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