ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA (510) FAX (510)

Similar documents
IRFQ #R15-04: FRIDAY NIGHT LIVE

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Alameda Local Agency Formation Commission

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

Independent Certified Public Accountant Audit of Financial Records and Preparation of Report to State Controller

FILLABLE FORMS TEMPLATE INSTRUCTIONS TO BIDDERS

Service Providers for Agency Marketing and Outreach Campaigns

EXHIBIT B. Insurance Requirements for Construction Contracts

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT PERMANENT ENCROACHMENT PERMIT

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Mobile and Stationary Security Patrol Services

BUILDING SERVICES AGREEMENT

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

Request for Proposal

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Beverly Hills Beverly Hills, CA

STORM DRAIN ENGINEERING DESIGN SERVICES

April 27, 2017 REQUEST FOR PROPOSALS (RFP) FOR PROFESSIONAL LAND SURVEYING SERVICES

WEST VALLEY SANITATION DISTRICT

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

Westwood Village Farmers Market Request for Proposals May 14, 2012

Request for Proposals

PROFESSIONAL SERVICES FOR CONSTRUCTION MANAGER AT RISK (CMAR) FOR THE MOBILE DOWNTOWN TERMINAL BROOKLEY AEROPLEX MOBILE, ALABAMA

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

REQUEST FOR PROPOSALS

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV

ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA (510) FAX (510)

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

City of Loveland, Ohio

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

COUNTY OF ALAMEDA BEHAVIORAL HEALTH CARE SERVICES INFORMAL REQUEST FOR QUOTE (IRFQ) for

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Cheyenne Wyoming RFP-17229

Request for Proposal. Marina Coast Water District

Real Estate Acquisition Services For Neighborhood Stabilization Program

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

MCGOUGH STANDARD INSURANCE REQUIREMENTS

RFP NAME: AUDITING SERVICES

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FIRE STATION NO. 1 GEOTHERMAL TEST WELL Activity ID

INVITATION TO BID LANDSCAPE SERVICES

1033 Fifth Street Clovis, CA (559)

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

CITY OF SACRAMENTO PROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

REQUEST FOR QUALIFICATIONS. For ON-CALL DESIGN ENGINEERING SUPPORT SERVICES. For DESIGN ENGINEERING DIVISION STOCKTON, CALIFORNIA MAY 21, 2018

CONTACT: Tom McCann Tom Harbour Dennis Rule (623) (623) (623)

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

LONE TREE SCHOOL BELL SYSTEM

CITY OF ROMULUS CHAPTER 39: PURCHASING

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

ARTICLE V Indemnification; Insurance

REQUEST FOR PROPOSALS

Contractor s Insurance Requirements

QUARTZ HILL WATER DISTRICT REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

Lane County Health & Human Services Youth Services Division Motivational Interviewing REQUEST FOR QUOTES

Notice of Request for Proposals

Certificate of. Insurance Information. Packet

Union County. Request for Proposals # Employee Survey Services

REQUEST FOR PROPOSAL FOR. Full Cost Allocation Plan and Citywide User Fee and Rate Study. Finance Department CITY OF HUNTINGTON BEACH

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS (RFP) FOR LEGAL SERVICES

REQUEST FOR QUALIFICATIONS

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

Request for Proposal Records Management and Storage September 1, 2017

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

OGDEN FIRE STATION RFQ #

RFP GENERAL TERMS AND CONDITIONS

REQUEST FOR PROPOSALS

West Ridge Park Ballfield Light Pole Structural Assessment

USE AGREEMENT BETWEEN <OWNER> AND ORANGE COUNTY. THIS AGREEMENT (the Agreement ), is entered into by and between

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

Transcription:

