Statement of Qualifications (SOQ)

BrianElkins4 782 views 27 slides May 09, 2017
Slide 1
Slide 1 of 27
Slide 1
1
Slide 2
2
Slide 3
3
Slide 4
4
Slide 5
5
Slide 6
6
Slide 7
7
Slide 8
8
Slide 9
9
Slide 10
10
Slide 11
11
Slide 12
12
Slide 13
13
Slide 14
14
Slide 15
15
Slide 16
16
Slide 17
17
Slide 18
18
Slide 19
19
Slide 20
20
Slide 21
21
Slide 22
22
Slide 23
23
Slide 24
24
Slide 25
25
Slide 26
26
Slide 27
27

About This Presentation

Statement of Qualifications (SOQ)
http://www.blelkins.com


Slide Content

2901 West Coast Hwy., Suite 200
Newport Beach, CA 92663
(949) 334-3911 • Toll Free (800) 997-9390
e-mail: [email protected]
www.blelkins-associates.com
B. L. ELKINS & ASSOCIATES
Statement of Qualifications

B. L. ELKINS & ASSOCIATES
2901 West Coast Hwy., Suite 200 • Newport Beach, CA 92663
(949) 334-3911 • Toll Free (800) 997-9390 • e-mail: [email protected]
www.blelkins-associates.com
Table of Contents
Introduction .......................................1
Associations.......................................3
References........................................4
Letter of Recommendation............................5
Infrastructure Projects.............................7
Schedule of Hourly Rates...........................19
Insurance Coverage................................20

B. L. ELKINS & ASSOCIATES
2901 West Coast Hwy., Suite 200 • Newport Beach, CA 92663
(949) 334-3911 • Toll Free (800) 997-9390 • e-mail: [email protected]
www.blelkins-associates.com
B.L. Elkins & Associates is a highly effective and competent construction management and administrative
management firm with over 18 years of hands on experience. We have a proven track record of effective construction
management of public works for dozens of high profile clients in Southern California. The specialists at B.L. Elkins
& Associates also have a wealth of experience providing administrative management services to a number of local
agencies. We specialize in providing services to municipal agencies, special districts, school districts and other
public institutions. Our clients receive the benefit of our strong administrative and management skills, knowledge
of business and contracts, knowledge of construction materials and methods, field supervisory experience, and
good communication and negotiation skills.
B.L. Elkins & Associates is uniquely qualified to provide full spectrum construction management support and
assistance including:
•Provide overall project coordination and•Maintain project files and records
Project Team management •Prepare, review and process monthly
•Monitor Project Team performance relative contractor pay requests
to contractual obligations •Provide advice and assistance in resolving
•Provide regular project budgeting, claims and disputes
scheduling, cost accounting and reporting•Recommend and monitor appropriate levels
•Prepare monthly reports addressing of budget contingency
project progress and issues •Monitor, guide and advise the City as to
•Propose, develop and implement project compliance with the requirements of state
quality control and assurance plans and federal funding agencies. Prepare
•Schedule and conduct progress meetings paperwork for compliance as required
and issue minutes and action lists
In addition, B.L. Elkins & Associates provides a full array of pre-construction, construction and project close-
out services.
•Working with City staff and design engineers, •Monitor delivery and review of shop drawings
finalize project bidding and procurement and submittals and expedite approvals of same
strategies •Monitor contractor performance as to cost,
•Assist the agency to prepare and issue the quality and schedule
Notice Inviting Bids, assist in the evaluation•Identify and attempt to resolve construction
of written proposals and conduct interviews issues/disputes as they arise
to assist the agency in selecting the Contractor•Develop and implement a system for the
•Provide constructability reviews preparation, review and processing of
•In collaboration with the contractor, develop construction change directives and change
a construction schedule outlining start and orders
finish dates for procurement and construction •Maintain an accurate, up-to-date construction
activities cost accounting system
•Observe construction progress and report•In collaboration with the Contractor, develop a
deviations from the schedule which will detailed schedule of close-out activities
jeopardize job progress •Schedule and direct inspections to develop
•Review the capabilities of proposed punch lists
subcontractors and evaluate their suitability• Coordinate, catalogue and confirm delivery to
•Observe Work in progress for conformance City of all keys, manuals, warranties, as-built
with plans and specifications drawings, plans and specifications, lien releases
-1-

