Loading...
HomeMy WebLinkAboutAGR-5285.P - CODE CONSULTING GROUP, LLP. - FIRE PROTECTION ENGINEERING SERVICESDocusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 AGR-5285.P ,- Initial PROFESSIONAL SERVICES AGREEMENT Fire Protection Engineering Services] THIS PROFESSIONAL SERVICES AGREEMENT (the "Agreement") is made at Orange, California, on this 29th day of September , 2025 (the "Effective Date") by and between the CITY OF ORANGE, a municipal corporation ("City"), and CODE CONSULTING GROUP, LLC, a California limited liability company ("Contractor"),who agree as follows: 1. Services. Subject to the terms and conditions set forth in this Agreement, Contractor shall provide to the reasonable satisfaction of City the services set forth in Exhibit"A," which is attached hereto and incorporated herein by reference. As a material inducement to City to enter into this Agreement,Contractor represents and warrants that it has thoroughly investigated and considered the scope of services and fully understands the difficulties and restrictions in performing the work. The services which are the subject of this Agreement are not in the usual course of City's business and City relies on Contractor's representation that it is independently engaged in the business of providing such services and is experienced in performing the work. Contractor shall perform all services in a manner reasonably satisfactory to City and in a manner in conformance with the standards of quality normally observed by an entity providing such services to a municipal agency. All services provided shall conform to all federal, state and local laws, rules and regulations and to the best professional standards and practices. The terms and conditions set forth in this Agreement shall control over any terms and conditions in Exhibit "A" to the contrary. 2. Compensation and Fees. a. Contractor's total compensation for all services performed under this Agreement,shall not exceed THIRTY THOUSAND DOLLARS and 00/100($30,000.00)without the prior written authorization of City. b. The above compensation shall include all costs, including, but not limited to, all clerical, administrative, overhead, insurance, reproduction, telephone, travel, auto rental, subsistence and all related expenses. 3. Payment. a. As scheduled services are completed, Contractor shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. b. All such invoices shall state the basis for the amount invoiced, including services completed,the number of hours spent and any extra work performed. c.City will pay Contractor the amount invoiced within thirty (30) days after the approval of the invoice. DocusIgn Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 d. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 4. Chance Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefor have been previously authorized in writing and approved by City as an amendment to this Agreement. City's Project Manager is authorized to approve a reduction in the services to be performed and compensation therefor. All amendments shall set forth the changes of work, extension of time,and/or adjustment of the compensation to be paid by City to Contractor and shall be signed by the City's Project Manager,City Manager or City Council, as applicable. 5. Licenses. Contractor represents that it and any subcontractors it may engage, possess any and all licenses which are required under state or federal law to perform the work contemplated by this Agreement and that Contractor and its subcontractors shall maintain all appropriate licenses, including a City of Orange business license, at its cost, during the performance of this Agreement. 6. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and not an employee of City. City shall have the right to control Contractor only insofar as the result of Contractor's services rendered pursuant to this Agreement. City shall not have the right to control the means by which Contractor accomplishes services rendered pursuant to this Agreement. Contractor shall, at its sole cost and expense, furnish all facilities, materials and equipment which may be required for furnishing services pursuant to this Agreement. Contractor shall be solely responsible for, and shall indemnify, defend and save City harmless from all matters relating to the payment of its subcontractors, agents and employees, including compliance with social security withholding and all other wages, salaries, benefits, taxes, exactions, and regulations of any nature whatsoever. Contractor acknowledges that it and any subcontractors, agents or employees employed by Contractor shall not,under any circumstances,be considered employees of City,and that they shall not be entitled to any of the benefits or rights afforded employees of City,including,but not limited to, sick leave, vacation leave, holiday pay, Public Employees Retirement System benefits, or health, life, dental, long-term disability or workers'compensation insurance benefits. 