Alameda LAFCO ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA 94612 (510) 271-5142 FAX (510) 272-3784 Members Ayn Wieskamp, Chair Nate Miley John Marchand Sblend Sblendorio Special District Member County Member City Member Public Member Ralph Johnson Scott Haggerty, Vice Chair Jerry Thorne Special District Member County Member City Member Alternates Georgean Vonheeder-Leopold Wilma Chan David Haubert Tom Pico Special District Member County Member City Member Public Member Executive Officer Mona Palacios DATE: December 22, 2017 M E M O R A N D U M TO: FROM: RE: Interested Parties Mona Palacios, Executive Officer Request for Proposals Countywide Municipal Services Review of Water, Wastewater, Flood Control, and Storm Water Services and Related Sphere of Influence Updates The Alameda Local Agency Formation Commission (LAFCo) is seeking proposals from experienced consultants to prepare a Municipal Services Review (MSR) of water, wastewater, flood control, and storm water services in Alameda County, and related sphere of influence (SOI) updates. The MSR will review services provided by cities, special districts, and any other service providers (regional, private, etc.) in order to present a comprehensive overview of services in Alameda County. The level of review may vary from agency to agency and, therefore, it is possible that not all agencies will require a SOI update. We are seeking consultants with MSR and LAFCo experience and knowledge, and expertise in water, wastewater, flood control, and/or storm water service provision. A detailed Request for Proposal outlining proposal and submittal requirements, selection process, and tentative schedule is attached, and is also available on the Alameda LAFCo website at www.acgov.org/lafco. The deadline for submitting proposals is Friday, February 2, 2018 by 4:45 pm. If you have any questions or would like additional information, please contact Alameda LAFCo at (510) 271-5142 or Theresa Rude at (510) 272-3879 or Theresa.rude@acgov.org. Thank you for your interest in Alameda LAFCo. Attachment v:\laf\consultant contracts\msr\water, wastewater, stormwater, 2018\rfp cvr ltr.doc

Alameda LAFCo Request for Proposals to Conduct a Countywide Municipal Services Review and related Sphere of Influence Updates The Alameda Local Agency Formation Commission (LAFCo) is soliciting proposals from qualified consultants to prepare a municipal services review (MSRs) that will be used to inform the update of the spheres of influence (SOIs) of local public agencies that provide water, wastewater, flood control, and storm water services in Alameda County. All work is to be performed in accordance with applicable California Government Code provisions and Alameda LAFCo s policies and procedures. Background In accordance with the Cortese-Knox-Hertzberg Local Government Reorganization Act of 2000 ( CKH Act ; Government Code 56000 et seq.), on or before January 1, 2008, and every five years thereafter, LAFCo shall, as necessary, review and update the SOI for each local agency. In conjunction with the SOI updates, LAFCo shall prepare corresponding MSRs. Alameda LAFCo is responsible for reviewing and updating, as necessary, the SOIs for 43 public agencies in Alameda County (14 cities and 29 special districts). LAFCo conducted a utilities MSR that included water, wastewater, flood control, and storm water services in 2007 and updated SOIs for relevant agencies at that time. A Cities MSR and related SOI updates is expected to be completed in January 2018, but detailed information of the provision of water, wastewater, flood control and storm water services by cities was not included in that review. Government Code 56430 requires LAFCo to prepare and adopt a written determination for each of the following considerations: Growth and population projections for the affected area The location and characteristics of any disadvantaged unincorporated communities within or contiguous to the sphere of influence. Present and planned capacity of public facilities, adequacy of public services, and infrastructure needs or deficiencies including needs or deficiencies related to treated and industrial water, and structural fire protection in any disadvantaged, unincorporated communities within or contiguous to the sphere of influence Financial ability of agencies to provide services Status of, and opportunities for shared facilities Accountability for community service needs, including governmental structure and operational efficiencies Any other matter related to effective or efficient service delivery, as required by commission policy. California Government Code 56425 requires LAFCo to prepare and adopt a written statement of determination of each city and district with respect to the following considerations: The present and planned land uses in the area, including agricultural and open-space lands. The present and probable need for public facilities and services in the area. The present capacity of public facilities and adequacy of public services that the agency provides or is authorized to provide. The existence of any social or economic communities of interest in the area if the commission determines that they are relevant to the agency. For an update of an SOI of a city or special district that provides public facilities or services related to treated and raw water, or structural fire protection, that occurs pursuant to subdivision (g) on or after July 1, 2012, and the present and probable need for those public