•Coordinate the work of separate contractors •Schedule and monitor all product and equipment
engaged by the agency demonstrations and training. Monitor initial
•Assist in the selection of independent testing start-up and testing of all systems to confirm
agencies. Coordinate their work, review their compliance with specifications
reports and make recommendations regarding
their findings
•Maintain a complete and current record of
project contracts, drawings and specifications,
progress photos, testing and inspection reports
Other construction management services encompass Program Management, Bid Administration, Budgeting
Analysis, Cost Estimating, Strategic Planning, Community Relations, Client Problem Resolution,
Constructability Review, Safety and Compliance, Materials Inspection, Value Engineering, and Life Cycle Cost
Analysis.
The firms' technical strengths include:
·geotechnical engineering
·construction materials testing and inspection
·materials site investigation and studies
The Administrative Management services available through B.L. Elkins & Associates comprise:
·Municipal department administration
·Municipal budgeting
·Program research and development
·Project coordination and management
·Grant and subvention program administration
·Personnel services support
·Supervisory training
·Interim staff assignments
B.L. Elkins & Associates has served as Los Angeles County deputy construction inspector. The firm has a documented
track record of maximizing performance in large budget projects with high levels of complexity and high public
visibility. B.L. Elkins & Associates has been consistently recognized for delivering projects from start to
completion on time and under budget. We pride ourselves on making sure the residents and business community are
satisfied both during construction and with the final product.
B.L. Elkins & Associates program managers, construction managers and administrators have the expertise and
resources to successfully deliver your critical programs and projects. Whether it is transportation, treatment
facilities, healthcare, buildings, infrastructure, sports facilities, program management or staff augmentation, we
can help you. From program/project development and implementation, pre-project planning, to construction, to
start-up and occupancy, we have the qualified staff and management tools to fulfill your needs. With our
assistance, your projects will be high quality, built expeditiously
and cost-effectively. Our size allows us to personally work all
projects and take pride in exceeding all expectations!
-2-

ASCE: Construction Engineering
ASCE: Geotechnical Engineering
American Concrete Institute

American Society of Civil Engineers (ASCE)


Chi Epsilon (֌) - National Civil Engineering Honor Society

U.S. Green Building Council (USGBC)


Certified Construction Managers, CMAA



Construction Management Association of America

Geotechnical Engineering Experts






Official University of Kentucky Alumni

LEED AP BD+C




USC DEN@Viterbi - Distance Education Network
ASSOCIATIONS


American Public Works Association


American Water Works Association
-3-
Construction Management • Inspection • Program Management

REFERENCES
-4-
Construction Management • Inspection • Program Management
City of Covina
Lisa Brancheau
Project Manager
(626) 384-5441
City of Downey
Desi Gutierrez, P.E.
Project Manager/Senior City Engineer
(562) 271-3188
City of Culver City
Sammy Romo, P.E.
Project Manager
(310) 253-5619
City of Huntington Beach
Eric Charlonne
Construction Manager
(714) 334-8388
City of Seal Beach
Vince Mastrosimone
Director of Public Works
Retired 2010
(626) 260-1783
City of La Puente
David Carmany
City Manager
(626) 855-1500

Letter of
Recommendation
Letter of
Recommendation
B.L. Elkins & Associates

-5-

-6-

I
N
F
R
A
S
T
R
U
C
T
U
R
E

P
R
O
J
E
C
T
S
I
N
F
R
A
S
T
R
U
C
T
U
R
E

P
R
O
J
E
C
T
S

2901 West Coast Hwy., Suite 200
(949) 334-3911
www.blelkins-associates.com
Newport Beach, CA 92663
Toll Free (800) 997-9390
e-mail: [email protected]
B. L. ELKINS & ASSOCIATES
-7-
Total Project Cost $15 Million