7. Contractor Not Agent. Except as City may specify in writing, Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, express or implied, to bind City to any obligation whatsoever. 8. Designated Persons. Only those qualified persons authorized by City's Project Manager, or as designated in Exhibit"A,"shall perform work provided for under this Agreement. It is understood by the parties that clerical and other nonprofessional work may be performed by persons other than those designated. 9. Assignment or Subcontracting. No assignment or subcontracting by Contractor of any part of this Agreement or of funds to be received under this Agreement shall be of any force or effect unless the assignment has the prior written approval of City. City may terminate this 2 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 Agreement rather than accept any proposed assignment or subcontracting. Such assignment or subcontracting may be approved by the City Manager or his/her designee. 10. Time of Completion. Except as otherwise specified in Exhibit "A," Contractor shall commence the work provided for in this Agreement within five(5)days of the Effective Date of this Agreement and diligently prosecute completion of the work within three-hundred sixty-five 365) calendar days from such date. 11. Time Is of the Essence. Time is of the essence in this Agreement. Contractor shall do all things necessary and incidental to the prosecution of Contractor's work. 12. Reserved. 13. Delays and Extensions of Time. Contractor's sole remedy for delays outside its control, other than those delays caused by City, shall be an extension of time. No matter what the cause of the delay, Contractor must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Contractor's control. If Contractor believes that delays caused by City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost at the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount stated in Section 2.a, above, absent a written amendment to this Agreement. 14. Products of Contractor. The documents, studies, evaluations, assessments, reports, plans, citations, materials, manuals, technical data, logs, files, designs and other products produced or provided by Contractor for this Agreement shall become the property of City upon receipt. Contractor shall deliver all such products to City prior to payment for same. City may use, reuse or otherwise utilize such products without restriction. 15. Equal Employment Opportunity. During the performance of this Agreement, Contractor agrees as follows: a. Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Contractor shall ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. Such actions shall include, but not be limited to the following: employment,upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, a notice setting forth provisions of this non-discrimination clause. b. Contractor shall, in all solicitations and advertisements for employees placed by, or on behalf of Contractor, state that all qualified applicants will receive consideration 3 Docusign Envelope ID: B9284BDF-8C40-4DE2-81BA-862F396D1CA7 for employment without regard to race, color, religion, sex, national origin, mental or physical disability, or any other basis prohibited by applicable law. c.Contractor shall cause the foregoing paragraphs(a)and(b)to be inserted in all subcontracts for any work covered by this Agreement, provided that the foregoing provisions shall not apply to subcontracts for standard commercial supplies or raw materials. 16. Conflicts of Interest. Contractor agrees that it shall not make, participate in the making, or in any way attempt to use its position as a consultant to influence any decision of City in which Contractor knows or has reason to know that Contractor, its officers, partners, or employees have a fmancial interest as defined in Section 87103 of the Government Code. 17. Indemnity. a. To the fullest extent permitted by law, Contractor agrees to indemnify, defend and hold City, its City Council and each member thereof, and the officers, officials,agents and employees of City (collectively the"Indemnitees") entirely harmless from all liability arising out of: 1) Any and all claims under workers' compensation acts and other employee benefit acts with respect to Contractor's employees or Contractor's subcontractor's employees arising out of Contractor's work under this Agreement, including any and all claims under any law pertaining to Contractor or its employees' status as an independent contractor and any and all claims under Labor Code section 1720 related to the payment of prevailing wages for public works projects; and 2) Any claim, loss, injury to or death of persons or damage to property caused by any act, neglect, default, or omission of Contractor, or person, firm or corporation employed by Contractor, either directly or by independent contract, including all damages due to loss or theft sustained by any person, firm or corporation including the Indemnitees, or any of them, arising out