ requirements. 3.5.2 A material and/or immaterial deviation may cause an SOQ to be rejected. If an SOQ fails to meet a material requirement of this RFQ, the SOQ will be rejected. A deviation is material to the extent that a response is not in substantial accord with the requirements of this RFQ. 3.5.3 The contractor shall meet all Pass/Fail criteria above in order to proceed to the next stage of evaluation. SOQs failing to meet all Pass/Fail criteria below will be rejected 3.5.4 During the evaluation process, CDFW may require Contractor to answer questions about the Contractor’s SOQ. Failure of Contractor to demonstrate that the claims made in its SOQ are in fact true may be cause for deeming an SOQ non-responsive. 3.5.5 In addition to the references required as part of the SOQ, at any time, CDFW may contact previous contractor clients listed in the SOQ to verify the experience and performance of the prospective contractor, its key personnel, and its subcontractors. 3.5.6 Once the SOQs have been received, CDFW will review the packages and rate them based on the Selection Criteria above. This rating will be done by a selection committee. The top three rated businesses meeting all the Pass/Fail selection criteria and achieving a minimum score of 75 points will be determined to be qualified to continue in the selection process. Selection criteria will include the qualifications of SOQ identified subcontractors. 3.5.7 By submitting an SOQ for this RFQ, the Contractor and its key subcontractors acknowledge that the Contractor’s project team shall provide the services required and has no objection to the Standard Agreement and its Exhibits. 3.5.8 CDFW shall notify and may phone interview the three top rated businesses based on their SOQ. Teams selected for phone interviews will be notified by email and must be available for phone interviews between July 22-25, 2019 at agreed upon time. (Businesses that are not in the top three will also be notified and will be advised that they may be contacted if CDFW is unable to negotiate a fair and reasonable contract with one of the top three rated businesses. Or, if CDFW is unable to negotiate a fair and reasonable price with the top three ranked businesses, CDFW may cancel this RFQ. 3.5.9 The phone interview may be conducted by the CDFW Contract Manager and selection committee (either the same or different from above) based on set criteria. This committee will rank the interviewed businesses based on their level of qualification, with the top business being designated as the "most qualified" (designated as number 1) and the other two interviewed businesses being ranked 2 and 3. 3.5.10 The phone interview may include a short introduction (no more than 10 minutes) by the prospective contractor, responses to questions asked by the selection committee, and concluding remarks by the prospective contractor (no more than 5 minutes.) Questions asked in this interview are confidential until the contract has been awarded. 3.5.11 The number one (1) ranked (selected) Contractor will be notified in writing and will be provided written instructions for negotiations. Negotiations will follow, at which time the Contractor will be asked to submit a detailed fee schedule for the Project. 3.5.12 CDFW reserves the right to modify or update the Standard Agreement in the interest of CDFW, in whole or in part, at any time up to the negotiation of the agreement with the Contractor 3.5.13 CDFW shall attempt to negotiate the contract at a fair and reasonable price with the most qualified business. The rate schedule submitted as part of the SOQs which have remained sealed up until this point, shall be opened and reviewed to determine that the prices are fair and reasonable. The rates in the cost sheet are not necessarily what CDFW will be prepared to pay in the Contract. The contract may be negotiated for a price less than that specified in the cost sheet

Page 13 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

the prospective contractor submitted. CDFW will enter into negotiations with the selected Contractor within fourteen (14) days for the services needed per PCC 6106. 3.5.14 If CDFW is unable to negotiate a Contract at a fair and reasonable price with the most qualified business, it shall attempt to negotiate a Contract with the next most qualified business in order of the ranking of the businesses. 3.5.15 Once CDFW successfully negotiates a Contract based on the evaluation and selection process above, the successful business shall be required to execute a Standard Agreement, Form Std. 213, which shall include the terms and conditions for the Contract Work, consistent with this RFQ. These documents are Exhibits to this RFQ. Contractor shall provide all required documents (e.g. proof of insurance) and execute all forms associated with this Contract within 10 business days of having received the forms from CDFW. Contractor shall also submit a Payee Data Record (STD 204) that can be found at https://www.dgs.ca.gov/ under Forms Management. No payment can occur without a STD 204 on file for the business being awarded this Contract. 3.5.16 Work on the Contract shall start no sooner than five days after all approvals have been obtained and the Contract is fully executed. Should the Contractor fail to commence work at the agreed upon time, CDFW, upon five (5) days written notice to the Contractor, reserves the right to terminate the Contract. In addition, the Contractor may be liable to the State for the difference between the price negotiated with CDFW and the actual cost of performing work by another Contractor. 3.5.17 Any contract to be awarded as a result of this RFQ will be awarded without discrimination based on race, color, religion, sex, or national origin. The firm(s) finally selected must comply with all applicable laws, rules and regulations, 3.5.18 Title 14, California Code of Regulations section 789 governs the selection process. 3.5.19 A person, firm, or subsidiary may be awarded a subcontract of no more than 10% of the total monetary value of the initial contract.

(END OF SECTION)

Page 14 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

SECTION 4 – Insurance Requirements

4.1 INSURANCE REQUIREMENTS The Contractor shall be required to furnish evidence of insurance according to requirements included as outlined in Exhibit D, Additional Provisions, Item 15 – Insurance Requirements. The below required insurance documents will be requested upon award only. The bidder shall provide Certificate of Insurance documents.

1. Commercial General Liability Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000.00 per occurrence for bodily injury and property damage liability combined with a $2,000,000.00 annual policy aggregate. The policy shall include coverage for liabilities arising out of premises, operations, independent contractors, products, completed operations, personal & advertising injury, and liability assumed under an insured contract. This insurance shall apply separately to each insured against whom claim is made or suit is brought subject to the Contractor’s limit of liability.

2. Commercial General Liability Endorsement The commercial general liability policy must be endorsed to include the State of California, its officers, agents and employees as additional insured, but only with respect to work performed under the contract.

3. Automobile Liability Contractor shall maintain motor vehicle liability with limits not less than $1,000,000.00 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired and non-owned motor vehicles.

4. Automobile Liability Endorsement The automobile liability policy must be endorsed to include the State of California, its officers, agents and employees as additional insured, but only with respect to work performed under the contract.

5. Workers Compensation and Employers Liability Contractor shall maintain statutory worker’s compensation and employer’s liability coverage for all its employees who will be engaged in the performance of the contract. Employer’s liability limits of $1,000,000.00 are required.

6. Workers Compensation Endorsement - Waiver of Subrogation When work is performed on State owned or controlled property the Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the State. The waiver of subrogation endorsement shall be provided

(END OF SECTION)

Page 15 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

Required Attachments

ATTACHMENT 1 REQUIRED ATTACHMENT CHECK LIST

Complete this checklist to confirm the items in your bid. Place a check mark or “X” next to each item that you are submitting to the State. For your bid to be responsive, all required attachments must be returned. This checklist should be returned with your bid package also.

A complete bid or bid package will include all the items identified below:

Attachment 1 Required Attachment Check List

Attachment 2 Bidder References

Attachment 3 Darfur Contracting Act Certification

Attachment 4 California Civil Rights Laws

Attachment 5 Bidder Declaration

SOQ (as outlines in section 3.1.3): • Transmittal Letter • Organization Chart/Resumes • Qualifications and Experience

Rate Schedule (In a separate sealed envelope)

RFQ Compliance Matrix

Page 16 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

ATTACHMENT 2 BIDDER REFERENCES

Submission of this attachment is mandatory. Failure to complete and return this attachment with your bid will cause your bid to be rejected and deemed nonresponsive.

List below three (3) references for services performed within the last five (5) years, which are similar to the Scope of Work to be performed in this Agreement.

REFERENCE 1 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided

R EFERENCE 2

Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided

REFERENCE 3 Name of Firm Street Address City State Zip Code Contact Person Telephone Number Dates of Service Value or Cost of Service Brief Description of Service Provided

Page 17 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

ATTACHMENT 3 DARFUR CONTRACTING ACT CERTIFICATION

Public Contract Code Sections 10475 -10481 applies to any company that currently or within the previous three years has had business activities or other operations outside of the United States. For such a company to bid on or submit a proposal for a State of California contract, the company must certify that it is either a) not a scrutinized company; or b) a scrutinized company that has been granted permission by the Department of General Services to submit a proposal.

OPTION #1 – NOT APPLICABLE Check here if your company has not, within the previous three years, had any business activities or other operations outside of the United States.

Company/Vendor Name (Printed) Federal ID Number

Printed Name and Title of Person Signing By (Authorized Signature)

OPTION #2 - CERTIFICATION If your company, within the previous three years, has had business activities or other operations outside of the United States, in order to be eligible to submit a bid or proposal, please insert your company name and Federal ID Number and complete the certification below.

I, the official named below, CERTIFY UNDER PENALTY OF PERJURY that a) the prospective proposer/bidder named below is not a scrutinized company per Public Contract Code 10476; and b) I am duly authorized to legally bind the prospective proposer/bidder named below. This certification is made under the laws of the State of California.

Company/Vendor Name (Printed) Federal ID Number

By (Authorized Signature) Printed Name and Title of Person Signing Date Executed Executed in the County and State of

OPTION #3 – WRITTEN PERMISSION FROM DGS Pursuant to Public Contract Code section 10477(b), the Director of the Department of General Services may permit a scrutinized company, on a case-by-case basis, to bid on or submit a proposal for a contract with a state agency for goods or services, if it is in the best interests of the state. If you are a scrutinized company that has obtained written permission from the DGS to submit a bid or proposal, complete the information below.

We are a scrutinized company as defined in Public Contract Code section 10476, but we have received written permission from the Department of General Services to submit a bid or proposal pursuant to Public Contract Code section 10477(b). A copy of the written permission from DGS is included with our bid or proposal.

Company/Vendor Name (Printed) Federal ID Number Initials of Submitter

Printed Name and Title of Person Initialing

Page 18 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

ATTACHMENT 4 CALIFORNIA CIVIL RIGHTS LAWS ATTACHMENT

This form must be obtained from the Department of General Services website stated below. The form shall be downloaded, completed, signed, and returned with your bid package.

https://www.dgs.ca.gov/ols/Forms.aspx

Page 19 of 20 State of California RFQ P1999001 Department of Fish and Wildlife A&E Facility Assessment

ATTACHMENT 5 Bidder Declaration (GSPD-05-105)

Download, print and attach form(s): Bidder Declaration GSPD-05-105 - http://www.documents.dgs.ca.gov/pd/delegations/GSPD105.pdf complete when any subcontracting is to be used in the contract.

Micro Business / Small Business Program

The application of the five percent (5%) Small Business bidding preference is now extended to non-small businesses that commit to subcontracting at least twenty-five percent (25%) of its net bid price to California Certified Small Businesses and/or Micro-businesses when the non-small business:

1. Has included in its bid a notification to the Department that it commits to subcontract at least twenty-five percent (25%) of its net bid price with one (1) or more small businesses; and 2. Has submitted a timely, responsive bid; and 3. Is determined to be a responsible bidder; and 4. Submits a Bidder Declaration GSPD-05-105 listing the small and or micro businesses it commits to subcontract with for a commercially useful function in the performance of the Agreement.

DVBE Participation Program

1. Submits a Bidder Declaration GSPD-05-105 listing the DVBE it commits to subcontract with for a commercially useful function in the performance of the Agreement. and 2. Submits a completed Disabled Veteran Business Enterprise Declarations (STD 843) - http://www.documents.dgs.ca.gov/pd/poliproc/STD-843FillPrintFields.pdf

STD.843 Purpose The State must obtain declarations from certified Disabled Veteran Business Enterprises (DVBEs) pursuant to Military and Veterans Code Sections 999.2(b) through 999.9. The purpose is to eliminate the benefits of DVBE status from those contractors who are using their certified status and obtaining State funds, but working only as brokers or agents. Therefore, in order to enable the State to verify that a DVBE is not an equipment broker, the DVBE’s Federal Tax Information Number must be reported on the STD 843.

When to The DVBE declarations form is completed when a California certified DVBE supplier is Complete submitting a response to a competitive solicitation and/or request for offer or in the case of This form rental equipment, is a supplier who is obtaining the participation of California certified DVBE subcontractors.

Signatures All disabled veteran owners and disabled veteran managers of the DVBE must complete the form prior to award of the contract.

All original signatures of the STD. 843 for DVBE(s) associated with the awarded contract are to be kept in the contract file.

Page 20 of 20 State of California RFQ P1999001 Department of Fish and Wildlife RFQ Compliance Matrix Engineering Branch A&E Facility Assessment

Criterion Compliance with Criterion SOQ Sections 1. Transmittal letter with information specified in 3.1.3(A) 2. Organizational Chart & Resumes with the information specified in 3.1.3(B) 3. Evidence that Contractor provided engineers will be registered and licensed in the State of California, in their respective fields, throughout term of agreement. 4. Evidence that Contractor and/or Contractor’s personnel conducting any field assessments has at least two years of experience conducting facility inspections and demonstrate experience or certification with the specific building system components. 5. Evidence that Contractor, and/or the Contractor’s personnel who provide asbestos consultant services under this agreement is certified and in good standing as a Certified Asbestos Consultant by the California Department of Industrial Relations (DIR), Division of Occupational Safety and Health. 6. Evidence that the Contractor, and/or the Contractor’s personnel who provide lead consultant services under this agreement, is certified with Department of Public Health, Childhood Lead Poisoning Prevention Branch, throughout the term of this agreement. 7. Evidence that any Industrial Hygienists working under this agreement is certified and in good standing as a Certified Industrial Hygienist (CIH) by the American Board of Industrial Hygiene (ABIH). 8. Evidence that all contractors and subcontractors under this agreement hold current licenses and registrations in their respective fields as required by Federal, State, Local, or other law. 9. Evidence of meeting DVBE Participation Program Requirements 10. Acknowledgement and acceptance of the standard terms and conditions. 11. Description of Firm’s previously completed projects similar to this RFQ. 12. Completed Proposer References for previous customers. 13. Description on the approach of how the project will be managed. 14. Sealed rate schedule provided.

STATE OF CALIFORNIA - DEPARTMENT OF GENERAL SERVICES STANDARD AGREEMENT AGREEMENT NUMBER PURCHASING AUTHORITY NUMBER (If Applicable) STD 213 (Rev. 02/2019) P1999001 1. This Agreement is entered into between the Contracting Agency and the Contractor named below: CONTRACTING AGENCY NAME California Department of Fish and Wildlife CONTRACTOR NAME TBD 2. The term of this Agreement is: START DATE July 1, 2019, or upon CDFW approval, whichever is later. THROUGH END DATE June 30, 2021 3. The maximum amount of this Agreement is: TBD 4. The parties agree to comply with the terms and conditions of the following exhibits, which are by this reference made a part of the Agreement. EXHIBITS TITLE PAGES Exhibit A Scope of Work 14

Exhibit A Attachment 1, Site and Facility List 10

Exhibit B Budget Detail and Payment Provisions 2

Exhibit C * General Terms and Conditions (GTC 04/2017) *

Exhibit D Additional Provisions 8

Items shown with an asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed at https://www.dgs.ca.gov/OLS/Resources/Page-Content/Office-of-Legal-Services-Resources-List-Folder/Standard-Contract-Language CONTRACTOR CONTRACTOR NAME (if other than an individual, state whether a corporation, partnership, etc.) TBD CONTRACTOR BUSINESS ADDRESS CITY STATE ZIP TBD PRINTED NAME OF PERSON SIGNING TITLE TBD CONTRACTOR AUTHORIZED SIGNATURE DATE SIGNED

Page 1 of 2 STATE OF CALIFORNIA - DEPARTMENT OF GENERAL SERVICES STANDARD AGREEMENT AGREEMENT NUMBER PURCHASING AUTHORITY NUMBER (If Applicable) STD 213 (Rev. 02/2019) P1999001 IN WITNESS WHEREOF, THIS AGREEMENT HAS BEEN EXECUTED BY THE PARTIES HERETO. STATE OF CALIFORNIA CONTRACTING AGENCY NAME California Department of Fish and Wildlife CONTRACTING AGENCY ADDRESS CITY STATE ZIP P.O. Box 944209 Sacramento CA 94244 PRINTED NAME OF PERSON SIGNING TITLE Melinda Peacock Section Chief, Business Management Branch CONTRACTING AGENCY AUTHORIZED SIGNATURE DATE SIGNED

CALIFORNIA DEPARTMENT OF GENERAL SERVICES APPROVAL EXEMPTION (If Applicable) SCM Vol. 1, Section 11

Page 2 of 2 California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 1 of 13

1. The Contractor agrees to provide to the California Department of Fish and Wildlife (CDFW) facility assessment services as described herein:

The Contractor shall perform facility condition assessments and health and safety inspections on various types of facilities managed by CDFW in order to determine the condition of each facility. The Contractor will be responsible for developing cost-effective solutions to any discovered deficiency or problem for the purpose of capital planning.

2. The services shall be performed throughout the State of California. Specific locations of the CDFW facilities covered under this agreement are depicted on Exhibit A, Attachment 1, CDFW Site and Facility List, which is attached hereto and incorporated herein by this reference.

3. The services shall be provided at dates and times to be agreed upon between the CDFW Contract Manager and the Contractor’s Project Director. The Contractor will be required to obtain agreement, in writing via e-mail, from the CDFW Contract Manager for a finalized master schedule and also for any changes to the master schedule.

4. The Project Officials during the term of this Agreement will be:

CDFW Contract Manager Contractor Name Name: Rob Benson Name: TBD Phone: (916) 323-1488 Phone: Email: [email protected] Email:

Direct all inquiries to:

California Department of Fish and Wildlife Contractor Name Attention: Rob Benson Attention: TBD Address: 1812 9th Street Address: Sacramento, CA 95811 Phone: (916) 323-1488 Phone: Email: [email protected] Email:

5. SCOPE OF WORK

A. Background and Objectives

CDFW owns and manages wildlife areas, fish hatcheries, and ecological reserves. At these properties, employees carry out the services, activities, and programs necessary to manage California’s diverse fish, wildlife, and the habitats on which they depend, for their ecological values and for their use and enjoyment by the public.

CDFW is required to maintain safe and healthy worksites and living facilities per California Labor Code §§6400-6413.5. Under this agreement, the Contractor will be responsible for assessing an estimated 233 sites statewide that are owned or managed by CDFW (and containing multiple facilities at each site) which include, but are not limited to, fish hatchery buildings, laboratories, screen shops, garages, visitor centers,

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 2 of 13

residences, mobile homes, offices, hunter check stations, museums, cabins, historical buildings, and warehouses (collectively, “Facilities”). These Facilities contain a variety of systems, components, and other infrastructure, some of which are over seventy five (75) years old. A significant number of these properties are situated in rural and remote locations, including some in particularly isolated areas where the travel time will exceed one (1) hour from the nearest community with a population of at least 2,500.