-8-

-9-
Construction Management • Inspection • Program Management

Covina Downtown Parking Structure
Covina, California
The City of Covina is in need of additional parking to serve the show-goers from the
Playhouse, a nearby musical performance center. Watry Design, Inc. was selected as the
architects, parking planners, and structural engineers to design a multi-level parking structure
located on an existing surface parking lot, across the street from City Hall. The design
objective for the Downtown Parking Structure is to reflect the essence of the downtown
Covina architectural character while making its own unique architectural statement.
The site’s architectural context includes close proximity to the early California-style City
Hall, a Victorian- style housing project, the Playhouse and the storefronts along Citrus
Avenue. Including its well-executed later additions, the strongest architecture belongs to City
Hall. The building represents the quality, longevity and historic fabric that make Covina a
special and distinctive place to live and work. The new parking structure will be constructed
on College Street, one block from Citrus Avenue and one block from Badillo Street. The site is
approximately 113.5' by 175' and is bound on the west and south by public alleys. An express
ramp will provide vehicular circulation between levels for the three level building, which will
provide 124 parking stalls. The structural system is post-tensioned, cast-in-place moment
frame concrete construction. The stair tower is prominently featured on the northwest corner
of the building, and features a glass-backed elevator with landscaping along the sidewalk.
Project Data:
• 124 parking stalls
• 45,700 total square feet
• Total Project Cost $10,880,000
• $87,756 cost per stall
• 368 square feet per stall
• 3 levels
• Serving City Hall, Community
Owner: City of Covina
Construction Manager: B.L. Elkins & Associates
Contractor: RJ Daum
Status: Completed 2009
Watry: Architects, Parking Planners,
and Structural Engineers
-10-

-11-
Construction Management • Inspection • Program Management

B.L. Elkins & Associates provided full time Program Management, Construction Management & Inspection
Services for Two Major Roadway Infrastructure Projects simultaneously including but not limited to: responding to
RFI's, issuing RFQ's,

Lakewood Boulevard Corridor Improvement Project-Phase 3B:
•Provided oversight over the entire project from initial design definition to
funding, contractor selection and management, execution and delivery.
•Monitored and supervised all on site activities. Responsible for contractor
payments reporting cost and progress, building and site inspections and
certification.
•Delivered completed project on time and hundreds of thousands of dollars
under budget.

processing and negotiating Change Order's of scheduled work with unforeseen conditions and
additional work while maintaining the construction schedule and budget. Conducted weekly progress meetings with
contractors, subcontractors, and utility companies. Both projects are utilizing the most efficient irrigation systems to
reduce water usage through green technologies and all new high efficiency LED Street
Lighting including all new Traffic Signals with LED Lights utilizing new technology
to reduce city's electrical costs and to provide a brighter safer environment. B.L. Elkins
& Associates team approach and project delivery were successful for both the City and
the communities and met or exceeded the scheduling and cost expectations. This was
very important due to political deadlines due to funding sources.
Utilized expert knowledge to negotiate change orders effectively. The work
performed under this Contract generally consisted of the construction of
street improvements on Lakewood Boulevard from Florence Avenue to
Gallatin Road, approximately one mile of construction of a major corridor to
the 5 Freeway. The work encompassed: street widening, pavement removal
and reconstruction, construction of new curbs, gutters, sidewalks and curb
ramps, storm drain modifications, potable water system improvements,
construction of new recycled water mainline, construction of new raised
landscaped median islands including irrigation systems, reconstruction of
existing raised median islands and replacement of existing landscaping and
irrigation systems, installation of ornamental street and pedestrian lighting
system, traffic signals upgrades planting parkway trees, install benches,
litter receptacles and bus shelters, traffic signing, striping and pavement
markings, traffic control and all appurtenant work thereto necessary for the
proper construction of the contemplated improvements, in accordance with
Plans and Specifications.
•Total Project Cost $5.7 Million
-12-