facilities and services of any disadvantaged unincorporated communities within the existing sphere of influence. The nature, location and extent of any functions or classes or services provided by existing districts. For general information about LAFCos, visit the CALAFCO website: www.calafco.org. For information about Alameda LAFCo along with previously completed MSRs, please visit our website: http://www.acgov.org/lafco/. Scope of Work The MSR report will include determinations on each of the above topics, and will also include information upon which LAFCo can base its determination of the appropriate SOI for each agency. Based on the results of the MSR, the Commission may consider further updates to the SOIs of each agency that provides water, wastewater, flood control, and storm water services in Alameda County. The scope of work will involve identifying all local agencies that provide the subject services, and may involve reviewing other regional public agencies and private service providers involved in the provision of the municipal services. A final scope of work and timeline will be negotiated with the firm selected to conduct this review, and will be included with the professional services agreement to be approved by LAFCo. Budget A final not-to-exceed budget amount for this project will be negotiated with the firm selected for the work prior to an agreement being recommended to LAFCo for adoption. Schedule The final overall schedule for this project will be negotiated with the firm selected to conduct this review and will be included with the professional services agreement to be approved by LAFCo. Proposal Requirements Responses to this RFP must include all of the following: 1. A statement about the firm that describes history, competencies and resumes of the principal and of all professionals who will be involved in the work. This statement should address the following criteria: Management level understanding of how the full range of municipal services including water, wastewater, flood control and storm water are financed and delivered Familiarity with the CKH Act, the role and functions of LAFCos, and the MSR process Experience in governmental organization analysis, including performance measurement and evaluation Ability to facilitate and synthesize input from a variety of sources Ability to interpret varied financial and planning documents Experience in identifying and fostering multi-agency cooperation Ability to conduct public input processes Experience with presenting and disseminating information to local agencies and the public for review and comment Ability to work cooperatively with divergent interests 2. Identification of the lead professional responsible for the project and identification of the professional(s) who will be performing the day-to-day work. 3. Identification of any sub-consultants who will be involved. If sub-consultants are proposed, describe the work they will perform and include the same information for each sub-consultant as required for items 1 and 2 above. 4. A statement of similar or related experience accomplished in the last three years and references for each such project, including the contact name, address and telephone number. Alameda LAFCo RFP, 12.22.2017 Page 2

5. Description of the anticipated approach for this project, explicitly discussing and identifying methodology and timeline. 6. Disclosure of potential conflicts of interest with local agencies in Alameda County. 7. Identification of any information, materials and/ or work assistance required from the Alameda LAFCo to complete the project. 8. Project schedule, including the timing of each work task. 9. Information about the availability of all the professionals who will be involved in the work, including any sub-consultants. 10. The anticipated project cost, including: a. A not-to-exceed total budget amount. b. The cost for each major sub-task identified in the draft scope of services. c. The hourly rates for each person who will be involved in the work, including the rates for any sub-consultants. 11. One copy of a completed MSR which your firm has prepared, if applicable. Submittal Requirements DUE DATE: On or before 4:45 P.M., Friday, February 2, 2018. NUMBER OF COPIES: One fully reproducible original copy and one electronic version. DELIVER TO: Alameda LAFCo 1221 Oak Street, Rm. 555 Oakland, CA 94612 Note: If delivery is to be in person, please first call the LAFCo office (510) 271-5142 to arrange a delivery time. There is no building access after 5 pm. Firms submitting proposals should be aware that the proposals will be considered public records and should avoid including confidential or trade secret material. Selection Process The selection process will include review of proposals by a selection committee. The selection committee will use the criteria listed below to evaluate the proposals. At the discretion of the selection committee, additional information may be requested to clarify and explain proposals. Applicability of overall experience and qualifications relating to required services. Consultant shall have knowledge of municipal services, particularly water, wastewater, flood control and storm water services, and/or LAFCos. Direct experience with LAFCos is highly desirable. Evaluation of the scope of services, examining in particular any special techniques, approaches, ideas, and insights to be used in performing the services, along with additional consideration of how previous experiences may contribute to the proposer s ability to carry out the services. Consultant shall possess the ability to initiate, develop and carry out effective strategies to complete municipal service reviews in accordance with State law and LAFCo requirements. Evaluation of quality and comparability of previous service contracts/employment agreements on which the proposer was the sole or lead consultant. Successful experience with local public agencies of similar size and scope to the Alameda LAFCo within the last five (5) years. Successful experience is defined as that which was completed to the satisfaction of the client, on time and within budget. Evaluation of background, general experience, knowledge, and special capabilities or qualities brought to the project by the consultant. Consultant shall possess all permits, licenses and professional credentials necessary to perform the required planning services. The consulting firms with the most highly rated proposals will be invited for interviews. Tentatively, interviews will be scheduled the week of February 20, 2018. Following interviews, LAFCo staff will negotiate with the top-ranked firm. If agreement cannot be reached with the top-ranked firm, then Alameda LAFCo RFP, 12.22.2017 Page 3

