b l elkins books 032415[1]
TRANSCRIPT
2901 West Coast Hwy., Suite 200Newport Beach, CA 92663
(949) 334-3911 • Toll Free (800) 997-9390e-mail: [email protected]
www.blelkins-associates.com
B. L. ELKINS & ASSOCIATES
Statement of Qualifications
B. L. ELKINS & ASSOCIATES2901 West Coast Hwy., Suite 200 • Newport Beach, CA 92663
(949) 334-3911 • Toll Free (800) 997-9390 • e-mail: [email protected]
www.blelkins-associate s.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 samestrategies • Monitor contractor performance as to cost,
• Assist the agency to prepare and issue the quality and scheduleNotice 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 ordersfinish 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 activitiesjeopardize 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
• 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 confirmagencies. 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 its 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!
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
A
Construction Management • Materials Testing • Construction Inspection
merican Water Works Association
Letter ofRecommendation
Letter ofRecommendation
B.L. Elkins & Associates
INF
RA
ST
RU
CT
UR
E P
RO
JE
CT
SIN
FR
AS
TR
UC
TU
RE
PR
OJ
EC
TS
2901 West Coast Hwy., Suite 200
(949) 334-3911
www.blelk ins-asso ciates.com
Newport Beach, CA 92663
Toll Free (800) 997-9390e-mail: [email protected]
B. L. ELKINS & ASSOCIATES
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 • $5,440,000 total project cost • $43,878 cost per stall • 368 square feet per stall • 3 levels • Serving City Hall, Community
Owner: City of Covina Construction Manager: B.L. Elkins & AssociatesContractor: RJ Daum Status: Completed 2009 Watry: Architects, Parking Planners, and Structural Engineers
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, processing and negotiating Change Order's of scheduled and additional work while maintaining the construction schedule and budget. Conducting weekly progress meetings with contractors, subcontractors, and utility companies. Both projects were utilizing the most efficient irrigation system 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.
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.
• Utilized expert knowledge to implement change orders effectively. Less than half of change orders resulted in added costs to the projects. 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 Fwy in the City of Downey. The work mainly consist of: 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.
• $5.7 Million dollar project
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, processing and negotiating Change Order's of scheduled and additional work while maintaining the construction schedule and budget. Conducting weekly progress meetings with contractors, subcontractors, and utility companies. Both projects were utilizing the most efficient irrigation system 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.
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 knowledge to implement change orders effectively.• The work performed under this Contract generally consisted of the
construction of street widening and reconstruction on Firestone Boulevard from Old River School Road to Brookshire Avenue, approximately three mile corridor project to the 605 Fwy. The work consists of: saw cutting, removal, disposal, cold-milling, asphalt pavement reconstruction, construction of ARHM overlays; construction of concrete improvement including curbs, gutter, cross gutters, driveway approaches, curb ramps, sidewalk, concrete wall, concrete pavers; potable water improvements; cub opening catch basins, local depressions, parkway drains, concrete collars and junction structures; adjustment of manholes water valves and survey monuments to grade; traffic signal upgrades, street lights, ornamental pedestrian lights and electrical system improvements, installation of irrigation systems and landscaping materials; traffic 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 Specification.
• $6.1 Million dollar project
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 and additional work while maintaining the construction schedule and budget. Conducting weekly progress meetings with contractors, subcontractors, and utility companies.
2013 PAVEMENT OVERLAY PROJECT,
P-863, CONCRETE & INFRASTRUCTURE IMPROVEMENT PROJECT P-903. 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:
1. Baldwin Avenue between Farragut Drive and end 2. Blackwelder Street 3. Braddock Drive between Sepulveda and Sawtelle Boulevards 4. Commonwealth Avenue between Garfield Avenue and Farragut Drive 5. Commonwealth Circle 6. Coolidge Avenue 7. Cranks Road between Hill and Tellefson Roads 8. Culview Street 9. Diller Avenue 10. El Rincon Way 11. Farragut Drive between Harter and Commonwealth Avenues 12. Farragut Drive between Overland Avenue and Elenda Street 13. Farragut Drive between Overland and Mentone Avenues 14. Franklin Avenue between Harter and Commonwealth Avenues 15. Franklin Drive between Overland Avenue and Elenda Street 16. Garfield Avenue between Harter and Commonwealth Avenues 17. Hannum Avenue between Fox Hills Drive and Slauson Avenue 18. Keystone Avenue between Farragut Drive and Le Bourget 19. La Salle Avenue between Braddock and Farragut Drives 20. Madison Avenue between Braddock and Farragut Drives 21. Mentone Avenue between Farragut Drive and Le Bourget 22. Mentone Avenue between Farragut and Braddock Drives 23. Molony Road 24. Patom Drive 25. Port Road between Coolidge and Etheldo Avenues 26. Purdue Avenue between Washington Boulevard and city boundary 27. Stephon Terrace 28. Star Circle 29. Stever Court 30. Tellefson Road between Molony and Ranch Roads 31. Warner Drive
$10 Million dollar project
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 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 miles of new DIP and PVC water main lines as well as hundreds of new water meter services and fire services.