of, or in any way connected with the work or services which are the subject of this Agreement, including injury or damage either on or off City's property; but not for any loss, injury,death or damage caused by the active negligence or willful misconduct of City. Contractor, at its own expense, cost and risk, shall indemnify any and all claims, actions, suits or other proceedings that may be brought or instituted against the Indemnitees on any such claim or liability covered by this subparagraph, and shall pay or satisfy any judgment that may be rendered against the Indemnitees, or any of them, in any action, suit or other proceedings as a result of coverage under this subparagraph. b. To the fullest extent permitted by law, and as limited by California Civil Code 2782.8, Contractor agrees to indemnify and hold Indemnitees harmless from all liability arising out of any claim, loss, injury to or death of persons or damage to property to the extent caused by its negligent professional act or omission in the performance of professional services pursuant to this Agreement. 4 Docusign Envelope ID: B9284BDF-8C40-4DE2-81BA-862F396D1CA7 C.Except for the Indemnitees, the indemnifications provided in this Agreement shall not be construed to extend any third party indemnification rights of any kind to any person or entity which is not a signatory to this Agreement. d. The indemnities set forth in this section shall survive any closing, rescission, or termination of this Agreement, and shall continue to be binding and in full force and effect in perpetuity with respect to Contractor and its successors. 18. Insurance. a. Contractor shall carry workers' compensation insurance as required by law for the protection of its employees during the progress of the work. Contractor understands that it is an independent contractor and not entitled to any workers' compensation benefits under any City program. b. Contractor shall maintain during the life of this Agreement the following minimum amount of comprehensive general liability insurance or commercial general liability insurance: the greater of(1) One Million Dollars ($1,000,000.00) per occurrence; or (2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage and be written on an occurrence basis. c.Contractor shall maintain during the life of this Agreement, the following minimum amount of automotive liability insurance: the greater of(1) a combined single limit of One Million Dollars ($1,000,000.00); or(2) all the insurance coverage and/or limits carried by or available to Contractor. Said insurance shall cover bodily injury, death and property damage for all owned, non-owned and hired vehicles and be written on an occurrence basis. d. Any insurance proceeds in excess of or broader than the minimum required coverage and/or minimum required limits which are applicable to a given loss shall be available to City. No representation is made that the minimum insurance requirements of this Agreement are sufficient to cover the obligations of Contractor under this Agreement. e.Each policy of general liability and automotive liability shall provide that City, its officers, officials, agents, and employees are declared to be additional insureds under the terms of the policy, but only with respect to the work performed by Contractor under this Agreement. A policy endorsement to that effect shall be provided to City along with the certificate of insurance. In lieu of an endorsement,City will accept a copy of the policy(ies)which evidences that City is an additional insured as a contracting party. The minimum coverage required by Subsection 18.b and c, above, shall apply to City as an additional insured. Any umbrella liability insurance that is provided as part of the general or automobile liability minimums set forth herein shall be maintained for the duration of the Agreement. f.Contractor shall maintain during the life of this Agreement professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a minimum limit of One Million Dollars ($1,000,000.00) per claim. Contractor agrees to 5 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 keep such policy in force and effect for at least five (5) years from the date of completion of this Agreement. g. The insurance policies maintained by Contractor shall be primary insurance and no insurance held or owned by City shall be called upon to cover any loss under the policy. Contractor will determine its own needs in procurement of insurance to cover liabilities other than as stated above. h. Before Contractor performs any work or prepares or delivers any materials, Contractor shall furnish certificates of insurance and endorsements, as required by City, evidencing the aforementioned minimum insurance coverages on forms acceptable to City,which shall provide that the insurance in force will not be canceled or allowed to lapse without at least ten(10) days' prior written notice to City. i.Except for professional liability insurance coverage that may be required by this