Loading...
HomeMy WebLinkAboutMINUTES - 02262008 - C.18 Contra TO: BOARD OF SUPERVISORS, AS GOVERNING BOARD OF THE FLOOD CONTROL & WATER CONSERVATION DISTRICT �I' ,• . q1. Costa FROM: MAURICE M. SHIU; CHIEF ENGINEER sort coiity't'3 County DA'L'E: February 26, 2008 SUBJECT: Interagency Agreement with the Contra Costa Resource Conservation District, Rodeo area. (100% Flood Control Zone 8 Funds) (District II) Project No. 7505-6178228 SPECIFIC Rl_QUF.ST(S)OR RI:C'(.)MMF_NDAIION(5)S BACKGROUND AND.1USTII-ICATION RECOMMENDED ACTION: APPROVE and AUTHORIZE the Chair, Board of Siupervisors, as governing board of the Flood Control & Water Conservation District,to execute an Interagency Agreement with the Contra Costa Resource Conservation District, in the amount of$50,000, to develop the Vision Plan for the Rodeo Creek Watershed, for the period February 26, 2008 through December 31, 2009, Rodeo area. CONTINUED ON ATTACHMENT:. C] SIGNATUR RECOMMENDATION OF COUNTY ADMINISTRATOR ,COMMENDATION O OARD COQ r APPROVE OTHER SICVATI RE(S): 4 AC`HON OF BOAV) N �� � /4- LO _ APl'ROVIA)AS RECOMMI.:ND13D /\ OI-HER VOl li OF SUPERVISORS: "—� �— 1 III-RGBY C'L•RTIFY THAT THIS IS A TRUI:AND CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON UNANIMOUS(.ABSENT � ) MINUTES OF I HE BOARD 01: SUPERVISORS ON THF. AYES: NOES: DATE SI IOWN. ABSF:.N I': ABSTAIN: ConLtct:Paul Detjens(925-313-23,94) . PLUM" m (:i:"I;IdCtl`•Board Ot'dcrs 2005 omvird`•ZOOR 130`,,C'CRCD Agrectncnt l30 2-2G-O8.dix ATTESIT•:1) ®2 �,r R JOHN CULLEN,1.Li:RK OF THEBOARD OF SUPERVISORS cc: C;A(.) ` Public Works: Grcg Connaughton,Flood Control Division Paul Detjens,Flood Control Division 13 DEPUTY SUBJECT: Interagency Agreement with the Contra Costa Resource Conservation District, Rodeo area. (100% Flood Control Zone 8 Funds) (District II) Project No. 7505-6F8228 DATE: February 26, 2008 PAGE: 2 of 2 FISCAL IMPACT: There is no impact to the County General Fund. This project is funded by Flood Control Zone 8 fiends (100%). REASONS FOR RECOMMENDATIONS AND BACKGROUND: This interagency Agreement is needed to develop the Vision Plan for the Rodeo Creek Watershed. CONSEQUENCES OF NEGATIVE ACTION: If the Interagency Agreement is not approved,the Vision Plan for the Rodeo Creek Watershed will not be able to be developed. Contra Costa County INTERAGENCY AGREEMENT Number 8228 Standard Form A-4 (Agency Provides Services) Fund/Org# Revised 2002 Account.# Other# 1. Contract Identification. -Department: Contra Costa County Flood Control &Water Conservation District (FCD) Subject: Interagency Agreement to develop a Vision Plan for the Rodeo Creek Watershed. 2. Parties. The County of Contra Costa,California(County),for its Department named above,and the following named Agency mutually agree and promise as follows: Agency: Contra Costa Resource Conservation District (hereinafter "Agency") Capacity: A public agency Address: Attn: Carol Arnold, Executive Director 5552 Clayton Road, Concord, CA 94521 3. Term. The effective date of this Agreement is February 26, 2008 and it terminates on December 31, 2009 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Agency under this Agreement shall not exceed $50,000.00. . 5. County's Obligations., County shall pay Agency for its provision of the services as set forth in the attached Payment Provisions which arc incorporated.herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Agency's Obligations. Agency shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference,subject to all the terms and conditions contained or. incorporated herein. . 7. General and Special Conditions. This Agreement is subject to the General Conditions and Special Conditions (if any) attached hereto,which are incorporated herein by reference. S. Project. This Agreement implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Rodeo Creek Watershed Vision Plan 9. Legal Authority. This Agreement is entered into under and subject to the following legal authorities: Government Code section 6500 et seq. 10Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA BOARD ERVIS R ATTEST: Clerk of the Board of Supervisors By Deputy Chairman/ esig.nee AGENCY Form A-4 (Page 1 of 2) By By (Signature of authorized Agency representative) (Signature of authorized Agency representative) (Print name and title A) (Print name and title B) Form A-4 (Page 2 of 2) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services -Long Form) Revised 2003 1. Compliance with Law. Contractor shall be subject to and comply with all applicable federal,state and local laws and regLilat.ions with respect to its performance under this Contract, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment, including nondiscrimination. