Loading...
HomeMy WebLinkAbout4.18 Agreements for On-Call Audio Visual Technology Engineering and Design ServicesSTAFF REPORT CITY COUNCIL Page 1 of 2 Agenda Item 4.18 DATE:June 7, 2022 TO:Honorable Mayor and City Councilmembers FROM:Linda Smith, City Manager SUBJECT:Agreements for On-Call Audio Visual Technology Engineering and Design ServicesPrepared by:Jordan Foss,Management Analyst II EXECUTIVE SUMMARY:The City Council will consider approving agreements for on-call audio visual technology engineering and design consultants for the Public Works Department. STAFF RECOMMENDATION:Adopt the Resolution Approving Agreements for On-Call Audio Visual Technology Engineering and Design Services. FINANCIAL IMPACT:The cost for these on-call services will be charged to the Public Works Department in accordance with the adopted annual budget and/or associated capital improvement project budgets. DESCRIPTION:The Public Works Department utilizes consultants on Capital Improvement Program (CIP) projects and private development projects, and for on-call, as needed services. Services provided assist Staff in specific areas of technical and professional expertise. Consultants are solicited through an open and competitive request for qualifications (RFQ) process to identify consulting firms with the necessary background and experience and to ensure that the cost for services is competitive. Staff recently issued an RFQ for Audio Visual (AV) Technology Engineering and Design Servicesrelated to several projects being planned, including the AV modernization of Ambrose Hall at the Shannon Community Center, the Shannon Center conference room, and the Library Program Room.The RFQ was sent to firms that had expressed interest in receiving RFQs and was posted on 408 Page 2 of 2 the City's website.Four submissions were received in response to the RFQ and, after reviewing all qualifications, Staff recommends two firms to provide on-call services for a three-year term, as shown in the table below. Each of the two firms have provided similar services to various municipalities around the Bay Area. On-Call ServicesConsultantProposed Compensation LimitGuidepost Solutions, LLC $350,000The Shalleck Collaborative, Inc.$350,000The two other responsive firms, EIDIM AV Technology and IMEG Corporation, were determined to be qualified and will be placed on the City’s Managed Qualified Bid List. Staff recommends that the City Council authorize the City Manager to enter into agreements with these two vendors at a later date, with terms equal to the agreements with Guidepost Solutions, LLC, and The ShalleckCollaborative, Inc., should the need arise for their services. The use of all four consultants would be subject to available budget in the General Fund and/or capital improvement project funds. STRATEGIC PLAN INITIATIVE:None. NOTICING REQUIREMENTS/PUBLIC OUTREACH:The City Council Agenda was posted. ATTACHMENTS:1) Resolution Approving Agreements for On-call Audio Visual Technology Engineering and Design Services2) Exhibit A to the Resolution – Consulting Services Agreements with Guidepost Solutions, LLC and The Shalleck Collaborative Inc. for On-call Audio Visual Technology Engineering and Design Services3) Requests for Qualifications for Audio Visual Technology Engineering and Design Services4) Statements of Qualifications for Audio Visual Technology Engineering and Design Services 409 Attachment 1 Reso. No. XX-22, Item X.X, Adopted 06/07/22 Page 1 of 2 RESOLUTION NO. XX – 22 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN APPROVING AGREEMENTS FOR ON-CALL AUDIO VISUAL TECHNOLOGY ENGINEERING AND DESIGN SERVICES WHEREAS,on January 26, 2022, Staff issued a Request for Qualifications (RFQ) for on-call audio visual technology engineering and design services; and WHEREAS,the City received four responses to the RFQ; and WHEREAS,Staff reviewed and evaluated the statements of qualifications in accordance with the RFQ rating criteria; and WHEREAS, the City desires to enter into agreements with Guidepost Solutions, LLC and The Shalleck Collaborative, Inc. each for a not-to-exceed amount of $350,000 over a three year term beginning June 7, 2022 and ending June 30, 2025; and WHEREAS, the City also wishes to enter into agreements at a later date, with the same terms and compensation as the Guidepost Solutions, LLC and The Shalleck Collaborative, Inc. agreements, for any of the following firms which were reviewed and deemed qualified as part of the RFQ solicitation process: EIDIM AV Technology and IMEG Corporation. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby approve agreements with Guidepost Solutions, LLC and The Shalleck Collaborative, Inc., attached hereto as Exhibit A. BE IT FURTHER RESOLVED that the City Manager is authorized to execute the agreements, and make any necessary, non-substantive changes to carry out the intention of this Resolution. BE IT FURTHER RESOLVED that the City Manager is authorized to execute amendments to the agreements, to extend the terms for a maximum of two years beyond the initial three-year term. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby deem qualified EIDIM AV Technology and IMEG Corporation and authorizes the City Manager to execute agreements at a later date, with EIDIM AV Technology and IMEG Corporation, for a total not-to-exceed amount of $350,000 and an agreement term of up to five years. {Signatures on the following page} 410 Reso. No. XX-21, Item X.X, Adopted XX/XX/21 Page 2 of 2 PASSED, APPROVED AND ADOPTED this 7 th day of June 2022, by the following vote: AYES: NOES: ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: _________________________________ City Clerk 411 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 1 of 15 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND GUIDEPOST SOLUTIONS, LLC FOR ON-CALL AUDIO VISUAL (AV) TECHNOLOGY ENGINEERING DESIGN SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin (“City”) and Guidepost Solutions, LLC (“Consultant”) (together sometimes referred to as the “Parties”) as of June 7, 2022 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 1.2 1.3 1.4 1.5 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2025, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City’s right to terminate the Agreement as provided for in Section 8. Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant’s obligations hereunder. Public Works Requirements. Because the services described in Exhibit A include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, Attachment 2 Exhibit A to the Resolution 412 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 2 of 15 Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $350,000.00, notwithstanding any contrary indications that may be contained in Consultant’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant’s proposal, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ▪Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ▪The beginning and ending dates of the billing period; 413 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 3 of 15 ▪A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ▪A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ▪The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ▪The Consultant’s signature; ▪Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12-month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 414 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 4 of 15 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long-distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF 415 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 5 of 15 THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a.Certificate of Liability Insurance in the amounts specified in the section; and b.Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non-owned automobiles. 416 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 6 of 15 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a.The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b.City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c.Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d.For any claims related to this Agreement or the work hereunder, the Consultant’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant’s insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a.Certificate of Liability Insurance in the amounts specified in the section; b.Additional Insured Endorsement as required by the section; c.Waiver of Subrogation Endorsement as required by the section; and d.Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount 417 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 7 of 15 not less than $2,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.2 Claims-Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a.The retroactive date of the policy must be shown and must be before the date of the Agreement. b.Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c.If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d.A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee 418 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 8 of 15 satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4 shall include a “wasting” policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days’ prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the following remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach: ▪Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ▪Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ▪Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement. Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City’s business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, 419 Consulting Services Agreement between City of Dublin and 06/07/2022 Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Page 9 of 15 regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant’s failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable local, state, or federal laws (each a “Protected Characteristic”), against any employee, applicant 420 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 10 of 15 for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontractors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 421 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 11 of 15 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design documents, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to Section 2 if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specifically for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third parties without prior written consent of both Parties. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 422 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 12 of 15 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any 423 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 13 of 15 sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City’s sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant’s economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: Guidepost Solutions, LLC Nick Heywood, PMP, Associate Vice President 2121 N. California Blvd., Suite 800 Walnut Creek, CA 94596 Any written notice to City shall be sent to: City of Dublin Attn: City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City-approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance 424 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 14 of 15 with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant’s signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE 425 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 15 of 15 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN GUIDEPOST SOLUTIONS, LLC Linda Smith, City Manager Nick Heywood, PMP, Associate Vice President Attest: Consultant’s DIR Registration Number (if applicable) Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 426 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Last revised 06/07/2022 Exhibit A – Page 1 of 2 EXHIBIT A SCOPE OF SERVICES Audio Visual (AV) Technology Engineering and Design Services Provide audio visual (AV) technology engineering and design services for a variety of CIP projects, ranging from large facilities to tenant improvements. These services could range from technical assistance to full design development of PS&E packages with design support services for CIP projects. •Communication: Consultant will need to be available to meet in person at the begin of each project. Additionally, Consultant will need to provide status updates at the frequency and in the format agreed to at each project’s kickoff meeting. Each project will be approved by Task Order, and will require a Scope of Work Letter, including a project budget and be signed by an authorized representative of the selected firm. •Scheduling of Tasks: Consultant shall meet with Staff in the initial stages of the project to jointly establish preliminary dates for any scheduled public meeting and/or required public hearing. Consultant and City Staff shall verify that the schedule will meet required steps necessary to complete the process within the timelines required by law. •Attendance at Public Meetings: Consultant shall be prepared to attend any requested City Council or Planning Commission meetings to answer questions related to assigned projects. (OPTIONAL TASK – at City discretion) •Field Investigations: Consultant maybe asked to evaluate existing facilities or spaces to determine feasibility and functionality of how technology can be incorporated into the space. •Cost Estimating: Consultant shall be able to provide detailed cost estimating at various levels of design documentation in the CSI format for public contracts code compliant projects. •Standards: Consultant maybe asked to assist the City in developing standards or guidelines for technology to be incorporated into various spaces for example: conference rooms, meeting rooms, outdoor event gathering spaces, instruction/multi use spaces, digital signage, marque signage, specialty spaces/EOC, and portable systems. •Design Development: Consultant shall be able to prepare design documents (Plans, Specifications) and incorporating the City’s frontend document suitable for the construction of public improvements compliant with public contracts code. The design development may include providing review packages of the following: •Conceptual Design •Preliminary Design •Integration Drawings (One-lines) illustrating: Devices, Device Connections, Cable Types •35%, 60%, 95%, 100% •Building Department Review •Operations and Maintenance (O&M) narratives 427 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Last revised 06/07/2022 Exhibit A – Page 2 of 2 •Bill of Materials •Design Support Service During Bidding & Construction: Consultant shall be able to assist the City during the construction phase of the project these services could include but are not limited to: •Issue addendum(s) •Respond to bidder inquiries •Responding to RFIs •Submittal review •Field observation •Attending meeting and generating minutes •Drafting field directives •Issuing ASI’s •Closeout documentation •As-builts 428 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Last revised 06/07/2022 Exhibit B – Page 1 of 1 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES Position Title Rate for Year One* Principal-in-Charge $250.00 Senior Project Manager $225.00 Subject Matter Expert $225.00 Technology Designer $185.00 Engineer $185.00 429 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Last revised 06/07/2022 Exhibit C – Page 1 of 1 EXHIBIT C INDEMNIFICATION A.Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant’s work under this Agreement. B.With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, employees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. C.Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D.Consultant shall also indemnify, defend and hold harmless the City from all suits or claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant’s services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. 