Agreement, all insurance maintained by Contractor shall be issued by companies admitted to conduct the pertinent line of insurance business in California and having a rating of Grade A or better and Class VII or better by the latest edition of Best Key Rating Guide. In the case of professional liability insurance coverage, such coverage shall be issued by companies either licensed or admitted to conduct business in California so long as such insurer possesses the aforementioned Best rating. j Contractor shall immediately notify City if any required insurance lapses or is otherwise modified and cease performance of this Agreement unless otherwise directed by City. In such a case, City may procure insurance or self-insure the risk and charge Contractor for such costs and any and all damages resulting therefrom, by way of set-off from any sums owed Contractor. k. Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing insurance to either Contractor or City with respect to the services of Contractor herein,a waiver of any right to subrogation which any such insurer may acquire against City by virtue of the payment of any loss under such insurance. 1.Contractor shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to City for review and approval. All coverages for subcontractors shall be subject to all of the requirements stated herein. 19. Termination. City may for any reason terminate this Agreement by giving Contractor not less than five (5) days' written notice of intent to terminate. Upon receipt of such notice, Contractor shall immediately cease work, unless the notice from City provides otherwise. Upon the termination of this Agreement, City shall pay Contractor for services satisfactorily provided and all allowable reimbursements incurred to the date of termination in compliance with 6 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 this Agreement, unless termination by City shall be for cause, in which event City may withhold any disputed compensation. City shall not be liable for any claim of lost profits. 20. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Contractor and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the records")pertaining to the costs of and completion of services performed under this Agreement. City and its authorized representatives shall have access to and the right to audit and reproduce any of Contractor's records regarding the services provided under this Agreement. Contractor shall maintain all such records for a period of at least three(3)years after termination or completion of this Agreement. Contractor agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three(3)days' notice from City,and copies thereof shall be furnished if requested. 21. Compliance with all Laws/Immiaration Laws. a. Contractor shall be knowledgeable of and comply with all local, state and federal laws which may apply to the performance of this Agreement. b. If the work provided for in this Agreement constitutes a"public works,"as that term is defined in Section 1720 of the California Labor Code,for which prevailing wages must be paid, to the extent Contractor's employees will perform any work that falls within any of the classifications for which the Department of Labor Relations of the State of California promulgates prevailing wage determinations, Contractor hereby agrees that it, and any subcontractor under it, shall pay not less than the specified prevailing rates of wages to all such workers. The general prevailing wage determinations for crafts can be located on the website of the Department of Industrial Relations (www.dir.ca.gov/DLSR). Additionally, to perform work under this Contract, Contractor must meet all State registration requirements and criteria,including project compliance monitoring. c.Contractor represents and warrants that it: 1) Has complied and shall at all times during the term of this Agreement comply, in all respects, with all immigration laws, regulations, statutes, rules, codes, and orders, including, without limitation, the Immigration Reform and Control Act of 1986 IRCA); and 2) Has not and will not knowingly employ any individual to perform services under this Agreement who is ineligible to work in the United States or under the terms of this Agreement; and 3) Has properly maintained, and shall at all times during the term of this Agreement properly maintain, all related employment documentation records including, without limitation, the completion and maintenance of the Form I-9 for each of Contractor's employees; and 7 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 4) Has responded, and shall at all times during the term of this Agreement respond, in a timely fashion to any government inspection requests relating to immigration law compliance and/or Form I-9 compliance and/or worksite enforcement by the Department of Homeland Security, the Department of Labor, or the Social Security Administration. d. Contractor shall require all subcontractors or subconsultants to make the same