Loading...
HomeMy WebLinkAboutCochran Inc ~ 32600001 CITY OF TIGARD - CONTRACT SUMMARY & ROUTING FORM Contract Overview Contract/Amendment Number: 32600001 Contract Start Date: 7/1/2025 Contract End Date: 9/30/2025 Contract Title: Audio Visual Improvements Contractor Name: Cochran Inc. Contract Manager: Monica Adams Department: IT Contract Costs Original Contract Amount: $234,634.00 Total All Previous Amendments: n/a Total of this Amendment: n/a Total Contract Amount: $234,634.00 Procurement Authority Contract Type: Personal Services Procurement Type: Formal RFP >$150K Solicitation Number: 2025-19 LCRB Date: n/a Account String: Fund-Division-Account Work Order – Activity Type Amount FY 26 1001800-56004 $100,000 FY 26 6052310-56004 $134,634 FY FY FY Contracts & Purchasing Approval Purchasing Signature: Comments: DocuSign Routing Route for Signature Name Email Address Contractor Brad Morton docusign.pdx@cochraninc.com City of Tigard Brent Stockwell brent.stockwell@tigard-or.gov Final Distribution Contractor Frank Cooper fcooper@cochraninc.com Project Manager Monica Adams Monica.adams@tigard-or.gov Project Manager Keri Anderson Keri.anderson@tigard-or.gov Buyer Rosie McGown Rosie.mcgown@tigard-or.gov Contract Number 32600001 CITY OF TIGARD, OREGON PERSONAL SERVICES CONTRACT AUDIO VISUAL IMPROVEMENTS THIS AGREEMENT made and entered into this 1st day of July 2025 by and between the City of Tigard, a municipal corporation of the State of Oregon, hereinafter called City, and Cochran Inc., hereinafter called Contractor, collectively known as the Parties. RECITALS WHEREAS, the City’s 2026 fiscal year budget provides for services related to completing audio visual improvements at multiple City locations; and WHEREAS, City has need for the services of a company with a particular training, ability, knowledge, and experience possessed by Contractor, and WHEREAS, City has determined that Contractor is qualified and capable of performing the services as City does hereinafter require, under those terms and conditions set forth, THEREFORE, the Parties agree as follows: 1. SERVICES TO BE PROVIDED Contractor will initiate services immediately upon receipt of City’s notice to proceed together with an executed copy of this Agreement. Contractor agrees to complete work that is detailed in Exhibit A, incorporated herein by reference. 2. EFFECTIVE DATE AND DURATION This Agreement is effective upon the date of execution and expires on September 30, 2025, unless otherwise terminated or extended. All work under this Agreement must be completed prior to the expiration of this Agreement. 3. COMPENSATION The City agrees to pay Contractor in accordance with the fee schedule outlined in Exhibit A. The total amount paid to the Contractor by the City may not exceed Two Hundred Thirty- Four Thousand Six Hundred Thirty-Four and No/100 Dollars ($234,634.00). Payments made to Contractor will be based upon the following applicable terms: A. Payment by City to Contractor for performance of services under this Agreement includes all expenses incurred by Contractor, with the exception of expenses, if any, identified in this Agreement as separately reimbursable. B. Payment will be made in installments based on Contractor’s invoice, subject to the approval of the City Manager, or designee, and not more frequently than monthly. Unless otherwise agreed, payment will be made only for work actually completed as of the date of invoice. Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 2 | P a g e Audio Visual Improvements 32600001 C. Payment by City releases City from any further obligation for payment to Contractor for services performed or expenses incurred as of the date of the invoice. Payment may not be considered acceptance or approval of any work or waiver of any defects therein. D. Contractor must make payments promptly, as due, to all persons supplying labor or materials for the performance of the work provided for in this Agreement. E. Contractor may not permit any lien or claim to be filed or prosecuted against the City on any account of any labor or material furnished. F. Contractor will pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. G. Contractor will pay all contributions or amounts due the Industrial Accident Fund from the contractor or any subcontractor. H. If Contractor fails, neglects, or refuses to make prompt payment of any claim for labor or services furnished to Contractor or a subcontractor by any person as such claim becomes due, City’s Finance Director may pay such claim and charge the amount of the payment against funds due or to become due the Contractor. The payment of the claim in this manner does not relieve Contractor or their surety from obligation with respect to any unpaid claims. I. Contractor will promptly, as due, make payment to any person, co-partnership, association, or corporation, furnishing medical, surgical, and hospital care or other needed care and attention, incident to sickness or injury, to the employees of Contractor, of all sums that Contractor agrees to pay for the services and all moneys and sums that Contractor collected or deducted from the wages of employees pursuant to any law, contract, or agreement for the purpose of providing or paying for services. J. Contractor and its employees, if any, are not active members of the Oregon Public Employees Retirement System and are not employed for a total of 600 hours or more in the calendar year by any public employer participating in the Retirement System. K. Contractor must obtain, prior to the execution of any performance under this Agreement, a City of Tigard Business License. The Tigard Business License is based on a calendar year with a December 31st expiration date. New businesses operating in Tigard after June 30th of the current year will pay a pro-rated fee though the end of the calendar year. L. The City certifies that sufficient funds are available and authorized for this Agreement during the current fiscal year. Funding during future fiscal years is subject to budget approval by Tigard’s City Council. 4. PREVAILING WAGE The provisions of ORS Chapters 279A and 279C and all other Oregon and Federal provisions pertaining to minimum salaries and wages are incorporated herein by reference as if fully set forth. The Contractor agrees that the workmen in each trade or occupation required for the work to be done pursuant to the contract, employed in the performance of the Agreement, Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 3 | P a g e Audio Visual Improvements 32600001 either by the Contractor or subcontractor or other person doing or contracting to do any part of the work contemplated by the Contractor shall be paid not less than the prevailing, minimum hourly rate of wage specified by the Oregon Bureau of Labor and Industries (BOLI). Current wage rates and amendments may be obtained at: http://www.oregon.gov/boli/WHD/PWR/Pages/pwr_state.aspx If this project is subject to both Federal Davis-Bacon Act requirement and State of Oregon Prevailing Wage Rate requirements, the Contractor must ensure that workers will be paid the higher of the applicable federal or state rate. If the Contractor fails to pay for labor or services, the City may pay for those labor and services and withhold these amounts from payment s that are due the Contractor in accordance with ORS 279C.515. Contractor shall provide proof as requested to the City prior to the beginning of any of the work that the Contractor has filed a public works bond with a corporate surety in the amount of $30,000 with the Construction Contractors Board as required under Oregon Prevailing Wage Rate law. Contractor shall also require in every subcontract to this Agreement that the subcontractor file a public works bond with the Construction Contractors Board in the amount of $30,000 prior to starting work on this project unless otherwise exempt. For contracts $50,000 or greater, the City shall pay a fee equal to one-tenth of one percent (.001) of the price of the contract to the BOLI. The fee shall be paid on or before the first progress payment or sixty (60) days from the date work first began, whichever comes first. 