The objective of this contract is for CDFW to enter into an agreement with the Contractor to:

1. Conduct facility condition assessments and health and safety inspections of all buildings, building systems, and associated infrastructure referenced on Exhibit A, Attachment 1, CDFW Site and Facility List. 2. Determine present Facility and working conditions and estimate the life expectancy of various Facility systems and components. 3. Recommend corrections for all deficiencies and provide a cost estimate for corrections. 4. Categorize and prioritize deficient conditions, associated corrective actions, and information concerning building systems and deficient categories. 5. Provide a repair and maintenance schedule for capital repairs, lifecycle replacement, and building modernization.

Note, that Exhibit A, Attachment 1, CDFW Site and Facility List is a good-faith comprehensive list of sites and Facilities that CDFW currently intends to include in this agreement. CDFW may determine that some sites or Facilities must be added or deleted from this list if it is determined to be in the best interest of the State. Therefore, Exhibit A, Attachment I may be modified to provide an accurate facility list without the need for an amendment to this agreement. The Contractor will be required to conduct a complete facility assessment for all facilities as listed on this attachment. The Contractor will be reimbursed on an hourly basis for all actual work performed under this agreement.

B. Contractor Staffing Requirements

1. The Contractor will supply professional engineers registered and licensed in the State of California and in their respective fields to oversee all facility inspections. Registration and licensing must be valid and current throughout the term of the agreement;

2. Contractor and/or contractor’s personnel conducting any field assessments must have at least five years of experience conducting facility inspections and demonstrate experience or certification with the specific building system components. Field assessors must work under the supervision of a registered architect or Professional Engineer as required under Item (B)(1) above;

3. Contractor, and/or the contractor’s personnel who provide asbestos consultant services under this agreement must be certified and in good standing as a Certified Asbestos Consultant by the California Department of Industrial Relations (DIR),

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 3 of 13

Division of Occupational Safety and Health. Asbestos certification must be maintained throughout the entire term of this agreement for any personnel conducting asbestos related inspections;

4. Contractor, and/or the contractor’s personnel who provide lead consultant services under this agreement, must be certified with Department of Public Health, Childhood Lead Poisoning Prevention Branch throughout the term of this agreement;

5. Any Industrial Hygienists working under this agreement must be certified and in good standing as a Certified Industrial Hygienist (CIH) by the American Board of Industrial Hygiene (ABIH); and

6. All contractors and subcontractors under this agreement must hold current licenses and registrations in their respective fields as required by Federal, State, Local, or other law.

C. Work to be Performed

1. Site and Facility Assessments

a. Approach

The Contractor shall inspect and identify deficiencies in each Facility (includes infrastructure) at each site as identified in Exhibit A, Attachment 1, CDFW Site and Facility List.

The Contractor will conduct a walk-through survey and the Contractor’s assessment team will be required to survey 100% of each Facility. The Contractor will also survey the exterior and grounds, including building exteriors, roofs, sidewalk/pavement, and recreational/other areas, as applicable. From these assessments, the Contractor shall determine the necessary inspection services, as listed in section C, Site Assessment Specifications and Requirements. The Contractor shall set forth in writing the basis for requiring each inspection service, justifying the applicable inspection(s) ordered.

CDFW will provide the Contractor with a list of known issues for each Facility, prior to inspection. CDFW will make available a site manager at each facility for the purposes of providing the Contractor with pertinent information about the Facility as well as escorting the contractor through the property. If necessary, the Contractor will interview the CDFW site manager and/or other CDFW designated points of contact as authorized by the CDFW Contract Manager, for the purposes of gathering relevant information, such as maintenance records, physical condition and operation or knowledge of similar systems or properties in order to obtain information necessary to evaluate the property.

Contractor will create and submit to the CDFW Contract Manager, an Assessment Reports Summary following completion of each site inspection.

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 4 of 13

Each report must meet the requirements outlined within Section D – Deliverables, located in this Exhibit.

All contractors and subcontractors under this agreement will maintain confidentiality of inspection findings and ensure feedback is provided only to the CDFW Contract Manager and any other designee, as determined in writing by the CDFW Contract Manager.

All contractors and subcontractors will notify the CDFW Contract Manager within 24 hours of discovery of any issues or concerns affecting habitability and requiring immediate attention due to a threat to the health and safety of occupants.

b. Compliance

All assessments and inspections shall insure compliance with the following:

i. State and Federal Codes

1. 2016 California Administrative Code (CAC), (Part 1, Title 24, CCR) 2. 2016 California Building Code (CBC), Volumes 1, and 2 (Part 2, Title 24, CCR) 3. 2016 California Residential Code (CRC), (Part 2.5, Title 24, CCR), (2015 International Residential Code 4. 2016 California Electrical Code (CEC), (Part 3, Title 24, CCR) (2014 NEC with 2016 California Amendments) 5. 2016 California Mechanical Code (CMC), (Part 4, Title 24, CCR) (2015 IAPMO Uniform Mechanical Code with 2016 California Amendments) 6. 2016 California Plumbing Code (CPC), (Part 5, Title 24, CCR) (2015 IAPMO Uniform Plumbing Code with 2016 California Amendments) 7. 2016 California Energy Code, (Part 6, Title 24, CCR) (2016 Edition California Energy Commission Building Energy Efficiency Standards) 8. 2016 California Fire Code (CFC), (Part 9, Title 24, CCR) (2015 International Fire Code with 2016 California Amendments) 9. 2016 California Green Code, (Part 11, Title 24, CCR). 10. 2016 California Referenced Standards Code, (Part 12, Title 24, CCR); NFPA 13 – 2016 NFPA 72 – 2016 11. Reference Code Sections for Applicable Standards; 2016 CBC, Chapter 35 2016 CFC, Chapter 45 12. Title 8 California Code of Regulations (CCR), CAL/OSHA Regulations- Safety Orders issued by Division of Industrial Safety of the State of California

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 5 of 13

13. Title 19 C.C.R., Public Safety, SFM Regulations, List of Federal Codes & Standards (if applicable) 14. American with Disabilities Act (ADA), Title II or Title III 15. 2016 California Access Compliance Advisory Reference Manual (As prepared by the Division of the State Architect Office, published on July 1, 2016, effective January 1, 2017)

Additional Codes:

1. American Concrete Institute (ACI), Latest Edition 2. American Society for Testing and Materials (ASTM), Latest Edition 3. Steel Construction Manual, American Institute of Steel Construction, (AISC), 13th Edition 4. American Welding Society (AWS) 5. Sheet Metal and Air Conditioning Contractors National Association (SMACNA) 6. American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE) 7. American Conference of Governmental Industrial Hygienists (ACGIH) 8. American National Standards Institute (ANSI) 9. American Industrial Hygiene Association (AIHA)

c. Site Assessment Specifications and Requirements

The Contractor must ensure that all of the following items for each location are addressed when Facility inspections are performed in accordance with applicable Federal, State, and/or local codes, including, but not limited to, those listed in section C(1)(b), Compliance, of this exhibit:

1. Infrastructure a. Observe general topography and note any unusual or problematic features or conditions observed or reported. b. Identify the major means of ingress and egress at each Facility on each site. Note any unusual or restricting conditions observed or reported. c. Identify the material types of paving and curbing systems at the subject property. d. Identify material flatwork at the subject property (sidewalks, patios, etc.).

2. Structural Frame and Building Envelope a. Identify the primary elements of the structural frame and exterior walls, including the foundation system, floor framing system, roof framing system, facade or curtain-wall system, glazing system, exterior sealant, doors, and stairways, etc. b. Observe the general conditions and note any physical deficiencies identified or any unusual items or conditions observed. Observations may be subject to grade, and rooftop vantage points. c. Visual inspection of observable areas for cracking and moisture infiltration as well as areas of apparent foundation settlement and displacement.

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 6 of 13

d. In the event more information or exploratory testing is required, in order to provide remedial measures, the report may include recommendation for additional investigative testing.

3. Wall Evaluations a. Photograph elevations and details both from internal and external vantage points, as well as from adjacent structures where possible. b. Observe representative operable and fixed panels on all facades, operating a representative sample of units to assess hardware, and to visually inspect exterior conditions and the condition of waterproofing seals.

4. Plumbing a. Identify the primary plumbing systems at the subject property including domestic water supply, sanitary sewer, or any special or unusual plumbing systems (such as water features, fuel systems, gas systems, etc.). Water delivery systems that do not support buildings are excluded from this agreement (examples – systems for wildlife habitats). b. Identify the type and condition of restroom fixtures, drinking fountains and/or other miscellaneous plumbing equipment. c. Observe the general conditions and note any physical deficiencies identified or any unusual items or conditions observed. Include any reported material system inadequacies.

5. Heating a. Identify all primary heat generating systems at the subject property. b. Observe the general conditions, identify the reported age of the equipment, note past material component replacements/ upgrades, note the apparent level of maintenance, and identify if a maintenance contract and/or warranty is in place. If heating equipment is not operational at the time of the walk-through survey, provide an opinion of the condition to the extent reasonably possible. c. Identify and observe any special or unusual heating systems or equipment present (such as fireplaces, solar heat, etc.) and note any reported material problems or inadequacies.

6. Air Conditioning and Ventilation a. Identify all primary air-conditioning and ventilation systems at the subject property. Include material equipment such as cooling towers, chillers (include type of refrigerant used), package units, split systems, air handlers, thermal storage equipment, etc. b. Identify the primary distribution systems (supply and return, make-up air, exhaust, etc.) at the subject property. c. Observe the general conditions, identify the reported age of the equipment, note past material component upgrades/replacements, note the apparent level of maintenance, and identify if a maintenance contract and/or warranty is in place (and the name of the contractor). If air- conditioning and ventilation systems are not operational at the time of the

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 7 of 13

walk-through survey, provide an opinion of the condition to the extent reasonably possible. d. Observe the general conditions and note any physical deficiencies identified or any unusual items or conditions observed. Additionally, include any material reported system inadequacies or operating deficiencies. e. Identify and observe any special or unusual air-conditioning and ventilation systems or equipment (cold storage systems, special computer cooling equipment, etc.) and note any material reported problems or system inadequacies.

7. Roofing (Non-Invasive Visual) a. Identify the primary roof systems including roof type, reported age, slope, drainage, etc. Also identify any unusual roofing conditions or rooftop equipment. b. Observe the general conditions of the roof system such as membranes, attachment methods, flashings, counter flashings, pitch pans, gravel stops, parapets, miscellaneous appurtenances, insulation, etc. c. Observe for evidence of repairs, significant ponding, or evidence of roof leaks. Note if a roof warranty is in effect. Note any physical deficiencies identified or any unusual items observed or reported. d. Identify any rooftop equipment or accessories including antennas, lightning protection, HVAC equipment, solar equipment, etc. Include any material problems reported.

8. Electrical a. Identify the electrical service provided and distribution system components at the subject property. Provide information (as shown in sample checkout form) on all electrical panels, disconnects, main circuit breakers, transformers, lightning protection, backup generators, general lighting systems, major operational electrical loads, energy management systems, vehicle charging capabilities, photovoltaic generation and all other such equipment or systems. b. Observe and evaluate the above referenced electrical systems and component equipment. Note any physical deficiencies identified. Include reported problems or system inadequacies. c. Conduct seven (7) days of electrical metering on the line side of all phases of all distribution panels in the Facility. Provide Excel spreadsheet with amperage loads over the metering period with values given for every 10- minute interval. d. Complete and provide checkout form (provided herein) giving all required information of electrical system as shown in the example checkout form (provided herein).

9. Life Safety and Fire Protection a. Identify the primary life safety/fire protection systems at the subject property, including sprinklers and stand pipes (wet or dry), fire hydrants, fire alarm systems, water storage, smoke detectors, fire extinguishers,

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 8 of 13

emergency lighting, stairwell pressurization, smoke evacuation, automated external defibrillators, etc. b. Observe the general conditions and note any material physical deficiencies identified or any unusual items or conditions observed or reported including any reported system inadequacies (or missing, damaged, etc.). c. Perform sensor and/or battery checks on Automated External Defibrillators and Carbon Dioxide Monitors and identify deficiencies.

10. Interior Elements a. Identify offices, special use areas and building standard finishes, including flooring, ceilings, walls, etc. Furnishings and fixed components will be reviewed and included in the cost estimate tables for replacements. Additionally, identify material building amenities or special features. b. Observe the general conditions and note any physical deficiencies identified or any unusual items or conditions observed or reported.

11. Special Systems and Equipment a. Include all special systems and equipment, such as water deliverance structures, concrete raceways, tanks, valves, well motors, water pumps, Emergency Medical Systems, chillers, radio towers, equipment lifts, chemical storage or treatment areas, storage tanks, vaults, public address systems, and telephone systems.

12. Accessibility Compliance a. Provide a general statement of the subject Facility’s compliance with the Americans with Disabilities Act to help identify whether CDFW may be required to make changes for accessibility and whether there is the need for further review. b. Use an ADA Compliance checklist compliant with ASTM E2018-15. c. Evaluate interior and exterior elements that could present external or internal barriers to accessibility by disabled persons.

13. Moisture Affected Materials (Mold) a. Perform a visual assessment of accessible areas for the presence of mold, conditions conducive to mold growth, and/or evidence of moisture. Interview CDFW personnel regarding the presence of any known or suspected mold, elevated relative humidity, water intrusion, or mildew-like odors. Potentially affected areas should be photographed and recommendations for any additional moisture intrusion studies should be made. b. If necessary, provide industrial hygienist services and testing, as outlined in Item 18, Industrial Hygiene Services and Testing, below.

14. Environmental Features a. Review environmental features of the property, including, without limitation, appearance, cleanliness, acoustics, ventilation, and humidity.

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 9 of 13

15. Lead-based Paint a. Review of existing testing data and other documentation regarding lead- based paint that is available onsite. b. Evaluate physical condition and develop cost estimates for remediation of paint necessitated by pending renovations.

16. Asbestos a. Review of existing testing data and other documentation regarding asbestos that is available. b. Evaluate physical condition and conduct testing, as outlined in Item 17, Industrial Hygiene Services and Testing. c. Develop cost estimates for remediation of asbestos.

17. Industrial Hygiene Services and Testing, as necessary, which includes: a. Recommendations for the prevention, elimination or control of hazards and unhealthy working conditions; b. Industrial health and safety compliance and assessments; c. Health risk assessments; d. Workplace air monitoring surveys; e. Identifying CDFW personnel exposure to physical agents, including noise, ionizing and non-ionizing radiation, and cold/heat stress; f. Identifying threats posed by airborne chemical contaminates, asbestos, mold, lead-based paint and indoor air quality problems; g. Analysis and Testing; h. Contractor shall perform tests only at laboratories approved, in writing, by the CDFW Contract Manager. Any and all samples must be sent to an accredited laboratory as applicable to the testing to be performed. Laboratories used under this agreement must have current accreditation designations from one of the following programs:

• Environmental Lead Laboratory Accreditation Program (ELLAP) • Environmental Microbiology Laboratory Accreditation Program (EMLAP) • Industrial Hygiene Laboratory Accreditation Program (IHLAP) • National Lead Laboratory Accreditation Program (NLLAP) • National Voluntary Accreditation Program (NVLAP)

2. Ranking and Classification of Findings

Based upon observations, research and judgment, along with commonly accepted empirical Expected Useful Life (EUL) tables, the Contractor will render an opinion as to when a Facility system or component(s) will most probably necessitate replacement. The analysis will include all cost observations be ranked by the following Priority Classes. Priority 1: Currently Critical (Immediate): Requiring immediate action including a cited safety hazard and areas of accelerated deterioration, returning a building component to normal operation.

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 10 of 13

Priority 2: Potentially Critical (Year 1): Requiring action in the next year including components experiencing intermittent operations, potential life safety issues, and rapid deterioration, returning a building component to normal operation. Priority 3: Necessary – Not Yet Critical (Years 2-3): Requiring appropriate attention to preclude predictable deterioration, potential downtime, additional damage, and higher costs to remediation if deferred further. Priority 4: Recommended (Years 4-5): Representing a sensible improvement to the existing conditions (not required for the most basic function of the Facility; however, will improve overall usability and/or reduce long-term maintenance costs). Priority 5: Does Not Meet Current Code but “Grandfathered”: No Action required at this time, but should substantial work be undertaken correction would be required.

3. Master Facility Assessment Schedule Requirements:

The Contractor will be expected to work with the CDFW Contract Manager to develop a Master Facility Assessment Schedule via e-mail. Within seven (7) days of execution of this agreement, the Contractor shall complete and provide a proposed Master Facility Assessment Schedule to the CDFW Contract Manager that contains the specific date the Contractor proposes to inspect all facilities under this agreement. The CDFW Contract Manager will work with the Contractor to finalize the Master Facility Assessment Schedule to develop an agreed-upon schedule for each Facility. The schedule is not considered final until reviewed and approved, in writing, by the CDFW Contract Manager. The Contractor must ensure that timelines for all inspections have been agreed upon in writing between both parties at least five (5) business days before commencing work. All inspections and reports must be completed on or before the term end date of this contract.

4. Insurance Requirements

The Contractor shall supply proof of, and maintain, liability coverage as outlined in Exhibit D, Additional Provisions, Item 15 – Insurance Requirements which is attached hereto and will be part of the resulting agreement. These policy types include:

• Commercial General Liability • Automobile Liability • Workers Compensation • Professional Liability

D. DELIVERABLES

1. Capital Outlay Reporting System Database

a. The Contractor will provide CDFW with a Capital Outlay Reporting System Database in an industry-standard data software format, such as Microsoft Access, or Microsoft Excel. The records of the Capital Outlay Reporting System

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 11 of 13

Database must be at the Facility system level, thereby containing multiple records for each Facility. Each record must include the following:

1. Property (Facility) Number 2. Property Name from Exhibit A, Attachment 1, CDFW Site and Facility Listing 3. Facility Address 4. Facility system being assessed 5. Description of structure that assessed Facility system is in 6. Structure Category, selected from the following list: a. Housing b. Office c. Lab d. Animals e. Equipment f. Other 7. If structure contains one or more of the following: a. Animals b. Hazardous materials c. Evidence d. Weapons/ammo 8. CDFW primary contact for structure (name and phone) 9. Latitude and longitude coordinates of the primary entry point for the structure a. Must be provided in two, separate data fields as degrees decimal, out to at least five decimal places (e.g. 121.22862, 38.63278) 10. Findings discovered by assessment 11. Repair priority 12. Facility Condition Index, as described below in Section 2(a)(1)

b. All data and associated metadata collected or created under this contract are a required deliverable of this contract. CDFW shall have the unrestricted right to use the data, including publication. All data deliverables should be budgeted for and included in the project timeline as a part of this contract. The Contractor will ensure that CDFW is able to use the database adequately and will provide training and/or a user manual, if requested by the CDFW Contract Manager.

c. The CDFW Contract Manager will have final approval of the structure of the Capital Outlay Reporting System Database, and all included fields. A condition of final payment on this contract shall include the delivery of all related data assets.