$11 Million dollar project
Azusa Corridor Restoration Project, City of Azusa –
Associates
Work consisted of the reconstruction of a 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.
Citywide Street Rehabilitation Projects, City of Covina – B. L. Elkins &
Associates provided construction inspection 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.
Citywide Street Rehabilitation Projects, City of Seal Beach – B. L.
Elkins & Associates provided construction inspection 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.
Citrus Avenue Corridor Restoration Project, City of Covina - B. L.
Elkins & Associates provided construction inspection for street rehabilitation and asphalt overlay for
citrus avenue corridor project beginning just north of the 10 Fwy 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.
Street & Waterline Improvements Pacific Coast Hwy., City of Lomita – B. L. Elkins & Associates inspection & oversight consisted of approximately 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 & 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.
B. L. Elkins &
provided construction inspection services for this $6.5 million roadway restoration project.
Citywide Street Rehabilitation Projects, City of Glendora - B. L. Elkins &
Associates provided construction inspection 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.
Citywide Street Rehabilitation Projects, City of Azusa - B. L. Elkins &
Associates provided construction inspection 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.
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 Hawthorne
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
SC
HE
DU
LE
OF
HO
UR
LY
RA
TE
SS
CH
ED
UL
E O
F H
OU
RLY
RA
TE
S
B.L. ELKINS & ASSOCIATES, INC
March 1, 2015Schedule 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
Division Manager......................................................155.00Principal Landscape Architect...................................130.00Senior Landscape Architect ......................................110.00Associate Landscape Architect .................................100.00Assistant Landscape Architect ....................................85.00
Division Manager......................................................155.00Supervising Plan Check Engineer.............................130.00Building Officia..........................................................130.00Plan Check Engineer ................................................120.00Deputy Building Officia..............................................120.00Inspector of Record ..................................................120.00Senior Plans Examiner..............................................110.00Supervising Building Inspector..................................110.00Plans Examiner ........................................................100.00Senior Building Inspector ..........................................100.00Supervisor Code Enforcement..................................100.00Building Inspector .........................................**90.00 / 95.00Supervising Construction Permit Specialist ................90.00Senior Construction Permit Specialist .........................85.00Senior Code Enforcement Officer ...............................80.00Assistant Building Inspector..........................**80.00 / 95.00Code Enforcement Officer ..........................................65.00Construction Permit Specialist ....................................70.00Assistant Construction Permit Specialist.....................60.00Plans Examiner Aide...................................................60.00Assistant Code Enforcement Officer ...........................55.00
Division Manager......................................................155.00Principal Planner ......................................................130.00Principal Community Development Planner..............130.00Senior Planner ..........................................................115.00Senior Community Development Planner .................115.00Associate Planner ....................................................100.00Associate Community Development Planner............100.00Assistant Community Development Planner...............90.00Assistant Planner .......................................................90.00Planning Technician....................................................70.00Community Development Technician..........................70.00
Municipal Director ....................................................155.00Administrative Manager .............................................65.00Management Assistant ...............................................50.00
Computer Data Entry ..................................................50.00Clerical .......................................................................50.00Word Processing ........................................................50.00Personal Computer Time ............................................15.00
ENGINEERING
CONSTRUCTION MANAGEMENT
SURVEYING
Principal Engineer ...................................................$165.00Division Manager.......................................................155.00City Engineer .............................................................155.00Project Manager ........................................................155.00Supervising Engineer ................................................140.00Senior Engineer.........................................................125.00Senior Design Manager .............................................125.00Design Manager ........................................................115.00Associate Engineer....................................................115.00Senior Designer .........................................................110.00Senior Design Engineer II...........................................110.00Senior Design Engineer I ...........................................105.00Designer II .................................................................100.00Designer I ....................................................................95.00Design Engineer II .....................................................100.00Design Engineer I ........................................................95.00Senior Drafter ..............................................................90.00Drafter II.......................................................................80.00Drafter I........................................................................75.00Technical Aide..............................................................65.00
Division Manager.......................................................155.00Project Manager ........................................................155.00Senior Construction Manager ....................................135.00Construction Manager ...............................................125.00Assistant Construction Manager ................................105.00Utility Coordinator ......................................................110.00Supervising Public Works Observer ...........................110.00Senior Public Works Observer .....................................95.00Public Works Observer ..................................**80.00 / 95.00Assistant Public Works Observer ...................**75.00 / 95.00Labor Compliance Manager.......................................105.00Labor Compliance Specialist .......................................80.00
Division Manager.......................................................155.00Supervisor - Survey & Mapping ..................................140.00Senior Survey Analyst ................................................110.00Senior Calculator .......................................................105.00Calculator II .................................................................95.00Calculator I ..................................................................85.00Survey Analyst II ........................................................100.00Survey Analyst I ...........................................................85.00Survey Party Chief .....................................................100.00Field Party (One)........................................................150.00Field Party (Two)........................................................200.00Field Party (Three) .....................................................250.00
**Prevailing Wage Project, Use $95.00/Hour
INS
UR
AN
CE
CO
VE
RA
GE
INS
UR
AN
CE
CO
VE
RA
GE
CERTIFICATE HOLDER
© 1988-2010 ACORD CORPORATION. All rights reserved.ACORD 25 (2010/05)
AUTHORIZED REPRESENTATIVE
CANCELLATION
DATE (MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE
LOCJECTPRO-
POLICY
GEN'L AGGREGATE LIMIT APPLIES PER:
OCCURCLAIMS-MADE
COMMERCIAL GENERAL LIABILITY
GENERAL LIABILITY
PREMISES (Ea occurrence) $DAMAGE TO RENTEDEACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
$RETENTIONDED
CLAIMS-MADE
OCCUR
$
AGGREGATE $
EACH OCCURRENCE $UMBRELLA LIAB
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
INSRLTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF(MM/DD/YYYY)
POLICY EXP(MM/DD/YYYY) LIMITS
WC STATU-TORY LIMITS
OTH-ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe underDESCRIPTION OF OPERATIONS below
(Mandatory in NH)OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOSNON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE $
$
$
$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE 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.