5. OWNERSHIP OF WORK PRODUCT City is the owner of and is entitled to possession of any and all work products of Contractor which result from this Agreement, including any computations, plans, correspondence, or pertinent data and information gathered by or computed by Contractor prior to termination of this Agreement by Contractor or upon completion of the work pursuant to this Agreement. 6. ASSIGNMENT/DELEGATION Neither party may assign, sublet or transfer any interest in or duty under this Agreement without the written consent of the other and no assignment has any force or effect unless and until the other party has consented. If City agrees to assignment of tasks to a subcontract, Contractor is fully responsible for the acts or omissions of any subcontractors and of all persons employed by them. Neither the approval by City of any subcontractor nor anything contained herein creates any contractual relation between the subcontractor and City. The provisions of this Agreement are binding upon and will inure to the benefit of the parties to the Agreement and their respective successors and assigns. 6. STATUS OF CONTRACTOR AS INDEPENDENT CONTRACTOR Contractor certifies that: A. Contractor acknowledges that for all purposes related to this Agreement, Contractor is an independent contractor as defined by ORS 670.600 and not an employee of City. Contractor is not entitled to benefits of any kind to which an employee of City is entitled and is solely responsible for all payments and taxes required by law. Furthermore, in the event that Contractor is found by a court of law or any administrative agency to be an employee of City for any purpose, City is entitled to offset compensation due, or to Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 4 | P a g e Audio Visual Improvements 32600001 demand repayment of any amounts paid to Contractor under the terms of this Agreement, to the full extent of any benefits or other remuneration Contractor receives (from City or third party) as a result of said finding and to the full extent of any payments that City is required to make (to Contractor or to a third party) as a result of said finding. B. Contractor is not an officer, employee, or agent of the City as those terms are used in ORS 30.265. 7. CONFLICT OF INTEREST The undersigned Contractor hereby represents that no employee of the City, or any partnership or corporation in which a City employee has an interest, has or will receive any remuneration of any description from Contractor, either directly or indirectly, in connection with the letting or performance of this Agreement, except as specifically declared in writing. If this payment is to be charged against Federal funds, Contractor certifies that he/she is not currently employed by the Federal Government and the amount charged does not exceed their normal charge for the type of service provided. 8. INDEMNIFICATION City has relied upon the professional ability and training of Contractor as a material inducement to enter into this Agreement. Contractor represents that all of its work will be performed in accordance with generally accepted professional practices and standards as well as the requirements of applicable federal, state, and local laws, it being understood that acceptance of a Contractor’s work by City will not operate as a waiver or release. Contractor agrees to indemnify and defend the City, its officers, employees, agents, and representatives and hold them harmless from any and all liability, causes of action, claims, losses, damages, judgments, or other costs or expenses, including attorney's fees and witness costs (at both trial and appeal level, whether or not a trial or appeal ever takes place including any hearing before federal or state administrative agencies), that may be asserted by any person or entity which in any way arise from, during, or in connection with the performance of the work described in this Agreement, except liability arising out of the sole negligence of the City and its employees. Such indemnification will also cover claims brought against the City under state or federal worker's compensation laws. If any aspect of this indemnity is found to be illegal or invalid for any reason whatsoever, such illegality or invalidity does not affect the validity of the remainder of this indemnification. 9. INSURANCE Contractor and its subcontractors must maintain insurance acceptable to City in full force and effect throughout the term of this Agreement. Such insurance must cover risks arising directly or indirectly out of Contractor's activities or work hereunder, including the operations of its subcontractors of any tier. The policy or policies of insurance maintained by the Contractor must provide at least the following limits and coverages: Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 5 | P a g e Audio Visual Improvements 32600001 A. Commercial General Liability Insurance Contractor will obtain, at Contractor’s expense, and keep in effect during the term of this Agreement, Comprehensive General Liability Insurance covering Bodily Injury and Property Damage on an “occurrence” form (CG 2010 1185 or equivalent). The policy must be endorsed with Additional Insured, Per Project Aggregate, Products and Completed Operations, and Personal & Advertising Injury endorsements. This coverage must include Contractual Liability insurance for the indemnity provided under this Agreement. The following insurance will be carried: Coverage Limit General Aggregate $2,000,000 Each Occurrence $1,000,000 B. Commercial Automobile Insurance Contractor must also obtain, at Contractor’s expense, and keep in effect during the term of the contract, Commercial Automobile Liability coverage including coverage for all owned, hired, and non-owned vehicles on an “occurrence” form. The Combined Single Limit per occurrence may not be less than $2,000,000. If Contractor uses a personally-owned vehicle for business use under this Agreement, the Contractor will obtain, at Contractor’s expense, and keep in effect during the term of the contract, business automobile liability coverage for all owned vehicles on an “occurrence” form. The Combined Single Limit per occurrence may not be less than $2,000,000. C. Workers’ Compensation Insurance All employers, including Contractor, that employ subject workers who work under this Agreement in the State of Oregon must comply with ORS 656.017 and provide the required Workers´ Compensation coverage, unless such employers are exempt under ORS 656.126. Contractor will ensure that each of its sub-contractors complies with these requirements. D. Additional Insured Provision All required insurance policies, other than Workers’ Compensation and Professional Liability, must name the City its officers, employees, agents, and representatives as additional insureds with respect to this Agreement. E. Insurance Carrier Rating Coverages provided by the Contractor must be underwritten by an insurance company deemed acceptable by the City. All policies of insurance must be written by companies having an A.M. Best rating of "A-VII" or better, or equivalent. The City reserves the right to reject all or any insurance carrier(s) with an unacceptable financial rating. F. Self-Insurance