representations and warranties as set forth in Subsection 21.c. e.Contractor shall, upon request of City, provide a list of all employees working under this Agreement and shall provide,to the reasonable satisfaction of City,verification that all such employees are eligible to work in the United States. All costs associated with such verification shall be borne by Contractor. Once such request has been made, Contractor may not change employees working under this Agreement without written notice to City, accompanied by the verification required herein for such employees. f.Contractor shall require all subcontractors or sub-consultants to make the same verification as set forth in Subsection 21.e. g. If Contractor or subcontractor knowingly employs an employee providing work under this Agreement who is not authorized to work in the United States, and/or fails to follow federal laws to determine the status of such employee,that shall constitute a material breach of this Agreement and may be cause for immediate termination of this Agreement by City. h. Contractor agrees to indemnify and hold City, its officers, officials, agents and employees harmless for,of and from any loss,including but not limited to fines,penalties and corrective measures City may sustain by reason of Contractor's failure to comply with said laws, rules and regulations in connection with the performance of this Agreement. 22. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of California and Contractor agrees to submit to the jurisdiction of California courts. Venue for any dispute arising under this Agreement shall be in Orange County, California. 23. Integration. This Agreement constitutes the entire agreement of the parties. No other agreement,oral or written,pertaining to the work to be performed under this Agreement shall be of any force or effect unless it is in writing and signed by both parties. Any work performed which is inconsistent with or in violation of the provisions of this Agreement shall not be compensated. 24. Notice. Except as otherwise provided herein, all notices required under this Agreement shall be in writing and delivered personally, by e-mail, or by first class U.S. mail, postage prepaid, to each party at the address listed below. Either party may change the notice address by notifying the other party in writing. Notices shall be deemed received upon receipt of same or within three(3)days of deposit in the U.S. Mail,whichever is earlier. Notices sent by e- mail shall be deemed received on the date of the e-mail transmission. 8 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 CONTRACTOR" CITY" Code Consulting Group, LLC City of Orange 417 S. Associated Road#320 300 E. Chapman Avenue Brea, CA 92821 Orange, CA 92866-1591 Attn.: Kevin Hobby Attn.: Administrative Staff Captain Telephone: 562-556-2213 Telephone: 714-288-2506 E-Mail: khobby@sbcglobal.net E-Mail: alauridsen@cityoforange.org 25. Counterparts. This Agreement may be executed in one or more counterparts,each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. Signatures transmitted via facsimile and electronic mail shall have the same effect as original signatures. Remainder of page intentionally left blank; signatures on next page] 9 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 IN WITNESS of this Agreement, the parties have entered into this Agreement as of the year and day first above written. CONTRACTOR" CITY" CODE CONSULTING GROUP, LLC, CITY OF ORANGE, a municipal corporation a California limited liability company Signed by: Signed by: By: kw (kMoul By: . ad. (,. NitotuAkeuAl Print&ng e." 1kevin Hobby ardeI °E i lenbrand, City Manager Title: CEO By: ATTEST: Printed Name: Title: Signed by: arrfe t15M'e`man, City Clerk APPROVED AS TO FORM: DocuSipned by: a€fiTIMPourian, City Attorney NOTE:City requires the following signature(s) on behalf of the Contractor: 1) the Chairman of the Board, the President or a Vice-President,AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to City. 10 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 EXHIBIT "A" SCOPE OF SERVICES Beneath this sheet.] Docusign Envelope ID: 139284EDF--8C;40-4Ut2-81bA-862F396D1UA7 PROPOSAL TO PROVIDE FIRE PROTECTION ENGINEERING SERVICES FOR THE CITY OF ORANGE ORANGE FIRE DEPARTMENT PROFESSIONAL SERVICES t - IL"! City ofg fire derJent ":. v J OrangecA CODE CONSULTING GROUP, LLC 417 S. Associated Road, #320, Brea, CA 92821 Phone/Fax (714) 223-0074 IN RESPONSE TO: UPDATE TO PROPOSAL NO. 078-26 City Clerk 300 East Chapman Avenue Orange, CA 92866 August 01 , 2025 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 LC( CCOE 2 CONSULTING GROUP.,•e TABLE OF CONTENTS CODE CONSULTING GROUP, LLC.