2. Site Assessment Reports

a. The Contractor will provide CDFW with a Site Assessment Report for each site, which will include a report on each Facility assessed on that site, no more than thirty (30) days following the conclusion of each site assessment in accordance with the Finalized Master Facility Assessment Schedule.

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 12 of 13

Each Site Assessment Report must contain:

1. A description of each of the Facility components and systems as described in the Assessment Specifications and Requirements section above. Each Site Assessment Report must be organized by Facility system and include digital photos of major systems and components and of all deficiencies identified. Site Assessment Reports need to include discussion of current and anticipated repairs and deficiencies, recommended repair and component life-cycle replacements, and applicable options for repair or maintenance of building components

2. A Facility Condition Index (FCI) will be calculated for each Facility. This FCI will be a function of required repairs compared to Facility replacement costs. The FCI must be generated from the data collection/capital planning database and will be updated as components age or are replaced.

3. A 20-year Capital Plan (in five-year increments) based on the industry standards. The analysis must include a cost table sorted by Facility and system, and ranked by priority for repair. Tables need to allow for the customization of reporting and a year-by-year capital needs analysis. The Site Assessment Report must include: a. A 20-year Capital Plan with an executive summary with graphic presentation of results to provide a quick, user-friendly summary of the property’s observed condition and estimated costs assigned by category. These estimated costs shall be cross-referenced to Site Assessment Report sections where an elaboration of cost issues will be presented.

b. Components observed that are exhibiting deferred maintenance issues and provide estimates for immediate and capital repair costs based on observed conditions, available maintenance history and industry- standard useful life estimates.

c. Recommended schedule for replacement or repairs (schedule of priorities).

d. Digital photographs for the buildings including photos of deficiencies.

e. General description of the property and improvements and comment generally on observed conditions.

f. Critical repairs and life safety issues separately from repairs anticipated over the term of the analysis. g. FCI number for the building.

4. Contractor shall provide a Certified Inspector to complete the State of California, Department of Human Resources (CalHR) 165 form—also called the State-Owned Housing Habitability Inspector Review checklist, for all State-Owned Housing units. CDFW defines a Certified Inspector to be any of the Contractor’s staff that meet the requirements outlined in Section 5(B) Contractor Staffing Requirements, items (1) and (2) of this Scope of Work, above. The CalHR 165 form may be found at: http://calhr.ca.gov/Documents/CalHR-165.pdf#search=165

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit A – Scope of Work Site and Facility Assessments (DFW EXA Revised 01/2013) Page 13 of 13

3. Program-wide Report

In addition to each Site Assessment Report, the Contractor will develop a Program- wide Report that includes a ranked system-wide Capital Plan for all facilities with programmatic conclusions and recommendations. The Program-wide Report should include a brief narrative description of each Facility component and system, and discuss the current, anticipated repairs and deficiencies of all facilities assessed. The Program-wide Report analyses must include tables sorted by Site Name, Facility system, and be ranked by priority for repair. The format of the tables needs to allow for several perspectives of reporting by FCI, Facility, system, or priority for repair, and a year-by-year analysis of capital needs.

Reports should be submitted as drafts, and once finalized, a program summary report should be provided to include a roll-up of all prioritized capital needs across all Sites and Facilities.

The Contractor will be responsible for all costs incurred for the development of a capital outlay reporting database. The State will not reimburse the contractor for any costs associated with the development of a database to provide capital outlay reporting.

Report deadlines may be adjusted if CDFW delays any inspection. All changes to deadlines and scheduling shall be agreed upon, in writing, by the Contractor and CDFW Contract Manager.

E. DEFINITIONS

1. Facility: building or structure that staff or public may occupy, to include but not limited to, housing, offices, trailers, sheds, barns, parking lots, visitor kiosks, and walkways. 2. Infrastructure: a Facility, a component or piece of a Facility, or a location that is an integral part of the Facility’s operational capability. Includes, but is not limited to, domestic wells, septic, plumbing, electrical, and heating and air systems. 3. Facility Condition Index (FCI): a standard Facility management benchmark used to objectively assess the current and projected condition of a building asset.

Total Sq.ft. of # of Shops/ # of Pedestrian Total Sq.ft. of Total Sq.ft. of Total Sq.ft. of Shops/ # of Parking Total Sq.ft. of # of PROP NBR PROP TYPE PROPERY NAME REGION COUNTY Approx. Address Approx. Location Approx. Access Latitude Longitude # of Residences # of Offices # of Restrooms Barns/ Walkways/ Other- Please Identify Residences Offices Restrooms Barns/ Lots Parking Lots Kiosks Garages Bridges/Piers Garages

WEST BANK OF SACRAMENTO RUPERT ROAD EAST OF STINGY Oversight - City of Anderson manages. RIVER, DOWNSTREAM OF N. LANE TO ANDERSON RIVER AIRPORT RD BRIDGE PARK ON WEST SIDE OF 150 Public Access Anderson Fishing Access 1 Shasta #N/A 36.72018695 -120.2756414 2 200 3 10000 3 2

.5 MILE SW OF LAKE LEAVITT, EAST HWY 395 TO BUFFUM ROAD 162 Wildlife Area Bass Hill Wildlife Area 1 Lassen 6 MI SE OF SUSANVILLE OF HWY 395 40.47132225 -122.2673333 2 2104 1 500 20545 JELLYS FERRY ROAD, NORTH SIDE OF BATTLE CREEK, COLEMAN HATCHERY ROAD, Added houses and out buildings approved by WCB 164 Wildlife Area Battle Creek Wildlife Area 1 Tehama ANDERSON, CA 96007 WEST OF COLEMAN FISH EAST OF JELLYS FERRY ROAD 39.1251966 -123.123865 4 5000 6 15000 2 25000 1 for purchase on March 7, 2019 as part of the Carr HATCHERY acquisition 1 1/2 MILES NE OF BEND BRIDGE, 22640 BEND FERRY ROAD BETWEEN SACRAMENTO RIVER 169 Undesignated Bend Ferry Road 1 Tehama #N/A AND PAYNES CREEK 39.0107535 -121.5827435 1 100 1 30000 1

659-695 HWY 299 E, BIEBER N.E. OF BIEBER BETWEEN ROAD 87 HIGHWAY 299 AT LOOKOUT & HWY 299; WEST OF ADIN ROAD, NORTH 1/2 MILE, & 172 Wildlife Area Ash Creek Wildlife Area 1 Lassen 40.18990861 -123.7701443 2 3172 1 1216 7 73350 8 73500 8 HUNT RD (RD 411)

WEST OF McNAMARA AIRFIELD AT WASHINGTON BLVD TO RADIO 194 Public Access North Fishing Access 1 Del Norte #N/A END OF RADIO ROAD ROAD 36.98047012 -119.7250526 1 90000

BETWEEN LITTLE RIVER & OLD HIGHWAY 101 TO NINTH Marine Region responsibility? Ocean fishing and TRINIDAD STATE IN STREET, TRINIDAD coastal bluff access at Luffenholtz Beach on Scenic TRINIDAD Drive. Restroom damaged and closed 2014. Trails Luffenholtz Creek Fishing 195 Public Access 1 Humboldt #N/A 36.78612967 -119.412124 1 80 2 800 2 2 to bluffs and beach (stairs) in disrepair. Land Access Conversion Evaluation in process of transferring property to Trinidad Coastal Land Trust via WCB.

29661 WILDCAT RD , PAYNES 10 MILES NORTH OF PAYNES WILDCAT ROAD, 7 MILES SOUTH Raceways = 192000 sq ft CREEK CA 96075 CREEK & HWY 36 OF HWY 44 OR 2 MILES NORTH 208 Fish Hatchery Darrah Springs Fish Hatchery 1 Shasta 34.29039946 -116.8182784 11 12650 1 250 3 300 5 14630 3 8560 1 1 OF MANTON ROAD

702 E 8TH STREET, ALTURAS 702 E. 8th Street in Alturas 8TH EAST AND D STREETS, 221 Miscellaneous Alturas District Office 1 Modoc 40.34025592 -120.5233946 1 4 4 3 1 ALTURAS BETWEEN TOWN OF DOYLE & HWY 395, FORT SAGE ROAD, 222 Wildlife Area Doyle Wildlife Area 1 Lassen #N/A SIERRA ARMY DEPOT HACKSTAFF ROAD, SUMMERS 33.08974845 -117.2837731 1 ROAD SOUTH OF HUMBOLDT BAY SO. OF HUMBOLDT BAY IN NORTH TABLE BLUFF ROAD OFF tidegate 225 Wildlife Area Eel River Wildlife Area 1 Humboldt BAY, WEST SIDE OF MCNULTY HOOKTON ROAD, WEST OF 40.38877545 -122.1786251 3 20000 1 1500 2 SLOUGH HWY 101 EAST OF CRESCENT CITY HWY 101 TO ELK VALLEY ROAD Elk Creek Wildlife 226 Wildlife Area 1 Del Norte #N/A FAIRGROUNDS ON ELK CREEK IN 39.07952701 -120.9917643 1 5000 1 4 Area ELK VALLEY 3 N. OLD STAGE ROAD, MT. WEST OF I-5 AT OLD STAGE ROAD HATCHERY LANE WEST OF I-5 Raceways=63,000 sq ft settling = 4,000 sq ft 234 Fish Hatchery Mount Shasta Fish Hatchery 1 Siskiyou SHASTA, CA 96067 & HATCHERY LANE TO OLD STAGE ROAD 38.18809491 -121.9741134 4 4600 3 1040 5 400 9 23150 3 21950 2 1 601 LOCUST ST, REDDING 601 LOCUST STREET 601 LOCUST STREET, WEST OF Includes HQ office and Cantara Office only 252 Miscellaneous Region 1 Offices 1 Shasta ATHENS STREET, NORTH OF 37.53767423 -122.2324842 8 22000 17 1450 4 9372 3 56000 8 WEST CYPRESS AVE. 466-450 DAKIN RD, WENDEL FLEMING RESERVOIR, SUSAN ANTOLA ROAD OFF HWY 395 Public restrooms (4) available wthin the office 261 Wildlife Area Honey Lake Wildlife Area 1 Lassen RIVER 40.27136332 -122.1934685 5 6897 3 6300 9 12766 10 387550 1 4 and/or check station buildings at Fleming and Dakin Units SLIDE & LONE PINE RIDGES, W & COPCO ROAD ON WEST SIDE OF Historic Spring House - 100 sq feet 262 Wildlife Area Horseshoe Ranch Wildlife Area 1 Siskiyou #N/A NW OF MIRROR , IRON GATE IRON GATE RESERVOIR 35.78439163 -120.7175254 1 2000 1 RESERVOIR 6500 Lower Lake Rd. North and South end of Lake Earl 2591 Old Mill Road and at 6500 two boat access points & 7 defunct houses 272 Wildlife Area Lake Earl Wildlife Area 1 Del Norte 41.18112738 -121.0665263 1 1500 2 3500 18 21000 4 52000 1 12 CRESCENT CITY Lower Lake Rd. WEST SIDE OF HUMBOLDT BAY NEW NAVY BASE ROAD, SOUTH Marine Region responsibility? Ocean fishing access OF EUREKA CITY AIRPORT and campground on Humboldt Bay with a large parking area, a restroom with showers, a boat launch ramp, and dock. The campground has 273 Public Access Samoa Public Access 1 Humboldt #N/A 34.60240752 -115.5658147 1 400 1 30000 1 2 about 20 sites and a host. Humboldt County Public Works maintains the site and recieves revenues from the campground.

1660 HATCHERY RD, ARCATA 2 MILES SW OF KORBEL ON WEST 1600 HATCHERY ROAD,1 MILE Raceways/Fishways = 191,000 sq ft 280 Fish Hatchery Mad River Fish Hatchery 1 Humboldt BANK OF MAD RIVER SOUTH OF BLUE LAKE & HWY 33.46973308 -116.2524579 4 10000 1 450 4 400 1 9750 2 28600 4 1 299 5109 MEISS LAKE ROAD, ALL OF MEISS LAKE FROM MEISS MEISS LAKE ROAD & SAM'S One of the residences is currently uninhabitable 283 Wildlife Area Butte Valley Wildlife Area 1 Siskiyou MACDOEL, CA 96058 LAKE RD ON NORTH TO SAM'S NECK ROAD 36.33506451 -118.8633196 3 4277 1 945 3 11218 15 6000 4 NECK RD ON SOUTH #N/A NORTH OF FAY & EUREKA HWY 101 2 MILES NORTH OF SLOUGHS EAST OF EUREKA EUREKA AT HARPER MOTORS 285 Wildlife Area Fay Slough Wildlife Area 1 Humboldt 35.863294 -119.3157239 6 15000 1 12000 1 AIRPORT, WEST OF WALKER POINT ROAD SOUTH OF FORT BRAGG SOUTH SIDE OF NOYO RIVER IN HWY 20 EAST OF HWY 1 IN Boat launch ramp and dock to access Noyo River 301 Public Access Noyo River Fishing Access 1 Mendocino 40.8263414 -124.0936839 1 20000 1 4 NOYO HARBOR FORT BRAGG with large parking lot. Ecological TABLE BLUFF RD SOUTH END OF HUMBOLDT BAY HOOKTON ROAD TO TABLE Solar power station 303 Table Bluff Ecological Reserve 1 Humboldt 33.17025856 -117.3524721 Reserve ON TABLE BLUFF BLUFF ROAD .5 MI W OF NEWELL & HWY NE SIDE OF TULE LAKE NATIONAL HWY 139 TO NEWELL ON EAST Old residence is delapidated and only used for 308 Miscellaneous Newell Creek Cabin Site 1 Modoc 38.26996598 -119.3279633 1 1100 2 800 1 300 139 WILDLIFE REFUGE SIDE OF TULE LAKE storage. LEWISTON, UPSTREAM ALONG BOTH SIDES OF TRINITY RIVER, Fishing Access - no structures. 338 Public Access Lewiston Fishing Access 1 Trinity #N/A BOTH SIDES OF RIVER BETWEEN LEWISTON & 38.97880158 -122.535236 1 3600 DEADWOOD HOLE TO EAST BANK OF SMITH RIVER, WEST 2660NORTHEAST S. FRED HAIGHT DR. OFF Per LaBanca - Boat launch ramp for freshwater OF HWY 101 HWY 101 fishing near the mouth of the Smith River with a large parking lot, a restroom in disrepair, and a shed where fish sampling equipment is stored and deployed. CDFW polygon misrepresents property, 343 Public Access Smith River Fishing Access 1 Del Norte #N/A 34.93607716 -116.6221342 2 500 1 65000 as Del Norte Assessor shows "donut hole" of small parcel in center of property with a private residence and outbuildings. Some of these are on state property.

1625 SOUTH MAIN, YREKA 1625 SOUTH MAIN STREET AT WEST SIDE OF SOUTH MAIN 347 Miscellaneous Yreka Screen Shop 1 Siskiyou RANCH LANE STREET (HWY 3), AT RANCH 35.34991551 -120.7593875 3 6800 6 600 10 18314 3 16000 2 LANE EAST SIDE OF SOUTH WARNER SUPRISE VALLEY ROAD SOUTH WILDERNESS AREA, BETWN OWL & OF HWY 299 350 Wildlife Area Surprise Valley Wildlife Area 1 Modoc #N/A COTTONWOOD CREEKS 41.26758518 -122.3104596 1 1400

30490 PLUM CREEK RD, PORTIONS OF ANTELOPE CREEK & HOGBACK ROAD One of the public restrooms is associated with PAYNES CREEK LITTLE GRAPEVINE CREEK Fisher Campground which contains 11-12 354 Wildlife Area Tehama Wildlife Area 1 Tehama 38.76757955 -119.72576 2 2994 1 900 1 500 5 6500 3 60000 3 campsites all with picnic tables and fire rings

4425 BALLS FERRY ROAD, 4 MILES EAST OF COTTONWOOD & ADOBE ROAD SOUTH OF BALLS ANDERSON, CA 96007 I-5, NORTH SIDE OF FERRY ROAD Mouth of Cottonwood Creek 362 Wildlife Area 1 Shasta COTTONWOOD CREEK 41.78646375 -123.3065387 1 2233 1 4800 2 5000 Wildlife Area

3855 S. BONNYVIEW RD; ON WEST SOUTH SIDE OF BONNYVIEW Fishing Access - managed by City of Redding. Bonnyview Road Fishing SIDE OF SACRAMENTO RIVER NEAR ROAD, EAST OF SOUTH MARKET 2137 Public Access 1 Shasta #N/A 40.94853249 -121.5108352 2 200 Access RIVER BEND GOLF COURSE STREET (HWY 273)

3/4 MILE DOWNSTREAM OF SOUTH SIDE OF TRINITY RIVER Fishing Access - no structures. LEWISTON ON TRINITY RIVER ON GOOSE RANCH ROAD, WEST 2153 Public Access Cemetery Hole Fishing Access 1 Trinity #N/A 38.17037502 -121.6687993 1 3000 OF LEWISTON

OFF CLOVERDALE ROAD, 1/2 SOUTH SIDE OF CLEAR CREEK CLEAR CREEK ROAD TO Fishing Access - managed by BLM. 2158 Undesignated Clear Creek 1 Shasta M E O CLEAR CREEK BRIDGE ROAD, WEST OF HONEYBEE ROAD SAELTZER DAM 33.83486716 -116.3610051 1 100

40158 BAUM LAKE RD , CONFLUENCE OF HAT CREEK & HWY 299, NE OF BURNEY TO Raceways= 20800 sq ft 2167 Fish Hatchery Crystal Lake Fish Hatchery 1 Shasta CASSEL CA 96016 ROCK CREEK, 1 MILE NORTH OF CRYSTAL LAKE ROAD (CASSEL 41.78334885 -124.2522499 7 8050 1 375 4 400 6 9875 3 2025 1 CASSEL ROAD) SPALDING TRACT 17 MILES NORTH OF SUSANVILLE, EAGLE LAKE ROAD (RD 518) Shop for storage and meetings and trap facility on NORTH OF SPALDING TRACT ON site. Restroom and parking lot USFS owned and 2182 Miscellaneous Eagle Lake Egg Station 1 Lassen 41.03984335 -124.1201616 1 15 1 3000 1 WEST maintained.

BIG SPRINGS CREEK AT OLD STAGE OLD STAGE ROAD AT BIG Nature and Conservant area 2185 Undesignated Elsa Rupp Natural Area 1 Siskiyou #N/A ROAD, .5 MILE WEST OF I-5 SPRINGS CREEK, NORTH OF MT. 37.16579042 -122.3620589 1 1600 6 1 SHASTA FH EAST SIDE OF HUMBOLDT BAY ON END OF RAILROAD AVENUE, Marine Region responsibility? Ocean fishing access Fields Landing Coastal Fishing HOOKTON AT FIELDS WEST OF HWY 101 with large parking lot, signage, boat launch ramp, 2194 Public Access 1 Humboldt #N/A 34.46694217 -118.9504078 1 20000 2 1 Access LANDING COUNTY PARK and two docks.