The City understands that some contractors may self-insure for business risks and the City will consider whether such self-insurance is acceptable if it meets the minimum insurance requirements for the type of coverage required. If Contractor is self-insured for commercial general liability or automobile liability insurance, Contractor must provide evidence of such self-insurance. Contractor must provide a Certificate of Insurance Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 6 | P a g e Audio Visual Improvements 32600001 showing evidence of the coverage amounts on a form acceptable to the City. The City reserves the right in its sole discretion to determine whether self-insurance is adequate. G. Certificates of Insurance As evidence of the insurance coverage required by the Agreement, Contractor will furnish a Certificate of Insurance to the City. No contract is effective until the required Certificates of Insurance have been received and approved by the City. The certificate will specify and document all provisions within this Agreement and include a copy of Additional Insured Endorsement. A renewal certificate will be sent to the below address prior to coverage expiration. H. Primary Coverage Clarification The parties agree that Contractor’s coverage is primary to the extent permitted by law. The parties further agree that other insurance maintained by the City is excess and not contributory insurance with the insurance required in this section. I. Cross-Liability Clause A cross-liability clause or separation of insureds clause will be included in all general liability policies required by this Agreement. A certificate in form satisfactory to the City certifying to the issuance of such insurance will be forwarded to: City of Tigard; Attn: Contracts and Purchasing Office contractspurchasing@tigard-or.gov At the discretion of the City, a copy of each insurance policy, certified as a true copy by an authorized representative of the issuing insurance company, may be required to be forwarded to the above address. Such policies or certificates must be delivered prior to commencement of the work. The procuring of such required insurance will not be construed to limit Contractor’s liability hereunder. Notwithstanding said insurance, Contractor is obligated for the total amount of any damage, injury, or loss caused by negligence or neglect connected with this Agreement. 10. METHOD & PLACE OF SUBMITTING NOTICE, BILLS AND PAYMENTS All notices, bills and payments will be made in writing and may be given by personal delivery, mail, emial,or by fax. Payments may be made by personal delivery, mail, or electronic transfer. The following addresses will be used to transmit notices, bills, payments, and other information: CITY OF TIGARD COCHRAN INC. Attn: Monica Adams Attn: Frank Cooper Address: 13125 SW Hall Blvd Tigard, OR 97223 Address: 7550 Tech Cetner Dr. Suite 220 Tigard, OR 97223 Phone: (503) 718-2480 Phone: (971) 480-9143 Email: monica.adams@tigard-or.gov Email: fcooper@cochraninc.com Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 7 | P a g e Audio Visual Improvements 32600001 Notice will be deemed given upon deposit in the United States mail, postage prepaid, or when so faxed, upon successful fax. In all other instances, notices, bills and payments will be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to who notices, bills, and payments are to be given by giving written notice pursuant to this paragraph. 11. SURVIVAL The terms, conditions, representations, and warranties contained in this Agreement survive the termination or expiration of this Agreement. 12. MERGER This writing is intended both as a final expression of the Agreement between the parties with respect to the included terms and as a complete and exclusive statement of the terms of the Agreement. No modification of this Agreement will be effective unless and until it is made in writing and signed by both parties. 13. TERMINATION WITHOUT CAUSE At any time and without cause, City has the right in its sole discretion to terminate this Agreement by giving notice to Contractor. If City terminates this Agreement pursuant to this paragraph, City will pay Contractor for services rendered to the date of termination. 14. TERMINATION WITH CAUSE A. City may terminate this Agreement effective upon delivery of written notice to Contractor, or at such later date as may be established by City, under any of the following conditions: 1) If City funding from federal, state, local, or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services. This Agreement may be modified to accommodate a reduction in funds. 2) If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement. 3) If any license or certificate required by law or regulation to be held by Contractor, its subcontractors, agents, and employees to provide the services required by this Agreement is for any reason denied, revoked, or not renewed. 4) If Contractor becomes insolvent, if voluntary or involuntary petition in bankruptcy is filed by or against Contractor, if a receiver or trustee is appointed for Contractor, or if there is an assignment for the benefit of creditors of Contractor. Any such termination of this agreement under paragraph (A) will be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. B. City, by written notice of default (including breach of contract) to Contractor, may terminate the whole or any part of this Agreement: Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 8 | P a g e Audio Visual Improvements 32600001 1) If Contractor fails to provide services called for by this Agreement within the time specified, or 2) If Contractor fails to perform any of the other provisions of this Agreement, or fails to pursue the work as to endanger performance of this Agreement in accordance with its terms, and after receipt of written notice from City, fails to correct such failures within ten (10) days or such other period as City may authorize. The rights and remedies of City provided above related to defaults (including breach of contract) by Contractor are not exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. If City terminates this Agreement under paragraph (B), Contractor will be entitled to receive as full payment for all services satisfactorily rendered and expenses incurred, provided, that the City may deduct the amount of damages, if any, sustained by City due to breach of contract by Contractor. Damages for breach of contract include those allowed by Oregon law, reasonable and necessary attorney fees, and other costs of litigation at trial and upon appeal. 15. REMEDIES Any violation or default entitles the City to terminate this Agreement, to pursue and recover any and all damages that arise from the breach and the termination of this Agreement, and to pursue any or all of the remedies available under this Agreement, at law, or in equity, including but not limited to: 1) Termination of this Agreement, in whole or in part; 2) Exercise of the right of setoff, and withholding of amounts otherwise due and owing to Contractor, in an amount equal to City’s setoff right, including but not limited to City’s cost to cure; and 3) Initiation of an action or proceeding for damages, specific performance, declaratory or injunctive relief. 16. ACCESS TO RECORDS City will have access to such books, documents, papers and records of Contractor as are directly pertinent to this Agreement for the purpose of making audit, examination, excerpts and transcripts. 