—"A BETTER WAY OF DOING BUSINESS" 3 STATEMENT OF PROFESSIONAL QUALIFICATIONS 3 PROFESSIONAL ENGINEERING SERVICES 4 EXPERT TECHNICAL ASSISTANCE 4 SCOPE OF SERVICES TO THE CITY OF ORANGE 5 BENEFITS TO CITY OF ORANGE 5 PLAN CHECK TURNAROUND 6 COMPANY REFERENCES 7 PROJECT MANAGEMENT TEAM 7 TECHNICAL TEAM MEMBERS 7 SCHEDULE OF FEES 8 BILLING 8 REIMBURSABLE EXPENSES 9 INSURANCE 9 APPENDICES 9 i) Insurances 10 ii) Organizational Chart 11 iii) Technical Staff Profiles 13 7.) Symbol denotes sections where content is specific to requested information 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 pc-Vi Lelcii.111 CONBULTINO OROUP.ELn. IN! ELAN EIYI!W I EEEEI E CODE CONSULTING GROUP, LLC. — "A BETTER WAY OF DOING BUSINESS" Code Consulting Group is a multi-service fire protection company offering our clients a variety of services that include fire/life-safety building plan review, inspection and test of fire protection systems in all occupancies.We provide engineering services in the area of building and fire code consulting, fire protection system design and hazardous materials analysis. What sets us apart from our competitors is our professional approach to both clients and projects. Our staff is comprised of fire protection professionals, most of who are working as Authority Having Jurisdiction (AHJ) in local municipalities. Fire protection is our core business. As you evaluate the requirements applicable to performing your fire protection services,one question that will come to mind is who to hire to perform the work. In evaluating the companies that offer these services,consider their qualifications and expertise.For many companies,fire protection engineering and systems testing activities is a sideline to their primary business. We are professionals, experienced and qualified to perform a wide variety of your fire protection activities. Our full service capabilities allow you to eliminate the inconvenience of locating and contracting with multiple vendors. V STATEMENT OF PROFESSIONAL QUALIFICATIONS Code Consulting Group, LLC was established in 2004 to provide a variety of fire protection engineering and fire/life-safety consultation services. Our staff is well educated and trained in multiple aspects of the fire protection industry. The close attention given to each project and the use of skilled professionals results in a quality product and an on-schedule project completion for our clients. All personnel performing work for Code Consulting Group are well trained and knowledgeable with minimum of eight years of practical experience. Code Consulting Group is a privately owned fire protection engineering and code consulting company. Our offices are staffed with a library that contains the latest edition of reference documents such as the NFPA Codes, UL Directories, Factory Mutual loss control data sheets,ASTM manuals, Building Codes, Fire Codes, as well as many other fire protection textbooks, pamphlets and magazines. We also have an extensive array of product submittal catalogs from the leading manufacturers of fire protection devices, equipment and accessories, for both passive and active systems equipment. Our office is also equipped with computers that support word processing software packages (such as WORD) and other Microsoft Office Software), EXCEL, Using HydraCAD's. As a result of our commitment to providing fire protection consulting,we have grown to become one of the most sought after consulting companies in the State of California. 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 c u ue 4 ll CONBULTINO OROUP,uc. lA,+ IMF IwN IlVIEw IIf EIIF FIRE PROTECTION ENGINEERING SERVICES Our services are beneficial to Architects, Engineers, Municipal Agencies,and others that require fire protection engineering and fire/life-safety code analyses. These services can be utilized to coordinate fire protection engineering and fire/life-safety tasks,incorporating the various professional disciplines and trades throughout all phases of project development and construction. CODE CONSULTING SERVICES encompass activities that include fire protection engineering and fire/life-safety studies, building and fire code compliance reviews and analyzing facilities relative to the proposed use. These services include liaison activities between the client and the authority having jurisdiction with respect to building features,acceptable alternative and/or equivalent methods of code compliance. Identify deficiencies and provide reasonable solutions to strict code compliance in accordance with applicable codes. DESIGN REVIEW SERVICES incorporate the design review of passive and active fire protection systems. Passive systems include building and hazard separation, fire rated construction for floors, and penetrations,also the selection and placement of exit components.Active systems describe fire detection, and suppression systems. Additional design review support includes specification analysis, review of shop drawings, equipment data sheets, value engineering, oversight of installation, and acceptance testing. HAZARD ANALYSIS SERVICES includes analysis of fire, explosion processes and other special hazards. These assessments examine mandated requirements, industry practices, recommendations, and includes probability versus risk determinations. EXPERT TECHNICAL ASSISTANCE