SOUTH OF HWY 299 & HAT CREEK HWY 299 TO CASSEL ROAD Fishing Access - no structures. 2207 Public Access Hat Creek Fishing Access 1 Shasta #N/A PARK, UPSTREAM OF 33.08316704 -114.7147547 1 1500 1 2 POWERHOUSE #2 MOUTH OF COTTONWOOD CREEK ANDERSON GRADE ROAD Fishing access, no structures 2226 Public Access Klamath River Fishing Access 1 Siskiyou #N/A AT KLAMATH RIVER (KLAMATHON ROAD), 3/4 MILE 38.0779093 -119.168176 2 20000 EAST OF I-5. WEST OF BEACH DR. AT PEBBLE BEACH DR. AT PACIFIC 2282 Public Access Pebble Beach Fishing Access 1 Del Norte #N/A PACIFIC AVE. AVE. 40.06016136 -121.4723345 1

8 MILES SOUTHEAST OF ALTURAS PINE CREEK ROAD (ROAD 57), Fishing Access - pit toilet. O&M by Modoc County. Pine Creek Reservoir Public 2290 Public Access 1 Modoc #N/A ON PINE CREEK ROAD EAST OF HWY 395 37.09148764 -121.201443 1 100 1 2000 2 Access 2 MILES NORTH OF WEST SIDE OF HWY 1, 1.5 MILES Marine Region responsibility? Ocean fishing access South Kibesillah Gulch Fishing 2347 Public Access 1 Mendocino #N/A MACKERRICHER STATE PARK SOUTH OF KIBESILLAH 41.74271544 -124.1595771 1 2000 1 with parking lot and trail to bluff and beach. Access

17501 VAN ARSDALE ROAD, 10 MILES NE OF JCT. HWYS 101 & EEL RIVER ROAD, NORTH OF PG&E owns all property, CDFW owns residence POTTER VALLEY, CA 95469 20 AT HORN DAM POTTER VALLEY TO VAN (double-wide trailer office, shop, detached ARSDALE ROAD restoom)facility, PG&E owns and maintaind fish 2357 Miscellaneous Van Arsdale Fisheries Station 1 Mendocino 36.09056548 -120.456845 1 1000 1 100 1 800 1 800 2 ladder. Walkways are sidewalks and catwalks for accessing the facilities, as well as the PG&E-owned fish ladder.

EAST SIDE OF EAGLE LAKE ALONG MERRIVILLE ROAD EAST OF Fishing Access (At Stones Landing) - O&M by 2402 Public Access Eagle Lake Public Access 1 Lassen #N/A WILLOW CREEK, MERRIVILLE ROAD EAGLE'S NEST 41.86793237 -123.9618461 2 200 1 3000 Lassen County.

SAMOA BLVD IN ARCATA NORTH SHORE ARCATA BAY AT HWY 255 (SAMOA RD) TO OLD tidegate 9481 Wildlife Area Mad River Slough Wildlife Area 1 Humboldt MOUTH OF MCDANIEL SLOUGH SAMOA ROAD TO BOTTOM 40.43077647 -121.9963788 2 8000 1 5000 1 ROAD NORTH SIDE OF BATTLE CREEK, JELLYS FERRY ROAD EAST OF 9491 Public Access Battle Creek Public Access 1 Shasta #N/A EAST SIDE OF JELLYS FERRY ROAD SACRAMENTO RIVER AT BATTLE #N/A #N/A 1 100 1 60000 1 CREEK BETWEEN MATTOLE RIVER & BRICELAND ROAD, 3 MILES Ecological Mattole River Ecological 9566 1 Mendocino #N/A THOMPSON CREEK; NORTH OF SOUTH OF WHITEHORN, TO 40.71610361 -122.8039488 1 5000 Reserve Reserve SINKYONE STATE PARK USAL ROAD 1760 BIDWELL STREET, RED 1760 BIDWELL ST., EAST OF RED CORNER OF SCHWAB & 9568 Miscellaneous Red Bluff Screen Shop 1 Tehama BLUFF BLUFF AIRPORT IN INDUSTRIAL BIDWELL STREETS 37.2056012 -119.3553772 3 1250 2 181 2 12400 1 13800 PARK 15 MILES NORTH OF SUSANVILLE, HWY 139 NORTH OF House is uninhabitable EAST OF SUMMIT LAKE IN WILLOW SUSANVILLE 9574 Wildlife Area Willow Creek Wildlife Area 1 Lassen #N/A 39.63353735 -120.2796325 1 1610 2 900 1 8000 2 CREEK VALLEY

NORTH END OF HUMBOLDT BAY, HWY 101 TO DEL NORTE ST, Marine Region responsibility? Ocean fishing access 9584 Public Access Del Norte Street Fishing Pier 1 Humboldt #N/A SOUTH OF INDIAN & HWY THEN WEST TO PIER 38.09514135 -121.5869738 1 2000 1 1 with parking and a ~200 ft pier on Humboldt Bay. 255 HWY 299 AT FALL RIVER MILLS EAST BANK OF FALL RIVER, BELOW HWY 299 TO FALL RIVER MILLS, Ecological Fall River Mills Ecological 9606 1 Shasta PIT 1 DAM TO RIVERSIDE & BURNEY 38.01897897 -121.750528 1 1415 Reserve Reserve STREETS Ecological Butler Slough Ecological BETWEEN HWY 99 & FOOTHILL END OF ELECTRIC AVE, EAST OF 9675 1 Tehama #N/A 38.00126497 -121.5748087 1 20000 Reserve Reserve ROAD HWY 99 1724 BALL MOUNTAIN ROAD, LITTLE SHASTA RIVER NORTHERN 1 MILE EAST OF MONTAGUE ON Hunter check station 9723 Wildlife Area Shasta Valley Wildlife Area 1 Siskiyou MONTAGUE, CA 96064 & WESTERN BOUNDARY BALL MTN-LTTLE SHASTA ROAD 35.17690864 -117.9591593 3 5526 1 1200 3 12000 9 8000 2 1

Ecological 1/2 MILE NORTH OF DALES HWY 36 THEN NORTH ON 9890 Dales Lake Ecological Reserve 1 Tehama #N/A 41.49247052 -120.534534 1 30000 Reserve STATION & HWY 36 MANTON ROAD (A6) WEST SHORE LAKE SISKIYOU WEST SHORE OF LAKE SISKIYOU AT W.A. BARR ROAD TO LAKE 9961 Public Access Lake Siskiyou Fishing Access 1 Siskiyou AT MARINA MARINA SISKIYOU CAMPGROUND & 40.08707511 -120.1436447 2 200 1 15000 4 MARINA SE SHORE OF LAKE SHASTINA NEAR TOWN OF EDGEWOOD TO 10363 Public Access Lake Shastina Public Access 1 Siskiyou #N/A CAMPGROUND JACKSON RANCH ROAD TO 37.455524 -118.4001223 1 100 1 1500 DWINNELL WAY WEST OF HWY 273 IN LAKE QUARTZ HILL ROAD TO LAKE 10393 Public Access Lake Redding Fishing Access 1 Shasta #N/A REDDING PARK REDDING PARK 37.6457342 -121.4936052 2 200 1 15000 1 Ecological Headwaters Forest Ecological S.E. OF EUREKA & FIELDS LANDING ELK RIVER ROAD S.E. OF HWY 10527 1 Humboldt #N/A 40.6875237 -124.2768399 1 2500 1 1000 Reserve Reserve 101 AT EUREKA 4350 UPPER SODA RD 4350 UPPER SODA ROAD RIVER ROAD, WEST SIDE OF I-5, TO UPPER SODA ROAD IN 10569 Public Access Tauhindauli Public Access 1 Siskiyou 41.76140514 -124.1881132 1 1800 1 64 1 1000 2 10000 2 NORTHERN DUNSMUIR

5 MILES SOUTH OF PINE CREEK HWY 395 S. OF ALTURAS TO CO. No public access to cabin/restroom. WA, 8 MILES EAST OF HWY 395 ROAD 56 TO ROAD 57 PAST 10610 Wildlife Area Fitzhugh Creek Wildlife Area 1 Modoc #N/A PINE CREEK RESERVOIR 36.8172221 -121.7366631 1 1200 1 100

END OF C ST. ON HUMBOLDT BAY NORTH OF FIRST ST. AT END OF Marine Region responsibility? Ocean fishing access C STREET dock on Humboldt Bay. Polygon on property looks 10938 Public Access Eureka C Street Fishing Access 1 Humboldt #N/A 38.85363637 -119.803807 1 to be occupied by commercial activities ( Seafood, Jacks Seafood, Madaket dock).

SACRAMENTO RIVER AT REDDING HWY 299 IN REDDING TO Fishing access - managed by City of Redding. RIFFLE NEAR SUNDIAL BRIDGE, TURTLE BAY/RIVERFRONT PARK 10995 Public Access Turtle Bay Boat Ramp 1 Shasta #N/A 38.97043548 -121.5804996 2 200 BELOW A.C.I.D. DIVERSION DAM

NE LEWISTON HATCHERY 1 MILE NORTH OF LEWISTON AT TRINITY DAM ROAD TO FISH Raceways/fishways = 30,250 sq ft 11002 Fish Hatchery Trinity River Fish Hatchery 1 Trinity ROAD, LEWISTON, CA 96052 LEWISTON LAKE DAM HATCHERY ROAD 36.83166349 -118.2451304 2 2250 1 1050 4 400 5 7425 3 10750 2 1

BASE OF LAKE MENDOCINO AT HWY 101 NORTH OF UKIAH TO The polygon for this site is located about 200 ft COYOTE DAM LAKE MENDOCINO DRIVE south of the facility and entracne road. A potion of 11139 Miscellaneous Coyote Valley Fish Facility 1 Mendocino #N/A 41.30769558 -122.3296388 1 1000 the parking lot is within the parking lot.

8638 LAKEVIEW RD, DOWNSTREAM FROM IRONGATE COPCO ROAD, 11 MILES EAST Raceways/fishways = 64000 Sq Ft HORNBROOK DAM ON KLAMATH RIVER AT OF HORNBROOK 11140 Fish Hatchery Irongate Fish Hatchery 1 Siskiyou 35.08972215 -115.8095986 4 4600 1 750 2 200 6 14545 4 25100 1 1 BOGUS CREEK

NORTH OF LAKE SHASTINA ON BIG SPRINGS ROAD NORTH OF CDFW is in the process of acquiring this property. Shasta Big Springs 11476 Undesignated 1 Siskiyou #N/A SHASTA RIVER AT LOUIE ROAD LAKE SHASTINA AT LOUIE ROAD 38.4201186 -121.3734253 6 10,000 7 75,000 1 Conservation Easement Sara Rupp land - Mt Shasta Public access for Big Springs Creek Undesignated 1 Siskiyou 34.39313547 -118.8840183 1 1000 5 1 Hatchery(PROP#234??) NORTH OF IRON GATE LAKE IRON GATE ROAD 262(??) Wildlife Area Horseshoe Ranch Wildlife Area 1 Siskiyou 37.07866072 -122.2649341 1 10000 1 2 MI SW OF COLFAX & RIO EAST SIDE OF BEAR RIVER AT I-80 TO PLACER HILL ROAD TO County Installed/Maintained 166 Public Access Bear River Fishing Access 2 Placer OSO CAMPBELL CREEK MILK RANCH ROAD OR 39.77680081 -120.6201239 2 200 PLUMTREE ROAD 3215 RUTHERFORD ROAD, RUTHERFORD ROAD WEST OF PENNINGTON ROAD TO 5 Mobility Blinds; 10 Siphons/headwalls/flow GRIDLEY, CA 95948 PENNINGTON ROAD RUTHERFORD ROAD meters; Brick Bldg - 384 sqft; 2 Hides - 1300 sq ft; 256 Wildlife Area Gray Lodge Wildlife Area 2 Butte 39.14766291 -122.9130818 8 11,450 3 8,600 1 500 24 40,327 22 685,600 32 5 833 Dam; Hunter Shack - 895; Propane Storage - 800 sq ft MONITOR PASS, HWY 89 7 MILES S.E. OF MARKLEVILLE ON HWY 89 TO MONITOR PASS TO 258 Wildlife Area Heenan Lake Wildlife Area 2 Alpine HWY 89 HEENAN LAKE 38.13089728 -121.6870295 1 1000 2 945 Oro Dam Blvd, West adjacent to the Feather River, west Access via Highway 162 to the Oroville, CA 95965 of Hwy 70 and south of Highway headquarters entrance, about 162 1/2 mile west of Highway 70, or at Larkin Road. Access for Thermalito Afterbay Unit is 304 Wildlife Area Oroville Wildlife Area 2 Butte Wilbur Road at Hwy 162. The 39.09760904 -121.6014771 0 0 1 1020 1 125 3 6360 5 164000 0 14 Thermalito Unit is five miles west of Oroville, east of Highway 99. Shooting range access is via Rabe Road.

SMARTVILLE SMARTSVILLE ROAD (CHUCK SMARTSVILLE ROAD (CHUCK YEAGER RD) NORTH OF WALDO YEAGER RD) 345 Wildlife Area Spenceville Wildlife Area 2 Yuba 39.96265902 -122.0337082 0 0 0 0 0 0 4 2652 3 56000 4 12 ROAD

5 TABLE MOUNTAIN ROAD , SOUTH OF HWY 70 ON WEST BANK TABLE MOUNTAIN BLVD. (HWY Annex Facility owned by Department of Water Feather River Fish Hatchery 2193 Fish Hatchery 2 Butte OROVILLE OF FEATHER RIVER 70) TO RIVERSIDE DR. 37.61819722 -120.8456995 1 800 2 200 4 1100 7 6200 1 1600 Resources. Totals here combine main hatchery (and Annex) with the annex. 1701 - 2111 NIMBUS RD, 20 MILES EAST OF SACRAMENTO HWY 50 TO HAZEL AVE TO GOLD Nimbus Dam Fish Hatchery 2266 Fish Hatchery 2 Sacramento RANCHO CORDOVA COMPLEX BELOW NIMBUS DAM COUNTRY ROAD TO NIMBUS 40.57547204 -122.378199 2 3000 6 3500 6 1050 6 21500 3 16500 (includes Fish Health Lab) ROAD Hallelujah Junction Wildlife 100 EVANS RANCH RD, BOTH SIDES OF HWY 395 IN LONG HWY 395 TO SCOTT ROAD 6 Cattle Corrals 9569 Wildlife Area 2 Sierra 38.63172934 -121.2390919 2 2700 1 1000 5 10600 2 Area CHILCOOT VALLEY ROBINSON MILL RD 3 MILES SOUTH OF OREGON MARYSVILLE ROAD FROM 2 Cattle Corrals HOUSE, SOUTH OF COLLINS LAKE BROWNS VALLEY (HWY 20) TO 9605 Wildlife Area Daugherty Hill Wildlife Area 2 Yuba DOLAN HARDING ROAD 34.42339369 -119.8483218 2 800 6 30000

9256 HIGHWAY 162, BUTTE EAST SIDE OF BUTTE CREEK GRIDLEY--COLUSA HWY. 7 mobility impaired blinds Upper Butte Basin Wildlife CITY, CA 95920 BETWEEN GRIDLEY--COLUSA HWY 9748 Wildlife Area 2 Butte 41.64151602 -122.160098 2 2072 5 4556 6 16696 16 234950 29 3 Area & AFTON ROAD

25712 NORTH MCINTIRE 23024 N. McINTIRE ROAD HWY 12 EAST OF HWY 88; 2 This facility is not State owned. Fish ROAD, CLEMENTS, CA 95227 MILES EAST OF CLEMENTS TO 11003 Fish Hatchery 2 San Joaquin 39.32719913 -121.8178604 1 1200 2 800 2 8000 2 8000 Hatchery McINTIRE ROAD

1701 - 2111 NIMBUS RD, 20 MILES EAST OF SACRAMENTO HWY 50 TO HAZEL AVE TO GOLD 11141 Fish Hatchery Fish Hatchery 2 Sacramento RANCHO CORDOVA COMPLEX BELOW NIMBUS DAM COUNTRY ROAD TO NIMBUS 38.43518729 -122.93136 2 3000 1 800 2 100 4 10000 1 1500 ROAD 1701 Nimbus Road, Rancho HWY 50 TO HAZEL AVE TO GOLD Miscellaneous Region 2 Headquarters 2 Sacramento Cordova COUNTRY ROAD TO NIMBUS ROAD 38.65743731 -119.6456994 1 2

1701 Nimbus Rd, Rancho Near highway 50 Miscellaneous R2HQ 2 Sacramento #REF! #REF! 91 15725 2 408 3 89083 0 0 Cordova, CA 95670 ROAD 3186 GRIZZLY ISLAND RD AT GRIZZLY ISLAND ROAD, 6 MILES Management Agreement with Solano County Belden's Landing Fishing 167 Public Access 3 Solano MONTEZUMA SLOUGH BRIDGE SOUTH OF HWY 12 & SUISUN 33.96630252 -117.4934869 0 0 0 0 1 225 0 0 1 72073 2 1 Parks. Access CITY WEST SIDE OF BELMONT SLOUGH SEA CLOUD PARK DRIVE & Ecological Redwood Ecological 168 3 San Mateo #N/A IN FOSTER CITY EDGEWATER BLVD. IN FOSTER 40.30537739 -120.3805172 0 0 0 0 0 0 0 0 1 3500 0 0 Reserve Reserve CITY NW SIDE OF , 1 HWY 160, 1 MILE NORTH OF Cooperative Agreement with County of 192 Public Access House Fishing Access 3 Sacramento #N/A MILE UPSTREAM FROM RIO VISTA HWY 12 ON EAST BANK 41.96711747 -122.4976621 0 0 0 0 0 0 0 0 1 35560 0 0 Sacramento SACRAMENTO RIVER 24 MILES NORTH OF SANTA CRUZ HWY 1, 24 MILES NORTH OF Cooperative Agreement with the Department of 196 Public Access Gazos Creek Fishing Access 3 San Mateo #N/A AT MOUTH OF GAZOS CREEK SANTA CRUZ 38.20672643 -122.3753752 0 0 0 0 0 0 0 0 1 14235 0 0 Parks and Recreation -Still in existence? CANYON ANTIOCH CA 6400 BRIDGEHEAD RD. AT BENNETT ROAD OR (HWY 160) & BRIDGEHEAD ROAD OFF 218 Miscellaneous Delta Operations Base 3 Contra Costa 36.14282364 -120.5503556 0 0 1 80 1 60 2 4,200 1 7,500 0 0 ANTIOCH REGIONAL PARK ON SAN WILBUR ROAD BENEATH JOAQUIN R ANTIOCH BRIDGE SOUTH OF WADDELL CREEK BEACH HWY 1 TO GREYHOUND ROCK Agreement with the County of Santa Cruz Greyhound Rock Fishing & BIG BASIN STATE PARK, NORTH 240 Public Access 3 Santa Cruz #N/A 39.10209224 -122.5287914 0 0 0 0 1 200 0 0 1 73120 1 1 Access OF SCOTT CREEK BEACH