430 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Last revised 06/07/2022 Exhibit D – Page 1 of 3 EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A.In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B.In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one-and-one-half times the basic rate of pay. C.The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A.In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B.In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of 431 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Last revised 06/07/2022 Exhibit D – Page 2 of 3 prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services described in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1.The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2.The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3.Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4.Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C.In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verified by a written declaration that it is made under penalty of perjury, stating both of the following: 1.The information contained in the payroll record is true and correct. 2.The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the 432 Consulting Services Agreement between City of Dublin and Guidepost Solutions, LLC for On-Call AV Technology Engineering/Design Svcs Last revised 06/07/2022 Exhibit D – Page 3 of 3 Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D.In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Code Section 1777.5 governing employment and payment of apprentices on public works contracts. E.In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 433 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 1 of 15 CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF DUBLIN AND THE SHALLECK COLLABORATIVE, INC. FOR ON-CALL AUDIO VISUAL (AV) TECHNOLOGY ENGINEERING DESIGN SERVICES THIS AGREEMENT for consulting services is made by and between the City of Dublin (“City”) and The Shalleck Collaborative, Inc. (“Consultant”) (together sometimes referred to as the “Parties”) as of June 7, 2022 (the “Effective Date”). Section 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, Consultant shall provide to City the services described in the Scope of Work attached as Exhibit A at the time and place and in the manner specified therein. In the event of a conflict in or inconsistency between the terms of this Agreement and Exhibit A, the Agreement shall prevail. 1.1 1.2 1.3 1.4 1.5 Term of Services. The term of this Agreement shall begin on the Effective Date and shall end on June 30, 2025, and Consultant shall complete the work described in Exhibit A on or before that date, unless the term of the Agreement is otherwise terminated or extended, as provided for in Section 8. The time provided to Consultant to complete the services required by this Agreement shall not affect the City’s right to terminate the Agreement, as referenced in Section 8. Notwithstanding the foregoing this Agreement may be extended on a month to month basis for up to 6 months upon the written consent of the Consultant and the City Manager, provided that: a) sufficient funds have been appropriated for such purchase, b) the price charged by the Consultant for the provision of the serves described in Exhibit A does not increase. None of the foregoing shall affect the City’s right to terminate the Agreement as provided for in Section 8. Standard of Performance. Consultant shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which Consultant is engaged. Assignment of Personnel. Consultant shall assign only competent personnel to perform services pursuant to this Agreement. In the event that City, in its sole discretion, at any time during the term of this Agreement, desires the reassignment of any such persons, Consultant shall, immediately upon receiving notice from City of such desire of City, reassign such person or persons. Time. Consultant shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary to meet the standard of performance provided in Subsection 1.2 above and to satisfy Consultant’s obligations hereunder. Public Works Requirements. Because the services described in Exhibit A include “work performed during the design and preconstruction phases of construction including, but not limited to, inspection and land surveying work,” the services constitute a public works within the definition of Section 1720(a)(1) of the California Labor Code. As a result, 434 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 2 of 15 Consultant is required to comply with the provisions of the California Labor Code applicable to public works, to the extent set forth in Exhibit D. 1.6 Public Works Contractor Registration. Consultant agrees, in accordance with Section 1771.1 of the California Labor Code, that Consultant or any subconsultant shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in Chapter 1 of Part 7 of Division 2 of the California Labor Code, unless currently registered and qualified to perform public work pursuant to California Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to California Labor Code section 1725.5. Consultant agrees, in accordance with Section 1771.4 of the California Labor Code, that if the work under this Agreement qualifies as public work, it is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 2. COMPENSATION. City hereby agrees to pay Consultant a sum not to exceed $350,000.00, notwithstanding any contrary indications that may be contained in Consultant’s proposal, for services to be performed and reimbursable costs incurred under this Agreement. In the event of a conflict between this Agreement and Consultant’s proposal, regarding the amount of compensation, the Agreement shall prevail. City shall pay Consultant for services rendered pursuant to this Agreement at the time and in the manner set forth herein. The payments specified below shall be the only payments from City to Consultant for services rendered pursuant to this Agreement. Consultant shall submit all invoices to City in the manner specified herein. Except as specifically authorized by City in writing, Consultant shall not bill City for duplicate services performed by more than one person. Consultant and City acknowledge and agree that compensation paid by City to Consultant under this Agreement is based upon Consultant’s estimated costs of providing the services required hereunder, including salaries and benefits of employees and subcontractors of Consultant. Consequently, the Parties further agree that compensation hereunder is intended to include the costs of contributions to any pensions and/or annuities to which Consultant and its employees, agents, and subcontractors may be eligible. City therefore has no responsibility for such contributions beyond compensation required under this Agreement. 2.1 Invoices. Consultant shall submit invoices, not more often than once a month during the term of this Agreement, based on the cost for services performed and reimbursable costs incurred prior to the invoice date. No individual performing work under this Agreement shall bill more than 2,000 hours in a fiscal year unless approved, in writing, by the City Manager or his/her designee. Invoices shall contain the following information: ▪Serial identifications of progress bills; i.e., Progress Bill No. 1 for the first invoice, etc.; ▪The beginning and ending dates of the billing period; 435 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 3 of 15 ▪A Task Summary containing the original contract amount, the amount of prior billings, the total due this period, the balance available under the Agreement, and the percentage of completion; ▪A copy of the applicable time entries or time sheets shall be submitted showing the following: o Daily logs of total hours worked by each individual performing work under this Agreement o Hours must be logged in increments of tenths of an hour or quarter hour o If this Agreement covers multiple projects, all hours must also be logged by project assignment o A brief description of the work, and each reimbursable expense ▪The total number of hours of work performed under the Agreement by Consultant and each employee, agent, and subcontractor of Consultant performing services hereunder; ▪The Consultant’s signature; ▪Consultant shall give separate notice to the City when the total number of hours worked by Consultant and any individual employee, agent, or subcontractor of Consultant reaches or exceeds 800 hours within a 12 -month period under this Agreement and any other agreement between Consultant and City. Such notice shall include an estimate of the time necessary to complete work described in Exhibit A and the estimate of time necessary to complete work under any other agreement between Consultant and City, if applicable. 2.2 Monthly Payment. City shall make monthly payments, based on invoices received, for services satisfactorily performed, and for authorized reimbursable costs incurred. City shall have 30 days from the receipt of an invoice that complies with all of the requirements above to pay Consultant. 2.3 Final Payment. City shall pay the last 10% of the total sum due pursuant to this Agreement within 60 days after completion of the services and submittal to City of a final invoice, if all services required have been satisfactorily performed. 2.4 Total Payment. City shall pay for the services to be rendered by Consultant pursuant to this Agreement. City shall not pay any additional sum for any expense or cost whatsoever incurred by Consultant in rendering services pursuant to this Agreement. City shall make no payment for any extra, further, or additional service pursuant to this Agreement. In no event shall Consultant submit any invoice for an amount in excess of the maximum amount of compensation provided above either for a task or for the entire Agreement, unless the Agreement is modified prior to the submission of such an invoice by a properly executed change order or amendment. 436 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 4 of 15 2.5 Hourly Fees. Fees for work performed by Consultant on an hourly basis shall not exceed the amounts shown on the compensation schedule attached hereto as Exhibit B. 2.6 Reimbursable Expenses. Reimbursable expenses are specified in Exhibit B. Expenses not listed in Exhibit B are not chargeable to City. Reimbursable expenses are included in the total amount of compensation provided under this Agreement that shall not be exceeded. 2.7 Payment of Taxes. Consultant is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. 2.8 Payment upon Termination. In the event that the City or Consultant terminates this Agreement pursuant to Section 8, the City shall compensate the Consultant for all outstanding costs and reimbursable expenses incurred for work satisfactorily completed as of the date of written notice of termination. Consultant shall maintain adequate logs and timesheets to verify costs incurred to that date. 2.9 Authorization to Perform Services. The Consultant is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt of authorization from the Contract Administrator. Section 3. FACILITIES AND EQUIPMENT. Except as set forth herein, Consultant shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this Agreement. City shall make available to Consultant only the facilities and equipment listed in this section, and only under the terms and conditions set forth herein. City shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for Consultant’s use while consulting with City employees and reviewing records and the information in possession of the City. The location, quantity, and time of furnishing those facilities shall be in the sole discretion of City. In no event shall City be obligated to furnish any facility that may involve incurring any direct expense, including but not limited to computer, long -distance telephone or other communication charges, vehicles, and reproduction facilities. Section 4. INSURANCE REQUIREMENTS. Before fully executing this Agreement, Consultant, at its own cost and expense, unless otherwise specified below, shall procure the types and amounts of insurance listed below against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant and its agents, representatives, employees, and subcontractors. Consistent with the following provisions, Consultant shall provide proof satisfactory to City of such insurance that meets the requirements of this section and under forms of insurance satisfactory in all respects, and that such insurance is in effect prior to beginning work. Consultant shall maintain the insurance policies required by this section throughout the term of this Agreement. The cost of such insurance shall be included in the Consultant's bid or proposal. Consultant shall not allow any subcontractor to commence work on any subcontract until Consultant has obtained all insurance required herein for the subcontractor(s) and provided evidence to City that such insurance is in effect. VERIFICATION OF THE REQUIRED INSURANCE SHALL BE SUBMITTED AND MADE PART OF 437 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 5 of 15 THIS AGREEMENT PRIOR TO EXECUTION. Consultant shall maintain all required insurance listed herein for the duration of this Agreement. 4.1 Workers’ Compensation. 4.1.1 General Requirements. Consultant shall, at its sole cost and expense, maintain Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance for any and all persons employed directly or indirectly by Consultant. The Statutory Workers’ Compensation Insurance and Employer’s Liability Insurance shall be provided with limits of not less than $1,000,000 per accident. In the alternative, Consultant may rely on a self-insurance program to meet these requirements, but only if the program of self-insurance complies fully with the provisions of the California Labor Code. Determination of whether a self-insurance program meets the standards of the California Labor Code shall be solely in the discretion of the Contract Administrator. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the entity for all work performed by the Consultant, its employees, agents, and subcontractors. 4.1.2 Submittal Requirements. To comply with Subsection 4.1, Consultant shall submit the following: a.Certificate of Liability Insurance in the amounts specified in the section; and b.Waiver of Subrogation Endorsement as required by the section. 4.2 Commercial General and Automobile Liability Insurance. 4.2.1 General Requirements. Consultant, at its own cost and expense, shall maintain commercial general liability insurance for the term of this Agreement in an amount not less than $1,000,000 and automobile liability insurance for the term of this Agreement in an amount not less than $1,000,000 per occurrence, combined single limit coverage for risks associated with the work contemplated by this Agreement. If a Commercial General Liability Insurance or an Automobile Liability form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Such coverage shall include but shall not be limited to, protection against claims arising from bodily and personal injury, including death resulting therefrom, and damage to property resulting from activities contemplated under this Agreement, including without limitation, blanket contractual liability and the use of owned and non-owned automobiles. 438 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 6 of 15 4.2.2 Minimum Scope of Coverage. Commercial general coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (most recent edition) covering comprehensive General Liability on an “occurrence” basis. Automobile coverage shall be at least as broad as Insurance Services Office Automobile Liability form CA 0001, Code 1 (any auto). No endorsement shall be attached limiting the coverage. 4.2.3 Additional Requirements. Each of the following shall be included in the insurance coverage or added as a certified endorsement to the policy: a.The Insurance shall cover on an occurrence or an accident basis, and not on a claims-made basis. b.City, its officers, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of work or operations performed by or on behalf of the Consultant; or automobiles owned, leased, hired, or borrowed by the Consultant. c.Consultant hereby agrees to waive subrogation which any insurer or contractor may require from vendor by virtue of the payment of any loss. Consultant agrees to obtain any endorsements that may be necessary to effect this waiver of subrogation. d.For any claims related to this Agreement or the work hereunder, the Consultant’s insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be excess of the Consultant’s insurance and shall not contribute with it. 4.2.4 Submittal Requirements. To comply with Subsection 4.2, Consultant shall submit the following: a.Certificate of Liability Insurance in the amounts specified in the section; b.Additional Insured Endorsement as required by the section; c.Waiver of Subrogation Endorsement as required by the section; and d.Primary Insurance Endorsement as required by the section. 