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring,inspection,review and audit by authorized representatives of the County,the State of California,and the United States Government. 3. Records. Contractor shall keep and make available for inspection and copying by authorized representatives of die County, I.lie State of'California, and the United States Government, the Contractor's regular business records and such addiGoual records pertaining to this Contract as may be required by the County. it. Retention of Records. Contractor shall retain all documents pertaining to this Contract for five years from the (late of subrrrission of'Contractor's final payment demand or final Cost Report;for any further period dial is required by law;and until all federal;state audits are complete and exceptions resolved for this contract's funding period: Upon request., Corntractor shhall make these records available to authorized representatives of the County, the State of' California, and the United Slates Government. b. Access to Books and Records of Contractor, Subcontractor. Pursuant. to Section 1861(v)(1) of the Social' Security Act, and any regulations promulgated thereunder, Contractor shall, upon written request and until the expiration of four years after the furnishing of services pursuant to this Contract., make available to the County, the Secretary of Health and Human Services,or the Comptroller General,or any of their duly authorized representatives, tills Contract and books, documents,and records of Contractor necessary to certify die nature and extent.of all costs and charges Hereunder. Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value or cost of 10,000 or more over a twelve-month period, such subcontract shall,contain a clause to the effect that upon written request and until the expiration of four years after the furnishing 'of' services pursuant to such subcontract, the subcontractor shall make available to the County, die Secretary, the Comptroller General, or any of their duly authorized represcntauvcs,the subcontract and books,documents,and records of the subcontractor necessary to verify the nature and extent of all costs and charges thereunder. `rhes special condition is hn additioI1 to any and all other terms regarding the maintenance or retention of records under this Contract and is binding on the heirs, successors, assighhs and representatives of Contractor. 4. Reporting Requirements. Pursuant to Government Code Section 7550,Contractor shrill include.in all documents or written reports completed and submitted to County in accordance with this Contract,a separate section listing the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of each such document or written report. 'chis section shall apply only if the payment limit under this Contract exceeds $5,000. 5. Termination and Cancellation. it. Written Notice. This Contract may be terminated by either party, in its sole discretion,upon dhirty-day advance written notice thereof to the other, and may be cancelled immediately by written mutual consent. L-5 (Page 1 of 6) Contra Costa Cciunty GENERAL CONDITIONS Standard Form I:5 (Purchase of Services - Long Form) Revised 2003 b. Failure to Perform. County,Upon written notice to Contractor,nray immediately terminate this Contract should Contractor fail to perforin properly any of its obligations hereunder. In the event of such termination, County may proceed with the work in any reasonable manner it chooses. The cost to. County of completing Contractor's performance shall be deducted from any sura due Contractor under ails Contract,without prejudice to County's rights to recover damages. c. Cessation of Funding. Notwithstanding Paragraph 5.a.above,in the event.that federal,state,or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all die terms arid conditions agreed upon by the parties. Except as expressly provided herein, no other understanding,oral or otherwise,regarding die subject matter of this Contract shall be' deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of' operating procedures and budgets required by this Contract,including but riot limited to,monitoring,evaluating,auditing,billing,or regulatory changes,may be developed and set.forth in a written Informal Agreement between Contractor and County. Informal Agreements shall be designated as such and shall not be arriendrnents to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Informal Agreernents may riot enlarge in ally manner the scope of this Contract,. including any sums of money to be paid Contractor as provided herein. Informal Agreernents may be approved and sighed by the head of the county department for which