1 MILE SE OF RIO VISTA ON EAST HWY 160, 1.5 MILES SOUTH OF Joint Use Agreement with Sacremento and San BANK OF SACRAMENTO RIVER HWY 12, NEAR BRANNAN Joaquin Drainage District 244 Public Access Brannan Island Fishing Access 3 Sacramento #N/A 38.31487437 -120.9070029 0 0 0 0 0 0 0 0 0 0 0 0 ISLAND STATE PARK

NW OF FLY BAY & ON HWY 121/12 TO DUHIG ROAD Operating Agreement with the County of Sonoma, Hudeman Slough Fishing HUDEMAN SLOUGH AT SECOND OR RAMAL ROAD TO SKAGGS Boat launch and dock 263 Public Access 3 Sonoma #N/A 36.36474491 -118.8145326 0 0 0 0 0 0 0 0 1 20000 1 0 Access NAPA SLOUGH ISLAND ROAD

1 MILE SOUTH OF TOMALES HWY 1, 1 MILE SOUTH OF Cooperative Agreement with the Marin Municipal 269 Public Access Keys Creek Fishing Access 3 Marin #N/A ALONG KEYS CREEK, WEST SIDE OF TOMALES AT MOUTH WALKER 38.23180132 -122.9147412 0 0 0 0 0 0 0 0 1 8,000 0 1 Water District -dated in 1982 HWY 1 & KEYS CREEKS WEST OF SAN QUENTIN ON CORTE REDWOOD HWY. IN CORTE Ecological Corte Madera Marsh 293 3 Marin #N/A MADERA CREEK CHANNEL MADERA TO INDUSTRIAL WAY 41.89570409 -122.5220432 0 0 0 0 0 0 0 0 1 9000 0 1 Reserve Ecological Reserve 2148 DUHIG ROAD, NAPA, CA SOUTH OF WHITE SLOUGH HWY 37 IN VALLEJO Tidal Levees, Bay Trail, Numerous tidal gates Napa -- Sonoma Marshes 294 Wildlife Area 3 Napa 94599 BETWEEN HWY 37 & NAPA RIVER 38.06601392 -122.8075388 4 6094 5 5875 3 600 16 40000 15 56000 10 10 Wildlife Area

BETWEEN YOUNTVILLE & NAPA RIVER AT NORTH SIDE OF Ecological 297 Napa River Ecological Reserve 3 Napa #N/A SILVERADO TRAIL YOUNTVILLE CROSSROADS 41.82311553 -124.195624 0 0 0 0 0 0 0 0 1 4,600 0 1 Reserve 10 MILES WEST OF WINTERS, HWY 128, 3/4 MILE SOUTH SIDE PUTAH CREEK, EAST DOWNSTREAM FROM 318 Wildlife Area Putah Creek Wildlife Area 3 Solano #N/A 40.77301294 -124.2123952 0 0 0 0 0 0 0 0 2 39600 1 3 OF COLD CANYON MONTICELLO DAM ON LAKE BERRYESSA 7329 SILVERADO TRAIL, NAPA 7329 SILVERADO TRAIL SILVERADO TRAIL AT OLIVE Roads and Driveways LANE, NORTH OF YOUNTVILLE 341 Miscellaneous Napa Field Office 3 Napa 39.96849384 -123.6650862 0 0 1 12400 2 400 6 13500 4 30500 3 CROSSROADS

WOODBRIDGE RD BRACT TRACT, BETWEEN 9592, 10060, 11154 W. SYCAMORE SLOUGH & WOODBRIDGE ROAD, 2 MILES Ecological Woodbridge Ecological 355 3 San Joaquin WOODBRIGE ROAD WEST OF I-5. SOUTH SIDE OF 37.13197879 -120.7992325 0 0 1 1500 0 0 1 150 3 50232 2 4 Reserve Reserve WOODBRIDGE ROAD

SOUTH END OF AT SIR FRANCES DRAKE BLVD, Ecological Tomales Bay Ecological BIVALVE, WEST OF HWY 1, NW OF WEST OF HWY 1 AT PT REYES 358 3 Marin #N/A 41.27280944 -122.3125146 0 0 0 0 0 0 0 0 1 2600 0 0 Reserve Reserve POINT REYES STATION STATION TO WHITE HOUSE POOL FA SOUTH SIDE & EAST END OF HWY EAST BANK OF NAPA RIVER AT Agreement with Solano County-only proposed 37/ BRIDGE, NORTH WILSON AVE & HWY 37 BRIDGE agreement in document, NO LONGER in existence, 365 Public Access Vallejo Fishing Pier 3 Solano #N/A 39.51036279 -120.6119498 0 0 0 0 0 0 0 0 0 0 0 0 OF RIVER PARK Torn down

1100 FIESTA WAY, BETWEEN HWY 1 & LEE ROAD, HARKINS SLOUGH ROAD TO LEE Ecological Watsonville Slough Ecological 373 3 Santa Cruz WATSONVILLE, CA 95076 SOUTH OF HARKINS SLOUGH ROAD ROAD 40.85544123 -123.9905337 1 2,600 0 0 0 0 1 120 2 2,800 0 1 Reserve Reserve

2516 A GRIZZLY ISLAND ROAD, ALONG GRIZZLY ISLAND ROAD SOUTH Long Pt and Bent Barrel Club Houses not counted, SUISUN, CA 94585 MONTEZUMA SLOUGH OF SUISUN CITY 3676 sq ft total, Westside houses 5000 sq ft- structures abandoned-not counted, Mothball fleet 380 Wildlife Area Grizzly Island Wildlife Area 3 Solano 33.7217427 -116.4345011 9 8238 3 4517 0 0 33 20000 30 328825 24 5 lease_pier_parking not identified, Miles of Outboard Tidal Levees, 100 tidal gates_pipes

5 MILES SOUTH OF CLARKSBURG SOUTH RIVER ROAD (E9), 5 Operating Agreement with Yolo County ON WEST BANK OF SACRAMENTO MILES SOUTH OF CLARKSBURG 2157 Public Access Clarksburg Fishing Access 3 Yolo #N/A RIVER AT MILE 39.5 ON RIGHT BANK OF RIVER 41.86097524 -122.078546 0 0 0 0 0 0 0 0 1 44100 0 0

HEALDSBURG ON WEST SIDE OF HEALDSBURG AVE. TO KENNEDY 2208 Public Access Healdsburg Fishing Access 3 Sonoma #N/A RUSSIAN RIVER AT HWY 101 LANE 36.68884432 -120.3248285 0 0 0 0 0 0 0 0 1 750 0 0

DUTTON'S LANDING AT END OF GRIZZLY ISLAND ROAD SOUTH GRIZZLY ISLAND ROAD ON GRIZZLY OF FAIRFIELD/SUISUN CITY & 2260 Public Access Montezuma Slough 3 Solano #N/A ISLAND WA HWY 12 40.80785941 -124.1033664 0 0 0 0 0 0 0 1 13826 3 0

BETWEEN SIERRA POINT & SAN HWY 101 TO OYSTER POINT Operating Agreement with San Mateo County 2276 Public Access Oyster Point Fishing Pier 3 San Mateo #N/A BRUNO POINT IN S.F. BAY BLVD., EAST TO MARINA BLVD 38.23502388 -121.6694449 0 0 0 0 0 0 0 0 0 0 1 0 Harbor District (1989) -Under Pillar Point Folder

SAN FRANCISCO WHARF NEAR THE EMBARCADERO No access/general documents 2288 Public Access Pier Seven 3 San Francisco #N/A 34.47943607 -117.2608955 0 0 0 0 0 0 0 0 0 0 1 0 FERRY BUILDINGS WEST OF BENICIA MARINA AT WHARF AT END OF FIRST Standard Agreement and Lease & Operating 2295 Public Access Point Benicia Fishing Pier 3 Solano #N/A POINT BENICIA STREET ON CARQUINEZ 36.77602476 -121.7368454 0 0 0 0 1 1100 0 0 1 38236 1 0 Agreement with the City of Benicia -2 agreements?

SOUTH OF FERRY ON ROAD (HWY HWY 84, WEST BANK OF 84) NORTH OF RIO VISTA 2313 Public Access Rio Vista Fishing Access 3 Solano #N/A 36.8187227 -121.7747788 0 0 0 0 0 0 0 0 0 0 1 0 SACRAMENTO RIVER

WEST END OF SAN MATEO BRIDGE HWY 92 TO FOSTER CITY BLVD (HWY 92) TO EAST HILLSDALE BLVD TO 2325 Public Access San Mateo Fishing Pier 3 San Mateo #N/A BEACH PARK BLVD. 35.49348304 -116.2773885 0 0 0 0 0 0 0 0 0 0 1 0

6 MILES SOUTH OF DALY CITY HWY 1 TO FRANCISCO BLVD TO 2338 Public Access Sharp Park 3 San Mateo #N/A PACIFIC AVE TO BEACH BLVD 41.98630147 -121.9844114 0 0 0 0 0 0 0 0 1 52025 1 0

2 MILES SOUTH OF TOWN OF HWY 1 BETWEEN HAMLET & 2360 Undesignated Walker Creek Marsh 3 Marin #N/A TOMALES, NE SIDE TOMALES BAY, OCEAN ROAR 37.93335417 -122.5051627 0 0 0 0 0 0 0 0 1 6720 0 N. OF MILLER PARK 3246 SKAGGS SPRINGS ROAD, EAST END OF LAKE SONOMA AT DRY CREEK ROAD, WEST OF 2362 Fish Hatchery Warm Springs Fish Hatchery 3 Sonoma GEYSERVILLE, CA 95441 DRY CREEK GEYSERVILLE 38.16272725 -122.3494022 6 8400 4 611 2 217 2 1645 2 3375

WEST SIDE OF , HWY 12 TO GLASSCOCK RD, N .5 Operation and Maintenance Agreement with San Westgate Landing Fishing NORTH OF HWY 12 MI TO ISLEMOUTH SLOUGH & Joaquin County-1977 2366 Public Access 3 San Joaquin #N/A 38.42137098 -122.3551543 0 0 0 0 0 0 0 0 0 0 2 0 Access WESTGATE LANDING CO. PARK

SOUTH END OF TOMALES BAY ON SIR FRANCES DRAKE BLVD, Cooperative Agreement with the County of Marin White House Pool Fishing 2367 Public Access 3 Marin #N/A SIR FRANCES DRAKE BLVD WEST OF PT. REYES STATION & 39.42667938 -123.7979055 0 0 0 0 0 0 0 0 1 14350 3 1 Access HWY 1 BORROW PONDS ON WEST SIDE WEST OF I-5 ON WALNUT OF I-5 FROM WALNUT GROVE TO GROVE, WOODBRIDGE, COTTA 2368 Wildlife Area White Slough Wildlife Area 3 San Joaquin #N/A 40.69318845 -124.2684162 0 0 0 0 0 0 0 0 4 4455 0 0 LODI & I-5 FRONTAGE ROADS

Lower Sherman Island Wildlife SHERMAN ISLAND ROAD SOUTHWESTERN PORTION OF SHERMAN ISLAND ROAD, WEST 2384 Wildlife Area 3 Sacramento 39.46484266 -121.6571709 0 0 0 0 3 540 0 0 2 71297 1 1 Area SHERMAN ISLAND OF HWY 160 RUSSIAN RIVER IN MONTE RIO SOUTH SIDE HWY 116 IN MONTE FRONT STREET AT BOHEMIAN Operating Agreement with Monte Rio Recreation 2396 Public Access Monte Rio Fishing Access 3 Sonoma RIO HWY & HWY 116 41.87992644 -121.379692 0 0 1 5420 1 600 0 0 1 37778 1 1 and Park District FROM SUISUN SLOUGH EAST & HWY 12 TO GRIZZLY ISLAND Tidal Levees 2404 Wildlife Area Hill Slough Wildlife Area 3 Solano #N/A NORTH OF HILL SLOUGH ROAD IN SUISUN CITY 38.18001515 -122.554177 0 0 0 0 0 0 0 0 3 26617 2 1 LAGUNA CREEK ON EAST,SOUTH MARTIN ROAD OR ICE CREAM Ecological Bonny Doon Ecological OF ICE CREAM GRADE ROAD, BOTH GRADE ROAD 9586 3 Santa Cruz #N/A 38.6552079 -121.2152921 0 0 0 0 0 0 1 2,000 1 9,700 0 1 Reserve Reserve SIDES MARTIN RD

14500 KNOXVILLE ROAD, TURNER MTN, ADAMS RIDGE, BERRYESSA--KNOXVILLE ROAD NAPA, CA 94558 BETWEEN KNOXVILLE & N. SHORE TO BLM ROAD THEN BY FOOT 9607 Wildlife Area Knoxville Wildlife Area 3 Napa OF LAKE BERRYESSA 38.7576831 -121.0344409 2 8,200 0 0 2 9,000 5 33,000 0 1

ANTIOCH MARINA ON SAN 2 MILES NORTH OF HWY 4 AT Operating Agreement with Contra Costa County. 9769 Public Access Antioch Park Fishing Pier 3 Contra Costa #N/A JOAQUIN RIVER, AT N. END OF L THE END OF L STREET 35.11522987 -114.9772686 0 0 0 0 0 0 0 0 0 1 0 0 STREET 45211 COUNTY ROAD 32B, , SOUTH OF I-80 MACE BLVD (EL MACERO) TO DAVIS, CA 95616 CHILES ROAD TO ENTRANCE ON 9818 Wildlife Area Yolo Bypass Wildlife Area 3 Yolo LEVEE ROAD 37.88295164 -120.5955229 4 8090 1 2204 2 224 2 12500 13 215031 10 1

BETWEEN REDWOOD HWY & SMITH RANCH ROAD TO 9848 Undesignated Gallinas Creek 3 Marin #N/A McINNIS PARK YOSEMITE ROAD 38.50903341 -122.0838548 0 0 0 0 0 0 0 0 0 0 0 0 STEELHEAD BEACH REGIONAL HWY 101 TO RIVER ROAD AT Standard and Operating Agreement with Sonoma Steelhead Beach Fishing 9903 Public Access 3 Sonoma #N/A PARK, RUSSIAN RIVER AT RIO DELL RIO VISTA ROAD IN RIO DELL 38.69636535 -119.9725395 0 0 0 0 1 1500 0 0 2 39234 1 1 County Regional Parks Access

9420 GREEN VALLEY ROAD, 15 9420 GREEN VALLEY ROAD, Ecological Atascadero Creek Marsh MILES WEST OF SANTA ROSA, WEST OF HWY 116 OR ROSS 9956 3 Sonoma #N/A 37.92897756 -118.6088179 0 0 0 0 0 0 0 0 0 0 1 0 Reserve Ecological Reserve SOUTH OF ROSS ROAD ROAD TO TRAIL ACCESS

NORTH OF TODD ROAD, WEST OF LLANO & TODD ROADS, 2 MILES Ecological Santa Rosa Plain Vernal Pool 10178 3 Sonoma #N/A LLANO ROAD SE OF SEBASTOPOL 38.46479094 -122.4131683 0 0 0 0 0 0 6 20370 0 0 0 0 Reserve Ecological Reserve

CITY OF HAYWARD, SOUTH OF HWY 92 WEST OF HWY 880 TO Ecological Eden Landing Ecological HWY 92 ALONG EDEN CREEK EDEN LANDING RD OR 10180 3 #N/A 37.60737466 -119.9558284 0 0 0 0 0 0 1 300 2 15,8004,000 sq ft Intepretive Walkway (Salt Works)11 Reserve Reserve INDUSTRIAL BLVD TO ARDEN ROAD. REGIONAL POMONA STREET Lease & Operating Agreement with East Bay SHORELINE PARK BETWEEN Regional Park District (EBRPD) 10343 Public Access Eckley Fishing Pier 3 Contra Costa #N/A 36.69821412 -117.8123611 0 0 0 0 0 0 0 0 0 0 1 0 MARTINEZ & CROCKETT

SOUTH OF RICHMOND-SAN I-580 TO CANAL BLVD. TO WEST Lease and Operating Agreement with EBRPD RAFAEL BRIDGE AT END OF S.F. CUTTING BLVD. TO DORNAN 10504 Public Access Ferry Point Pier 3 Contra Costa #N/A #N/A #N/A 0 0 0 0 0 0 0 0 0 0 1 0 BAY TRAIL & MILLER-KNOX DRIVE REGIONAL PARK MT. HAMILTON RANGE, NE OF HWY 152 EAST OF GILROY TO 1 windmill, 2 tanks GILROY, ELEPHANT HEAD RIDGE, S. CANADA ROAD TO JAMIESON Ecological Canada de los Osos Ecological 10505 3 Santa Clara #N/A OF HAGERMAN CANYON ROAD AND ELEPHANT HEAD 32.96558986 -117.2536637 0 0 0 0 0 0 3 4100 2 5100 0 0 Reserve Reserve RIDGE ROAD

SAN JOAQUIN RIVER AT BIG BREAK BIG BREAK ROAD, NORTH OF Agreement with EBRPD 10524 Public Access Big Break Fishing Pier 3 Contra Costa #N/A IN OAKLEY HWY 4 (MAIN STREET) IN 33.01466175 -117.2515491 0 0 0 0 1 925 0 0 1 50125 1 2 OAKLEY HORSESHOE LAKE IN QUARRY ISHERWOOD WAY AT BARNARD Project done by Alameda County-No document 10969 Public Access Quarry Lakes Fishing Access 3 Alameda #N/A LAKES REGIONAL RECREATION DRIVE 33.8438957 -116.960738 0 0 0 0 0 0 0 0 0 0 1 0 with agreement type in folder AREA 7329 SILVERADO TRAIL SILVERADO TRAIL NORTH OF Concrete Ponds (2) 3000 sq ft; Freezer 256 sq ft; 33333 Fish Hatchery Silverado Fisheries Base 3 Napa #N/A 36.98709456 -119.7171163 2 2650 1 147 2 136 4 6911 1 882 1 YOUNTVILLE CROSSROAD Ice machine 104 sq ft. 2109 ARCH AIRPORT ROAD, Miscellaneous Region 3 Stockton Office 3 San Joaquin 36.68561637 -120.541772 1 1 STOCKTON CA 95206 2825 CORDELIA ROAD, SUITE Miscellaneous Region 3 Office 3 Solano 38.06337384 -122.4638411 1 1 100 EAST OF WEST GARRISON OF HWY 101 TO INDIAN VALLEY unused well; dumping an issue in parking lot San Luis CAMP ROBERTS ON BIG SANDY ROAD AT CAMP ROBERTS AND 170 Wildlife Area Big Sandy Wildlife Area 4 #N/A 40.71271474 -122.8068734 1 15000 Obispo CRK AT SALINAS RIVER BIG SANDY CREEK

BETWEEN GORDON & GROUSE BALCH PARK RD (M296) TO "historical" hunting cabin onsite Ecological CREEKS, 2.5 MILES NW OF BLUE M276 FIRE LOOKOUT-- 176 Blue Ridge Ecological Reserve 4 Tulare #N/A 38.43972597 -122.3536312 2 1177 Reserve RIDGE LOOKOUT MICROWAVE STATION RD.