4.3 Professional Liability Insurance. 4.3.1 General Requirements. Consultant, at its own cost and expense, shall maintain for the period covered by this Agreement professional liability insurance for licensed professionals performing work pursuant to this Agreement in an amount 439 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 7 of 15 not less than $2,000,000 covering the licensed professionals’ errors and omissions. Any deductible or self-insured retention shall not exceed $150,000 per claim. 4.3.2 Claims-Made Limitations. The following provisions shall apply if the professional liability coverage is written on a claims-made form: a.The retroactive date of the policy must be shown and must be before the date of the Agreement. b.Insurance must be maintained and evidence of insurance must be provided for at least 3 years after completion of the Agreement or the work, so long as commercially available at reasonable rates. c.If coverage is canceled or not renewed and it is not replaced with another claims-made policy form with a retroactive date that precedes the date of this Agreement, Consultant shall purchase an extended period coverage for a minimum of 3 years after completion of work under this Agreement. d.A copy of the claim reporting requirements must be submitted to the City for review prior to the commencement of any work under this Agreement. 4.3.3 Submittal Requirements. To comply with Subsection 4.3, Consultant shall submit the Certificate of Liability Insurance in the amounts specified in the section. 4.4 All Policies Requirements. 4.4.1 Acceptability of Insurers. All insurance required by this section is to be placed with insurers with a Bests' rating of no less than A:VII. 4.4.2 Verification of Coverage. Prior to beginning any work under this Agreement, Consultant shall furnish City with complete copies of all Certificates of Liability Insurance delivered to Consultant by the insurer, including complete copies of all endorsements attached to the policies. All copies of Certificates of Liability Insurance and certified endorsements shall show the signature of a person authorized by that insurer to bind coverage on its behalf. If the City does not receive the required insurance documents prior to the Consultant beginning work, it shall not waive the Consultant’s obligation to provide them. The City reserves the right to require complete copies of all required insurance policies at any time. 4.4.3 Deductibles and Self-Insured Retentions. Consultant shall disclose to and obtain the written approval of City for the self-insured retentions and deductibles before beginning any of the services or work called for by any term of this Agreement. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, employees, and volunteers; or the Consultant shall provide a financial guarantee 440 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 8 of 15 satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses. 4.4.4 Wasting Policies. No policy required by this Section 4, except for professional liability, shall include a “wasting” policy limit (i.e. limit that is eroded by the cost of defense). 4.4.5 Endorsement Requirements. Each insurance policy required by Section 4 shall be endorsed to state that coverage shall not be canceled by either party, except after 30 days’ prior written notice has been provided to the City. 4.4.6 Subcontractors. Consultant shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 4.5 Remedies. In addition to any other remedies City may have if Consultant fails to provide or maintain any insurance policies or policy endorsements to the extent and within the time herein required, City may, at its sole option exercise any of the followin g remedies, which are alternatives to other remedies City may have and are not the exclusive remedy for Consultant’s breach: ▪Obtain such insurance and deduct and retain the amount of the premiums for such insurance from any sums due under the Agreement; ▪Order Consultant to stop work under this Agreement or withhold any payment that becomes due to Consultant hereunder, or both stop work and withhold any payment, until Consultant demonstrates compliance with the requirements hereof; and/or ▪Terminate this Agreement. Section 5. INDEMNIFICATION AND CONSULTANT’S RESPONSIBILITIES. Refer to the attached Exhibit C, which is incorporated herein and made a part of this Agreement . Section 6. STATUS OF CONSULTANT. 6.1 Independent Contractor. At all times during the term of this Agreement, Consultant shall be an independent contractor and shall not be an employee of City. This Agreement shall not be construed as an agreement for employment. City shall have the right to control Consultant only insofar as the results of Consultant's services rendered pursuant to this Agreement and assignment of personnel pursuant to Subsection 1.3; however, otherwise City shall not have the right to control the means by which Consultant accomplishes services rendered pursuant to this Agreement. Consultant further acknowledges that Consultant performs Services outside the usual course of the City’s business; and is customarily engaged in an independently established trade, occupation, or business of the same nature as the Consultant performs for the City and has the option to perform such work for other entities. Notwithstanding any other City, state, or federal policy, rule, 441 Consulting Services Agreement between City of Dublin and 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Page 9 of 15 regulation, law, or ordinance to the contrary, Consultant and any of its employees, agents, and subcontractors providing services under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any and all claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in the California Public Employees Retirement System (PERS) as an employee of City and entitlement to any contribution to be paid by City for employer contributions and/or employee contributions for PERS benefits. 6.2 Consultant Not an Agent. Except as City may specify in writing, Consultant shall have no authority, express or implied, to act on behalf of City in any capac ity whatsoever as an agent. Consultant shall have no authority, express or implied, pursuant to this Agreement to bind City to any obligation whatsoever. Section 7. LEGAL REQUIREMENTS. 7.1 Governing Law. The laws of the State of California shall govern this Agreement. 7.2 Compliance with Applicable Laws. Consultant and any subcontractors shall comply with all laws and regulations applicable to the performance of the work hereunder, including but not limited to, the California Building Code, the Americans with Disabilities Act, and any copyright, patent or trademark law. Consultant’s failure to comply with any law(s) or regulation(s) applicable to the performance of the work hereunder shall constitute a breach of contract. 7.3 Other Governmental Regulations. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, Consultant and any subcontractors shall comply with all applicable rules and regulations to which City is bound by the terms of such fiscal assistance program. 7.4 Licenses and Permits. Consultant represents and warrants to City that Consultant and its employees, agents, and any subcontractors have all licenses, permits, qualifications, and approvals of whatsoever nature that are legally required to practice their respective professions. Consultant represents and warrants to City that Consultant and its employees, agents, any subcontractors shall, at their sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals that are legally required to practice their respective professions. In addition to the foregoing, Consultant and any subcontractors shall obtain and maintain during the term of this Agreement valid Business Licenses from City. 7.5 Nondiscrimination and Equal Opportunity. Consultant shall not discriminate, on the basis of a person’s race, sex, gender, religion (including religious dress and grooming practices), national origin, ancestry, physical or mental disability, medical condition (including cancer and genetic characteristics), marital status, age, sexual orientation, color, creed, pregnancy, genetic information, gender identity or expression, political affiliation or belief, military/veteran status, or any other classification protected by applicable loca l, state, or federal laws (each a “Protected Characteristic”), against any employee, applicant 442 Consulting Services Agreement between City of Dublin and The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 10 of 15 for employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services or programs provided by Consultant under this Agreement. Consultant shall include the provisions of this Subsection in any subcontract approved by the Contract Administrator or this Agreement. Section 8. TERMINATION AND MODIFICATION. 8.1 Termination. City may cancel this Agreement at any time and without cause upon written notification to Consultant. Consultant may cancel this Agreement upon 30 days’ written notice to City and shall include in such notice the reasons for cancellation. In the event of termination, Consultant shall be entitled to compensation for services performed to the effective date of termination; City, however, may condition payment of such compensation upon Consultant delivering to City any or all documents, photographs, computer software, video and audio tapes, and other materials provided to Consultant or prepared by or for Consultant or the City in connection with this Agreement. 8.2 Extension. City may, in its sole and exclusive discretion, extend the end date of this Agreement beyond that provided for in Subsection 1.1. Any such extension shall require a written amendment to this Agreement, as provided for herein. Consultant understands and agrees that, if City grants such an extension, City shall have no obligation to provide Consultant with compensation beyond the maximum amount provided for in this Agreement. Similarly, unless authorized by the Contract Administrator, City shall have no obligation to reimburse Consultant for any otherwise reimbursable expenses incurred during the extension period. 8.3 Amendments. The Parties may amend this Agreement only by a writing signed by all the Parties. 8.4 Assignment and Subcontracting. City and Consultant recognize and agree that this Agreement contemplates personal performance by Consultant and is based upon a determination of Consultant’s unique personal competence, experience, and specialized personal knowledge. Moreover, a substantial inducement to City for entering into this Agreement was and is the professional reputation and competence of Consultant. Consultant may not assign this Agreement or any interest therein without the prior written approval of the Contract Administrator. Consultant shall not subcontract any portion of the performance contemplated and provided for herein, other than to the subcontra ctors noted in the proposal, without prior written approval of the Contract Administrator. 8.5 Survival. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating liability between City and Consultant shall survive the termination of this Agreement. 443 Consulting Services Agreement between City of Dublin and The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 11 of 15 8.6 Options upon Breach by Consultant. If Consultant materially breaches any of the terms of this Agreement, City’s remedies shall include, but are not limited to, the following: 8.6.1 Immediately terminate the Agreement; 8.6.2 Retain the plans, specifications, drawings, reports, design doc uments, and any other work product prepared by Consultant pursuant to this Agreement; 8.6.3 Retain a different consultant to complete the work described in Exhibit A not finished by Consultant. If another consultant is retained to complete the work, The Shalleck Collaborative would be released from liability for changes made to their completed work by the different consultant, but would still be liable for any unchanged completed work; or 8.6.4 Charge Consultant the difference between the cost to complete the work described in Exhibit A that is unfinished at the time of breach and the amount that City would have paid Consultant pursuant to the agreed upon Task Order if Consultant had completed the work. Section 9. KEEPING AND STATUS OF RECORDS. 9.1 Records Created as Part of Consultant’s Performance. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that Consultant prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the City. Consultant hereby agrees to deliver those documents to the City upon termination of the Agreement. It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this Agreement are prepared specific ally for the City and are not necessarily suitable for any future or other use. City and Consultant agree that, until final approval by City, all data, plans, specifications, reports and other documents are confidential and will not be released to third p arties without prior written consent of both Parties. 9.2 Consultant’s Books and Records. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services or expenditures and disbursements charged to the City under this Agreement for a minimum of 3 years, or for any longer period required by law, from the date of final payment to the Consultant to this Agreement. 9.3 Inspection and Audit of Records. Any records or documents that Subsection 9.2 of this Agreement requires Consultant to maintain shall be made available for inspection, audit, and/or copying at any time during regular business hours, upon oral or written request of the City. Under California Government Code Section 8546.7, if the amount of public funds expended under this Agreement exceeds $10,000.00, the Agreement shall be subject to 444 Consulting Services Agreement between City of Dublin and The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 12 of 15 the examination and audit of the State Auditor, at the request of City or as part of any audit of the City, for a period of 3 years after final payment under the Agreement. Section 10. MISCELLANEOUS PROVISIONS. 10.1 Attorneys’ Fees. If a party to this Agreement brings any action, including an action for declaratory relief, to enforce or interpret the provision of this Agreement, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled. The court may set such fees in the same action or in a separate action brought for that purpose. 10.2 Venue. In the event that either party brings any action against the other under this Agreement, the Parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Alameda or in the United States District Court for the Northern District of California. 10.3 Severability. If a court of competent jurisdiction finds or rules that any provision of this Agreement is invalid, void, or unenforceable, the provisions of this Agreement not so adjudged shall remain in full force and effect. The invalidity in whole or in part of an y provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. 10.4 No Implied Waiver of Breach. The waiver of any breach of a specific provision of this Agreement does not constitute a waiver of any other breach of that term or any other term of this Agreement. 10.5 Successors and Assigns. The provisions of this Agreement shall inure to the benefit of and shall apply to and bind the successors and assigns of the Parties. 10.6 Use of Recycled Products. Consultant shall prepare and submit all reports, written studies and other printed material on recycled paper to the extent it is available at equal or less cost than virgin paper. 