17. HAZARDOUS MATERIALS Contractor will comply with all federal Occupational Safety and Health Administration (OSHA) requirements and all Oregon safety and health requirements. In accordance with OSHA and Oregon OSHA Hazard Communication Rules, if any goods or services provided under this Agreement may release, or otherwise result in an exposure to, a hazardous chemical under normal conditions of use (for example, employees of a construction contractor working on-site), it is the responsibility of Contractor to provide the City with the following information: all applicable Safety Data Sheets, the identity of the chemical/s, how Contractor will inform employees about any precautions necessary, an explanation of any labeling system, Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 9 | P a g e Audio Visual Improvements 32600001 and the safe work practices to prevent exposure. In addition, Contractor must label, tag, or mark such goods. 18. FORCE MAJEURE Neither City nor Contractor will be considered in default because of any delays in completion and responsibilities hereunder due to causes beyond the control and without fault or negligence on the part of the parties so disenabled, including but not restricted to, an act of God or of a public enemy, civil unrest, volcano, earthquake, fire, flood, epidemic, quarantine restriction, area-wide strike, freight embargo, unusually severe weather or delay of subcontractor or supplies due to such cause; provided that the parties so disenabled will within ten (10) days from the beginning of such delay, notify the other party in writing of the cause of delay and its probable extent. Such notification will not be the basis for a claim for additional compensation. Each party will, however, make all reasonable efforts to remove or eliminate such a cause of delay or default and will, upon cessation of the cause, diligently pursue performance of its obligation under the Agreement. 19. NON-WAIVER The failure of City to insist upon or enforce strict performance by Contractor of any of the terms of this Agreement or to exercise any rights hereunder should not be construed as a waiver or relinquishment to any extent of its rights to assert or rely upon such terms or rights on any future occasion. 20. HOURS OF LABOR, PAY EQUITY In accordance with ORS 279B.235, the following are hereby incorporated in full by this reference: A. Contractor may not employ an individual for more than 10 hours in any one day, or 40 hours in any one week, except as provided by law. For contracts for personal services, as defined in ORS 279A.055, Contractor must pay employees at least time and a half pay for all overtime the employees work in excess of 40 hours in any one week, except for employees who are excluded under ORS 653.010 to 653.261 or under 29 U.S.C. 201 to 209 from receiving overtime. B. Contractor must give notice in writing to employees who work on a public contract, either at the time of hire or before commencement of work on the contract, or by positing a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. C. Contractor may not prohibit any of Contractor’s employees from discussing the employee’s rate of wage, salary, benefits or other compensation with another employee or another person and may not retaliate against an employee who discusses the employee’s rate of wage, salary, benefits or other compensation with another employee or another person. D. Contractor must comply with the pay equity provisions in ORS 652.220. Compliance is a material element of this Agreement and failure to comply will be deemed a breach that entitles City to terminate this Agreement for cause. Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 10 | P a g e Audio Visual Improvements 32600001 21. NON-DISCRIMINATION Contractor will comply with all federal, state, and local laws, codes, regulations, and ordinances applicable to the provision of services under this Agreement, including, without limitation: A. Title VI of the Civil Rights Act of 1964; B. Section V of the Rehabilitation Act of 1973; C. The Americans with Disabilities Act of 1990, as amended by the ADA Amendments Act (ADAAA) of 2008 (Pub L No 101- 336); and D. ORS 659A.142, including all amendments of and regulations and administrative rules, and all other applicable requirements of federal and state civil rights and rehabilitation statutes, rules and regulations. 22. ERRORS Contractor will perform such additional work as may be necessary to correct errors in the work required under this Agreement without undue delays and without additional cost. 23. EXTRA (CHANGES) WORK Only the City’s Project Manager for this Agreement may change or authorize additional work. Failure of Contractor to secure authorization for extra work constitutes a waiver of all right to adjust the contract price or contract time due to such unauthorized extra work and Contractor will not be entitled to compensation for the performance of unauthorized work. 24. WARRANTIES Contractor will guarantee work for a period of one year after the date of final acceptance of the work by the owner. Contractor warrants that all practices and procedures, workmanship and materials are the best available unless otherwise specified in the profession. Neither acceptance of the work nor payment therefore relieves Contractor from liability under warranties contained in or implied by this Agreement. Any intellectual property rights delivered to the City under this Agreement and Contractor’s services rendered in the performance of Contractor’s obligations under this Agreement, will be provided to the City free and clear of any and all restrictions on or conditions of use, transfer, modification, or assignment, and be free and clear of any and all liens, claims, mortgages, security interests, liabilities, charges, and encumbrances of any kind. 25. ATTORNEY'S FEES In the event an action, suit of proceeding, including appeal, is brought for failure to observe any of the terms of this Agreement, each party is responsible for that party’s own attorney fees, expenses, costs and disbursements for the action, suit, proceeding, or appeal. 26. CHOICE OF LAW, VENUE The provisions of this Agreement are governed by Oregon law. Venue will be the State of Oregon Circuit Court in Washington County or the U.S. District Court for Oregon, Portland. Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 11 | P a g e Audio Visual Improvements 32600001 27. COMPLIANCE WITH STATE AND FEDERAL LAWS/RULES Contractor will comply with all applicable federal, state and local laws, rules and regulations applicable to the work in this Agreement. 28. CONFLICT BETWEEN TERMS In the event of a conflict between the terms of this Agreement and Contractor’s proposal, this Agreement will control. In the event of conflict between a provision in the main body of the Agreement and a provision in the Exhibits, the provision in the main body of the Agreement will control. In the event of an inconsistency between Exhibit A and Exhibit B, Exhibit A will control. 29. AUDIT Contractor will maintain records to assure conformance with the terms and conditions of this Agreement and to assure adequate performance and accurate expenditures within the contract period. Contractor agrees to permit City, the State of Oregon, the federal government, or their duly authorized representatives to audit all records pertaining to this Agreement to assure the accurate expenditure of funds. 30. SEVERABILITY In the event any provision or portion of this Agreement is held to be unenforceable or invalid by any court of competent jurisdiction, the validity of the remaining terms and provisions will not be impaired unless the illegal or unenforceable provision affects a significant right or responsibility, in which case the adversely affected party may request renegotiation of the Agreement and, if negotiations fail, may terminate the Agreement. 