3272 GILARDI ROAD, SAN LUIS ADJACENT TO EL CHORRO HWY 1, WEST OF CAMP SAN Contractor responsible for maintianing all facilities San Luis OBISPO, CA 93405 REGIONAL PARK, EAST SIDE OF LUIS OBISPO TO GILARDI ROAD, on this wildlife area 187 Wildlife Area San Luis Obispo Wildlife Area 4 38.60550285 -119.5757369 1 1300 8 6000 10 2000 22 11100 9 98500 6 Obispo HWY 1 RANGE ROAD

Cottonwood Creek Wildlife NORTH OF HWY 152 AT PACHECO HWY 152, WEST OF SAN LUIS 203 Wildlife Area 4 Merced #N/A 41.89023665 -124.147692 2 23200 2 Area PASS RESERVOIR, TO FIFIELD ROAD 1454 ELKHORN RD, BETWEEN STRAWBERRY CANYON ELKHORNAT PACHECO ROAD PASS TO 6 miles trail, 2 levee bridges, 2 bridges, 3 WATSONVILLE & ELKHORN ROADS STRAWBERRY CANYON ROAD boardwalks, 1 visitor center, 1 teaching laboratory, Ecological Ecological 1 water quality laboratory, 1 greenhouse, 2 shade 228 4 Monterey 39.12082744 -121.2876573 3 5000 31 3000 10 1500 6 22000 1 42000 9 Reserve Reserve structures, 1 amphitheater, 8,400 square feet shop yard. 18,000 linear feet of service roads.

SOUTH FORK DR 9 MILES EAST OF SOUTH FORK DR., 9 MILES EAST Ecological 268 Kaweah Ecological Reserve 4 Tulare #N/A HWY 198 TO SALT CREEK ROAD OF HWY 198 TO SALT CREEK 36.21504749 -118.7693004 1 Reserve (FORESTRY) ROAD (FORESTRY) 18138 WEST HENRY MILLER 4 MILES NORTH OF LOS BANOS HENRY MILLER AVE. EAST OF 276 Wildlife Area Los Banos Wildlife Area 4 Merced AVENUE, LOS BANOS, CA HWY 165 41.70874488 -122.644282 6 8500 3 4500 1 250 11 10200 13 175000 2 1 93635 1-1/4 MILES NORTH OF THE NORTH SIDE OF ELKHORN SLOUGH, HWY 1 AT MOSS LANDING, demolition and cleanup likely needed for residence 290 Wildlife Area Moss Landing Wildlife Area 4 Monterey TOWN OF MOSS LANDING ON EAST OF HWY 1 ELKHORN SLOUGH 38.23324163 -122.0380492 1 1100 1 4000 1 2 and shed HWY 1 17372 BROOK TROUT DR, 3600 E. BELCHER ST, FRIANT FRIANT ROAD, 1 MILE 8 Feed Bins FRIANT (PRIOR: 17372 BROOK TROUT DR). DOWNSTREAM FROM FRIANT 333 Fish Hatchery San Joaquin Fish Hatchery 4 Fresno 41.38990577 -120.1378356 6 6,300 1 950 1 322 13 24,646 3 6614 10 DAM & MILLERTON LAKE

EAST SIDE OF SAN LUIS CANAL PANOCHE ROAD OR NORTH BETWEEN PANOCHE ROAD & AVE. TO SAN LUIS CANAL ROW 334 Undesignated Pilobos 4 Fresno #N/A 39.02684767 -121.7767606 1 NORTH AVE.; EAST OF FAIRFAX AVE. 7 MILES NE OF SPRINGVILLE ON BALCH PARK ROAD TO BEAR Ecological 346 Springville Ecological Reserve 4 Tulare #N/A BEAR CREEK RD (M220). CREEK ROAD (M220). 33.92165875 -117.3060271 1 1 Reserve

NORTH SIDE OF I-5 AT DOS MERCEY SPRINGS ROAD (HWY 2177 Undesignated Dos Amigos 4 Merced #N/A AMIGOS PUMPING PLANT 165) TO POLELINE ROAD 39.18408156 -120.120669 1 3000

14400 SIERRA WAY, CAMP OWENS, KERN RIVER MILE COUNTY ROAD 572 (SIERRA 2221 Fish Hatchery Kern River Fish Hatchery 4 Kern KERNVILLE 84.5, BELOW POWERHOUSE #3 WAY) TO CAMP OWENS 40.19393867 -121.9275972 4 4000 1 518 2 858 9 8573 1 10000 1

Little Panoche Reservoir NW CORNER OF FRESNO COUNTY, LITTLE PANOCHE ROAD, 4 MILES 2242 Wildlife Area 4 Fresno #N/A 38.16883301 -121.4296559 2 35000 1 Wildlife Area WEST OF I-5 WEST OF I-5 15300 HWY 49, MOCCASIN, CA UPSTREAM FROM DON PEDRO HWYS 49 & 120 IN COMMUNITY 95347 RESERVOIR, 10 MILES NW OF OF MOCCASIN 2257 Fish Hatchery Moccasin Creek Fish Hatchery 4 Tuolumne 38.08728556 -122.8308687 8 12800 1 312 1 612 12 26247 2 15696 1 COULTERVILLE ON HETCH HETCHY AQUEDUCT BETWEEN O'NEILL DAM & DELTA- HWY 152 TO HWY 207/33, SW 2269 Wildlife Area O'Neill Forebay Wildlife Area 4 Merced #N/A MENDOTA CANAL, SW OF SANTA OF SANTA NELLA (HWY 33 AT I- 39.44256915 -120.0309372 2 20000 1 NELLA 5) San Luis CYPRESS STREET TO HINDS AVE. need input from Marine Region 2292 Public Access Pismo Beach Pier 4 #N/A 33.64911077 -117.8797034 Obispo SOUTH OF HWY 152, BETWEEN HWY 152 TO DINOSAUR POINT Wildlife DINOSAUR POINT ROAD & ROAD ON WEST SIDE OF SAN 2324 Wildlife Area 4 Merced #N/A 40.38703207 -122.2142855 1 2500 1 Area RESERVOIR LUIS RESERVOIR

San Luis TIDELANDS PARK AT END OF EMBARCADERO ROAD AT BOAT need input from Marine Region 2352 Miscellaneous Tidelands Park Fishing Access 4 #N/A 39.87742314 -122.0495129 Obispo EMBARCADERO STREET RAMP SAN LUIS WASTEWAY AT INGOMAR ROAD, 1/4 MILE 2359 Wildlife Area Volta Wildlife Area 4 Merced #N/A INGOMAR GRADE ROAD NORTH OF HENRY MILLER AVE. 36.92557876 -121.8384298 1 1100 7 145000 1

18888 CHIMINEAS RANCH 20 MILES NW OF MARICOPA, EAST HWY 33 TO ELKHORN GRADE Main HQ building split between residence and Ecological Carrizo Plains Ecological San Luis 9356 4 ROAD, SAN LUIS OBISPO SIDE OF ELKHORN SCARP ROAD (COUNTY ROAD 285) 38.12136451 -122.2758724 3 7300 3 4800 14 350 8 12700 5 89000 2 1 office space; only one employee resides on entire Reserve Reserve Obispo 93453 facility Ecological Ecological 2020 E. BURKHEAD RD FRESNO, 2 MILES EAST OF HWY 99 NORTH BLYTHE AVENUE, 9494 4 Fresno 32.66510814 -116.2179173 1 1 Reserve Reserve FRESNO, CA 93720 AT RIVERVIEW PARK NORTH OF HERNDON 18110 WEST HENRY MILLER BETWEEN SALT SLOUGH & HWY LANDER AVE. (HWY 165) AND 9631 Wildlife Area North Grasslands Wildlife Area 4 Merced AVE, LOS BANOS 165, WEST OF SAN LUIS NATIONAL WOLFSEN ROAD 33.27273975 -115.5843211 1 1500 2 1820 6 400 3 9 2 3 WILDLIFE REFUGE EAST OF COALINGA IN GUIJARRAL JAYNE AVE, 1/2 MILE W. OF EL Ecological Pleasant Valley Ecological HILLS OIL FIELD BTN JAYNE & DORADO AVE IN GUIJARRAL 9800 4 Fresno #N/A 36.93267498 -121.8305831 1 8000 1 1 Reserve Reserve PHELPS AVENUES HILLS OIL FIELD.

MONACHE JEEP TRAIL FROM SOUTH FORK KERN RIVER AT SHERMAN PASS ROAD EAST OF Monache Meadows Wildlife SHERMAN PASS ROAD MONACHE CREEK, N.E. OF JOHNSONDALE TO MONACHE 9801 Wildlife Area 4 Tulare 41.50510807 -124.0312212 3 500 2 200 Area MONACHE MTN JEEP TRAIL (4WD)

AVE 384 (HWY 201) BETWEEN AVE 384 (HWY 201) BETWEEN Ecological Stone Corral Ecological 9838 4 Tulare #N/A TOWNS OF YETTEM & SEVILLE TOWNS OF YETTEM & SEVILLE 38.10137542 -121.7112113 1 700 2 1 Reserve Reserve

10 MILES NE OF LAKE 10 MILES NE OF LAKE ISABELLA, 1 HWY 178, 3 MILES EAST OF Ecological 9941 Canebrake Ecological Reserve 4 Kern ISABELLA , ONYX, CA 93255 1/2 MILE EAST OF ONYX WELDON TO PARKING LOT, N. 38.11510659 -121.9427161 3 7600 2 2 5 1 5100 1 1 Reserve SIDE OF HWY 737 N. OLD LA GRANGE ROAD, 73 NORTH OLD LA GRANGE ROAD HWY 132 AT J59 (LAGRANGE LA GRANGE, CA 95329 ROAD) BETWEEN MODESTO Tuolumne River Restoration IRRIGATION DISTRICT CANAL & 10195 Miscellaneous 4 Stanislaus 38.6587829 -121.1728959 1 1782 3 3160 9 9630 3 5000 Center TUOLUMNE RIVER

34500 PACIFIC COAST HWY, HWY 1 SOUTH OF SOBERANES HWY 1 Need to check with Marine Region 10392 Miscellaneous Granite Canyon Marine Lab 4 Monterey 38.89854577 -123.2461051 MONTEREY POINT AT GRANITE CANYON BOTH SIDES HWY 1, ALONG HWY 1, TO SAN LUISITO CREEK derilict house on site is bat habitat Ecological Chorro Creek Ecological San Luis CHORRO & SAN LUISITO CREEKS ROAD TO ADOBE ROAD, WEST 10604 4 #N/A 37.99635178 -121.4500837 1 2000 1 4500 Reserve Reserve Obispo OF SAN LUIS OBISPO WA

MERCED RIVER MILE 52, SNELLING ROAD SOUTH OF 44441 Fish Hatchery Merced River Fish Hatchery 4 Merced #N/A DOWNSTREAM FROM LAKE SNELLING TO ROBINSON ROAD 37.89408758 -122.3163155 2 2160 1 200 1 40 1 345 1 MCSWAIN Cottonwood Creek Wildlife 203 Wildlife Area 4 Merced 2 23200 2 Area 1 2000 windmill and water tank 215 Wildlife Area Kinsman Flat Wildlife Area 4 Madera 4 6000 1 2700 1 residence uninhabitable 6 7000 2 1 Check Station350 Sq ft . Tent City 284 Wildlife Area Mendota Wildlife Area 4 Fresno 800 5 200 1 12000 28 200000 50 2 trailer parking for Waterfowl season , 160,000 sq ft, 3 derelict North Carrizo Ecological San Luis buildings on Undesignated 4 Reserve Obispo site are bat habitat 1234 E. SHAW AVENUE, Region 4 HQ 4 Fresno 41.1751908 -124.1149786 1 25 1 FRESNO , 93710 Ecological Buena Vista Ecological CENTRAL LAGOON BETWEEN HILL HILL STREET & JEFFERSON Parking lots maintained by Audubon by agreement 181 5 San Diego #N/A 40.5407725 -120.3188284 1 7700 1 Reserve Reserve STREET & I-5 STREET SOUTHEAST OF JIMMY DURANTE BLVD AT DEL Ecological San Dieguito Lagoon Ecological 330 5 San Diego #N/A FAIRGROUNDS/DEL MAR RACE MAR FAIRGROUNDS TO SAN 36.92848377 -118.2310619 1 Reserve Reserve TRACK DIEGUITO DR. Ecological San Elijo Lagoon Ecological BETWEEN RAILROAD TRACKS & I-5 RIOS AVE. OR MANCHESTER 331 5 San Diego #N/A 38.93787677 -121.5847942 3 Reserve Reserve AVE. 600 SHELLMAKER RD, ADJACENT TO NEWPORT HWY 1 TO JAMBOREE ROAD TO Teaching Lab- 2,820 sq. ft.; Kiosks: 1 large multi Ecological Ecological 361 5 Orange NEWPORT BEACH AQUATIC PARK AT UPPER BACK BAY DR. IN NEWPORT 41.92478939 -122.3867955 1 3,200 2 684 5 2613 2 53,800 6 4 panel, 3 small double sided; 2 walkways, 3 bridges Reserve Reserve NEWPORT BAY BEACH and 1 pier (boat dock) Ecological HWY 1, 2 MILES SOUTH OF HWY 1 ACROSS FROM BOLSA HWY 1 TO BOLSA CHICA STATE 2136 Bolsa Chica Ecological Reserve 5 Orange 33.69719977 -118.0384716 1 1440 1 598 2 1144 3 43900 2 17 Reserve SEAL BEACH CHICA STATE BEACH BEACH GREEN VALLEY TRUCK TRAIL RANCHO BERNARDO ROAD Small single sided kiosk Ecological (ESPOLA ROAD) TO GREEN 9571 Blue Sky Ecological Reserve 5 San Diego #N/A 40.53683884 -122.358387 1 Reserve VALLEY TRUCK TRAIL

WEST OF BEAVER HOLLOW, SOUTH LYONS VALLEY ROAD TO Small single sided kiosk Ecological McGinty Mountain Ecological 9608 5 San Diego #N/A OF SWEETWATER RIVER MCGINTY MTN. ROAD #N/A #N/A 1 Reserve Reserve

1/2 MILE SOUTH OF LOVELAND DEHESA ROAD TO SLOAN The bridge listed in collumn P is past expected RESERVOIR DAM, 2 MILES NE OF CANYON ROAD lifespan and condemned, but still used by McGINTY MTN. ER pedestrians and vehicles as right of way access to neighboring private properties. There is also an Ecological Sycuan Peak Ecological occupied residential unit lifetime estate within the 9836 5 San Diego #N/A 39.70888896 -121.7476307 1 Reserve Reserve property boundaries. Residence and associated out buildings will become property of CDFW upon current owner/occupants passing away.

37272-HWY 78, JULIAN 10 MILES NE OF JULIAN; 2 MILES SAN FELIPE VALLEY RD (S2) 10005 Wildlife Area San Felipe Valley Wildlife Area 5 San Diego EAST OF VOLCAN MTN BETWEEN HWYS 78 & 79 40.08571791 -121.4078137 1 600 2 98 1 3000 1 1000 2

Ecological Carlsbad Highlands Ecological SE OF CALAVERA LAKE, SW OF SAN EL CAMINO REAL TO END OF 10 large signs as kiosks 10006 5 San Diego #N/A 38.07270623 -120.9198756 10 Reserve Reserve FRANCISCO PEAK CANNON ROAD 3/4 MILE EAST OF BUSCHALAUGH DIRT ROAD INTO JAMUL VALLEY Small, single sided kiosk Ecological Otay Mountain Ecological COVE ARM OF LOWER OTAY SOUTH OF OTAY LAKES ROAD 10098 5 San Diego #N/A 40.70568447 -122.8184377 1 Reserve Reserve RESERVOIR

14715 CAMPO RD, JAMUL SE OF EL CAJON, BETWEEN JAMUL HWY 94 BETWEEN DULZURA More than 7 miles of irrigation and drainage Ecological Rancho Jamul Ecological & DULZURA ON W. SIDE HWY 94 AND JAMUL, NEAR JAMUL pipeline used/employed on property, approx half 10153 5 San Diego 36.91551284 -120.3350079 2 2420 1 12210 11 24850 1 24120 1 Reserve Reserve FROM HOLLENBECK CANYON WA CREEK of which is well past expected lifespan.