10.7 Conflict of Interest. Consultant may serve other clients, but none whose activities within the corporate limits of City or whose business, regardless of location, would place Consultant in a “conflict of interest,” as that term is defined in the Political Reform Act, codified at California Government Code Section 81000 et seq. Consultant shall not employ any City official in the work performed pursuant to this Agreement. No officer or employee of City shall have any financial interest in this Agreement that would violate California Government Code Section 1090 et seq. Consultant hereby warrants that it is not now, nor has it been in the previous 12 months, an employee, agent, appointee, or official of the City. If Consultant was an employee, agent, appointee, or official of the City in the previous 12 months, Consultant warrants that it did not participate in any manner in the forming of this Agreement. Consultant 445 Consulting Services Agreement between City of Dublin and The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 13 of 15 understands that, if this Agreement is made in violation of California Government Code Section 1090 et seq., the entire Agreement is void and Consultant will not be entitled to any compensation for services performed pursuant to this Agreement, including reimbursement of expenses, and Consultant will be required to reimburse the City for any sums paid to the Consultant. Consultant understands that, in addition to the foregoing, it may be subject to criminal prosecution for a violation of California Government Code Section 1090 et seq., and, if applicable, will be disqualified from holding public office in the State of California. At City’s sole discretion, Consultant may be required to file with the City a Form 700 to identify and document Consultant’s economic interests, as defined and regulated by the California Fair Political Practices Commission. If Consultant is required to file a Form 700, Consultant is hereby advised to contact the Dublin City Clerk for the Form 700 and directions on how to prepare it. 10.8 Solicitation. Consultant agrees not to solicit business at any meeting, focus group, or interview related to this Agreement, either orally or through any written materials. 10.9 Contract Administration. This Agreement shall be administered by the City Manager ("Contract Administrator"). All correspondence shall be directed to or through the Contract Administrator or his or her designee. 10.10 Notices. Any written notice to Consultant shall be sent to: The Shalleck Collaborative, Inc. Ian Hunter, CTS-D, Principal 1553 Martin Luther King Jr. Way Berkeley, CA 94709 Any written notice to City shall be sent to: City of Dublin Att:City Engineer 100 Civic Plaza Dublin, CA 94568 10.11 Integration. This Agreement, including the scope of work attached hereto and incorporated herein as Exhibits A, B, C and D represents the entire and integrated agreement between City and Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. Exhibit A Scope of Services Exhibit B Compensation Schedule & Reimbursable Expenses Exhibit C Indemnification Exhibit D California Labor Code Section 1720 Information 446 Consulting Services Agreement between City of Dublin and The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 14 of 15 10.12 Counterparts and Electronic Signatures. This Agreement may be executed in multiple counterparts, each of which shall be an original and all of which together shall constitute one agreement. Counterparts delivered and/or signatures executed by City-approved electronic or digital means shall have the same force and effect as the use of a manual signature. Both Parties desire this Agreement to be electronically signed in accordance with applicable federal and California law. Either Party may revoke its agreement to use electronic signatures at any time by giving notice to the other Party. 10.13 Certification per Iran Contracting Act of 2010. In the event that this contract is for one million dollars ($1,000,000.00) or more, by Consultant’s signature below Consultant certifies that Consultant, and any parent entities, subsidiaries, successors or subunits of Consultant are not identified on a list created pursuant to subdivision (b) of Section 2203 of the California Public Contract Code as a person engaging in investment activities in Iran as described in subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the California Public Contract Code, as applicable. SIGNATURES ON FOLLOWING PAGE 447 Consulting Services Agreement between City of Dublin and The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs 06/07/2022 Page 15 of 15 The Parties have executed this Agreement as of the Effective Date. The persons whose signatures appear below certify that they are authorized to sign on behalf of the respective Party. CITY OF DUBLIN THE SHALLECK COLLABORATIVE, INC. Linda Smith, City Manager Adam Shalleck, President Attest: Consultant’s DIR Registration Number (if applicable) Marsha Moore, City Clerk Approved as to Form: City Attorney 3070368.1 448 Consulting Services Agreement between City of Dublin and Last revised 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Exhibit A – Page 1 of 2 EXHIBIT A SCOPE OF SERVICES Audio Visual (AV) Technology Engineering and Design Services Provide audio visual (AV) technology engineering and design services for a variety of CIP projects, ranging from large facilities to tenant improvements. These services could range from technical assistance to full design development of PS&E packages with design support services for CIP projects. •Communication: Consultant will need to be available to meet in person at the begin of each project. Additionally, Consultant will need to provide status updates at the frequency and in the format agreed to at each project’s kickoff meeting. Each project will be approved by Task Order, and will require a Scope of Work Letter, including a project budget and be signed by an authorized representative of the selected firm. •Scheduling of Tasks: Consultant shall meet with Staff in the initial stages of the project to jointly establish preliminary dates for any scheduled public meeting and/or required public hearing. Consultant and City Staff shall verify that the schedule will meet required steps necessary to complete the process within the timelines required by law. •Attendance at Public Meetings: Consultant shall be prepared to attend any requested City Council or Planning Commission meetings to answer questions related to assigned projects. (OPTIONAL TASK – at City discretion) •Field Investigations: Consultant maybe asked to evaluate existing facilities or spaces to determine feasibility and functionality of how technology can be incorporated into the space. •Cost Estimating: Consultant shall be able to provide detailed cost estimating at various levels of design documentation in the CSI format for public contracts code compliant projects. •Standards: Consultant maybe asked to assist the City in developing standards or guidelines for technology to be incorporated into various spaces for example: conference rooms, meeting rooms, outdoor event gathering spaces, instruction/multi use spaces, digital signage, marque signage, specialty spaces/EOC, and portable systems. •Design Development: Consultant shall be able to prepare design documents (Plans, Specifications) and incorporating the City’s frontend document suitable for the construction of public improvements compliant with public contracts code. The design development may include providing review packages of the following: •Conceptual Design •Preliminary Design •Integration Drawings (One-lines) illustrating: Devices, Device Connections, Cable Types •35%, 60%, 95%, 100% •Building Department Review •Operations and Maintenance (O&M) narratives 449 Consulting Services Agreement between City of Dublin and Last revised 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Exhibit A – Page 2 of 2 •Bill of Materials •Design Support Service During Bidding & Construction: Consultant shall be able to assist the City during the construction phase of the project these services could include but are not limited to: •Issue addendum(s) •Respond to bidder inquiries •Responding to RFIs •Submittal review •Field observation •Attending meeting and generating minutes •Drafting field directives •Issuing ASI’s •Closeout documentation •As-builts 450 Consulting Services Agreement between City of Dublin and Last revised 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Exhibit B – Page 1 of 1 EXHIBIT B COMPENSATION SCHEDULE & REIMBURSABLE EXPENSES The Shalleck Collaborative Position Title Rate for Year One Founding Principal $275 Principal $195 Project Manager $170 Draftsperson $150 co+ed Architecture Position Title Rate for Year One Principal $175 Senior Project Manager $140 Project Manager $125 Drafter $95 Administrative $70 O’Mahony & Myer Engineering Position Title Rate for Year One Founding Principal $250 Principal $225 Project Electrical Engineer $155 Project Lighting Designer $155 Electrical/Lighting Designer $135 CAD Supervisor $115 CAD Technician $105 Administrative $100 451 Consulting Services Agreement between City of Dublin and Last revised 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Exhibit C – Page 1 of 1 EXHIBIT C INDEMNIFICATION A.Consultant shall, to the extent permitted by law, including without limitation California Civil Code 2782 and 2782.8, indemnify, hold harmless and assume the defense of, in any actions at law or in equity, the City, its employees, agents, volunteers, and elective and appointive boards, from all claims, losses, and damages, including property damage, personal injury, death, and liability of every kind, nature and description, arising out of, pertaining to or related to the negligence, recklessness or willful misconduct of Consultant or any person directly or indirectly employed by, or acting as agent for, Consultant, during and after completion of Consultant’s work under this Agreement. B.With respect to those claims arising from a professional error or omission, Consultant shall defend, indemnify and hold harmless the City (including its elected officials, officers, e mployees, and volunteers) from all claims, losses, and damages arising from the professionally negligent acts, errors or omissions of Consultant, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault. C.Consultant's obligation under this section does not extend to that portion of a claim caused in whole or in part by the sole negligence or willful misconduct of the City. D.Consultant shall also indemnify, defend and hold harmless the City from all suits o r claims for infringement of any patent rights, copyrights, trade secrets, trade names, trademarks, service marks, or any other proprietary rights of any person or persons because of the City or any of its officers, employees, volunteers, or agents use of articles, products things, or services supplied in the performance of Consultant’s services under this Agreement, however, the cost to defend charged to Consultant shall not exceed Consultant’s proportionate percentage fault . 452 Consulting Services Agreement between City of Dublin and Last revised 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Exhibit D – Page 1 of 3 EXHIBIT D PROVISIONS REQUIRED FOR PUBLIC WORKS CONTRACTS PURSUANT TO CALIFORNIA LABOR CODE SECTION 1720 ET SEQ. HOURS OF WORK: A.In accordance with California Labor Code Section 1810, 8 hours of labor in performance of the services described in Exhibit A shall constitute a legal day’s work under this contract. B.In accordance with California Labor Code Section 1811, the time of service of any worker employed in performance of the services described in Exhibit A is limited to 8 hours during any one calendar day, and 40 hours during any one calendar week, except in accordance with California Labor Code Section 1815, which provides that work in excess of 8 hours during any one calendar day and 40 hours during any one calendar week is permitted upon compensation for all hours worked in excess of 8 hours during any one calendar day and 40 hours during any one calendar week at not less than one-and-one-half times the basic rate of pay. C.The Consultant and its subcontractors shall forfeit as a penalty to the City $25 for each worker employed in the performance of the services described in Exhibit A for each calendar day during which the worker is required or permitted to work more than 8 hours in any one calendar day, or more than 40 hours in any one calendar week, in violation of the provisions of California Labor Code Section 1810 and following. WAGES: A.In accordance with California Labor Code Section 1773.2, the City has determined the general prevailing wages in the locality in which the services described in Exhibit A are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the City Public Works Office and shall be made available on request. The Consultant and subcontractors engaged in the performance of the services described in Exhibit A shall pay no less than these rates to all persons engaged in performance of the services described in Exhibit A. B.In accordance with California Labor Code Section 1775, the Consultant and any subcontractors engaged in performance of the services described in Exhibit A shall comply with California Labor Code Section 1775, which establishes a penalty for each worker engaged in the performance of the services described in Exhibit A that the Consultant or any subcontractor pays less than the specified prevailing wage. The amount of such penalty shall be determined by the Labor Commissioner and shall be based on consideration of the mistake, inadvertence, or neglect of the Consultant or subcontractor in failing to pay the correct rate of prevailing wages, or the previous record of the Consultant or subcontractor in meeting applicable prevailing wage obligations, or the willful failure by the Consultant or subcontractor to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of 453 Consulting Services Agreement between City of Dublin and Last revised 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Exhibit D – Page 2 of 3 prevailing wages is not excusable if the Consultant or subcontractor had knowledge of their obligations under the California Labor Code. The Consultant or subcontractor shall pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate. If a subcontractor worker engaged in performance of the services des cribed in Exhibit A is not paid the general prevailing per diem wages by the subcontractor, the Consultant is not liable for any penalties therefore unless the Consultant had knowledge of that failure or unless the Consultant fails to comply with all of the following requirements: 1.The contract executed between the Consultant and the subcontractor for the performance of part of the services described in Exhibit A shall include a copy of the provisions of California Labor Code Sections 1771, 1775, 1776, 1777.5, 1813, and 1815. 2.The Consultant shall monitor payment of the specified general prevailing rate of per diem wages by the subcontractor by periodic review of the subcontractor’s certified payroll records. 3.Upon becoming aware of a subcontractor’s failure to pay the specified prevailing rate of wages, the Consultant shall diligently take corrective action to halt or rectify the failure, including, but not limited to, retaining sufficient funds due the subcontractor for performance of the services described in Exhibit A. 4.Prior to making final payment to the subcontractor, the Consultant shall obtain an affidavit signed under penalty of perjury from the subcontractor that the subcontractor has paid the specified general prevailing rate of per diem wages for employees engaged in the performance of the services described in Exhibit A and any amounts due pursuant to California Labor Code Section 1813. C.In accordance with California Labor Code Section 1776, the Consultant and each subcontractor engaged in performance of the services described in Exhibit A shall keep accurate payroll records showing the name, address, social security number, work, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed in performance of the services described in Exhibit A. Each payroll record shall contain or be verifie d by a written declaration that it is made under penalty of perjury, stating both of the following: 1.The information contained in the payroll record is true and correct. 