this Contract is made or its designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended.by a written document executed by Contractor arid the Contra Costa County Board of Supervisors or,after Board approval,by its designee,subjecl to ally required state or.federal approval. b. Administrative Amendments. Subject to dic.Paymcnt limit,die Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by Contractor arid the County Administrator(or designee), subject. to any.required stale or federal approval, provided that such administrative amendment may riot materially change the Payment Provisions or the Service Plan. 9. Disputes.Disagreements between County and Contractor concerning the mcanirig,requirements,or performance of this Contract shall be subject to final written determination by the head of the county department for winch this Contract is made,or his designee,or in accordance with the applicable procedures (if airy) required by the state or federal government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed arid construed in accordance with the laws of the State of California. b. Ally action relating to this Contract.shall be.instituted and prosecuted in[hie courts of Contra Costa County,Stale of California. L-5 (Page 2 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Farris 1..-5 (Purchase.of Services - Long Form) . Revised 2003 11. Conformance with Federal and State Regulations and Laws. Should federal or state regulations or laws touching upon the sul).jc(.,.t of this Contract be adopted or revised during tie term hereof,this Contract shall be deemed amended to assure conformance with such federal or.state requirements. 12. No Waiver by Count-. Sul)ject to Paragraph 9. (Disputes)of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of County indicating Contractor's performance or any part thereof complies with the requirements of tris Contract,or accept<urc:e of die whole or any part of said performance,or payments therefor,or any combination of these acts, shall not relieve Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement.arising from any failure to comply with any of the terms arid conditions of this Contract_ 13. Subcontract and.Assignment. This Contract binds the heirs, successors, assigns arid representatives of Contractor. Prior written consent of the County Administrator or his designee, subject to any required state or federal approval, is required before die Contractor may enter into subcontracts for any work contemplated under this Contract,or before die Contractor may assign this Contract or monies due or to become due, by operation of lav or otherwise. 14. Independent Contractor Status. This Contract is by and between two independent contractors arid is not intended to acid shall riot. be construed to create die relationship between the parties of agent., servant, employee, partnership,joint ventl.lrc or association. 15. Conflicts of Interest. Contractor,its officers,partners,associates,agents,and employees,shall not make,participate in snaking,or in any way attempt to use die position afforded them by this Contract to influence any governmental decision in which they know or have reason to know they have a financial interest.under California Government Code Sections 87100, et seq., or otherwise. 16. Confidentiality. Contractor agrees to comply and to require its officers,partners,associates,agents and employees to comply with all applicable state or federal statutes or regulations respecting confidentiality,including but.riot limited to, the identity of persons served under this Contract, their records, or services provided thern, all(] assures that: a. All applications and records concerning any individual made or kept by Contractor or any public oflicer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will riot be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving, services,except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and. partners of the above provisions, and that any person knowingly and intensionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all clualilied persons regardless of age, sex, race, religion, color, national origin, ethnic background, disability, or sexual. orientation, and that none shall be used, in whole or in part, for religious worship or instruction. 