-13-

B.L. Elkins & Associates provided full time Program Management, Construction Management & Inspection
Services for Two Major Roadway Infrastructure Projects simultaneously including but not limited to: responding to
RFI's, issuing RFQ's,

Firestone Boulevard Corridor Improvement Project:
•Monitored and supervised all on site activities.
•Responsible for contractor payments, reporting cost and progress, building
and site inspections and certifications.
•Utilized expert
processing and negotiating Change Order's of scheduled work with unforeseen conditions and
additional work while maintaining the construction schedule and budget. Conducted weekly progress meetings with
contractors, subcontractors, and utility companies. Both projects are utilizing the most efficient irrigation systems to
reduce water usage through green technologies and all new high efficiency LED Street Lighting including all new
Traffic Signals with LED Lights utilizing new technology to reduce city's electrical costs and to provide a brighter safer
environment. B.L. Elkins & Associates team approach and project delivery were successful for both the City and the
communities and met or exceeded the scheduling and cost expectations. This was very important due to political
deadlines due to funding sources.
knowledge to implement and negotiate change orders
effectively.
•The work performed under this Contract generally consisted of street
widening and total reconstruction of Firestone Boulevard from Old River
School Road to Brookshire Avenue, approximately three mile corridor
project to the 605 Freeway. The work encompassed: street widening,
pavement removal and reconstruction, construction of new curbs, gutters,
sidewalks and curb ramps; storm drain modifications, potable water system
improvements, construction of new recycled water mainline, construction of
new raised landscaped median islands including irrigation systems,
reconstruction of existing raised median islands and replacement of existing
landscaping and irrigation systems, installation of ornamental street and
pedestrian lighting system, traffic signals upgrades planting parkway trees,
install benches, litter receptacles and bus shelters, traffic signing, striping
and pavement markings, traffic control and all appurtenant work thereto
necessary for the proper construction of the contemplated improvements, in
accordance with Plans and Specifications.
•Total Project Cost $6.1 Million
-14-

B.L. Elkins & Associates provided full time Program Management, Construction Management & Inspection
Services for Two Major Infrastructure Projects simultaneously including but not limited to: responding to RFI’s,
issuing RFQ’s,

2013 PAVEMENT OVERLAY & INFRASTRUCTURE IMPROVEMENT PROJECTS.
These projects consisted of the removal of existing asphalt pavement and replacement of
approximately 10,000 tons of new rubberized asphalt pavement (ARHM). Construction
will include removal and replacement of new Curb and Gutters, Sidewalks and ADA
Compliant Handicap Ramps and Adjustment of various utility manholes in the roadways
and PCC Improvements within the project limits listed below:
processing and negotiating Change Order's of scheduled work with unforeseen conditions and
additional work while maintaining the construction schedule and budget.Conducted weekly progress meetings with
contractors, subcontractors, and utility companies.
Baldwin Avenue between Farragut Drive, Blackwelder Street, Braddock Drive between
Sepulveda and Sawtelle Boulevards, Commonwealth Avenue between Garfield Avenue
and Farragut Drive, Commonwealth Circle, Coolidge Avenue, Cranks Road between
Hill and Tellefson Roads, Culview Street, Diller Avenue, El Rincon Way, Farragut Drive
between Harter and Commonwealth Avenues, Farragut Drive between Overland Avenue
and Elenda Street, Farragut Drive between Overland and Mentone Avenues, Franklin
Avenue between Harter and Commonwealth Avenues, Franklin Drive between Overland
Avenue and Elenda Street, Garfield Avenue between Harter and Commonwealth
Avenues, Hannum Avenue between Fox Hills Drive and Slauson Avenue, Keystone
Avenue between Farragut Drive and Le Bourget, La Salle Avenue between Braddock and
Farragut Drives, Madison Avenue between Braddock and Farragut Drives, Mentone
Avenue between Farragut Drive and Le Bourget, Mentone Avenue between Farragut and
Braddock Drives, Molony Road, Patom Drive, Port Road between Coolidge and Etheldo
Avenues, Purdue Avenue between Washington Boulevard and city boundary, Stephon
Terrace, Star Circle, Stever Court, Tellefson Road between Molony and Ranch Roads,
Warner Drive
•Total Project Cost $10.1 Million
-15-