2.The employer has complied with the requirements of California Labor Code Sections 1771, 1811, and 1815 for any work performed by the employer’s employees on the public works project. The payroll records required pursuant to California Labor Code Section 1776 shall be certified and shall be submitted directly to the Labor Commission, and available for inspection by the Owner and its authorized representatives, the Division of Labor Standards Enforcement, the 454 Consulting Services Agreement between City of Dublin and Last revised 06/07/2022 The Shalleck Collaborative for On-Call AV Technology Engineering/Design Svcs Exhibit D – Page 3 of 3 Division of Apprenticeship Standards of the Department of Industrial Relations and shall otherwise be available for inspection in accordance with California Labor Code Section 1776. D.In accordance with California Labor Code Section 1777.5, the Consultant, on behalf of the Consultant and any subcontractors engaged in performance of the services described in Exhibit A, shall be responsible for ensuring compliance with California Labor Co de Section 1777.5 governing employment and payment of apprentices on public works contracts. E.In case it becomes necessary for the Consultant or any subcontractor engaged in performance of the services described in Exhibit A to employ for the services described in Exhibit A any person in a trade or occupation (except executive, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum wage rate has been determined by the Director of the Department of Industrial Relations, the Consultant or subcontractor shall pay the minimum rate of wages specified therein for the classification which most nearly corresponds to services described in Exhibit A to be performed by that person. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 3070368.1 455 REQUEST FOR QUALIFICATIONS Audio Visual (AV) Technology Engineering and Design Services City of Dublin Jordan Foss, Management Analyst II (925) 833-6630 See Notice of RFQ/RFP Opportunities for FY 2021-2022, posted to City of Dublin’s Bid Postings webpage Attachment 3 456 Request for Qualifications For On-Call Audio Visual (AV) Technology Engineering and Design Services Introduction The City of Dublin was incorporated in 1982 and is approximately 14.59 square miles in area. In 2011, Dublin was named an “All-American City” by the National Civic League, one of the nation’s oldest and most prestigious civic organizations. In 2018, Dublin was ranked No. 7 on the list of Best Places to Live in America, and No. 1 in California, by Money Magazine. The current population of the City is approximately 63,000. Purpose The City of Dublin (City) is seeking qualified firms to provide Audio Visual (AV) technology on-call professional services. The City is a contract city, utilizing numerous consultants to conduct engineering and design work in support of various CIP projects, as well as support of Information Services and Public Works Divisions. The Public Works Department enters into on-call agreements for multiple categories of service types and may issue multiple agreements. Note firms and sub-consultants need to be able to provide the services requested in all the categories listed below. The City desires to refurbish and modernize multiple spaces within their facilities with Audio Visual (AV) technology that best supports the current use cases. The City is looking for a design professional to provide professional services for this effort by designing these AV systems. Further, the City is seeking to develop conference room standards as well as develop designs for various specialty spaces. The chosen design professional firm will provide complete design documents that can be used to generate an integration RFP/Bid documents suitable for public contracts code procurement. Project Description: The City is undertaking a capital improvement project centered around three existing facilities: •Shannon Center Ambrose Hall •Shannon Center Conference Room •Library Program Room The chosen design professional will work closely with the Information Services and Public Works Departments to establish technology requirements for each room. All three facilities are currently configured with AV technology. The City wishes to reuse what technology can be reused. New equipment should be 457 recommended whenever necessary to meet the use requirements that are approved by the Information Services Department. The City reserves the right to extend contract services in the future to include additional professional services including, but not limited to: •Emergency Operations Center •Meeting room standards •Video Conferencing Suites •Multi-use facilities •Recreation facilities •Portable AV systems for indoor or outdoor use •Regional Meeting Room •Marque Signs •Digital Signage The chosen design firm will provide the following documents: •Register of design requirements for each space •Narrative of design including functionality and user experience •Record Drawings (where needed) highlighting o Power and data requirements o Device Layout with dimensions •Integration Drawings (One-lines) illustrating o Devices o Device connections o Cable types •Bill of Materials •Operations and Maintenance narrative and schedule •Bid package subject to requirements of public contracts code along with licensed stamp, using City standard bid/FRQ document framework. Assume there are no As-Built drawings of the existing spaces. The City will be holding a pre-proposal site visit for all interested participants. It is encouraged that firms attend the pre-proposal meeting with City Staff on Friday February 4, 2022, to view the two facilities to be upgraded. Locations and Times: Shannon Center, 11600 Shannon Ave, Dublin CA 94568 at 10:00AM Dublin Library, 200 Civic Plaza, Dublin CA 94568 at 10:45AM Considerations The proposers should be design certificated for any equipment proposed in the Bill of Materials. Control and input devices should be either be manufactured by Crestron or Extron. The proposal team should include a California licensed architect and electrical engineer. 458 The chosen design professional shall provide documentation on the following: •Minimum of five (5) years designing complex AV systems •Relevant certifications •Have completed projects similar in size and scope within the last 18 months and provide references on these projects. •Key employees that will be involved in this project Schedule for RFP Process January 26, 2022 RFQs posted on City webpage and emailed to Interested Parties* February 4, 2022 Pre-proposal site visit •Shannon Center, 11600 Shannon Ave, Dublin CA 94568 at 10:00AM •Dublin Library, 200 Civic Plaza, Dublin CA 94568 at 10:45AM February 8, 2022 Deadline to submit questions to City of Dublin February 11, 2022 Addendum posted, if required February 18, 2022 Proposals are due no later than 4:00 PM. Late submittals will not be accepted. February/March of 2022 Interview firms (optional) (Tentative dates, subject to change) *Consultants are encouraged to sign up on the City’s website for updates on addendums, notifications, and for all future contracting opportunities: https://www.cityofdublin.gov/bids 459 RFQ Submittal Requirements Please prepare and organize your Statement of Qualification based on the requirements provided below. Any other information you would like to include should be placed in a separated section at the back of your Statement of Qualification. Please note however that the RFQ submittal is limited to 15 pages maximum (excluding resumes, project case studies, and a signed conflict of interest statement). Considerations: The proposers should be design certificated for any equipment proposed in the Bill of Materials. Control and input devices should be either be manufactured by Crestron or Extron. The proposal team should include a California licensed architect and electrical engineer. The chosen design professional shall provide documentation on the following: •Minimum of five (5) years designing complex AV systems •Relevant certifications •Have completed projects similar in size and scope within the last 18 months and provide references on these projects. •Key employees that will be involved in this project Process and General Conditions: 1.All Interested Parties shall notify jordan.foss@dublin.ca.gov with a cc: to emily.determan@dublin.ca.gov and tim.eisler@dublin.ca.gov of their interest in submitting a proposal. 2.Proposers shall submit electronic copies by emailed PDF attachment only. Please do not submit via Cloud-based systems or links. 3.The City will not pay for any costs incurred in preparation and submission of the proposals or in anticipation of a contract. Checklist: 1.Title Page shall include the legal name of the firm, as well as any DBA name; designated project manager; their title, direct phone number, and email address. 2.Enclose a cover letter not to exceed one page, describing the firm's interest and commitment to perform work necessary to provide consulting services. The person authorized by the firm to negotiate a contract with the City of Dublin shall sign the cover letter. 3.State the qualifications and experience of the firm/individual(s). Please emphasize the specific qualifications and experience with engagements of applicable to the scope of work. 460 4. List key staff members, including identification of the Principal-in-Charge and Project Manager/primary point-of-contact. Include each team member’s availability, including all existing committed hours, and the ability of being able to complete the project in time and budget. 5. Provide at least three references (names and current phone numbers) from recent work (previous five years) similar to the services outlined in this request for qualification. Please include a brief description of the work performed and the role your firm performed. References from the City of Dublin staff shall not count as one of the three required references. 6. Provide a rate schedule, completed as seen in Attachment B. Please be prepared to submit this as a separate Word or Excel document if selected for contract. 7. Provide confirmation of your firm’s ability to meet the City’s Standard Consulting Agreement and insurance requirements. Exceptions to the Agreement and insurance requirements shall be specifically noted in the Proposal. 8. Provide confirmation of your firm’s ability to meet the City’s Conflict of Interest requirements by submitting Attachment C in the appendix of your proposal. Consultant shall provide a list of all clients served in either San Francisco or the East Bay area. This list is subject to Public Records requests. Submittals should be addressed to the following: To: jordan.foss@dublin.ca.gov Cc: emily.determan@dublin.ca.gov tim.eisler@dublin.ca.gov Any submittal emailed after the stated deadline will not be accepted for consideration. 461 Standard Consulting Agreement: It is anticipated that the services covered by the Agreement resulting from this solicitation will be performed on a time and materials fee basis for a specified scope of work. The anticipated term of agreements is set to begin March 15, 2022 but may begin earlier if deemed necessary. A sample of the City’s Standard Consulting Agreement (Agreement), including insurance requirements, is provided as Attachment A. If the interested firm desires to take exception to the Agreement and/or insurance requirements, the interested firm shall clearly identify proposed changes to the Agreement and furnish the reason for these changes, which shall be included in the qualification. Exceptions will be taken into consideration in evaluating Proposals. Otherwise, the interested firm is to state in the proposal that the Agreement and insurance requirements are acceptable. Consideration for exceptions will not be considered if not included in the submitted proposal. Equal Employment Opportunity Proposer shall not, on the grounds of race, color, sex, age, religion, national origin, ancestry, physical handicap, medical condition, or marital status either discriminate or permit discrimination against any employee or applicant for employment in any manner prohibited by Federal, State or local laws. In the event of Proposer non-compliance, the City of Dublin may cancel, terminate or suspend the Contract in whole or in part. Proposer may also be declared ineligible for further contracts with the City of Dublin. Proposer shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Proposer and its sub-consultants shall post in conspicuous places, available to all employees and applicants for employment, a notice setting forth the following provisions [29 U.S.C. § 623, 42 U.S.C. § 2000, 42 U.S.C. § 6102, 42 U.S.C. § 12112, 42 U.S.C. § 12132, 49 U.S.C. § 5332, 29 CFR Part 1630, 41 CFR Parts 60 et seq.]. Governing Law This RFP summarizes the applicable laws and governance; when in conflict applicable State/Federal guidelines shall apply. The contract and legal relations between the parties hereto shall be governed and construed in accordance with the laws of the State of California. Insurance Requirements The Contractor shall provide insurance coverage as follows in conformance with the City of Dublin’s requirements: 462 General Liability Insurance $1,000,000 Automobile Liability Insurance $1,000,000 Professional Liability Insurance $2,000,000 Workers’ Compensation Insurance $1,000,000 (Statutory) Rate Sheet: Travel time, mileage, vehicles, meals, etc. will not be allowed and should be incorporated into your hourly rates provided. Consultant may request hourly rates be updated annually, on the City’s fiscal year calendar. Rate increases shall not exceed 3% and shall be based on the San Francisco Bay Area Consumer Price Index CPI for that period of time and this shall be submitted to the Public Works Management Analyst, or their designee, for approval prior to taking effect. Please see Attachment B for the required format. Conflict of Interest Please include Attachment C, signed by the same person who will be designated as signatory to an agreement. Include this page in the Appendix of your submission as this will be incorporated into agreements for firms selected. The language requires the following: 1) Proposers must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list of your firm’s clients who are the following: Private clients located or operating within the City of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. 2) Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. Public Projects Consultants are advised that some projects serviced under an agreement may be considered a “public work” for purposes of the California Labor Code, which requires payment of no less than prevailing wages. This requirement pertains solely to that portion of the scope of services related to the inspection of public projects. The Consultant with whom an Agreement is entered must pay the prevailing rates, provide copies of certified payrolls upon request, and otherwise comply with the applicable provisions of State law. The Consultant is subject to prevailing wage rate compliance monitoring and enforcement by the California Department of Industrial Relations. The City has obtained from the Director of Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work. These rates will be on file at the Owner’s office at 100 Civic Plaza, Dublin, CA 94568 or online at 463 http://www.dir.ca.gov/OPRL/PWD/index.htm and they will be made available to any interested party upon request. The Consultant shall may be qualified to submit a response to this RFQ, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. Public Contract Code In accordance with Public Contract Code Section 10162, the Proposer shall complete a Public Contract Code Statement and Questionnaire and include this in RFQ submittal. See Attachment D (Public Contract Code). The scope of services may include construction inspection of Capital Improvement Program projects and/or improvements associated with public land development. Under the California Labor Code, inspection of a “public work” will require payment of no less than prevailing wages for this classification and in addition, require firm(s) be registered with the Department of Industrial Relations. Review and Selection Process The City reserves the right to make the selection based on its sole discretion. A subcommittee selected by City Staff will evaluate proposals provided in response to this RFP. The subcommittee will use a forced ranking process (see example in Attachment E). Informal interviews may be conducted by City staff and may include more than one firm that has submitted a Proposal. Based on input from this review process, a recommendation will be made to the City Manager. The City Manager will make a recommendation to the City Council for award of contract services. The City reserves the right to award a contract to the firm(s) that the City feels best meets the requirements of the RFP. The City reserves the right to reject any and all Proposals prior to execution of the Agreement, with no penalty to the City. Overview of On-Call Projects Process When requesting services for work under an on-call contract, a City project manager will request services on a “Time and Material” basis. Selected firm’s services will be negotiated on a per project basis and have a budget and specific work scope, submitted on letterhead and signed by the designated project manager. The notice to proceed for work will be issued by Task Order (see Attachment F). Selection of Consultant Submitted Proposals will be evaluated and scored using the following criteria: • Qualifications and specific experience of key project team members. • Quality and completeness of the proposal. • Experience with engagement of similar scope and complexity. 