staff will negotiate with the next highest rank firm. Alameda LAFCo is expected to consider action on a recommended agreement, including scope of work, budget, and timeline, tentatively at the regular March 8, 2018 meeting. The Commission reserves the right to cancel this RFP process at any time, and award a contract to one or more firms, or to decline to award a contract to any firm. The Commission may amend the RFP at any time, which amendment shall take the form of an addendum published on the Commission s website. It is the responsibility of any prospective firm to take note of any addendum on the Commission s website. The Commission will only provide individual notice of an addendum to firms that have submitted proposals prior to the issuance of the addendum. Non-Discrimination & Equal Opportunity It is the desire of the Alameda LAFCo to provide Minority/Women-Owned, Local Small and Emerging Business Enterprises, and all other business enterprises an equal opportunity to participate in the performance of all contracts, subcontracts, and other LAFCo business activities. Conflict of Interest Proposers warrant and covenant that no official or employee of the Alameda LAFCo, nor any business entity in which an official of the Alameda LAFCo has an interest, has been employed or retained to solicit or aid in the procuring of the resulting contract, nor that any such person will be employed in the performance of such contract without immediate divulgence of such fact to the Alameda LAFCo. Proposers will notify LAFCo of any potential conflict of interest regarding other work or third party contracts. Insurance Requirements The successful proposer shall be required to maintain throughout the term of the contract, and for a minimum of six months following completion by Consultant and acceptance by LAFCo of all services under the contract, the minimum insurance coverages, minimum limits, and endorsements and conditions as described on Attachment 1. Alameda LAFCo Contacts Mona Palacios, Executive Officer 1221 Oak Street, Rm. 555 Oakland, CA 94612 Phone: (510) 271-5142 Email: mona.palacios@acgov.org Theresa Rude, Analyst 1221 Oak Street, Rm. 555 Oakland, CA 94612 Phone: (510) 272-3879 Email: theresa.rude@acgov.org TENTATIVE SCHEDULE The tentative schedule associated with the circulation of the RFP and submission of proposals follows. STEP DATE Request for Proposal (RFP) issued Friday, December 22, 2017 RFP Responses due Friday, February 2, 2018 by 4:45 pm Evaluation Period February 5-9, 2018 Applicant Interviews February 20, 2018 Anticipated Award Date March 8, 2018 Contract Start Date Monday, March 12, 2018 Alameda LAFCo RFP, 12.22.2017 Page 4

ATTACHMENT 1 - MINIMUM INSURANCE REQUIREMENTS Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire term of the Agreement or longer, as may be specified below, the following minimum insurance coverage, limits and endorsements: TYPE OF INSURANCE COVERAGES MINIMUM LIMITS A B C D Commercial General Liability Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability Commercial or Business Automobile Liability All owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or hauling related Workers Compensation (WC) and Employers Liability (EL) Required for all contractors with employees Endorsements and Conditions: $1,000,000 per occurrence (CSL) Bodily Injury and Property Damage $1,000,000 per occurrence (CSL) Any Auto Bodily Injury and Property Damage WC: Statutory Limits EL: $1,000,000 per accident for bodily injury or disease 1. ADDITIONAL INSURED: All insurance required above with the exception of Commercial or Business Automobile Liability, Workers Compensation and Employers Liability, shall be endorsed to name as additional insured: the Alameda Local Agency Formation Commission (LAFCo), the individual members thereof, and all Alameda LAFCo officers, agents, employees, volunteers, and representatives. The Additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 38 04 13. 2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement. In addition, Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years following the later of termination of the Agreement and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement. 3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies, including excess and umbrella insurance policies, shall include an endorsement and be primary and non-contributory and will not seek contribution from any other insurance (or self- insurance) available to Alameda LAFCo. The primary and non-contributory endorsement shall be at least as broad as ISO Form 20 01 04 13. Pursuant to the provisions of this Agreement insurance effected or procured by the Contractor shall not reduce or limit Contractor s contractual obligation to indemnify and defend the Indemnified Parties. 4. INSURER FINANCIAL RATING: Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:VII or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to Alameda LAFCo. Acceptance of Contractor s insurance by Alameda LAFCo shall not relieve or decrease the liability of Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor. 5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall verify that the subcontractor, under its own policies and endorsements, has complied with the insurance requirements in this Agreement, including this Exhibit. The additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 38 04 13. 6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture, required insurance shall be provided by one of the following methods: Separate insurance policies issued for each individual entity, with each entity included as a Named Insured (covered party), or at minimum named as an Additional Insured on the other s policies. Coverage shall be at least as broad as in the ISO Forms named above. Joint insurance program with the association, partnership or other joint business venture included as a Named Insured. 7. CANCELLATION OF INSURANCE: All insurance shall be required to provide thirty (30) days advance written notice to Alameda LAFCo of cancellation. 8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to Alameda LAFCo, evidencing that all required insurance coverage is in effect. Alameda LAFCo reserves the rights to require the Contractor to provide complete, certified copies of all required insurance policies. The required certificate(s) and endorsements must be sent as set forth in the Notices provision. Certificate C-1 Form 2001-1 (Rev. 08/01/2017)