B.L. Elkins & Associates provided full time Program Management, Construction Management & Inspection
Services for Two Major Infrastructure Projects simultaneously including but not limited to: responding to RFI's,
issuing RFQ's, processing and negotiating Change Order's of scheduled work with unforeseen conditions and
additional work while maintaining the construction schedule and budget. Conducted weekly progress meetings
with contractors, subcontractors, and utility companies.
Construction of two 1 million gallon reinforced steel epoxy lined reservoirs with booster pump stations and the
installation of several miles of new DIP and PVC water main lines as well as hundreds of new water meter services
and fire services.
•Total Project Cost $11 Million
-16-

Azusa Corridor Restoration Project, City of Azusa –
time Construction Management, Inspection and oversight for this $6.5 million roadway restoration
project. Work consisted of the reconstruction of a 3.7-mile section of State Highway 39 in Los Angeles
County, including: roadway widening, installation of major infrastructure including sewer, water, and
storm drain; installation of fiber optic conduit under roadway bed, installation of new traffic signal loops
and conductors, construction of medians, sidewalks, and ADA compliant curbs, beautification phase
requiring the planting of hundreds of trees and thousands of shrubs and lighting improvements, and utility
coordination and adjustment of manholes. B.L. Elkins & Associates was responsible for initial design
reviews, assisting city council with awards, contractor management, issuing RFIs, coordinating project
planning, budgeting, design and building specifications, materials testing, interactions with community
leaders and business owners, and managing public relations.
•Total Project Cost $6.5 Million
Citywide Street Rehabilitation Projects, City of Covina – B.L. Elkins & Associates. Provided
full time Program Management, Construction Management, Inspection and oversight for citywide street
rehabilitation projects throughout the City of Covina for multiple years (8 Years). Project elements
included grind and overlay, slurry seal, installation of water mains and storm drains, and construction of
ADA compliant curb ramps, sidewalks, and curb and gutter as well as construction of PCC bus pads.
•Total Project Cost $5 Million
Citywide Street Rehabilitation Projects, City of Seal Beach – B.L. Elkins & Associates.
Provided full time Construction Management, Inspection and oversight for several street rehabilitation
projects throughout Seal Beach. Project elements included grind and overlay, slurry seal, installation of
water mains and storm drains, and construction of ADA compliant curb ramps, sidewalks, and curb and
gutter. Responsibilities included ensuring completion of daily reports, and accurate accounting of
quantities constructed on a daily basis for the improvements which included reconstruction and
rehabilitation; construction of sidewalks and ADA compliant curb ramps; traffic control; and signing and
striping. Oversight resulted in successful projects that were completed within budget and ahead of
schedule.
•Total Project Cost $6 Million
Citrus Avenue Corridor Restoration Project, City of Covina - B.L. Elkins & Associates.
Provided full time Construction Management, Inspection and oversight for street rehabilitation and
asphalt overlay for citrus avenue corridor project beginning just north of the 10 Freeway and continuing
through the main corridor of old town Covina. Project consisted of asphalt overlay utilizing both
conventional and rubberized asphalt and additional improvements to ADA compliant curb ramps,
sidewalks, and curb and gutter as well as construction of PCC bus pads.
•Total Project Cost $4.5 Million
Street & Waterline Improvements Pacific Coast Highway, City of Lomita – B.L. Elkins &
Associates. Provided full time Construction Management, Inspection and oversight of approximately of
10,300 linear feet of water mainline rehabilitation, 12,300 linear feet total of street rehabilitation including
grind and overlay, removal and disposal of existing asphalt concrete, construction of finish course asphalt
on base course asphalt. Removal and replacement of Portland cement concrete improvements such as curb
and gutter, cross section gutters, restriping of the new pavement to match the existing striping, adjustment
of manholes, utility covers and utility boxes to final grade.
•Total Project Cost $6.3 Million
B.L. Elkins & Associates. Provided full
-17-