464 •Satisfaction of previous clients. •Cost of providing the consultant services for this project. Attachments removed for June 7 Staff Report. 465 Nick Heywood, PMP Associate Vice President Guidepost Solutions LLC 2121 N. California Blvd., Suite 800 Walnut Creek, CA 94596 510.648.5903 (M) nheywood@guidepostsolutions.com guidepostsolutions.com Request for Qualifications (RFQ) CITY OF DUBLIN AUDIOVISUAL TECHNOLOGY ENGINEERING AND DESIGN SERVICES February 18, 2022 Proposed to: Jordan Foss Management Analyst II City of Dublin 925.833.6630 Attachment 4 466 February 18, 2022 Jordan Foss Management Analyst II City of Dublin 925.833.6630 RE: Request for Qualifications – City of Dublin Audiovisual Technology Engineering and Design Services We understand that the City of Dublin (City) is seeking qualifications from firms to provide on-call audiovisual technology engineering and design services in support of various Capital Improvement Projects (CIP), and Information Services and Public Works Divisions. The City will undertake the modernization of three (3) existing facilities – 1) Shannon Center Ambrose Hall, 2) Shannon Center Conference Room, and 3) Library Program Room, that will include repurposed used technology, if appropriate. Guidepost Solutions’ (Guidepost) proven team of consultants, designers, and engineers are ready to work with the City to create technology designs that are scalable, innovative, reliable, and provide an infrastructure capable of supporting an array of technology options both today and in the future. To augment our services, Guidepost has partnered with Indigo Hammond+Playle Architects who has provided more than 30 years of design expertise to city and public works clients. We are also partnering with M. Niels Engineering to provide electrical design services. Guidepost, Indigo and M. Niels worked in collaboration on the Police and Public Safety Building for the City that was successful in delivering a functional facility. As the City’s audiovisual on-call provider, the Guidepost team will bring the following to your projects: Proven Experience - Guidepost has 30 years of experience designing complex, state-of-the-art audiovisual technology systems for numerous city, county and other municipal clients including San Leandro Police Department, City of Fairfield Council Chambers, and the County of Alameda Emergency Operations Center, among many others. Our team includes project leaders and subject matter experts with significant experience in the latest audiovisual systems design, planning, and implementation. Our experience in these areas provides integrated results that balance our client’s business needs with industry-best, cost-effective solutions. Collaborative Process - We know that communication and collaboration is key, and we will utilize various technologies and in-person meetings to engage and inform the key stakeholders throughout the project. Holistic Approach that Starts with Listening - We begin all of our projects by listening to our client’s needs, desires for improvement, and lessons-learned. We’ll take a holistic approach to ensure that we provide the City with an integrated plan for audiovisual technology engineering and design that supports the operational needs of the organization both now and into the future. Thank you for the opportunity to provide our qualifications, we look forward to working with the entire project team moving forward. Sincerely, Nick Heywood, PMP Associate Vice President 510.648.5903 nheywood@guidepostsolutions.com 467 A. Qualifications and Experience B. Key Staff Members C. Project Experience + Client Reference D. Attachment B: Rate Schedule E. Consultant Agreement and Insurance F. Attachment C: Conflict of Interest G. Attachment D and Public Contract Code 1 6 18 26 28 30 33 468 QUALIFICATIONS + EXPERIENCE 469 GUIDEPOST SOLUTIONS OVERVIEW Guidepost is a global team of experienced security and technology consultants, investigators, and compliance and monitoring experts. We provide guidance and support to help you address critical needs and make strategic decisions. We have built our brand on the collective strength of our team, based on the experience and reputation of individuals who serve as a source of protection, strategic guidance, and leadership. Guidepost has partnered with global organizations to create technology solutions that embrace the unique culture of each building to provide a first-in-class technology experience for employees and guests. We provide innovative consulting, design, and managed services that balance realistic business needs with industry-best, cost-effective solutions. We serve as a trusted partner for our notable clients, helping to secure critical and high-value assets, contributing to efficient organizational operations, and engaging strategies that are in-line with their corporate values and unique needs. Guidepost has worked with more than 60+ municipal clients across the country. In recent years, we have worked with the City of Dublin, City of Fairfield, County of Alameda, County of Merced, County of San Mateo, City of San Leandro, County of Sacramento, and the County of Marin, among others. SUBCONSULTANT OVERVIEW - ARCHITECTURE Indigo Hammond & Playle Architects, LLP is a California Limited Liability Partnership founded in 1999 with Jonathan Hammond and Arthur Bruce Playle comprising the two principals of the firm. Both principals have been with the firm since its inception. Their goal is to bring climate-adapted, bio-regional design into the mainstream of architectural practice, creating spaces that are responsive to both the people who use them and to local environments. The firm’s principal architects have over 80 years of combined design experience. Indigo offers complete architectural services for design, bidding, construction administration, move-in, and commissioning of site and building facilities. Their experience in both the public and private sectors has given insight into the complex regulatory and political environments which surround many projects. As architects with extensive construction experience, they understand the importance of communication between owners, designers, and contractors. Indigo has extensive successful experience in planning and deploying building projects for civic clients. SUBCONSULTANT OVERVIEW – ELECTRICAL ENGINEERING M. Niels Engineering, Inc. technical capabilities include extensive expertise in power systems, lighting, system controls, audiovisual systems, security access control and surveillance systems, fire and life safety systems, voice, data and video communication systems and production of CADD drawings. M. Neils’ staff is well versed in performing field investigations, electrical troubleshooting, research and preparation of planning documents and schematics as well as preparation of drawings and specifications from preliminary design through contract documents. The firm invests heavily in professional development and technology, allowing M. Neils to remain on the leading edge of design. 470 M. Neils has managed the design of electrical infrastructure for numerous audiovisual and other low-voltage systems projects throughout California. Serving multiple clients, M. Neils has provided electrical engineering scoping studies, planning, design and construction administration services on projects involving new construction, building renovations, additions, ADA improvements, and equipment upgrades. Relevant projects include: City of Dublin Public Safety Center Renovation (with Guidepost and Indigo) City of Stockton City Hall Relocation (with Guidepost and Indigo) City of Fairfield City Council Chambers Modernization (with Guidepost and Indigo) Kaiser Sacramento Medical Center Emergency Department Expansion (with Guidepost) Kaiser Sacramento Medical Center Emergency Department Intake (with Guidepost) Kaiser South Sacramento Medical Center Utility Building Security Operations Center Remodel (with Guidepost) Cal Fire South Operations Headquarters (with Guidepost) Yuba County Sheriff’s Department Remodel AUDIOVISUAL SERVICE OVERVIEW Guidepost offers over 65 years of combined experience in the design and integration of audiovisual technology-based systems across a vast array of applications and environments. In addition to the conference rooms, collaboration spaces, and training/teaching venues that are common to almost every facility, Guidepost has provided consulting and design services for new and tenant improvement projects in almost every sector for clients across the US. Guidepost has experience designing courtroom, adult and juvenile detention, and law enforcement facilities. We’ve designed mass notification and public information systems for large public spaces like the Santa Monica Pier and transportation hubs including the James R. Herman Cruise Ship Terminal in San Francisco. We have designed dozens of mission critical facilities, including Emergency Operations Centers for several counties and municipalities, as well as Global Security Operations Centers for multiple Fortune 500 companies, including Dolby Labs, AirBnB, PayPal, Salesforce, Oracle and Robinhood. Guidepost has designed hospitals, medical simulation, and tele-teaching environments for healthcare. We’ve designed aquatic centers for UC Berkeley and USC, medical schools for UCLA and UC Riverside, a telemedicine training and medical simulation center for UCSF, and visual arts studios for Diablo Valley College. Guidepost believes that modern audiovisual systems should be fully integrated into a facility’s interiors and architecture. Technology should seamlessly serve the user’s needs. We are committed to understanding and delivering on operational requirements, aspirations and goals, and ourur project teams conduct a thorough schematic design process centered on user culture and needs. Audiovisual is a uniquely “high-touch” technology - desgining effective audiovisual systems requires a seamless collaboration with the user. 471 BENEFITS OF WORKING WITH OUR TEAM Our team can provide the following distinguishing benefits to the City:  Audiovisual Technology design experts with additional technology designers (cybersecurity, security, telecommunications) readily available.  Collaborative Team approach - utilizing current real-time communication tools (Microsoft Teams, Cisco, Smartsheet, Bluebeam Revu, SharePoint)  Experience providing specialized audiovisual technology design and engineering services to municipal clients with limited-to-no interruptions to daily operations.  Development of thoughtful, tailored solutions for our clients that address their needs, budget, and future goals. We do not provide cookie-cutter solutions.  Experienced collaborators with owners, property management, architects, engineers, Authorities Having Jurisdictions (city, county, state officials, police, and fire departments), key stakeholders, and the general public. 472 CERTIFICATIONS + MEMBERSHIPS Highlighted below are certifications and memberships held by team members within our firm. 473 KEY STAFF MEMBERS 474 KEY STAFF OVERVIEW Our team members possess the technical qualifications, availability, and required resources to deliver any project within this contract on time, within budget, and to your satisfaction. Our proposed team members have the expert skills and relevant experience that we believe are necessary to successfully complete each project. Our team members are as follows: Principal-in-Charge, Nick Heywood, PMP: To ensure the effective management of this engagement, Guidepost provides a senior executive of the firm, to oversee and monitor the overall timing and effective performance of the project. Primarily, his role is to coordinate all the consulting and engineering resources to ensure availability and to continuously review the overall progress and quality control of the engagement. He will consult with the Senior Project Manager regarding progress on a weekly basis. He will participate in the project regularly to ensure its ultimate success. Senior Project Manager, Kelly Miller, CTS-D: This key management position will serve as the main point of contact for the project design work, will be responsible for the day-to-day conduct of the project and the timely execution of all defined deliverables, will attend planning and design meetings, and will provide vision for all aspects of the engagement. Mr. Miller is currently providing audiovisual design and consulting oversight for multiple projects, including CalSTRS, and San Leandro Police Department, among others. He is certified in both Crestron and Extron systems. Subject Matter Experts and Designers: These roles will provide specialized audiovisual design expertise and assist in conducting research, developing design documentation, and other tasks stated in the RFQ. They will be assigned by the Senior Project Manager to specific tasks/engagements and will participate in all conference calls and project meetings, as well as in the execution of project deliverables. These SMEs and Designers will be: ° Michele French, CTS, CEV, CTS, CBT, CNBT – Audiovisual Technology Designer ° Lindsay Woolward – Audiovisual Technology Designer ° Bruce Playle, AIA (Indigo, Hammond, Playle Architects) - Architectural Design ° Prescott Nichols, AIA, LEED AP BD+C (Indigo, Hammond, Playle Architects) - Architectural Design ° Jesse Batian, P.E. (M. Niels Engineering) - Electrical Engineering ° Julia Brodovsky, EIT (M. Niels Engineering) – Electrical Engineering Quality Control, Ali Mortazavi, P.E. – The quality control and production team, led by Mr. Mortazavi, who is a licensed engineer in 23 states including California (#7500E-20334) will provide documentation control and review for the team. Mr. Mortazavi and his team will perform QA/QC control on documentation. 