31. COMPLIANCE WITH TAX LAWS Contractor represents and warrants that Contractor is, to the best of the undersigned’s knowledge, not in violation of any Oregon tax laws including but not limited to ORS 305.620 and ORS Chapters 316, 317, and 318. Contractor’s failure to comply with the tax laws of this state or a political subdivision of this state before the Contractor executed this Agreement or during the term of this Agreement is a default for which the City may terminate this Agreement and seek damages and other relief available under the terms of this Agreement or applicable law. IN WITNESS WHEREOF, City and Contractor have caused this Agreement to be executed by their duly authorized officials. CITY OF TIGARD COCHRAN INC. By: __________________________________ By: __________________________________ Name: _______________________________ Name: _______________________________ Title: ________________________________ Title: ________________________________ Date: ________________________________ Date: ________________________________ Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B Brad Morton 7/9/2025 GM City Manager 7/9/2025 Brent Stockwell 12 | P a g e Audio Visual Improvements 32600001 EXHIBIT A SERVICES TO BE PROVIDED INTRODUCTION The City is working to enhance the audio-visual equipment and setups in three key community spaces: the Town Hall in the City Hall building, the Burgess Community Room at the Tigard Public Library, and a small auditorium in the Public Works building. These upgrades will support greater use of these spaces by both the community and city staff. To ensure consistency, the City aims to standardize systems and equipment across all three spaces, simplifying operation and long-term maintenance. The City requires an experienced AV Contractor to assess needs, propose a project plan, provide detailed specifications, and complete the equipment installation in each space. Work under this contract will include: 1) AV Assessment: Contractor will conduct an assessment of the existing infrastructure and identify gaps and areas of improvement. 2) AV System Design and Specification: Contractor will create a design and specifications for audio-visual upgrades in each space. This will include equipment selection, system integration, and documentation of approach. 3) AV System Installation: Contractor will install the approved audio-visual systems per the approved specifications, ensuring all equipment is fully functional and integrated. 4) Training and Handover: Contractor will provide training and support of the newly installed systems, ensuring that city staff can operate and maintain the equipment. SCOPE OF WORK The City has conducted a stakeholder engagement project, and identified the following components as a part of this project: 1) Town Hall a) Uses and Stakeholders: City Council meetings, Municipal court hearings, Community meetings, staff meetings, and workshops. b) Equipment and Systems: Microphone system, projector and screen, additional monitor, camera system, audio system. This room operates using a Crestron system; City does not have the code for this system. This room is Teams-enabled. c) Identified Needs i) New Microphone System [High Priority]: The current microphone system is aging, and there are not currently enough microphones for all council members and meeting attendees. Contractor will conduct an assessment and specify a new microphone system, expanding the number of microphones available in the room if possible, and perform the system replacement. ii) Additional Projector and Screen: There is currently a projector and screen above the dais in the space, as well as an additional monitor above the entrance that is visible from the dais. Contractor will assess the feasibility of replacing this monitor with an additional projector and screen. 2) Burgess Community Room a) Uses and Stakeholders: This room is used extensively for community programming at the library, including hosted lectures, performances, meetings, movie or video showings, youth Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 13 | P a g e Audio Visual Improvements 32600001 activities, and other community events. The space is also used as a heating and cooling center at need. b) Equipment and Systems: Microphone system, audio system, projector and screen. This room operates using a Crestron system; City does not have the code for this system. c) Identified Needs i) New Projector [High Priority]: The current projector in the space is older and does not project visibly across the large space. Contractor will recommend an improved projector, as well as provide recommendation on projector placement for better usability. ii) New Projector Screen [High Priority]: The current screen is at an aspect ratio not in line with modern displays, leading to projected images needing to be sized down. Contractor will assess and provide options for new screens at an aspect ratio compatible with the projector and suitable for standard presentations and video. If approved and in budget, Contractor will install the new screen. iii) New Microphone System: Contractor will conduct an assessment and specify a new microphone system if warranted and perform the system replacement. iv) Camera Setup: Contractor will provide an assessment and recommendation on a camera setup for recording and streaming performances, hybrid meetings, and community events. If approved and in budget, Contractor will install the new camera system. v) Microsoft Teams Enablement: This room should be able to function as a Teams- enabled hybrid meeting space. 3) Public Works Auditorium a) Uses and Stakeholders: This room is used for internal meetings and gatherings, community emergency training, and as an Emergency Operations Center at need. b) Equipment and Systems: Two projectors and screens; speaker system(s); microphone system. All equipment needs review as to operability and function. c) Identified Needs i) New Microphone System: Contractor will conduct an assessment and specify a new microphone system and perform the system replacement. ii) Projector and Screen: Contractor will conduct an assessment and make a recommendation on feasibility and placement of a projector and screen suitable for the space. If approved and in budget, Contractor will install the new projector and screen. iii) Microsoft Teams Enablement: This room should be able to function as a Teams- enabled hybrid meeting space. Contractor will complete requirements of this Agreement as outlined in Contractor’s Proposal (Exhibit B). SCHEDULE MILESTONES Deliverables and schedule for this project include: 1) Assessment and Planning Phase a. Dates: July 2025 b. Activities: i. AV assessment in each space ii. AV design and specification iii. Collaboration with City project manager to finalize detailed project plan iv. Design approach and specification review with City staff Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 14 | P a g e Audio Visual Improvements 32600001 v. City staff approval of proposed approach and specification c. Deliverables: i. AV assessment report by space ii. Recommended AV solution and equipment specifications by space iii. Proposed project plan with installation timeline and estimated costs for equipment and implementation 2) Implementation Phase a. Dates: July-September 2025 b. Activities: i. Purchase of specified equipment ii. Installation of approved equipment and systems in each space per phased project plan iii. Regular project meetings with City project manager iv. Provision of supporting documentation for installed systems and equipment v. Final installation check-list completion and sign off by City staff c. Deliverables: i. Fully installed and operational AV systems ii. Completed installation checklists by room iii. Supporting documentation for installed equipment 3) Training and Close-Out Phase a. Dates: October 2025 b. Activities and Deliverables: i. On-site training session on AV system and equipment use in each space ii. Final handover of all systems, system documentation, and codes iii. Final project sign off by City staff COST/RATE ESTIMATES Contractor will provide goods and services as outlined below and in Contractor’s proposal (Exhibit B) for an amount not to exceed $234,634.00 without written amendment to Agreement. AV Materials + Expenses $170,861.00 Integration Services $63,773.00 Pricing Total $234,634.00 Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 15 | P a g e Audio Visual Improvements 32600001 EXHIBIT B CONTRACTOR’S PROPOSAL See following pages. Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B City of Tigard AV Improvements RFP / Revised Scope June 26th, 2025 Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 7550 SW Tech Center Drive Suite 220 Tigard, OR 97223 (971) 205-4242 CCB 72942 06/27/2025 City of Tigard 13125 SW Hall Blvd Tigard, OR 97223 Attn: Rosie McGown Subject: City of Tigard AV Improvements - Revised Scope Dear Rosie & City of Tigard Team: Cochran is pleased to submit our revised proposal with added scope for the AV system design-build opportunity with the City of Tigard. Our approach to this AV project will be rooted in thorough planning, meticulous execution, and close collaboration with all stakeholders. We will bring proactive problem-solving to the table, ensuring that the project stays on track and meets all deadlines. Additionally, our team’s proficiency in the latest technologies and best practices will be instrumental in delivering state-of-the-art AV & conferencing systems that meet the business needs and budgetary goals for the City of Tigard’s AV improvements. Thank you for trusting Cochran for this project. We are excited about partnering with the City of Tigard to bring this vision to life. We look forward to beginning the work for the City of Tigard’s AV upgrade. If you have any questions or require any clarifications, please do not hesitate to contact us. Best Regards, Sean Carpenter, CTS-D AV Design Engineer | Estimator scarpenter@cochraninc.com c: 971.997.4070 Cochran, Inc. Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B City of Tigard - AV Improvements RFP 2025-18 Design-Build Proposal – Rev1 2 Revised Scope of Work for City of Tigard AV Improvements Burgess Community Room, City Hall Chamber & Public Works Auditorium Summary: Cochran is proposing a high-performing and reliable AV system for three spaces according to the RFP 2025-18. This updated scope has been revised after the RFP award and is based on further meetings and site walks from 6/09/25 & 06/25/25. The proposed systems will feature Teams video conferencing in all areas, create intuitive and easy-to-use control systems, and improve audio & video quality throughout all (3) systems. The scope below will be a retrofit and will repurpose certain existing equipment based on health and compatibility with current AV hardware & software/firmware versions. The three spaces have specific requirements and upgrade needs which will be illustrated in detail below. Burgess Community Room • Functionality Description: This large gathering space contains an older approx. 189” 4:3 aspect ratio, motorized screen and projector that require an upgrade. Cochran is proposing to replace the existing projector and screen with a higher lumen output projector at the same position in the control room, and the screen with a new motorized, tensioned 208” diagonal size but in a 16:10 aspect ratio. Microsoft Teams video conferencing will be accomplished with one HD 20x optical PTZ camera, installed on the back wall to assist with video coverage for the in-room presenters. A conferencing compute and new 10” Teams touchpanel will be installed, with another 10” Crestron touchpanel for rooms controls at the back-of-room existing wall-mounted iPad location, and this will be updated to reflect the new Crestron user interface for system improvements. The teams panel shall go at the existing front wall-mounted control panel location. • There will be one HDMI & USB-C laptop input connection installed in the floorbox by the lectern, updating the existing input plate to a current Crestron standard. A new Crestron 4-Series processor, Crestron video switcher, AV network switch and audio DSP will be installed to facilitate these system updates and integrate Teams video conferencing reliably with the updated AV system. • Some of the audio system will be repurposed including speakers and amps, as these seem to be relatively new and still reliable. After a site visit, it was determined that we should upgrade the wireless microphones. The 8-channels of discontinued Shure analog receivers will be replaced with (12) channels of new digital Shure units, with a combination of (8) goosenecks with 15” necks, (2) bodypack/lavs and (2) handheld mics, which will function as sound reinforcement for local presentations, as well as VTC audio source to far-end meeting participants. • All new headend hardware will be installed into the existing equipment rack, which has sufficient space to accommodate new equipment after removing some of the older unnecessary items and returning them to client. Cochran will include new power distribution and all rack components necessary to protect this new AV system investment. ▪ (1) Da-Lite Tensioned Cosmopolitan Series 208” diagonal screen with HD progressive 1.1 contrast ▪ (1) Epson Pro EB-PU1007W Laser Projector, 7000 lumen and new universal mounting adapter, repurposing existing pole and mounting location in control room. A new HDMI receiver will be added ▪ (1) ELPM10 Middle Zoom Lens will be added to accommodate throw distance ▪ (1) Crestron CP4N 4-Series Control Processor, installed in the rack ▪ (1) Crestron HD-PS622 8x2 HDMI matrix switcher, installed in rack ▪ (1) Crestron HDMI and USB-C video input plate, to be installed at front floor box for presentation input ▪ (1) Netgear 24-port PoE+ AV M4250 Series network switch ▪ (1) Lenovo ThinkSmart Core MTR Bundle w/ 10” Controller (wall-mounted), Windows 11 Enterprise 64-bit Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B City of Tigard - AV Improvements RFP 2025-18 Design-Build Proposal – Rev1 3 ▪ (1) QSC 20x60 Networked PTZ camera, to be installed on back wall ▪ (1) QSC digital signal processor (Core24f) for system processing and audio I/O routing ▪ (12) New Shure MXWX wireless microphone channels, with (2) WAPs, (2) networked charging bays and (8) 15” dual-flex goosenecks w/LED mute ring functionality and LED battery life displays, (2) Lav bodypacks & (2) HH ▪ All existing speakers and amplification shall be repurposed ▪ (1) New Crestron 10” touchpanel, to feature updated GUI for room controls – installed in rear of room ▪ (1) Existing Barco Clickshare and Blu-Ray player will be repurposed, and utilized in new video switcher ▪ Provide and install additional power, rack shelving, vents / blank panels & misc components needed to complete safe housing of AV equipment City Hall Council Chamber • Functionality Description: This City Council Meeting & Hearing Room features a curved front dais, which includes about 10-12 desktop computer workstations with small monitors and (12) aging gooseneck microphones. There is another (8) wireless gooseneck microphones, but they do not have LED or battery life indicators and are too short in neck length. The space requires additional wireless also. There is a single existing projection system working well, and (1) 70” confidence