Citywide Street Rehabilitation Projects, City of Glendora - B.L. Elkins & Associates provided
full time Construction Management, Inspection and oversight for this citywide street rehabilitation projects
throughout the City of Glendora. Project elements included: grind and overlay utilizing both conventional
and rubberized asphalt, slurry seal, installation of water mains and storm drains, and construction of ADA
compliant curb ramps, sidewalks, and curb and gutter as well as construction of PCC bus pads.
•Total Project Cost $4.5 Million
Citywide Street Rehabilitation Projects, City of Azusa - B.L. Elkins & Associates provided full
time Construction Management, Inspection and oversight for citywide street rehabilitation projects
throughout the City of Azusa. Project elements included: grind and overlay utilizing both conventional and
rubberized asphalt, slurry seal, installation of water mains and storm drains, and construction of ADA
compliant curb ramps, sidewalks, and curb and gutter as well as construction of PCC bus pads.
•Total Project Cost $5.1 Million
B. L. Elkins & Associates has performed inspection of asphalt overlay projects over the past 18 years for the
following cities:
City of Bellflower
City of Carson
City of Cerritos
City Of Culver City
City of Garden Grove
City of Glendale
City of Hollywood
City of Irwindale
City of Lakewood
City of Long Beach
City of Pico Rivera
City of Redondo Beach
City of Santa Fe Springs
City of Santa Monica
City of Signal Hill
City of Torrance
City of Victorville
City of Westminster
-18-