475 KEY STAFF ORGANIZATION CHART 476 NICK HEYWOOD, PMP Principal-in-Charge Nick Heywood is the Associate Vice President for the Western Region. Mr. Heywood is an experienced and versatile professional project manager (PMP) with a proven track-record of successfully delivering complex multi- discipline projects on-time and within budget. As a trusted advisor, he maintains transparent open communication between the client and the project team, ensuring that the client’s vision and needs are understood and expectations delivered. Mr. Heywood’s consulting career encompasses multiple vertical sectors including experience in the education, healthcare, corporate, and detention sectors. As a senior consultant, he brings solutions to problems with a focus on improving safety and security, enhancing operational safety and security measures and scalability and sustainability to clients’ security programs. Mr. Heywood has the availability and is committed to working the hours needed in order to deliver a successful project to the City. RELEVANT EXPERIENCE  Santa Clarita Sheriff’s Station | Santa Clarita, California  Stanford University Public Services Building | Stanford, California  Rancho Cucamonga Superior Courthouse | Rancho Cucamonga, California  Marin Juvenile Detention Center | Marin, California  County of San Diego CCA/CMAR Correctional Facility | East Mesa, California  Sonoma County Main Adult Detention Facility | Santa Rosa, California EDUCATION  Bachelor of Arts, (Honors) Business Administration, University of Huddersfield, England CERTIFICATIONS  Project Management Professional (PMP) AFFILIATIONS  Project Management Institute (PMI)  ASIS InternationalAssociation AREAS OF EXPERTISE  Project Management  Physical Security & Safety Assessments  Operational Policy & Procedure Protocol Development  Security Technology Systems Standards  Security Technology Systems Design  Systems Commissioning and Owners Representative 477 KELLY MILLER, CTS-D Senior Project Manager, Audiovisual Kelly Miller brings 30 years of specialized experience in the design, engineering, and management of complex audiovisual systems, supporting hundreds of projects across broadcast, corporate, public sector and healthcare. For 13 years, Mr. Miller managed the deployment of all audiovisual and teleconferencing technology for Kaiser Permanente, overseeing system design, user support and network operations. Among his recent projects are the modernization of the City of Fairfield’s council chambers, including all audiovisual and new broadcast cameras. He is designing the technology renovation of the Emergency Operations Center for the city of Corona in Southern California. He is also currently designing all audiovisual systems for CalSTRS new 275,00 sq. ft. headquarters. As a Senior Project Manager and audiovisual practice lead, Mr. Miller is currently providing leadership and audiovisual subject matter expertise on more than a dozen ongoing projects across the nation. RELEVANT EXPERIENCE  Alameda County Emergency Operations Center | Dublin, CA  Alameda County Board of Supervisors Chambers | Oakland, CA  California State Teachers Retirement System HQ | Sacramento, CA  Los Angeles County Sheriff’s Station | Santa Clarita, CA  Fairfield Council Chambers Modernization | Fairfield, CA  San Leandro Police Department | San Leandro, CA  City of Stockton City Hall Relocation | Stockton, CA  California Governor’s Mansion | Sacramento, CA  Stanford University Public Safety Building | Palo Alto, California  Marin County Emergency Operations Center | San Rafael, CA  Merced County Emergency Operations Center | Modesto, CA  Solano County Justice Detention Center | Fairfield, CA  Santa Monica Pier Mass Notification | Santa Monica, CA  Genentech Building 35 | South San Francisco, CA  Facebook Headquarters | Menlo Park, CA  Kaiser Permanente Medical Offices and Cancer Center | Dublin, CA  Diablo Valley College Physical Education/Kinesiology Complex | Pleasant Hill, CA  Dolby Laboratories HQ | San Francisco, CA  PayPal | Multiple Facilities Globally EDUCATION  Bachelor of Arts, California State University at Fullerton CERTIFICATIONS  Certified Technology Specialist - Design (CTS-D)  SynAudCon- Audio System Design  Crestron DM Design  Blonder Tongue SD/HD Video Delivery Design  Harman Network Video Design  Dante Audio Levels 1 & 2 Design AFFILIATIONS  BICSI  Project Management Institute  Society of Motion Picture and Television Engineers  Audio Engineering Society (AES)  AVIXA (formerly Infocomm) AREAS OF EXPERTISE  Audiovisual Systems  Media distribution networks  Videoconferencing  Sound Masking  Mass Notification 478 MICHELE FRENCH, CTS, CEV, CTS, CBT, CNBT Audiovisual Technology Designer Michele French is a highly trained senior engineer. She has extensive experience in the design, engineering and project management of complex systems integrating audiovisual and network technology across a wide array of applications and facilities. Her experience includes the design and engineering of large integrated technology projects including audiovisual technology, IP networking, copper and fiber backbone cabling, pathways, and equipment spaces. She uses technology system CAD design to create construction drawing packages for plans, risers, elevations, details, and schematics. Prior to joining Guidepost Solutions, Ms. French was a senior audiovisual designer and a television system engineer. She oversaw the ongoing design, engineering, installation and maintenance of television production facilities, networked media systems, satellite downlinks, product design, and AV system design for commercial facilities. Ms. French has the availability and is committed to working the hours needed in order to deliver a successful project to the City. RELEVANT EXPERIENCE  PayPal | Multiple Facilities Globally  Airbnb | San Francisco, CA  California State Teachers Retirement System HQ | Sacramento, CA  City of Stockton City Hall Relocation | Stockton, CA  Fairfield Council Chambers Modernization | Fairfield, CA  UC Berkeley Legends Aquatic Center | Berkeley, CA  Los Angeles County Sheriff’s Station | Santa Clarita, CA  San Francisco State University Broadcast and Communication Arts | San Francisco, CA  Genentech | South San Francisco, CA  Facebook | Menlo Park, CA  Oceanwide Center | San Francisco, CA  Robinhood | Denver, CO  Oracle | Austin, TX  SF Jazz Center | San Francisco, CA  Dropbox Headquarters | San Francisco, CA  Santa Monica Pier Mass Notification | Santa Monica, CA EDUCATION  Bachelor of Arts, Broadcast Communications, San Francisco State University  Associate of Science, Broadcast Technology, Napa Valley College CERTIFICATIONS  Certified Video Engineer (CEV)  Certified Broadcast Technician (CBT)  Certified Broadcast Networking Technologist (CBNT)  FCC Amateur Radio Service General-Class License K6FRE  Crestron DM Design  Dante Audio Levels 1 & 2 Design AFFILIATIONS ▪Society of Motion Picture Television Engineers (SMPTE) ▪The Society of Broadcast Engineers (SBE) AREAS OF EXPERTISE  Systems Engineer  Construction Drawing  Technology Integration Design 479 over LINDSAY WOOLWARD Audiovisual Technology Designer Lindsay Woolward is an audiovisual and security consultant specializing in audiovisual systems design, security technology design, and security risk consulting. Mr. Woolward has advised a wide variety of clients everywhere from Seattle, Washington to Fort Lauderdale, Florida, including city, county, and state governments, K-12 school districts, universities, corporations, and transportation authorities. Projects for clients have included audiovisual systems design, security technology systems design, comprehensive security risk assessment, and master planning. Mr. Woolward brings two decades of audiovisual systems experience, having started as a technical director for theater and dance before transitioning to audiovisual systems design. He has designed audiovisual systems for K-12 classrooms and gyms, high school performing arts centers, university classroom and nurse training simulation systems, corporate conferencing, hospital patient rooms, flexible event systems, courts, and municipal government training facilities. Before joining Guidepost, Mr. Woolward founded Quill Security Technology to build first-in-the-world security risk models and data dashboards for universities, national manufacturers, and multinational corporations, providing both a wealth of security data and a straight-forward way to manage physical security programs based on consistent ROI analysis. Mr. Woolward has the availability and is committed to working the hours needed in order to deliver a successful project to the City. RELEVANT EXPERIENCE  Minneapolis Public Schools Auditorium Modernization | Minneapolis, MN  Milpitas High School Performing Art Center | Milpitas, CA  North Hollywood High School Expansion + Modernization | North Hollywood, CA  Metro State University Classroom Audiovisual Technology Upgrade | St. Paul, MN  Metro State University Nurse Simulation Center Audiovisual | St. Paul, MN  California Northstate University Hospital Audiovisual | Elk Grove, CA  Santa Rosa Criminal Courthouse Audiovisual | Santa Rosa, CA EDUCATION  Master of Bachelor of Arts, Theater, Macalester College AFFILIATIONS  ASIS International AREAS OF EXPERTISE ▪ Performing Arts Audiovisual Design ▪ Educational Audiovisual Design ▪ Conference Audiovisual Design ▪ Security Risk Assessment ▪ Security Systems Design 480 over ALI MORTAZAVI, P.E. Quality Control and Production Ali Mortazavi brings over 13 years of experience in quality control, production, electrical engineering and technology industry experience to the team. Throughout his career, he has been responsible for the design of electrical and low voltage systems for commercial, industrial, and institutional projects including office buildings, educational, religious, assisted living/nursing facilities, libraries, fire stations, retail spaces, multi-family units, hospitals, medical offices, and high rises. Additionally, Mr. Mortazavi’s experience includes further involvement in the design of standard and emergency lighting systems; performing circuiting fault current and voltage drop calculations; and analyses and moderate power distribution design. Mr. Mortazavi’s expertise in the creation of professional design documents assists in the design layout of the low voltage systems during all phases of document development throughout the project. During implementation, his expertise will prove invaluable in the coordination of design documents with systems in varying degrees of implementation. As a Senior Director of Production + Engineering, Mr. Mortazavi provides leadership and oversight on all design projects for telecommunications, audiovisual, security, and fire alarm projects for the company. Mr. Mortazavi has the availability and is committed to working the hours needed in order to deliver a successful project to the City. RELEVANT EXPERIENCE  Apache Energy Headquarters | Calgary, Canada  Airbnb | San Francisco, CA  California State Teachers Retirement System Headquarters | West Sacramento, CA  NVIDIA Headquarters Campus | Santa Clara, CA  Genentech Hilltop | South San Francisco, CA  Facebook | Menlo Park, CA  Dolby Laboratories | San Francisco, CA  Dallas Police Department | Texas  Willis Tower | Chicago, Illinois  S.C. Johnson West Campus | Racine, Wisconsin  The Old Post Office Renovation | Chicago, Illinois  Haymarket Center | Chicago, Illinois EDUCATION  Master of Science, Electrical Engineering, Southern Methodist University  Bachelor of Science, Electrical Engineering, Azad University, Tehran, Iran LICENSES  Professional Engineer- licensed in 23 states AREAS OF EXPERTISE  Security Consulting  Security Design  BIM  AutoCAD 481 JESSE BATIAN, P.E. Electrical Engineer – M. Neils Engineering, Inc. Jesse Bastian has over 16 years of experience in electrical engineering and lighting design, including 10 years as a licensed electrical engineer. He has significant expertise in working with public agencies on civic, municipal, and public safety projects. He will serve as Electrical Engineer of Record for all projects under this on-call contract, and will review all electrical construction documents prior to final plan signing. Mr. Batian has the availability and is committed to working the hours needed in order to deliver a successful project to the City. RELEVANT EXPERIENCE Kaiser Sacramento Medical Center Emergency Department Expansion | Sacramento, CA Principal Electrical Engineer for an emergency room expansion. The electrical system includes four branches of power; uninterruptible power system; lighting; telecom infrastructure; and fire alarm, nurse call, security, audiovisual, and public address systems. The A/V scope included electrical connections to displayss at nurse stations and telemetry system monitors. City Of Stockton City Hall Relocation | Stockton, CA Principal Electrical Engineer for the 130,000 sq. ft. renovation of two existing buildings to house the City’s relocated City Hall functions. The electrical engineering scope includes power, data/telecommunications, fire alarm, site lighting, interior lighting, and Title 24 lighting energy compliance documentation. A/V scope includes connections to private office TV’s and public information boards. This project is currently under construction. Fairfield City Council Chambers Modernization | Fairfield, CA Principal Electrical Engineer for modernization of the existing City Council chambers, including ADA upgrades and tenant improvements. The project scope included lighting replacement, information technology upgrades, and audiovisual improvements. The A/V scope included electrical connections to information boards within the Council Chambers. Cal Fire South Operations Headquarters | Riverside County, CA Senior Electrical Engineer for a new regional office headquarters replacement facility that includes an operations center, administrative and training buildings, engineering office, shop buildings, generator/storage building, photovoltaic power, site work and utilities. The A/V scope included electrical connections to TV’s, information boards, and monitors. EDUCATION  Bachelor of Science, Electrical and Electronic Engineering, California State University, Sacramento REGISTRATION  Electrical Engineer, California #E20229, 2012 CERTIFICATIONS  Power Engineering Certificate, Electric Power Educational Institute, California State University, Sacramento AFFILIATIONS  Illuminating Engineering Society  Institute of Electrical and Electronics Engineers 482 JULIA BRODOVSKY, EIT Associate Electrical Engineer – M. Neils Engineering, Inc. Julia is a Certified Engineer-in-Training with recent experience in electrical design to support audiovisual systems. She is an experienced project lead and is skilled in coordination with all project stakeholders to develop well- coordinated electrical designs. Her project experience inclus.Ms. Brodovsky the availability and is committed to working the hours needed in order to deliver a successful project to the City. RELEVANT EXPERIENCE City of Stockton City Hall Relocation | Stockton, CA Assistant Engineer for this 130,000 sq. ft. renovation of two existing buildings to house the City’s relocated City Hall functions. The electrical engineering scope includes power, data/telecommunications, fire alarm, site lighting, interior lighting, and Title 24 lighting energy compliance documentation. A/V scope includes electrical connections to private office TV’s and public information boards. This project is currently under construction. Sacramento International Airport Operations Building and ARFF Electrical Service | Sacramento, CA Assistant Engineer and project lead for replacement of the existing electrical service equipment and emergency generators at the Airport Operations Building and ARFF. The project scope includes design for a new Sacramento Municipal Utility District electrical service to backfeed existing electrical distribution system, new site lighting, and low-voltage cabling. Sacramento International Airport FAA Bus EV Chargers | Sacramento, CA Assistant Engineer for design of installation of electric bus chargers at two locations within the facility, including both fast chargers and overnight chargers, with additional infrastructure for future installations. The project includes a tie-in to the existing 12kV electrical system with a sectionalizing switch, with installation of a medium voltage transformer and switchboard to provide 480 volt power to the chargers. Additionally, the project will provide 120/208 volt power for convenience receptacles as well as lighting for the bus parking areas. EDUCATION  Bachelor Of Science, Electrical Engineering, Ohio Northern University, 2011 CERTIFICATION  EIT - Certified Engineer-in- Training #168276 AREAS OF EXPERTISE  IInstitute of Electrical and Electronics Engineers  Society of Women Engineers 483 over BRUCE PLAYLE, AIA Architecture – Indigo, Hammond + Pl ayle Architects, LLP With a professional design and planning background and over 41 years of experience in municipal, educational, and commercial facilities, Bruce Playle is well prepared to serve your project needs. Mr. Playle has the availability and is committed to working the hours needed in order to deliver a successful project to the City. He has been at the forefront of the development of alternate project delivery methods such as design-build, in both the public and private sectors. His special abilities in facilitation of large user groups and committees is an especially useful tool in reaching project design consensus. Mr. Playle believes strongly that every successful project begins with a concept statement that is implemented with a well managed design and construction process. RELEVANT EXPERIENCE  City of Fairfield Council Chambers | California  City of Dublin Police & Fire Public Safety Complex | California  Stockton City Hall Waterfront Towers Assessment & Remodel | California  City of Stockton Police Building Assessment & Remodel | California  Los Banos Police Space Use Assessment & Planning Study | California  Davis City Hall Remodel | California  City of San Leandro Police Department Expansion | California  East Bay Regional Park District Public Safety HQ | Castro Valley, California  City of San Ramon Police Department | California  Yuba County Sheriff’s Facility | Marysville | California  