monitor in the back of the room which is hard to see for the meeting participants. The projection system will be repurposed, while upgrading the confidence monitor in the rear to a 98” commercial display. The priority is to improve the audio and rear video display visibility, while creating a reliable and easier to operate conferencing area at the dais/host/operator stations. • Teams video conferencing will be added to this AV system with (6) existing cameras to be repurposed for conferencing coverage, in (2) modes. A controllable USB stream camera switcher will be installed in rack to accommodate these two modes; one for the single default camera (front) mode, which will be the standard Teams use case, and then an advanced (5) camera production mode for the mix of those cameras from the production booth. The USB stream mix will be extended back to that USB camera switcher in the main rack. • An existing iPad at the dais for room controls will remain and be updated to reflect the new Crestron user interface but still retain similar functionality and possibly a Teams app for new conferencing controls. A dedicated Teams panel will be available and may be installed on rear wall beside rack room, depending on iPad user acceptance and control functionality with Teams. Another backup 7” Crestron panel for room controls will be rackmounted. • The Crestron processor will be upgraded to a 4-Series, while repurposing the existing Crestron 8x8 video switcher. A new AV network switch and audio DSP will be installed to facilitate these system updates and integrate with the existing Teams video conferencing reliably. • Some of the audio system will be repurposed including room speakers, amp and potentially (2) SLXD HH wireless microphones, but all gooseneck bases in opposite storage closet from rack will be replaced with larger 15” dual-flex necks that include multi-color LED rings on top for mute visibility and new bases with LED screens for clear battery life indication. These same 15” wireless gooseneck microphones with LED functionality will be added to the dais to replace and upgrade from the wired microphone in use currently. This makes a total of (28) 15” wireless gooseneck microphones; (16) for mobile use to be stored in the closet with (2) 8-bay charging stations, and (12) for the dais, that will be wired to power. All mics will be labeled to facilitate in keeping them separate for ideal use after room configuration and tuning has been done to optimize clarity and reliability of mic signal. There is one existing microphone mix extension kit at dais that will be repurposed and moved to stage left control location. • Cochran will demo old wiring of dais mics and workstation screens, which are all going away. All new headend hardware will be installed into the existing equipment rack, which has sufficient space to accommodate new equipment after removing outdated equipment and returning it to client. Cochran will include rack components necessary to install equipment safely, with new power distribution. Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B City of Tigard - AV Improvements RFP 2025-18 Design-Build Proposal – Rev1 4 ▪ (1) Samsung 98” QE98C UHD/LED Commercial Flat Panel Display, installed on the back wall with a tilt mount ▪ (1) Crestron CP4N 4-Series Control Processor, installed in the rack ▪ (1) Netgear 24-port PoE+ AV M4250 Series network switch, installed in rack ▪ (1) QSC digital signal processor (Core24f) for audio I/O routing, installed in rack ▪ (28) New Shure MX415LPDF/C 15” Dual-Flex LED ring microphone goosenecks, w/ (28) MXW8X bases ▪ (2) New Shure MXWNDX8G wireless microphone networked charging stations, to go into closet ▪ (3) Shure 8-channel WAPs and (1) 4-ch WAP for wireless antenna signal, to be installed in ceiling ▪ Repurposing (6) existing cameras ▪ (1) New CAM230 USB/HDMI camera switcher, installed in rack ▪ (2) Inogeni USB 3.2 over CAT extension kits for camera ingest to rack location ▪ (1) Lenovo ThinkSmart Core MTR Bundle w/ 10” Controller (wall-mounted), Windows 11 Enterprise 64-bit ▪ (1) 7” Crestron control panel for wired backup, installed in rack ▪ Repurposed iPad at existing dais stage left location. Wil be reconfigured with Crestron & Teams apps ▪ (2) Repurposed DM-TX-201-C HDMI transmitters, (1) relocated to dais stage left control location and (1) remains at witness stand. Will repurpose cabling. ▪ (1) New Crestron DM-RMC-4KZ-100-C will be installed at confidence monitor for updated control, reuse wiring ▪ Repurpose Crestron DM-8x8 switcher and retain existing I/O, PoE PSU, and Extron SDI unit ▪ Potentially repurpose Shure SLX4 receivers if customer still uses, otherwise remove ▪ Repurposed QSC amp remains in rack and existing ceiling speakers/audio outputs ▪ Repurpose (1) DIGI-USB2-4P kit that extends a mic mix from rack to dais, located at stage left control location ▪ All other rack devices not being used (or shown on elevation) will be removed and returned ▪ New AV rack components and/or power distribution will be included with these system updates Public Works Auditorium • Functionality Description: This Public Works meeting space used for emergency training and as an Ops Center and needs to have clear sound and reliable video conferencing. It currently includes (2) ceiling- mounted projectors and manual screens that are in good working order and able to be reused. This projection system repurposing was decided to remain within budget. The existing 50” confidence monitor will be removed and returned to client by Cochran. There are (8) channels of existing wireless microphones in the equipment rack that will be upgraded to (8) channels of new digital wireless, including (4) Lav/Bodypacks and (4) handheld transmitters. The rest of the AV equipment will be upgraded, including speakers. The goal is to make this space a versatile, multi-use room with dual configuration ability through the AV system. • Microsoft Teams conferencing will be added to this AV system, as with the other spaces, with a new conferencing compute and desktop controller. Two new HD PTZ cameras will be installed to support video conferencing on either side. There will be a new 7” rackmounted Crestron AV system touchpanel installed in the new rack for room control / system backup. A new Crestron 4-Series processor, Crestron video switcher, AV network switch and audio DSP will be installed - in alignment with the other spaces. There shall be one new HDMI & USB-C input plate for laptop/ video presentations. • The entire audio system will be upgraded including speakers, amplification and signal routing. Two pairs of wall-mounted 8” speakers with directivity control will be installed on either side of the room (4 total), to support the dual room configuration of video conferencing or content / presentation with audio on either end, or both. • A new mobile floor-standing 27RU equipment with a front door will be installed, in the same or newly desired location. We will demo old rack & gear and return it to client. Cochran will include rack power & components necessary to install equipment safely. ▪ (1) Crestron CP4N 4-Series Control Processor, installed in the rack ▪ (1) Crestron HD-PS622 8x2 HDMI matrix switcher, installed in rack Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B City of Tigard - AV Improvements RFP 2025-18 Design-Build Proposal – Rev1 5 ▪ (1) Crestron HDMI and USB-C video input plate, to be installed on front wall ▪ (1) Crestron 7” Touchpanel for AV system control, rackmounted ▪ (1) Lenovo ThinkSmart Core MTR Bundle, 10” Controller, Windows 11 64-bit, installed on top of new rack ▪ (1) Netgear 12-port PoE+ AV M4250 Series network switch, installed in rack ▪ (2) QSC 12x80 