S
C
H
E
D
U
L
E

O
F

H
O
U
R
L
Y

R
A
T
E
S
S
C
H
E
D
U
L
E

O
F

H
O
U
R
L
Y

R
A
T
E
S

B.L. ELKINS & ASSOCIATES, INC
March 1, 2015
Schedule of Hourly Rates
Additional billing classifications may be added to the above listing during the year as new positions are created. Consultation in connection with litigation and
court appearances will be quoted separately. The above schedule is for straight time. Overtime will be charged at 1.25 times, and Sundays and holidays, 1.70
times the standard rates. Blueprinting, reproduction, messenger services, and printing will be invoiced at cost plus fifteen percent (15%). A subconsultant
management fee of fifteen percent (15%) will be added to the direct cost of all subconsultant services to provide for the cost of administration, consultation,
and coordination.
LANDSCAPE ARCHITECTURE
BUILDING AND SAFETY
PLANNING
ADMINISTRATIVE MANAGEMENT
ADMINISTRATIVE
Principal Landscape Architect...................................130.00
Senior Landscape Architect......................................110.00
Associate Landscape Architect.................................100.00
Assistant Landscape Architect....................................85.00
Supervising Plan Check Engineer.............................130.00
Building Official.........................................................130.00
Plan Check Engineer................................................120.00
Deputy Building Official.............................................120.00
Inspector of Record..................................................120.00
Senior Plans Examiner..............................................110.00
Supervising Building Inspector..................................110.00
Plans Examiner........................................................100.00
Senior Building Inspector..........................................100.00
Supervisor Code Enforcement..................................100.00
Building Inspector.........................................**90.00 / 95.00
Supervising Construction Permit Specialist................90.00
Senior Construction Permit Specialist.........................85.00
Senior Code Enforcement Officer...............................80.00
Assistant Building Inspector..........................**80.00 / 95.00
Code Enforcement Officer..........................................65.00
Construction Permit Specialist....................................70.00
Assistant Construction Permit Specialist.....................60.00
Plans Examiner Aide...................................................60.00
Assistant Code Enforcement Officer...........................55.00
Principal Planner......................................................130.00
Principal Community Development Planner..............130.00
Senior Planner..........................................................115.00
Senior Community Development Planner.................115.00
Associate Planner....................................................100.00
Associate Community Development Planner............100.00
Assistant Community Development Planner...............90.00
Assistant Planner.......................................................90.00
Planning Technician....................................................70.00
Community Development Technician..........................70.00
Municipal Director....................................................155.00
Administrative Manager.............................................65.00
Management Assistant...............................................50.00
Computer Data Entry..................................................50.00
Clerical.......................................................................50.00
Word Processing........................................................50.00
Personal Computer Time............................................15.00
ENGINEERING
CONSTRUCTION MANAGEMENT
SURVEYING
Principal Engineer...................................................$165.00
City Engineer.............................................................155.00
Project Manager........................................................155.00
Supervising Engineer................................................140.00
Senior Engineer.........................................................125.00
Senior Design Manager.............................................125.00
Design Manager........................................................115.00
Associate Engineer....................................................115.00
Senior Designer.........................................................110.00
Senior Design Engineer II...........................................110.00
Senior Design Engineer I...........................................105.00
Designer II.................................................................100.00
Designer I....................................................................95.00
Design Engineer II.....................................................100.00
Design Engineer I........................................................95.00
Senior Drafter..............................................................90.00
Drafter II.......................................................................80.00
Drafter I........................................................................75.00
Technical Aide..............................................................65.00
Program Manager......................................................155.00
Senior Construction Manager....................................135.00
Construction Manager...............................................125.00
Assistant Construction Manager................................105.00
Project Coordinator....................................................110.00
Supervising Public Works Observer...........................110.00
Senior Public Works Observer.....................................95.00
Public Works Observer..................................**80.00 / 95.00
Assistant Public Works Observer...................**75.00 / 95.00
Labor Compliance Manager.......................................105.00
Labor Compliance Specialist.......................................80.00

Supervisor - Survey & Mapping..................................140.00
Senior Survey Analyst................................................110.00
Senior Calculator.......................................................105.00
Calculator II.................................................................95.00
Calculator I..................................................................85.00
Survey Analyst II........................................................100.00
Survey Analyst I...........................................................85.00
Survey Party Chief.....................................................100.00
Field Party (One)........................................................150.00
Field Party (Two)........................................................200.00
Field Party (Three).....................................................250.00
**Prevailing Wage Project, Use $95.00/Hour
-19-

I
N
S
U
R
A
N
C
E

C
O
V
E
R
A
G
E
I
N
S
U
R
A
N
C
E

C
O
V
E
R
A
G
E

CERTIFICATE HOLDER
©1988-2010ACORDCORPORATION.Allrightsreserved.ACORD25(2010/05)
AUTHORIZED REPRESENTATIVE
CANCELLATION
DATE (MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE
LOCJECT
PRO-
POLICY
GEN'L AGGREGATE LIMIT APPLIES PER:
OCCURCLAIMS-MADE
COMMERCIAL GENERAL LIABILITY
GENERAL LIABILITY
PREMISES(Eaoccurrence) $
DAMAGE TO RENTED
EACHOCCURRENCE $
MEDEXP(Anyoneperson) $
PERSONAL&ADVINJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
$RETENTIONDED
CLAIMS-MADE
OCCUR
$
AGGREGATE $
EACHOCCURRENCE $
UMBRELLA LIAB
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
WC STATU-
TORY LIMITS
OTH-
ER
E.L.EACHACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
Ifyes,describeunder
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS ' LIABILITY
Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALLOWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILYINJURY(Perperson)
BODILYINJURY(Peraccident)
PROPERTY DAMAGE
$
$
$
$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
ADDL
WVD
SUBR
N / A
$
$
(Eaaccident)
(Peraccident)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
TheACORDnameandlogoareregisteredmarksofACORD
COVERAGES CERTIFICATENUMBER: REVISIONNUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC#
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S)AFFORDINGCOVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEF ORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INS025(201005).01
2/21/2015
Mike Haffar Insurance Services
150 N. Grand Ave., Suite 209
CA Lic. #0C92488
West Covina CA91791
Mike Haffar
(626)966-9800 (626)966-9882
[email protected]
B.L. Elkins & Associates, Inc
2901 West Coast Hwy
Suite 200
Newport Beach CA92663
Travelers Insurance Companies
CL1412801082
A
X
X
X
BUSINESS PERSONAL PROP.
X
XY
680-3E234008 2/21/20152/21/2016
1,000,000
300,000
5,000
1,000,000
2,000,000
2,000,000
A
X X
XY
680-3E234008 2/21/20152/21/2016
1,000,000
AErrors & Omissions XY106051156 2/21/20152/21/2016
Each Occurrence $1,000,000
(Occurrence) Aggregate $2,000,000
Engineer
The City, its officials, officers, employees, agents, and volunteers shall be additional insur eds with
regard to liability and defense of suits or clai ms arising out of the performance of the Agreeme nt.
Mike Haffar/MK
-20-