10 MILES EAST OF ESCONDIDO AT HWY 78 EAST OF SAN PASQUAL Small single sided kiosks Ecological Boden Canyon Ecological BODEN CANYON, N.OF SANTA TO BODEN CANYON ROAD 10197 5 San Diego #N/A 38.38308814 -121.5214424 3 Reserve Reserve YSABEL CRK

1171 HORSEMILL RD, EL BETWEEN HARBISON ROAD & I-8, LA CRESTA ROAD TO RANCH There is one residential unit on the property, which Ecological CAJON, CA 92021 NORTHEAST OF RIOS CANYON GATE ROAD is condemned and will be removed from the 10342 Crestridge Ecological Reserve 5 San Diego 40.49346732 -122.4721551 1 10 3 500 3 Reserve property. Replacement of unit is uncertain at this time. NORTH OF HWY 1 & VANDENBERG HARRIS GRADE ROAD, RUCKER Ecological Burton Mesa Ecological 10446 5 Santa Barbara #N/A VILLAGE IN LOMPOC OIL FIELDS ROAD, BURTON MESA BLVD 38.88910339 -121.8030451 7 3400 1 Reserve Reserve

15430 CAMPO ROAD, JAMUL, 5 MILES EAST OF JAMUL AT JCT. OF HWY 94 (CAMPO ROAD) & There is one derelict residential unit now used as Hollenbeck Canyon Wildlife CA 91935 HWY 94 & OTAY LAKES ROAD & HONEY SPRINGS ROAD ON habitat for bats 10477 Wildlife Area 5 San Diego 33.56973013 -114.5390646 1 1000 4 3900 3 40550 4 Area HONEY SPRINGS ROAD SOUTH

EAST END OF AGUA HEDIONDA EL CAMINO REAL TO Ecological Agua Hedionda Lagoon LAGOON TO EVANS POINT CALAVERAS ROAD (ROAD 10508 5 San Diego #N/A 38.32094174 -121.3533084 4 Reserve Ecological Reserve OPPOSITE RANCHO CARLSBAD TRAILER PARK) ADJACENT TO NORTH SIDE OF I-8 RANCHO MISSION AT CAMINO Ecological San Diego River Ecological BETWEEN I-15 & MISSION GORGE DEL RIO NORTH 10556 5 San Diego #N/A 40.93210526 -121.5447428 2 Reserve Reserve ROAD IN GRANTVILLE

NORTH SIDE OF LAKE HODGES AT I-15 TO VIA RANCHO PARKWAY Ecological Lake Hodges Ecological 10558 5 San Diego #N/A VISTA DE LA CRESTA ROAD TO PURER ROAD 38.19252144 -121.9961948 1 900 Reserve Reserve

ADJACENT TO NE SIDE OF DOUGLAS DRIVE NORTH OF Ecological Pilgrim Creek Ecological 10559 5 San Diego #N/A OCEANSIDE GOLF COURSE ON MISSION AVE (HWY 78) 37.27537454 -118.0426321 1 Reserve Reserve PILGRIM CREEK IN MARINA DEL CULVER AT JEFFERSON & Ecological Ballona Wetlands Ecological 10951 5 #N/A REY LINCOLN BLVDS. (HWY 1), 39.32270545 -120.2172415 1 400 3 640 4 3600 3 Reserve Reserve NORTH OF LAX AIRPORT SOUTH SIDE OF HWY 78 BETWEEN HWY 78 TO EL CAMINO REAL TO Ecological Buena Vista Creek Ecological 11192 5 San Diego #N/A EL CAMINO REAL & COLLEGE BLVD HAYMAR DR. 36.92166468 -120.8223923 2 Reserve Reserve

22165 SAN VICENTE ROAD, 22165 CHUCKWAGON ROAD SAN VICENTE ROAD TO CHUCK 7 bridges RAMONA, CA 92065 WAGON ROAD, WEST OF 11244 Undesignated Canada de San Vicente 5 San Diego 38.11623318 -121.0010693 5 8750 1 1250 1 64 2 5800 7 WILDCAT CANYON ROAD

3883 RUFFIN ROAD, SAN Region 5 HQ 5 San Diego 34.75036942 -118.7642224 1 1 DIEGO, 92123 SR 18 & HOLCOMB VALLEY RD, 3 MILES NE OF BIG BEAR CITY ON NORTH SHORE DR. (HWY 18) AT restrooms are 2 vault toilets Ecological Baldwin Lake Ecological 161 6 San Bernardino BIG BEAR CITY NORTH SHORE BALDWIN LAKE HOLCOMB VALLEY ROAD 40.66546801 -120.7910605 2 1532 2 56 1 2100 1 Reserve Reserve

48062 MOJAVE TRAIL, NORTHWEST OF CAMP CADY HARVARD ROAD SOUTH OF I-15, 2 barns 8500 Sq ft NEWBERRY SPRINGS, CA RANCH & CAMP CADY SITE IN SW OF TOWN OF MANIX 186 Wildlife Area Camp Cady Wildlife Area 6 San Bernardino 37.64018257 -121.2296211 2 5200 2 2932 2 180 5 16400 2 2550 2 92365 MOJAVE RIVERBED, EAST OF HARVARD ROAD JULIAN WASH AT COLORADO INDIAN WELLS ROAD OR , SOUTH OF CIBOLA 4WD ROAD FROM 4S RANCH IN 198 Public Access Colorado River Access 6 Imperial #N/A #N/A #N/A 0 0 0 0 0 0 0 0 0 0 0 0 GAVILAN WASH TO JULIAN WASH Ecological FISH SLOUGH ROAD, NORTH OF HWY 6 NORTH OF BISHOP TO 223 Fish Slough Ecological Reserve 6 Inyo #N/A 41.31223152 -122.3300352 1 Reserve BISHOP FISH SLOUGH ROAD 1 GOLDEN TROUT CIRCLE, NORTHWEST OF INDEPENDENCE & HWY 395, 2 MILES NORTHWEST INDEPENDENCE HWY 395 OF INDEPENDENCE TO FISH 233 Miscellaneous Mount Whitney Facility 6 Inyo 38.2164244 -122.2926785 6 7400 1 200 3 180 3 4100 1 23000 HATCHERY ROAD

642 EAST TELEGRAPH RD, ABOUT 1 MILE EAST OF CITY OF 600 E. TELEGRAPH ROAD (HWY 4 residential garages 1942 sq ft, hatchery building FILLMORE FILLMORE, ON NORTH SIDE OF 126), EAST OF KELLOGG STREET 4641 sq ft, 3 aeration towers, 7 bulk feed bins, 237 Fish Hatchery Fillmore Fish Hatchery 6 Ventura SANTA CLARA RIVER & EL DORADO MOBILE ESTATES 39.51730726 -121.5560393 8 8700 1 528 1 361 2 4400 1 20400 1 3 chemical storage building 380 sq ft, concrete fish raceways 4000 sq ft, bird exclosure 93, 260 sq ft, 4 well houses. 12550 JACARANDA AVENUE, WEST SIDE OF MOJAVE RIVER, BEAR VALLEY ROAD AT 1 new residence added to hatchery residence (R- VICTORVILLE, CA 92393 ADJACENT TO & ON NE SIDE OF JACARANDA AVE INTO VICTOR 108), 6000 sq ft of raceways, 3 ultra violet (UV) VICTOR VALLEY COMMUNITY VALLEY COMMUNITY COLLEGE buildings, 4 bulk feed bins, 1 chemical building, 4 287 Fish Hatchery Mojave River Fish Hatchery 6 San Bernardino COLLEGE CAMPUS 40.72589481 -124.2210827 7 7500 2 300 4 170 2 10000 1 10000 2 2 well houses, 1 domestic well building, 2 equipment storage buildings, 140,00 sq ft of bird exclosure, 3 aeration towers, 1 egg room pump building.

3.5 MILES EAST OF HWY 120 IN NW OF BENTON ON HWY 120 Ecological River Spring Lakes Ecological ADOBE VALLEY. EAST OF MONO TO RIVER SPRING LAKES ROAD 322 6 Mono #N/A 37.09515798 -118.2574877 1 Reserve Reserve LAKE TO ADOBE VALLEY

17050 DAVIS ROAD, 3 MILES NW OF LAKEVIEW IN DAVIS ROAD NORTH OF Workshop/warehouse 332 Wildlife Area San Jacinto Wildlife Area 6 Riverside LAKEVIEW, CA 92567 BERNASCONI HILLS, EAST OF LAKE RAMONA EXPRESSWAY 38.75411039 -121.6481279 2 2592 1 1600 5 302 1 4000 1 25,000 2 PERRIS 109429 HWY 395, COLEVILLE slinkard valley HWYS 89 & 395 TO GOLDEN 2 barns and 1 workshop Slinkard / Little Antelope 342 Wildlife Area 6 Mono GATE ROAD TO MILL CREEK 40.78441 -124.0865988 2 2735 1 800 3 300 3 3000 1 5000 Wildlife Area ROAD HIGHWAY 111, 8700 DAVIS 5 MILES SW OF NILAND ON ALAMO HWY 111 TO SINCLAIR ROAD TO Domestic water treatment facility, work shop, 369 Wildlife Area Imperial Wildlife Area 6 Imperial RD., NILAND, CA 92257 RIVER; EAST OF RED HILL MARINA GARST ROAD 36.97773003 -120.1699743 8 8,302 1 810 5 500 2 1884 3 138,000 5 wood shop and hunter check station COUNTY PARK 1 EAST BLACK ROCK SPRINGS BETWEEN INDEPENDENCE & BIG HWY 395 TO SAWMILL CREEK 1 hatchery buildling, 1 domestic water tretment ROAD, INDEPENDENCE, CA PINE ON HWY 395 ROAD TO BLACK ROCK SPRING building, 2000 ft concrete raceways, 1 aeration 2133 Fish Hatchery Black Rock Fish Hatchery 6 Inyo 93526 ROAD 38.12921328 -121.5835767 4 5300 1 330 2 170 5 3115 1 22000 1 1 tower, 6 bulk feed bins, 1 chemical storage , 75,000 sq ft bird exclosure

215 FISH SPRINGS RD, BIG NW OF TINEMAHA RESERVOIR, HWY 395 5 MILES SOUTH OF BIG 1 hatchery buildling, 1 domestic water tretment PINE WEST OF HWY 395 PINE TO FISH SPRINGS ROAD building, 6000 ft concrete raceways, 2 aeration 2196 Fish Hatchery Fish Springs Fish Hatchery 6 Inyo 34.41569613 -119.8288604 6 9916 1 344 3 210 4 10470 2 24280 1 1 towers, 7 bulk feed bins, 1 chemical storage , 145,000 sq ft bird exclosure, 2 equipment storage buildings 569 HOT CREEK HATCHERY 2 MILES SOUTH OF MAMMOTH HWY 395 TO OWENS RIVER ROAD, (HCR 79, BOX 208) LAKES ROAD 2213 Fish Hatchery Hot Creek Fish Hatchery 6 Mono 37.48280049 -121.0476766 14 17901 1 342 4 304 14 25964 2 40824 2 MAMMOTH LAKES, CA 93546

SOUTH & EAST OF U.S. MARINE HWY 108 WEST OF SONORA JCT CORPS MOUNTAIN TRAINING & HWY 395 NORTH OF SONORA 9482 Wildlife Area Pickel Meadow Wildlife Area 6 Mono #N/A 40.98859438 -121.5761305 1 SCHOOL ON HWY 108 JCT

22115 TENAJA ROAD, 2 MILES S.W. OF MURRIETA ON CLINTON KEITH ROAD, TENAJA 1 Visitor Center, 2 adobe buildlings, 2 barns and 1 Ecological Santa Rosa Plateau Ecological 9742 6 Riverside MURRIETA, CA 92562 NW SIDE OF MESA DE BURRO ROAD #N/A #N/A 1 700 6 5071 2 18500 1 3 workshop,Numerous hiking trails are on the Reserve Reserve property 6 MILES NORTH OF BRIDGEPORT HWY 182 NORTH OF 9964 Wildlife Area East Walker River Wildlife Area 6 Mono #N/A ALONG HWY 182 BRIDGEPORT 38.60031986 -122.8600263 1

4775 BIRD FARM RD, CHINO 4775 BIRD FARM ROAD, CHINO 4775 BIRD FARM ROAD, WEST 2 warehouses, 1 small shed 10164 Miscellaneous Chino Hills Field Office 6 San Bernardino HILLS HILLS. NORTH OF LOS SERRANOS OF CORONA FREEWAY (HWY 71) 33.86160039 -118.4034192 2 2504 2 180 3 5500 1 2250 COUNTRY CLUB EAST OF HWY 79 & SKUNK I-15 TO HWY 79 TO BENTON HOLLOW, NORTH OF SANTA ROAD, EAST TOWARDS LAKE 10948 Wildlife Area French Valley Wildlife Area 6 Riverside #N/A 37.63985871 -118.8575362 1 345 1 GERTRUDIS CREEK SKINNER TO BUCK ROAD BETWEEN MAYFLOWER COUNTY HWY 95 AT 2ND AVE, EAST OF 1 shade structure approx. 1,165 Sq.ft. Ecological 11012 Palo Verde Ecological Reserve 6 Riverside #N/A PARK & PALO VERDE DAM OLIVE LAKE DRAIN, N. OF 40.65819048 -122.9128766 0 0 0 0 0 0 0 0 2 39,300 0 2 Reserve MAYFLOWER PARK 3602 INLAND EMPIRE BLVD, Miscellaneous Region 6 HQ 6 San Bernardino SUITE C-220 36.74198299 -120.1914528 1 1 78078 COUNTY CLUB DRIVE, Miscellaneous Region 6, Bermuda Dunes 6 Riverside SUITE 109, BERMUDA DUNES, 35.76811017 -118.4306546 1 1 1 92203 17041 SOUTH LOVEKIN BLVD, Miscellaneous Region 6, Blythe 6 Riverside 34.4198996 -116.7082757 1 1 BLYTHE, 92226 Approx. 5595 sq ft usable office space, 775 sq ft Miscellaneous Belmont Field Office 7 San Mateo 41.8888815 -122.540745 1 5595 usable warehouse space; has a wet lab, dry lab, license counter, LED drop in office Has a wet lab, a dry lab, 40 exclusive parking spots; Miscellaneous Los Alamitos Field Office 7 Orange 38.80183521 -121.724591 1 31,213 Other CDFW units besides R7 located in building

Approx. 14,738 sq ft usable office space, 1839 sq ft Miscellaneous Monterey Field Office 7 Monterey 32.98580542 -116.5819699 1 14,738 usable warehouse space; has wet lab

Other CDFW units besides R7 located on 1st Fl; 2d Miscellaneous Santa Barbara Field Office 7 Santa Barbara 35.62013325 -118.4652326 1 3285 Fl -1728 sq ft - used by R5 and LED Moving into a new office this summer Miscellaneous Santa Rosa Field Office 7 Santa Rosa 33.83381593 -117.3946493 boat slips Miscellaneous Berth 56 7 Los Angeles 38.76219576 -123.0753088 7 boat slips - City of Monterey (2); Ventura West Miscellaneous Boat slips 7 various 39.18250394 -120.1194437 Marina (2); Point Marina (3) 1415 North Market Blvd Suite North Market Blve between Laboratory Wildlife Forensics Lab (LED) HQ Sacramento 3, Sacramento CA 95834 Northgate and Truxel 36.7804284 -120.8049156 0 0 4 500 2 200 1 1000 1

1415 North Market Blvd Suite North Market Blve between Genetic Research Lab (LED, Labortory HQ Sacramento 9, Sacramento CA 95834 Northgate and Truxel #N/A #N/A 0 0 3 500 2 400 1 Fisheries and Wildlife)

1701 Nimbus Road, Suite D HWY 50 TO HAZEL AVE TO GOLD HWY 50 TO HAZEL AVE TO GOLD 1) necropsy suite; large animal holding pens, 13 (we are housed inside R2 COUNTRY ROAD TO NIMBUS ROAD COUNTRY ROAD TO NIMBUS 2 (shared offices for personnel facility) ROAD with R2); one 2 cages in for cars, one Wildlife Investigations Lab shared Laboratory HQ Sacramento 37.53458161 -120.0305654 13 4000 2 shared with R2 for fleet 0 0 (WIL) storage space vehicles; WIL with Region 2; allocated 8 spaces

Water Pollution Control 2005 Nimbus Rd., Rancho Just west of Nimbus hatchery office North of Hwy 50 and Hazel no public access Labortory OSPR Sacramento 37.81269583 -120.3081588 0 0 14 1700 3 185 1 200 2 3100 2 0 Laboratory Cordova 95670 Petroleum Chemistry 1995 Nimbus Re., Rancho Just east of Region 2 HQ North of Hwy 50 and Hazel no public access Labortory OSPR Sacramento 38.22234904 -121.0361617 0 0 5 500 1 50 0 0 1 1100 1 0 Laboratory Cordova 95670 9300 Elk Grove Florin Rd., Elk Elk Grove-Florin and Lamprey Drive East of Hwy 99 and Bond Rd. unoccupied, not currently used Laboratory unoccupied former laboratory OSPR Sacramento Grove 95624 38.09105236 -121.8857624 0 0 4 700 2 100 1 576 2 1600 1 0

Marine Wildlife Veterinary 151 McAllister Way, Santa Part of UC Santa Cruz campus No public access No Public Access Laboratory OSPR Santa Cruz 35.3041725 -120.8370833 0 0 7 2462 5 1078 2 2126 3 9957 1 0 Care & Research Center-Lab Cruz, CA 95060 California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit B – Budget Detail and Payment Provisions . TBD (DFW EXB Revised 01/2013) Page 1 of 2

1. INVOICING AND PAYMENT

A. For services satisfactorily rendered, and upon receipt and approval of the invoice(s), the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement.

B. The Contractor shall be paid quarterly in arrears, upon submission of an original and two copies of the invoice, which properly details all charges, expenses, direct and indirect costs. Invoices shall be submitted to:

Contract Manager: Rob Benson Region / Division: Engineering Branch Address: 1812 9th Street, Suite 100, Sacramento, CA 95811

C. The original and one (1) approved copy of the invoice will be forwarded to the California Department of Fish and Wildlife’s Accounting Claims Section by the Contract Manager. Payment of any invoice will be made only after receipt of a complete, supported, documented and accurately addressed invoice. Failure to use the address exactly as provided above may result in the return of the invoice to the Contractor. All invoices must be approved by the Contract Manager.

D. The invoice shall contain the following information:

1. The word “Invoice” should appear in a prominent location at the top of the page(s);

2. Printed name of the Contractor;

3. Business address of the Contractor including P.O. Box, City, State, and Zip Code;

4. Name of the Region/Division of the California Department of Fish and Wildlife being billed;

5. The date of the invoice and the time period covered;

6. The number of the agreement upon which the claim is based, and;

7. An itemized account of the services for which the California Department of Fish and Wildlife is being billed. Include all of the following:

a. The time period covered by the invoice, i.e., the term “from” and “to”;

b. A description of the services performed;

c. The method of computing the amount due based on a line item budget/cost reimbursement method. Payments will be made by the State to the Contractor, in arrears, upon receipt of an itemized invoice showing the time period covered and the work items accomplished. The invoice must be itemized using the categories and following the format of the attached budget.

California Department of Fish and Wildlife Agreement Number: P1999001 Exhibit B – Budget Detail and Payment Provisions . TBD (DFW EXB Revised 01/2013) Page 2 of 2

2. CONTRACT WRITTEN PRIOR TO APPROVAL OF THE BUDGET ACT

A. It is mutually understood between the parties that this Agreement may have been written prior to approval of the Budget Act for the mutual benefit of both parties in order to avoid program and fiscal delays.

B. This Agreement is valid and enforceable only if sufficient funds are made available by the Budget Act for the Fiscal Year(s) involved for the purposes of this program. In addition, this Agreement is subject to any additional restrictions, limitations, or conditions enacted by the Legislature and contained in the Budget Bill or any statute enacted by the Legislature which may affect the provisions, terms, or funding of this Agreement in any manner.

C. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to the Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any additional provisions of this Agreement.

D. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program, the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to the Contractor to reflect the reduced amount.

3. PROMPT PAYMENT CLAUSE

Payment will be made in accordance with, and within the time specified in Government Code Chapter 4.5, commencing with Section 927.

4. Budget Detail

TBD

California Department of Fish and Wildlife Page 1 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

1. LICENSES AND PERMITS (If Applicable) ~ The Contractor shall be an individual or firm licensed to do business in California and shall obtain, at his/her expense, all licenses and permits required by law for accomplishing any work required in connection with this Agreement.