18. Indemnification. Contractor shall defend,indemnify,save,arid hold harmless County and its officers and employees from any and all claims, costs arid-liability for any damages, sickness, death, or injury to person(s) or property, including . wit]lout,limitation al consequential damages,from any cause whatsoever arising directly or indirectly from or connected with 1r5 (Page 3 of 6) Initials; `c Contractor County Dept. Contra Costa.County GENERAL CONDITIONS Standard Foran L-5 (Purchase of Services - Long Form) Revised 2003 the operations or services of Contractor or its ageIlts, servants, employees or subcontractors hereunder, save and except claims or litigation arising through the sole negligence or sole willful misconduct of County or its officers or errnployees. Contractor will reimburse County for any expenditures,including reasonable attorneys'fees,County may make by reason of the matters that are tyle sub)ec:t of this indemnification, arid, if requested by County, will defend any claims or litigation to which this indemnification provisioI]applies at the sole cost and expense of Contractor. 19. Insurance. I)uriiig the entire term of this Contract and any extensioIn or modification thereof,Contractor shall keep in effect insurance policies meeting the following Insurance requirements unless otherwise expressed in die Special ConditioIls: a. Liability Insurance. For all contracts where the total payment limit of the contract is$5001000 or less,Contractor shall provide comprehensive liability insurance, including coverage for owned and non-owned automobiles, with a inininnum combined single limit coverage of$500,000 for all damages,including consequential damages,due to bodily in sickness or disease, or death to any person or damage to or destruction of property, including tine loss of use thereof, arising from each occurrence. Such insurance shall be endorsed to include County and its officers and employees as additional insureds as to all services performed by Contractor under this agreement. Said policies shall constitute primary insurance as to County,the stale and federal governments,and their offncers,agcIlts,and employees, so that,other insurance policies held by them or their self-insurance program(s) shall not be required to contribute to any loss covered under Contractor's insurance policy or policies. For all contracts where the total payment limit is above ,`5500,000, the aforementioned insurance coverage to be provided by Contractor shall have a nlinirnum combined single limit coverage of$1,000,000,and Contractor shall be required to provide County with a copy of the elndorscinent making the County an additional insured on all general liability, worker's compensation, arid, if applicable,all professional liability insurance policies as required herein no later than the effective date of this Contract. b. Workers'Compensation. Contractor shall provide workers'compensation insurance coverage for its employees. C. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s)of insurance evidencing . liability anti worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew the insurance policy(ies)or acquire either a new insurance policy(ies)or annernd the coverage afforded through an endorsement to die policy at any time during the term of this Contract, then Contractor shall provide (a) current.certificate(s)-of insurance. d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for thirty (30) clays written notice to County before cancellation or material change of the above specified coverage. 20. Notices. All notices provide(] for by this Contract shall be in writing and may be delivered by deposit in the United Slates mail, postage prepaid. Notices to County shall be addressed to the head of the county department for which this Contract is rrladc. Notices to Contractor shall be addressed.to the Contractor's address designated herein. The effective (late of notice shall be the date of deposit in the mails or of other delivery,except that the effective date of notice to County shall be the date of receipt by the head.of the county department for which this Contract is made. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) arid Service Plan do not limit any term of the General Conditions. 1,5 (Page 4 of 6) Initials: Contractor County Dept. Coutra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services -Long Form) Revised 2003 22. Nonrenewal. Contractor understands and agrees that there is no represent--rtion,implication,or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchasing all or any such services from Contractor. 23. Possessory Interest. If this Contract results in Contractor having possession of',claim or right to die possession of'laud or improvements,but sloes riot vest ownership of the land or improvements in the same person,or if this Contract results ill the placement of taxable improvemer}ls on tax exempt land (Revenue & Taxation Code Section 107), such interest or improvemciiLs may represent.it possessory interest.sul,jecl to property lax,and Contractor may be subject to the payment of property taxes levied oil such interest.. Contractor agrees that this provision complies with die notice requirements of Revenue&Taxation Code Section 107.6,and waives all rights to further notice or to damages under that or any comparable staLuLe. 