Non-structural Fire/Life-Safety Building Plan Review Of Architectural Plans For Various Complex Occupancies For Complete Projects Or Tenant Improvements Fire Alarm System Plan Review Provide Effective And Efficient Application Of The Locally Enforced Building Code, Fire Code, Regulations And Standards Fire Sprinkler Design Review(including Large Drop, EC, ELO, VELO& ESFR) High Pile Storage Plan Review and Compliance Consulting Hazardous Materials Storage And Use Evaluation Hazardous Occupancy Compliance Consulting Engineered Fire Protection System Plan Review Code Consultation And Interpretation Research Fire Code Ordinance Development On-Site Construction Field Inspection And Documentation Services Annual High Rise Building Inspection 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 I Docusign Envelope ID:B92848DF-8C40-4DE2-81BA-862F396D1CA7 LE1V COILOI 5 CONBULTNO OROUO.ue. r e e r[e H [[view F f r f f 1 5 SCOPE OF SERVICES TO THE CITY OF ORANGE Code Consulting Group, LLC is able to provide the City of Orange with the full scope of professional services for the review of residential, commercial and industrial building plans and fire suppression, detection and alarm systems plans, including expedited and third party review service. In addition to providing your comprehensive total solution for fire/life-safety building plan review,we understand the need for, and are able to provide the following: Scope of Services to the City of Orange—Continued) Provide written plan review reports; Hold meeting*, answer inquiries and phone calls as needed; Perform duties in compliance with the City's latest adopted (and amended) California Building, Mechanical, Electrical, Plumbing, Fire and Life Safety Codes. Disabled Access, Energy, Noise Attenuation and Structural Engineering Standards relating to and regulating new construction, additions and remodels; Incorporate requirements from other City departments, divisions, and agencies (i.e., Planning, Engineering, Fire Chemical Control, and Health Department etc.) relative to specific jurisdictional requirements. Be available to confer with applicants and City staff at City Hall by telephone,e-mail and fax during all normal business hours; Provide pick-up and delivery services using GSO and/or FedEx to pick-up and deliver from City Hall to our Brea offices regularly or when necessary; Upon prior notice, the company's partners will be available to meet with City of Orange Staff*, and Training can be provided to City of Orange with prior notice and scheduling.Fees for training will vary and are negotiable. The areas listed above are subject to CCG's rates for onsite visits and training. The overall proposed cost is subject to increase based on the educational topic,and number of visits needed to complete the required regulatory hours. BENEFITS TO CITY OF ORANGE The single source for an Authority Having Jurisdiction (AHJ) in performing inspections, witnessing testing and servicing ALL fire protection systems. Code Analysis Reports that can be adapted to meet the municipality's needs. Certified by the Authority Having Jurisdiction (AHJ) to perform inspection and testing on fire protection systems. Active membership and participation in the major building and fire code organizations. 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 pint clut:sue 6 CONBUITINO OROUP.uc. MP i HE EI H !(VI!W IYEllltf PLAN CHECK TURNAROUND Code Consulting Group(CCG)shall perform plan review in accordance with the City's adopted model codes, City Ordinance and other regulations. CCG can receive plan check packages from the City by GSO. On conclusion of plan check, CCG will send packages to the City via U.S. Postal Service, United Parcel Services, Federal Express, or other common carrier. In urgent cases we will make arrangements to pick up plans through a courier. Plan Check Turnaround—Continued) CCG will endeavor to maintain a quick turnaround for all plan checks. For most residential additions tenant improvements,single-family dwellings,the initial plan check will be concluded in five(5)to ten 10) workdays. Similarly back-checks will be reviewed within a similar period or less. Larger commercial and industrial projects may take ten (10) workdays with a maximum of twenty-one (21) workdays for initial plan check and similar periods for back-check or less. The turnaround time, however, also has a direct relationship to the complexity of the project, quality and completeness of the drawings and specifications. Most Plan Reviews Will Be Completed Within Ten Business Days. Only 48-hour Advance Notice Required For Most Field Inspections. Rapid Plan Turnaround And Weekend Inspections Are Available For Additional Fees, 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 I Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 q CONSULTING GROUP.. L/ THE ELAN E EVIE W EEEEEIf COMPANY REFERENCES Chino Valley Independent Fire District Ryan Dacko Deputy Fire Marshal 2005 Grand Avenue Chino Hills, CA 91709 909-902-5280 PROJECT MANAGEMENT TEAM Kevin J. Hobby Chief Executive Officer Founding Partner Phone: (714) 223-0074 Cellular: (562) 556-2213 TECHNICAL TEAM MEMBERS James Carver Miles Bonner Mike Visnagra, P.E. 