If you are a Contractor located within the State of California, a business license from the City/County in which you are headquartered is necessary; however, if you are a corporation, a copy of your incorporation documents/letters from the Secretary of State’s Office can be submitted. If you are a Contractor outside the State of California, you will need to submit to CDFW, a copy of your business license or incorporation papers for your respective State showing that your company is in good standing in that State.

In the event any licenses and/or permits expire at any time during the term of this Agreement, Contractor agrees to provide the California Department of Fish and Wildlife (CDFW) a copy of the renewed licenses and/or permits within thirty (30) days following the expiration date. In the event the Contractor fails to keep in effect, at all times, all required licenses and permits, the State may, in addition to any other remedies it may have, terminate this Agreement upon occurrence of such event.

2. RIGHTS IN DATA ~ The Contractor agrees that all data, plans, drawings, specifications, reports, computer programs, operating manuals, notes and other written or graphic work produced in the performance of this Agreement, are subject to the rights of the State as set forth in this section. The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the State reserves a royalty-free, nonexclusive and irrevocable license to reproduce, publish, and use such work, or any part thereof, and to authorize others to do so.

3. RIGHT TO TERMINATE ~ CDFW reserves the right to terminate this agreement subject to 30 days written notice to the Contractor. Contractor may submit a written request to terminate this agreement only if the State should substantially fail to perform its responsibilities as provided herein.

However, the agreement can be immediately terminated for cause. The term “for cause” shall mean that the Contractor fails to meet the terms, conditions, and/or responsibilities of the contract. In this instance, the contract termination shall be effective as of the date indicated on the State’s notification to the Contractor.

This agreement may be suspended or cancelled without notice, at the option of the Contractor, if the Contractor or State’s premises or equipment are destroyed by fire or other catastrophe, or so substantially damaged that it is impractical to continue service.

4. SETTLEMENT OF DISPUTES ~ Unless otherwise provided in this Agreement, any dispute concerning a question of fact arising under this Agreement which cannot be resolved informally, shall be decided by the following two (2) step procedure:

a. The Contractor must provide written notice of the particulars of such disputes to the CDFW Contract Manager or appointed representative. The CDFW Contract Manager must respond, in writing, within ten (10) working days of receipt of the written notice of dispute.

California Department of Fish and Wildlife Page 2 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

Should the Contractor disagree with the CDFW Contract Manager’s decision, the Contractor may appeal to the second level. Pending the decision on appeal the Contractor shall proceed diligently with the performance of this Agreement in accordance with the CDFW Contract Manager’s decision.

b. The second level appeal must indicate why the CDFW Contract Manager’s decision is unacceptable, attaching it to the Contractor’s original statement of the dispute with supporting documents, and a copy of the CDFW Contract Manager’s response. This letter of appeal shall be sent to the California Department of Fish and Wildlife, Deputy Director, or duly appointed representative. The second level appeal must be filed within fifteen (15) working days upon receipt of the CDFW Contract Manager’s decision. Failure to submit an appeal within the period specified shall constitute a waiver of all such rights to an adjustment of this Agreement. The Deputy Director, or designee, shall meet with the Contractor to review the issues raised. A written decision signed by the Deputy Director or designee, shall be returned to the Contractor within fifteen (15) working days of the receipt of the appeal. The decision of the Deputy Director, or designee, will be final.

5. PROPERTY ACQUISITIONS ~ Property, as used in this section shall include:

a. Equipment – Tangible property (including furniture) with a unit cost of $5,000.00 or more, and a useful life of four (4) years or more. Actual costs include the purchase price plus all costs to acquire, install and prepare the equipment for its intended use.

b. Furniture – Standard office furnishings including desks, chairs, bookcases, credenzas, tables, etc.

c. Portable Assets – Items considered ‘highly desirable’ because of their portability and value, e.g., calculators, typewriters, Dictaphones, cameras and microscopes, etc.

d. Electronic Data Processing (EDP) Equipment – All computerized and auxiliary automated information handling including system design and analysis, conversion of data, computer programming, information storage and retrieval, voice, video, and data communications, requisite system controls, simulation and all related interactions between people and machines.

The Contractor may purchase property under this Agreement only if specified in Exhibit B titled ‘Budget Detail and Payment Provisions’. Any property purchased by the Contractor, with funds provided under this Agreement, shall be the property of the State during the customary depreciable life thereof. The Contractor shall promptly report any such purchase to the CDFW Contract Manager and to the State’s Property Officer. Should this Agreement be terminated for any reason, or upon expiration and failure to negotiate hereof, all such property shall be returned to the State within the timeframe negotiated between the Contractor and the State. Prior written authorization by the CDFW Contract Manager shall be required before the Contractor will be reimbursed for any property purchases not specified in the Budget. The Contractor shall provide to the CDFW Contract Manager, all particulars regarding the necessity for such property and the reasonableness of the cost.

Before property purchases made by the Contractor are reimbursed by CDFW, the Contractor shall submit paid vendor receipts identifying the Agreement number, purchase price, description of the item, serial number, model number, and location, including street address where property

California Department of Fish and Wildlife Page 3 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

will be used during the term of this Agreement. Said paid receipts shall be attached to Contractors’ invoices. The Contractor shall keep adequate and appropriate records of all property purchased with Agreement funds and at the time of purchase, prepare a Property Purchased with State Funds report and submit one (1) copy to the CDFW Contract Manager, and one (1) copy to the Property Officer; one (1) copy must be retained by the Contractor.

CDFW reserves the right, at any time, to evaluate the cost of property and reimburse at an amount equal to costs reflected in but not limited to Agreements the State Department of General Services, Procurement Division has negotiated with vendors who supply the same type of property. The Contractor shall tag all acquisitions. The purpose of tagging assets is to designate the assets as belonging to the State.

Upon termination, expiration or failure to negotiate renewal of this Agreement, all property purchased with Agreement funds shall promptly be returned to the State. The Contractor shall prepare an inventory of State Furnished Property report and submit to the State and shall at that time query the CDFW Contract Manager as to the State’s requirements, including the manner and method, in returning said property to the State. Final disposition of such property shall be at State expense in accordance with instructions from the CDFW Contract Manager to be issued immediately after receipt of the final inventory.

6. LOST, STOLEN or DESTROYED PROPERTY ~ The Contractor shall immediately report the loss, theft or destruction to the local law enforcement agency (or the California Highway Patrol {CHP} if the crime occurs on either state-owned or state leased property) and to the CDFW Contract Manager and prepare a Property Survey Report.

In the case of stolen property, the Contractor shall also complete a CHP Report of Crime on State Property (STD 99) form, and obtain a copy of the law enforcement agency’s report to submit to the CDFW Contract Manager. The Contractor shall adjust their property records and retain a copy of the Property Survey Report as documentation.

Losses of State property due to fraud or embezzlement shall be reported in the same manner as described above. The Contractor shall be charged with any loss and damages to State property due to the Contractor’s negligence. The Contractor shall, at the request of the State, submit an inventory of property furnished or purchased under the terms of this Agreement. Such inventory will be required not more frequently than annually.

7. INCOME RESTRICTIONS ~ The Contractor agrees that any refunds, rebates, credits, or other amounts (including any interest thereon) accruing to or received by the Contractor under this Agreement shall be paid by the Contractor to CDFW, to the extent that they are properly allocable to costs for which the Contractor has been reimbursed by CDFW under this Agreement.

8. CONFIDENTIALITY OF DATA ~ The Contractor shall protect from disclosure all information made available by CDFW. The Contractor shall not be required to keep confidential any data or information which is publicly available, independently developed by the Contractor, or lawfully obtained from third parties. Written consent of CDFW must be obtained prior to disclosing information under this Agreement.

9. DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) PARTICIPATION REQUIREMENTS ~ The Contractor agrees to use DVBE subcontractors or suppliers originally identified by the Contractor, unless the Contractor requests substitution, in writing beforehand to the CDFW

California Department of Fish and Wildlife Page 4 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

Contract Manager and the CDFW Contract Manager has approved such substitution. At a minimum, the request must include:

a. A written explanation of the reason for the substitution; and

b. The identity of the person or firm substituted.

The request and the CDFW Contract Manager’s approval is not to be construed as an excuse for noncompliance with any other provision of law, including but not limited to the subletting and subcontracting Fair Practices Act or any other Agreement requirements relating to the substitution of subcontractors. Failure to adhere to at least the level of participation for DVBE proposed by the Contractor may be cause for Agreement termination and recovery of damages under the rights and remedies due the State.

10. DISCLOSURE REQUIREMENTS ~ Any document or written report prepared in whole or in part pursuant to this Agreement shall contain a disclosure statement indicating that the document or written report was prepared through an Agreement with CDFW. The disclosure statement shall include the Agreement number and dollar amount of all Agreements and subcontracts relating to the preparation of such documents or written reports. The disclosure statement shall be contained in a separate section of the document or written report.

If the Contractor or subcontractor(s) are required to prepare multiple documents or written reports, the disclosure statement may also contain a statement indicating that the total Agreement amount represents compensation for multiple documents or written reports. The Contractor shall include in each of its subcontracts for work under this Agreement, a provision which incorporates the requirements stated within this section.

11. USE OF SUBCONTRACTOR(S) ~ If the Contractor desires to accomplish part of the services through the use of one (1) or more subcontractors, the following conditions must be met:

a. The Contractor shall submit any subcontracts to the State for approval prior to starting any of the work;

b. The Agreement between the primary Contractor and the subcontractor must be in writing;

c. The subcontract must include specific language which establishes the rights of the auditors of the State to examine the records of the subcontractor relative to the services and materials provided under the Agreement; and

d. Upon termination of any subcontract, the State shall be notified immediately, in writing.

Further, any subcontract in excess of $100,000 entered into as a result of this Agreement shall contain all applicable provisions stipulated in this Agreement.

12. POTENTIAL SUBCONTRACTOR(S) ~ Nothing contained in this Agreement or otherwise shall create any contractual relation between the State and any subcontractor(s) and no subcontract shall relieve the primary Contractor of its responsibilities and obligations hereunder. The

Contractor agrees to be as fully responsible to the State for the acts and omissions of its subcontractor(s) and of persons directly employed or indirectly employed by any of them as it is

California Department of Fish and Wildlife Page 5 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

for the acts and omissions of persons directly employed by the Contractor. The Contractor’s obligation to pay its subcontractor(s) is an independent obligation from the State’s obligation to make payments to the primary Contractor. As a result, the State shall have no obligation to pay or to enforce the payment of any monies to any subcontractor.

13. TRAVEL AND PER DIEM ~ The Contractor agrees that all travel and per diem paid its employees under this Agreement shall be at rates not to exceed those amounts paid to the nonrepresented/excluded State employees. No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from CDFW.

14. NOVATION ~ If the Contractor proposes any Novation Agreement, CDFW shall act upon the proposal within sixty (60) days after receipt of the written proposal. The State may review and consider the proposal, consult and negotiate with the Contractor, and accept or reject all or part of the proposal. Acceptance or rejection may be made orally within the sixty (60) day period, and confirm in writing within five (5) days. No Novation Agreement shall become operative or otherwise binding on the State pursuant to this paragraph in the absence of a formal Novation Agreement amendment which has been approved in accordance with all applicable State policy, laws and procedures.

15. INSURANCE ~ When the Contractor submits a signed Agreement to CDFW, the Contractor shall also furnish, either proof of self-insurance or certificate(s) of insurance, showing that the required insurance is presently in effect. Contractor agrees to make complete copies of applicable insurance policies available to CDFW upon request. The State will not be responsible for any premiums or assessments on the policy.

General Provisions Applying to All Policies

1) Coverage Term – Coverage needs to be in force for the complete term of the contract. If insurance expires during the term of the contract, a new certificate must be received by the State at least ten (10) days prior to the expiration of this insurance. Any new insurance must still comply with the original terms of the contract.

2) Policy Cancellation / Termination & Notice of Non-Renewal –Contractor shall provide to the State within two business days a copy of any notice of Cancellation/Termination or Non-renewal received by contractor for any of the required insurance policies. In the event Contractor fails to keep in effect at all times the specified insurance coverage, the State may, in addition to any other remedies it may have, terminate this Contract upon the occurrence of such event, subject to the provisions of this Contract.

3) Deductible – Contractor is responsible for any deductible or self-insured retention contained within their insurance program.

4) Primary Clause – Any required insurance contained in this contract shall be primary, and not excess or contributory, to any other insurance carried by the State.

5) Insurance Carrier Required Rating – All insurance companies must carry a rating acceptable to the Office of Risk and Insurance Management. If the Contractor is self insured for a portion or all of its insurance, review of financial information including a letter of credit may be required.

California Department of Fish and Wildlife Page 6 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

6) Endorsements – Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance. This endorsement must be supplied under form acceptable to the Office of Risk and Insurance Management.

In the case of Contractor’s utilization of subcontractors to complete the contracted scope of work, contractor shall include all subcontractors as insured’s under Contractor’s insurance or supply evidence of insurance to the State equal to policies, coverages and limits required of Contractor.

7) Inadequate Insurance – Inadequate or lack of insurance does not negate the contractor’s obligations under the contract.

Provider hereby represents and warrants that Provider is currently and shall remain, for the duration of this Agreement at Provider’s own expense, insured against:

1) Commercial General Liability – Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000.00 per occurrence for bodily injury and property damage liability combined with a $2,000,000.00 annual policy aggregate. The policy shall include coverage for liabilities arising out of premises, operations, independent contractors, products, completed operations, personal & advertising injury, and liability assumed under an insured contract. This insurance shall apply separately to each insured against whom claim is made or suit is brought subject to the Contractor’s limit of liability.

The policy must be endorsed to include the State of California, its officers agents and employees as additional insured, but only with respect to work performed under the Contract..

2) Automobile Liability – (If applicable) Contractor shall maintain motor vehicle liability with limits not less than $1,000,000.00 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired and non-owned motor vehicles.

The policy must be endorsed to include the State of California, its officers agents and employees as additional insured, but only with respect to work performed under the Contract..

3) Aircraft Liability – (If applicable) When aircraft are used in the performance of agreement work contractor, or its subcontractor, shall maintain aircraft liability with limits of not less than $10,000,000.00 each accident.

The policy must be endorsed to include the State of California, its officers agents and employees as additional insured, but only with respect to work performed under the Contract.

California Department of Fish and Wildlife Page 7 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

4) Watercraft Liability – (If applicable) When watercraft are used in the performance of agreement, the work contractor or its subcontractor, shall maintain watercraft liability with limits of not less than $1,000,000.00 each accident.

When watercraft is used in performance of work on or over navigable waters of the United States, contractor’s workers’ compensation policy shall be endorsed to include the United States Longshore and Harbor Workers' Compensation Act coverage. The coverage applies to work on or over navigable waters of the U.S.

The policy must be endorsed to include the State of California, its officers agents and employees as additional insured, but only with respect to work performed under the Contract..

5) Professional Liability – (If applicable) Contractor shall maintain professional liability covering any damages caused by a negligent error, act or omission with limits of not less than $1,000,000.00 per occurrence and $3,000,000.00 policy aggregate. The policy’s retroactive date must be shown on the certificate of insurance and must be before the date this contract was executed or before the beginning of contract work.

6) Pollution Liability – (If applicable) Contractor shall maintain pollution liability with Limits no less than $1,000,000 each occurrence and $2,000,000 aggregate.

The policy must be endorsed to include the State of California, its officers agents and employees as additional insured, but only with respect to work performed under the Contract..

7) Workers Compensation and Employers Liability – Contractor shall maintain statutory worker’s compensation and employer’s liability coverage for all its employees who will be engaged in the performance of the Contract. Employer’s liability limits of $1,000,000.00 are required.

When work is performed on State owned or controlled property the Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the State. The waiver of subrogation endorsement shall be provided.

When watercraft is/are used in performance of agreement work contractor’s workers’ compensation policy shall be endorsed to include applicable special coverage extensions where applicable.

16. COMPUTER SOFTWARE (IT SERVICES) ~ The Contractor certifies that it has appropriate systems and controls in place to ensure that State funds will not be used in the performance of this Agreement for the acquisition, operation or maintenance of computer software in violation of copyright laws.

17. INSPECTION ~ The State, through any authorized representatives, has the right at all reasonable times to inspect or otherwise evaluate the work performed or being performed hereunder including subcontract supported activities and the premises in which it is being performed. If any inspection or evaluation is made by the State of the premises of the Contractor

California Department of Fish and Wildlife Page 8 of 8 Exhibit D – Additional Provisions (Rev 02/2014)

or a subcontractor, the Contractor shall provide and shall require their subcontractor(s) to provide all reasonable facilities and assistance for the safety and convenience of the State representatives in the performance of their duties. All inspections and evaluations shall be performed in such a manner as will not unduly delay the work.

FORCE MAJEURE ~ Neither party shall be liable to the other for any delay in or failure of 18. performance, nor shall any such delay in or failure of performance constitute default, if such delay or failure is caused by ‘Force Majeure’. As used in this section, ‘Force Majeure’ is defined as follows: Acts of war, acts of God such as earthquakes, floods, and other natural disasters such that performance is impossible.

19. FORCED, CONVICT AND INDENTURED LABOR ~ No foreign-made equipment, materials, or supplies furnished to the State pursuant to this Agreement may be produced in whole or in part by forced labor, convict labor, or indentured labor. By submitting a bid to the State or accepting a purchase order, the Contractor agrees to comply with this provision of the Agreement. This requirement does not apply to public works (construction) Agreements.

20. CONTRACT STAFF REQUIREMENTS ~ The Contractor represents that it has or shall secure at its own expense, all staff required to perform the services described in this Agreement. Such personnel shall not be employees of or have any contractual relationship with the California State Department of Fish and Wildlife or any other governmental entity.

21. EVALUATION OF CONTRACTOR (CONSULTANT AGREEMENTS ONLY) ~ Performance of the Contractor, under this Agreement, will be evaluated. The evaluation shall be prepared on a Contract/Contractor Evaluation Sheet (STD 4), and maintained in the Agreement file.

If the Contractor did not satisfactorily perform the work or service, a copy of the negative evaluation form will be submitted to the Contractor and the Department of General Services, Legal Division, within fifteen (15) days of the completion of the evaluation. The Contractor will have thirty (30) days to prepare and send statements defending its performance under the Agreement. The evaluation of the Contractor shall not be a public record.

22. REQUIREMENTS FOR LEGAL AGREEMENTS ONLY ~ In accordance with Public Contract Code § 10353.5, the Contractor shall:

 Agree to adhere to legal costs and billing guidelines designated by the State;

 Adhere to litigation plans designated by the State;

 Adhere to case phasing of activities designated by the State;

 Submit and adhere to legal budgets as designated by the State;

 Maintain legal malpractice insurance in an amount not less than the amount designated by the State;

 Submit to legal bills legal bill audits and law firm audits if requested by the State or by any legal cost control providers retained by the State for this purpose; and

 Submit to a legal cost and utilization review, as determined by the State.