24. No Third-Party Beneficiaries. Notwithstanding mutual recogriition that services under this Contract may provide some aid or assistance to members of the County's population, it is not the intention of either County or Contractor that such individuals occupy the position of intended third-party beneficiaries of the obligations assumed by either party to this Contract.. 25. Copyrights and Rights in Data. Contractor shall not. publish or transfer any materials produced or resulting from activities supported by this agreement without the express written consent of the County Administrator. If any material is; subject to copyright, County reserves die right to copyright., and Contractor agrees not to copyright, such material. If the material is copyrighted, County reserves a royalty-free,nonexclusive,and irrevocable license to reproduce,publish,and use such materials, in whole or in part, ani] to authorize others to do so. 26. Endorsements. Contractor.shall rich in its capacity as a contractor with Contra Costa County publicly endorse or oppose die use of any particular brand name or commercial product without the prior approval of the Board of Supervisors. In its County contractor.capacity, Contractor shall not publicly attribute qualities or lack of qualities to a Inarticular brand name or commercial product in the absence of a well-established and widely accepted scientific basis for such claims or without.the prior approval of die Board of'Supervisors. In its County contractor capacity,Contractor shall riot participate or appear in any commercially produced advertisements designed to promote'a particular brand name or commercial product, even if ConMactor is riot publicly endorsing a product, as long as the Contractor's presence in the advertisement can reasonably be interpreted as all cridor§cment of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing,Contractor may express,iLs views ori products to other contractors, die Board of Supervisors,County officers,or others who may be authorized by the Board of Supervisors or by law to receive such views. 27. Required Audit. (A) If Contractor is funder] by $500,000 or more in federal grant funds ill any fiscal year ending alter December 31,2003 from any source, Contractor shall provide to County at Contractor's expense air audit conforming to the requirements set forth in die most current version of Office of Management and Budget Circular A- 133. (B) If Contract.or is funded by less than $.500,000 in federal grant funds in any fiscal year ending after December 31, 2003 frorn any source,but such grant imposes specific audit requirements; Contractor shall provide to County an audit conforming to triose requirements. (C) If Contractor is funded by less than $500,00() in federal grant.funds in any fiscal year ending after Dec ember.31, 2003 from any source, Contractor is exempt from federal audit requirements for that.year, however, Contractor's records must be available for.arid all audit rriay be required by, appropriate officials of tlhe federal awarding agency, the General Accounting Office (GAO), die pass-through entity and/or die County. If any . 1,5 (Page 5 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS StaIidard Forrn L-5 (Purchase of Services - Long Form) Revised 2003 such audit is required, Contractor shall provide County with such audit. With respect to die audits specified in (A), (I3) and (C) above, Contractor is solely responsible for arranging for the conduct of'the audit,and for its cost. County may withhold the estimated cost of die audit or 10 percent.Of the Contract arnount, whichever is larger, or die final payrTient, From Contractor until County receives the audit from Contractor. 28.' Authorization. Contractor, or the rcpresentative(s) signing this Contract on behalf of Contractor, represents and warrants tial it has full power and authority to enter into tits Contract and perform the obligations herein. L-5 (Page 6 of 6) Initials: Contractor County Dept. Contra Costa County PAYMENT PROVISIONS Number 8228 Standard Foran P-1 (Fee Basis Contracts -Long and Short Form) Revised 2002 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee as full compensation for all services,work,expenses .. or costs provided or incurred by Contractor: [Check one alternative only.] ❑ a. $ monthly, or ❑ b. $ per unit, as defined in the Service Plan, or ❑ c. after completion of all obligations and conditions herein. Ld. Other: Lump Sum, not to exceed $50,000. 