Networked PTZ cameras, to be ceiling mounted on down-poles in opposite corners ▪ (1) QSC digital signal processor (Core24f) for system processing and audio I/O routing, installed in rack ▪ (4) QSC PL-DC8 2-way passive speakers, surface-mounted flanking the screens on both ends of room ▪ (1) QSC CX-2K4 4-channel Amp @ 500W per channel ▪ (8) channels of new Shure SLXDQ wireless microphones, including (4) SM58 handheld transmitters & (4) Lavs ▪ (4) 2-bay charging stations for SLXD transmitters and batteries (batteries incl w/ mics) ▪ (1) Existing TV streaming & Blu-Ray players will be repurposed, and utilized in new video switcher ▪ Provide and install additional power, rack shelving, vents / blank panels & misc components needed to complete safe housing of AV equipment • Cochran will provide all AV cabling including shielded and/or plenum Cat6A for networked AV, various CAT6 patches, analog audio and HDMI cable lengths to complete a fully functional system installation. • Cochran will provide custom programming, performed by in-house certified technicians. • Cochran will test and commission all new AV equipment/systems, and test & label any new AV cabling. • Cochran will provide client training and a knowledge transfer session on newly installed systems. Inclusions • Pricing is based on the following project documents: o Specifications: City of Tigard - AV Improvements RFP 2025-18 o Addenda: 1 • One-Year Warranty from substantial completion on workmanship, manufacturer’s warranty applies to Cochran supplied material • A customized maintenance/service contract is available, if desired • All work during normal business hours • Permit and Inspection Exclusions • The proposed VTC systems require Teams licensing (provided by client) and associated provisioning • All wireless controller Crestron apps are provided by client, and reconfigured by Cochran with updated programming • Network configuration & IP/MAC addressing/table protocol settings shall be in conjunction with City of Tigard’s IT and Cochran’s commissioning team • Current state documentation available, including an accurate network diagram detailing link speeds and available bandwidth, firewall and security restrictions - will be provided by client Electrical • Pathway & conduit for LV cabling, high voltage, wiring panels, breakers, relays, boxes, receptacles • Modification to motorized screen in Burgess Room • Relocation of circuits with AC duplex outlets in ceiling - beside each projector location in Public Works Cochran can provide a separate quote for electrical work needed for the two items above General Conditions • Division 17 Work • Removal or reinstallation of sheetrock for electrical rough -in • Removal & replacement of ceiling panels or tiles • Necessary acoustic ceiling, tile or T-bar modifications, replacements and/or repair Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B City of Tigard - AV Improvements RFP 2025-18 Design-Build Proposal – Rev1 6 • All millwork (moldings, trim, cut outs, etc.) • Painting & patching of existing surfaces • Concrete saw cutting and/or core drilling • Performance & payment bonds • All utility fees & monthly charges • Dumpster & disposal fees • Overtime & shift work • Sales tax & B&O tax, if applicable Assumptions • Owner-Furnished Equipment (OFE). Any OFE shall be available for testing of system AV connections and will be integrated with the newly purchased equipment. Any OFE shall be in good working order. The cost to repair or replace defective equipment shall be in addition to the proposed cost herein. If during the installation process such hardware/wiring is found to be defective, it is understood that the completion date of the project may be affected, and a Change Order may be required to overcome the complication(s) created by such defects. • Hardware that does not require integration into the client network can be completely isolated from the client LAN Clarifications • Tariff Impact & Cost Adjustments Due to the evolving nature of international trade regulations and newly imposed tariffs, material costs and equipment pricing may be subject to unforeseen fluctuations. While we have made every effort to account for current rates in this proposal, any additional costs directly resulting from new or increased tariffs, duties, or import restrictions will be addressed as a change order. In the event such costs arise, we will provide prompt documentation outlining the impact and work collaboratively to determine the best path forward while maintaining project timelines and budget considerations. • Any and all costs related to Covid-19 work restrictions are excluded unless specifically noted as an inclusion. • Cochran, Inc. reserves the right to negotiate specific items of the subcontract if awarded this project. • Notwithstanding any provision herein to the contrary, in the event that, during the performance of this agreement, the price of raceway, fittings, wire and/or any other necessary commodities significantly increases, through no fault of Cochran, Inc., the price of any materials, components, or goods to be furnished under this agreement shall be equitably adjusted by an amount reasonably necessary to cover any significant price increases. As used herein, a significant price increase shall mean any increase in price exceeding five percent (5%) experienced by Cochran Inc. from the date of the execution of this agreement. Such price increases shall be documented through commercial quotes, invoices, receipts or other such documentation. Where the delivery of materials, components, or goods required under this agreement is delayed, through no fault of Cochran, Inc., because of the shortage or unavailability of commodities, raw materials, components and/or products, Cochran Inc. shall not be liable for any additio nal costs or damages associated with such delay(s). • Cochran Inc. shall not be held liable for errors or omissions in designs by others, nor inadequacies of materials and equipment specified or supplied by others. • Cochran Inc. shall not incur cost impacts due to delays associated with the plan review process or electrical permit approval. • Hard copies of purchase order or contract with all related contract documents shall be issued to Cochran Inc. prior to mobilization. • Anything (verbal or written) expressed or implied elsewhere, which is contrary to these conditions, shall be null and void. • Equipment and materials supplied by Cochran Inc. are warranted only to the extent that the manufacturer warrants the same. • Idle time incurred by Cochran, Inc.’s employees due to absence of required escorts, clearances, inability to enter the workspace, or other factors beyond our control will be considered a change to the Contract. • All information supplied by Cochran, Inc. is to be considered confidential and proprietary. • The proposal is good for 30 days from the date of the proposal. Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B City of Tigard - AV Improvements RFP 2025-18 Design-Build Proposal – Rev1 7 Project Pricing Updated AV Scope AV Materials + Expenses $170,861.00 Integration Services $63,773.00 Pricing Total $234,634.00 Acceptance Subsequent planning details, procurement and coordinating efforts will be initiated upon authorization to proceed and purchase order has been provided. Submitted by: Cochran, Inc. Accepted By: City of Tigard Printed Name: Printed Name: Signature: Signature: Title: Title: Date: Date: Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B 7/9/2025 GM Brad Morton Brent Stockwell 7/9/2025 City Manager 7550 SW Tech Center Dr STE 220 Tigard, OR 97223 971.205.4242 www.cochraninc.com Docusign Envelope ID: 0B65514A-2DDA-4715-8366-8815842D424B