CERTIFICATE HOLDER
DATE (MM/DD/YYYY)
CERTIFICATE OF PROPERTY INSURANCE
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEF ORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD24(2009/09) ©1995-2009ACORDCORPORATION.Allrightsreserved.
SPECIAL CONDITIONS / OTHER COVERAGES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
$
$$
TYPE OF INSURANCE POLICY NUMBER COVERED PROPERTY LIMITS
INSR
LTR
POLICY EFFECTIVE
DATE (MM/DD/YYYY)
POLICY EXPIRATION
DATE (MM/DD/YYYY)
PROPERTY
CAUSES OF LOSS
BASIC
BROAD
SPECIAL
EARTHQUAKE
FLOOD
BUILDING
PERSONALPROPERTY
BUSINESS INCOME
EXTRA EXPENSE
BLANKETBUILDING
BLANKET PERS PROP
BLANKET BLDG & PP
$
$
$
$
$
$
$
$
$
WIND
DEDUCTIBLES
BUILDING
CONTENTS
RENTALVALUE
$
INLANDMARINE TYPE OF POLICY
CAUSES OF LOSS
NAMEDPERILS
$
$
$
$
POLICYNUMBER
CRIME
TYPE OF POLICY
$
$
$
BOILER & MACHINERY /
EQUIPMENT BREAKDOWN
$
$$
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CERTIFICATENUMBER: REVISIONNUMBER:
LOCATION OF PREMISES / DESCRIPTION OF PROPERTY (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
TheACORDnameandlogoareregisteredmarksofACORD
If this certificate is being prepared for a party who has an insurable interest in the property, do not use this form. Use ACORD 27 or ACORD 28.
INSURER A :
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
PRODUCER
CUSTOMER ID:
ADDRESS:
E-MAIL
FAX
(A/C, No):
INSURER B :
INSURER C :
CONTACT
NAME:
INSURER D :
INSURER E :
INSURER F :
NAIC#INSURER(S)AFFORDINGCOVERAGE
INS024 (200909)
2/21/2015
Mike Haffar Insurance Serv ices
150 N. Grand Ave., Suite 209
CA Lic. #0C92488
West Covina CA91791
Mike Haffar
(626)966-9800 (626)966-9882
[email protected]
00001052
B.L. Elkins & Associates, Inc
2901 West Coast Hwy
Suite 200
Newport Beach CA92663
Travelers Insurance Companies
CP1422100113
2901 West Coast Hwy, Suite 200, Newport Beach, CA 92663
X
AX $500680-3E234008 2/21/20152/21/2016
X
X
X
10,000
ACTUAL LOSS
ACTUAL LOSS
Engineer
The City, its officials, officers, employees, agents, and volunteers shall be additional
insureds with regard to liability and defense of suits or claims arising out of the performance
of the Agreement.
Mike Haffar/MK
-21-