2 . Payment Demands. Contractor shall submit written demands for payment on County Demand Form D-1.5 in the manner and form prescribed by County. Contractor shall submit said demands for payment no later than: 30 days from the end of the month in which the contract services upon which such demand is based were actually rendered. Upon approval of payment demands by the head of the County Department for which this Contract is made,or his designee, County will make payments as specified in Paragraph 1.(Payment Amounts) above. 3. Penaltv for Late Submission. If County is unable to obtain reimbursement from the State of California as a.' result of Contractor's failure to submit to County a timely demand for payment as specified in Paragraph 2. •(Payment Demands)above, County shall not pay Contractor for such services to the extent County's recovery. of funding is prejudiced by the delay even though such services were fully provided. 4. Right to Withhold. County has the right to withhold payment to Contractor when, in the opinion of County expressed in writing to Contractor, (a) Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program., work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to,and/or complying with any Audit exceptions by appropriate county, state or federal audit agencies resulting from its performance of this Contract. Within 30 days of demand, Contractor shall pay County the full amount of County",; obligation, if any, to the state and/or federal government resulting from any audit exceptions, to the extent such are attributable to Contractor's failure to perform properly any of its obligations under this Contract. Initials: Contractor County Dept. Form P-1 (Page 1 of 1) Contra Costa County APPROVALS/ACKNOWLEDGMENT Number Srandard Form L-2 (Purchase of Services -Long Form) Revised 2002 APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COU EL By: By: D ,ignee if u APPROVED: COUNTY ADMINISTRATOR By: _ Designee ACKNOWLEDGMENT STATE OF CALIFORNIA ) ss. COUNTY OF CONTRA COSTA ) On , before me, insert name and title of the officer), personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the sane in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS MY HAND AND OFFICIAL SEAL. (Seal) Signature ACKNOWLEDGMENT(lay Curpuntion,Parmership,or Individual) (Civil Code§1189) L-2 ( Page 1 of 1) Rodeo Creek Vision Plan InteragencyAgreement Service Plan 1. Contractor shall: I.I. Serve as the Project Manager and designated lead consultant for the vision planning process. Tasks include the following: 1.1.1. Assess and analyze watershed conditions for the Rodeo Creek Watershed 1.1.2. Develop a watershed map for the Rodeo Creek Vision Plan area 1.1.3. Conduct a minimum of three stakeholder meetings to present information about the planning process, watershed area and the Vision Plan 1.1.4. Document and summarize oral and written comments received at stakeholder meetings, public meetings, town forums and those received by Contractor and Flood Control District (FCD) in response to the Vision Plan. 1.1.5. Prepare a"Draft" Vision Plan for FCD review and submit to Flood Control District, 255 Glacier Dr., Martinez, CA 94553 by October 1, 2008 at 5:00 PM. The "Draft" Vision Plan shall include the following; 1.1.5.1. . Results of the watershed assessment 1.1.5.2. Description of the planning process 1.1.5.3. Community goals and recommended actions 1.1.5.4. Define opportunities and constraints for implementing the Vision Plan within the Rodeo Creek Watershed 1.1.6. Submit the "Draft" Vision Plan for FCD review and comment prior to circulating the "Draft" Vision Plan to watershed stakeholders. - L l'.7. Circulate the "Draft" Vision Plan to all watershed stakeholders, as identified in the "Draft" Vision Plan and others as may have been requested.. 1.1.8. Document and summarize comments received on the "Draft"Vision Plan and prepare a written summary of the comments for later incorporation into the Final Vision Plan. 1.1.9. Prepare a Final Vision Plan and submit to Flood Control District, 255 Glacier Dr., Martinez, CA 94553 by December 31,2008 at 5:00 PM and provide County with a minimum of one.hard copy in a reproducible format and one electronic copy in PDF format. 1 .2. Preparation of the Vision Plan will require the use of technical consultants to perform certain tasks. Contractor shall be solely responsible for the selection and hiring of any and all technical or professional consultants. No increase in the maximum payment provided by this Agreement shall be due Contractor for costs or liabilities incurred by contractor's consultants. yniti1Contractor County Dept