INSRADDL
WVDSUBR
N / A
$
$
(Ea accident)
(Per accident)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE 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 tothe terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to thecertificate holder in lieu of such endorsement(s).
The ACORD name and logo are registered marks of ACORD
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE(A/C, No, Ext):
PRODUCER
ADDRESS:E-MAIL
FAX(A/C, No):
CONTACTNAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS.
INS025 (201005).01
2/21/2015
Mike Haffar Insurance Services150 N. Grand Ave., Suite 209CA Lic. #0C92488West Covina CA 91791
Mike Haffar
(626)966-9800 (626)966-9882
B.L. Elkins & Associates, Inc2901 West Coast HwySuite 200Newport Beach CA 92663
Travelers Insurance Companies
CL1412801082
AX
XX BUSINESS PERSONAL PROP.
X
X Y 680-3E234008 2/21/2015 2/21/2016
1,000,000
300,000
5,000
1,000,000
2,000,000
2,000,000
A
X XX Y 680-3E234008 2/21/2015 2/21/2016
1,000,000
A Errors & Omissions X Y 106051156 2/1/2015 2/1/2016 Each Occurrence $1,000,000
(Occurrence) Aggregate $2,000,000
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
City of La Puente 15900 E. Main StreetLa Puenta, CA 91744
(626) 855-1500
CERTIFICATE HOLDER
DATE (MM/DD/YYYY)
CERTIFICATE OF PROPERTY INSURANCE
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 24 (2009/09) © 1995-2009 ACORD CORPORATION. All rights reserved.
SPECIAL CONDITIONS / OTHER COVERAGES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
$
$$
TYPE OF INSURANCE POLICY NUMBER COVERED PROPERTY LIMITSINSRLTR
POLICY EFFECTIVEDATE (MM/DD/YYYY)
POLICY EXPIRATIONDATE (MM/DD/YYYY)
PROPERTY
CAUSES OF LOSS
BASIC
BROAD
SPECIAL
EARTHQUAKE
FLOOD
BUILDING
PERSONAL PROPERTY
BUSINESS INCOME
EXTRA EXPENSE
BLANKET BUILDING
BLANKET PERS PROP
BLANKET BLDG & PP
$
$
$
$
$
$
$
$
$
WIND
DEDUCTIBLES
BUILDING
CONTENTS
RENTAL VALUE
$
INLAND MARINE TYPE OF POLICY
CAUSES OF LOSS
NAMED PERILS
$
$
$
$
POLICY NUMBER
CRIME
TYPE OF POLICY
$
$
$
BOILER & MACHINERY /EQUIPMENT BREAKDOWN
$
$$
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE 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.
CERTIFICATE NUMBER: REVISION NUMBER: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. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
The ACORD name and logo are registered marks of ACORD
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
PRODUCERCUSTOMER ID:
ADDRESS:E-MAIL
FAX(A/C, No):
INSURER B :
INSURER C :
CONTACTNAME:
INSURER D :
INSURER E :
INSURER F :
NAIC #INSURER(S) AFFORDING COVERAGE
INS024 (200909)
2/21/2015
Mike Haffar Insurance Services150 N. Grand Ave., Suite 209CA Lic. #0C92488West Covina CA 91791
Mike Haffar
(626)966-9800 (626)966-9882
00001052
B.L. Elkins & Associates, Inc2901 West Coast Hwy
Suite 200
Newport Beach CA 92663
Travelers Insurance Companies
CP1422100113
2901 West Coast Hwy, Suite 200, Newport Beach, CA 92663
X
A X $500 680-3E234008 2/21/2015 2/21/2016
XXX
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
City of La Puente 15900 E. Main StreetLa Puenta, CA 91744
(626) 855-1500