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 t CE 8 CONBULTINO OAOUP.we fNt PLAN w IIPLITS SCHEDULE OF FEES Fees Effective November 1,2025 Subject to Change) California Licensed Professional Civil Engineer 96.00 per hour California Licensed Professional Electrical Engineer California Licensed Professional Mechanical Engineer California Licensed Professional Structural Engineer California Licensed Fire Protection Engineering Services Plan Review—Building and Fire Protection, Hazardous Materials and 96.00 per hour High Piled Stock Plan Review Expedite Service 160.00 per hour Prior Consultant approval required for each review) Four Day Turn-a-round Consultation Meetings-(minimum 6 hours per day for on-site meetings) 96.00 per hour Telephone*-(minimum 30-minute charge) 96.00 per hour Other Consultant - * Charges shall not accrue for telephone consultation $96.00 per hour regarding clarification of comments from a completed Consultant plan review, report or analysis. Our goal is to provide quick turn-around for all plan checks for the City of Orange.We will follow any established plan check fee schedule of the City of Orange.Alternately, we will be glad to negotiate the most cost-effective fee schedule for the City of Orange BILLING Fire Protection Plan Review: Billing for services shall be as follows: Plan Review services shall be billed by invoice upon initial plan review. Amount owed shall be due thirty (30)calendar days from date of said invoice. A minimum of one hour fee applies to all services Fees are billed on the quarter hour after the first hour. All plans, calculations and documentation must be complete at time of submittal. Expedited plan review fees apply to each expedited review (including re-submittals). Re-submittals must be received within 1 year of last review. 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 C L UULIE 9 0 CO!N.BULTIN!YO oraour+.LLTNIAN ! IlW ANNUAL ADJUSTMENT TO THE RATE SCHEDULE(PRICES) Auto expense incurred pursuant to this contract will be billed on the basis of mileage driven. The charge for mileage will be based upon the optional standard mileage rate as established by the Internal Revenue Service. All increases are subject to negotiation between Code Consulting Group LLC and the City of Orange. REIMBURSABLE EXPENSES Business License/Tax—Actual costs incurred for obtaining City required business license or City business tax charges. Expedited Shipment—Actual postage and shipping costs incurred via U.S. Postal Service, express mail, Federal Express overnight mail, United Parcel Service overnight mail, or similar carrier. Expedited shipments must be previously authorized by the City for each shipment. Report Duplication —Actual costs incurred for multiple copies of reports. Publication costs for printing of first copy of report is not reimbursable. V INSURANCE Code Consulting Groups, LLC carries all required insurances including Automobile, General Liability and Professional Liability Insurances (Errors and Omissions). The insured amounts are as per the City's requirements. (See Appendix) eb APPENDICES i.) Code Consulting Group, LLC Insurances ii.) Code Consulting Group, LLC Organizational Chart iii.) Code Consulting Group, LLC Technical Staff Profiles 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 I Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 tLJLt 10 El $ CON®ULTINO OROUP.uc. i TN! PLAN SIVIIW IXPIRTf i) Insurances 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 rc urur..iie 11 OON®ULTINO OROUP. +.. r IN! PLAN IIH EW EXPERTS ii) Organizational Chart 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 Ev CODE 12 E© TNI PLAN ItYIPW ORGANIZATIONAL CHART CCG CEO PRESIDENT I ADMINISTRATION Jlf TECHNICAL STAFF 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 r:-1 CODE 13 CONBULTINO QADUP,.4THEELANEEv1EWEEPEETS iii) Technical Staff Profiles 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 u JLJ 14 CONSULTING OAOUP.uc a THE RRAH REVIEW ERf ERTS TECHNICAL STAFF PROFILES Listed In Alphabetical Order) Code Consulting Group has the industry's best team of technical and support staff working together to exceed our client's expectations. Our knowledge, experience and integrity make for a smooth process and successful execution. Miles Bonner James Carver Kevin Hobby Mike Visnagra P.E. 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074 I Docusign Envelope ID:B9284BDF-8C40-4DE2-81BA-862F396D1CA7 i ril L JL,111 15 CONBlULTIO OOUP. 0. tN! lN !!Nl[WA u CCGai a E m ai TECHNICAL 72 2 E >, o P STAFF a w a) c 45 Q X to a a_ (a 1E g Y N W p . 22 O 417 S.Associated Rd.#320 Q o c92 ) a N CD o Brea, CA 92821 c 22 Phone: (714)223-0074 it a MILES BONNER X X X X X X JAMES CARVER X X X X X X X KEVIN J. HOBBY X X X MIKE VISNAGRA, P.E. X X I X X X X 417 S. Associated Rd. #320, Brea, CA 92821 1714.223.0074