City of Fairfield Police Department | California  City of Tracy Public Facilities and Public Safety Master Plans | California  City of Vacaville Police Headquarters | California  City of Davis Police Headquarters | California  City of Visalia Police Substations | California  City of Woodland Police Headquarters | California EDUCATION  Bachelor of Architecture, cum laude, Auburn University, Alabama, 1979 REGISTRATION  Architect, California C15459 AFFILIATIONS  American Institute of Architects SPEAKING ENGAGEMENTS  Invited Keynote Speaker; Bioregional design — Toward Zero Carbon Future, Naturally; 4th International Conference on Bio-Based Building Materials; Barcelona; 2021  Invited Speaker, Extending the Survivability of Buildings, CALBO Annual Business Meeting, Monterey 2015  Invited Speaker, Resiliency: Extending the Survivability of Buildings, AIA National Convention, Chicago 2014  Session Speaker, Bioregional Design: Creating Region- specific Vernacular by Designing 484 over PRESCOTT NICHOLS, AIA, LEED AP BD+C Architecture – Indigo, Hammond + Playle Architects, LLP Prescott Prescott is Indigo’s most senior project architect, having overseen $40M in civic construction in the last five years. He monitors the design process and construction from conception through construction to ensure delivery of client needs. He works independently and teams with colleagues and consultants to deliver projects with flexible, thoughtful and innovative solutions in a very high-energy and fast paced design and construction environment. He is proficient in office analysis, scheduling, and page layout software in addition to SpecLink-E technical database and ArchiCAD BIM 3D modeling and promotes a fully realized 3D modeling approach to design development. He drafted LEED performance requirements for a design-build police headquarters, resulting in an award-winning LEED-certified facility for the client. Mr. Nichols has also developed a three-part technical specification for a straw bale insulation and finish system (SIFS) - the first of its kind. Mr. Nichols has the availability and is committed to working the hours needed in order to deliver a successful project to the City. RELEVANT EXPERIENCE  City of Dublin Police & Fire Public Safety Complex | California  City of San Leandro Police Department Expansion | California  Yuba County Sheriff’s Facility | California  City of West Sacramento Fire Station #41 | California  Live Oak Mini Public Facilities Master Plan | Berkeley, California  City of Tracy Public Facilities Master Plan | California  City of Tracy Public Safety Master Plan | California  City of Hayfork Public Safety Facility | California  City of Vacaville Transportation Center | California  City of Vacaville Police Headquarters | California  City of Davis Police Headquarters | California  City of Visalia Police Substations | California  City of Woodland Police Headquarters | California  Orland Police Headquarters | California  Colusa Civic Facilities Master Plan | California EDUCATION  Master of Architecture, University of Oregon, Eugene  B.A. Linguistics, University of California, Santa Cruz REGISTRATION  Architect, California C29107  LEED Associated Professional Building Design and Construction AFFILIATIONS  American Institute of Architects  US Green Building Council SPEAKING ENGAGEMENTS  Invited Keynote Speaker; Bioregional design — Toward Zero Carbon Future, Naturally; 4th International Conference on Bio-Based Building Materials; Barcelona; 2021  Invited Speaker, Extending the Survivability of Buildings, CALBO Annual Business Meeting, Monterey 2015  Invited Speaker, Resiliency: Extending the Survivability of Buildings, AIA National Convention, Chicago 2014 485 PROJECT EXPERIENCE + CLIENT REFERENCES 486 EXPERIENCE + REFERENCE We have provided examples of audiovisual technology clients with references for your review. CITY OF SAN LEANDRO POLICE DEPARTMENT SAN LEANDRO, CALIFORNIA Guidepost provided audiovisual and security technology systems design for the renovation and expansion of the $9.4 million The project involves renovating 3,750 SF of a 1967 two-story San Leandro P.D. building and 7,500 SF of the South Offices Building. The South Offices Building will house the Traffic, Records and several sections of the Criminal Investigations Division. The vacated areas of the existing P.D. will be reconfigured for an expanded communications center and supporting spaces. This project features the new community meeting space including smart screen and projection. PROJECT TEAM  Guidepost Solutions  Indigo Architects  M. Niels Engineering PROJECT SIMILARITIES  Audiovisual Design  Security Design  Architectural Design  Electrical Engineering  City Municipality Client DATES OF SERVICE  2021 - Ongoing CLIENT CONTACT  Kyle K. Lei Associate Engineer City of San Leandro 510.577.3302 klei@sanleandro.org Photo Courtesy of Indigo Architects 487 CITY OF FAIRFIELD COUNCIL CHAMBERS FAIRFIELD, CALIFORNIA This project provided state-of-the-art audiovisual communications, presentation monitors, cablecast facility, broadcast lighting, and facilities for the hearing impaired. Upgrades included providing physical and electronic security to Council Chambers, as well as for ballistics and an emergency escape route, in case of incident. Guidepost served as a consultant to Indigo Architects and ensured that audiovisual, telecast, and lighting capabilities in Council Chambers were state-of- the-art. Temporary Council operations were accommodated off-site during construction to minimize disruption of Council meetings. PROJECT TEAM Guidepost Solutions Indigo Architects M. Niels Engineers PROJECT SIMILARITIES Audiovisual Design Security Design Architectural Design Electrical Engineering City Municipality DATES OF SERVICE 2019 - 2021 CLIENT CONTACT Caroline Vedder Public Works Engineering Project Manager 707.428.7484 cvedder@fairfield.ca.gov Photo Courtesy of Indigo Architects 488 CITY OF STOCKTON CITY HALL STOCKTON, CALIFORNIA The City of Stockton is relocating their City Hall to the newly acquired “Waterfront Towers” consisting of two Class “A” office buildings totaling approximately 123,000 S.F. Previously, the building was used as an office and a bank. Indigo was commissioned to space-plan and design interior spaces to best suit the City’s needs, now and in the future. Resilient features and security upgrades are being added to the design. Guidepost and M. Niels are providing modernizations to audiovisual and security systems, and electrical engineering. Indigo designed a new state of the art Council Chamber addition to fit seamlessly into the new City Hall complex. Work on this Project is ongoing. PROJECT TEAM Guidepost Solutions Indigo Architects M. Niels Engineers PROJECT SIMILARITIES Audiovisual Design Security Design Architectural Design Electrical Engineering City Municipality DATES OF SERVICE 2019 - Ongoing CLIENT CONTACT John Chang, P.E Senior Civil Engineer City of Stockton 209.937.8111 john.chang@stocktonca.gov 489 CITY OF DUBLIN, LEED PLATINUM PUBLIC SAFETY COMPLEX DUBLIN, CALIFORNIA The first LEED Platinum renovation project in the state of California, this $17 million remodel brought an existing of a 30,000 SF building up to essential services building code. The project received the national American Public Works Association’s 2021 Project of the Year award. In this combined police and fire public safety complex, a new 24,000 SF addition was added at the entrance. The facility includes new admin offices for fire & police, a public lobby and information counter, new locker rooms, evidence storage, and an armory. Resiliency was made a priority, with seismic and code upgrades including an emergency power system. Guidepost delivered a low-voltage system design for video surveillance, access control, alarm monitoring, interview room recordings, and intercoms. Our work also included an assessment of the communication path to the alarm monitoring center and coordination of the access control and alarm monitoring components with the project’s door hardware provider. PROJECT TEAM  Guidepost Solutions  Indigo Architects PROJECT SIMILARITIES  Security Design  Architectural Design  City Municipality DATES OF SERVICE  2018 - 2019 CLIENT CONTACT  Garret Holmes Police Chief City of Dublin 925.833.6670 police.chief@dublin.ca.gov Photo Courtesy of Indigo Architects 490 SANTA CLARITA SHERIFF’S STATION SANTA CLARITA, CALIFORNIA Guidepost provided all low voltage systems design services for the construction of the $68 million, Santa Clarita Sheriff’s Station, located in Santa Clarita, CA. The project involves the construction of approximately 50,000 sq. ft. of space to house the Los Angeles County Sheriff’s staff and detention area. Guidepost provided audiovisual systems, public address, Emergency Operations Center, radio monitoring, telecommunications infrastructure, distributed antenna system (DAS), electronic security systems including access control, alarm monitoring, and detention door monitoring systems. PROJECT TEAM Guidepost Solutions PROJECT SIMILARITIES Audiovisual Design Telecommunications Design Security Design City Municipality DATES OF SERVICE 2018 - 2021 CLIENT CONTACT Lisa Campos Engineering Technician City of Santa Clarita 661.857.2066 Lcampos@santa- clarita.com 491 CALIFORNIA STATE TEACHERS’ RETIREMENT SYSTEM SACRAMENTO, CALIFORNIA Guidepost is providing all low voltage systems design for CalSTRS new 275,000 sq. ft., ten-story, high-rise headquarters. Design services include audiovisual systems, cable television distribution, physical security systems, structured cabling and engineering for backbone and horizontal cable plant, Distributed Antenna System (DAS), and Fire Alarm to accommodate future growth and ongoing administration. This $300 million project will feature 80% onsite renewable energy, clearing a path for Zero Net Energy designation. The project includes 15 new intermediate distribution frames (IDF’s) one new Minimum Point of Entry, (MPOE), one new Building Distribution Frame (BDF), Category 6A cabling, under floor basket tray and multi-tier j-hook assemblies. Construction will continue through 2022 with a projected opening in the Spring of 2023. PROJECT TEAM  Guidepost Solutions PROJECT SIMILARITIES  Audiovisual Design  Telecommunications Design  Security Design  State Municipality DATES OF SERVICE  2018 - Ongoing CLIENT CONTACT  Steven Mitchell, AIA, LEED AP BD+C Associate Principal ZGF Architects 503.224.3860 steven.mitchell@zgf.com 492 PROJECT EXPERIENCE Below is a listing of projects that we have completed for various municipal clients, that include audiovisual, security, telecommunications, or fire alarm services. Our scope of services range from pre-design to systems commissioning. Our augmented team also provides award winning architectural design and electrical systems. California Dept of Corrections & Rehabilitation California State Library and Courts Capital Area Development Authority City of Dallas Police Department City of Dublin Public Services Building City of Fairfield Police Department City of Hermosa Beach CPTED City of Los Angeles Civic Center City of Palm Springs City of Redding Police Department City of Sacramento Department of Utilities City of San Francisco Police Department City of San Jose Police Department City of San Leandro Police Department City of University Park Police Station City of Winters Police-Fire Station Cook County Courthouses County of Alameda Board of Supervisors Chambers County of Alameda Emergency Operations County of Dallas Records Building County of Denton Courthouses County of Los Angeles Office of Education County of Merced Emergency Operations County of Merced Main Administration Building County of Riverside Regional Medical Center County of Sacramento County of San Bernardino County of San Diego Operations Center County of Santa Clara Family Justice Center County of Santa Cruz Department of Veterans Affairs Federal Reserve Bank of Cleveland Federal Reserve Bank of Dallas Harris County Sheriff’s Annex Indio Family Law Courthouse Lake County Courthouse Lawrence Berkeley National Laboratory Los Angeles Police Department Metro/Rampart Marin County Emergency Operations New York Metropolitan Transit Authority (MTA) Northern State Correctional Facility Oklahoma City Police Department & Courthouse Orange County Sanitation District Port of Long Beach Headquarters & Civic Center Port of Oakland Domain Awareness Center Port of San Francisco Pier 27 San Benito County Jail San Mateo County Youth Services Santa Rosa City Chambers Seacoast Utility Authority Shasta County - Redding Courthouse Snohomish County Courthouse State Compensation Insurance Fund Tehama County Courthouse Tuolumne County Juvenile Detention Center US Navy Coastal Campus West County Re-Entry Treatment Whatcom County Public Services Building Utah Transit Authority 493 ATTACHMENT B: RATE SCHEDULE 494 Attachment B RATE SCHEDULE Please complete in the following format and be advised of the invoicing requirements, below: POSITION TITLE RATE FOR YEAR ONE* Principal-in-Charge $250.00 Senior Project Manager $225.00 Subject Matter Expert $225.00 Technology Designer $185.00 Engineer $185.00 Be advised of the following Invoicing requirements which will supplement Rate Schedules for firms selected for contract: •Please do not use position names as staff will change over time. •Please do not include rate ranges. •Please do not include reimbursables as these should be included in rates. •All subconsultant rates shall be approved by City designee and shall not exceed 10% above cost. •All CPI increases shall be calculated by Consultant and requested for adjustment each May, effective each July 1st. Rate increases shall not exceed 3% and shall be based on the San Francisco Bay Area Consumer Price Index CPI for that period of time and this shall be submitted to the Public Works Management Analyst, or their designee, for approval prior to taking effect. •Invoices shall cover a period of time from the beginning of each month, through the end of the month. •Consultant shall invoice City no more than once monthly for work hours completed during the previous month. •Invoices shall include the following level of detail: contract number; invoice period; detailed description of work completed; hours worked by employee; name of consultant’s staff and their respective rate; invoice total for period as well as subtotal and contract remaining balance. •City shall have the right to reject an invoice if it is not submitted correctly. •City shall have the right to withhold payment if City determines that the quantity or quality of work performed is unacceptable. •Remit Invoice to: PWInvoices@dublin.ca.gov and not to City project managers. •Be advised, the City has strict Year End deadlines. All invoices for each year, including work for June services, will be due mid-July. Exact dates will be communicated out by City staff. •Consultant shall adhere to the following requirements: o Consultant shall attach to each invoice a breakdown of hours worked, both by project as well as hours completed by each employee per day. 495 CONSULTANT AGREEMENT + INSURANCE 496 Guidepost has reviewed the Consultant Agreement provided in the Request for Qualifications and has no notations or exceptions. We can provide the required insuranc coverage for this proect. A copy of our Sample Certificate of Insurance is included for your review. 497 ATTACHMENT C: CONFLICT OF INTEREST 498 Attachment C CONFLICT OF INTEREST STATEMENT For the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Consultant must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list Consultant’s clients who are the following: Private clients located or operating within the City of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. Nick Heywood, PMP – Associate Vice President SIGNATORY NAME, TITLE FIRM 499 LISTING OF EAST BAY AND SAN FRANCISCO CLIENTS SERVED  California State University, East Bay  City of Berkeley Unified School District  City of Dublin  City of Fairfield  City of San Francisco  City of South San Francisco  County of Alameda  County of Alameda Health System  Diablo Valley College | Pleasant Hill  East Bay Peralta Oaks Public Safety + Administration Headquarters  Fremont Unified School District  Kentfield School District  New Haven Unified School District  Northbrook School District  Novato Unified School District  Peralta Community College District  Pleasanton Unified School District  San Leandro Police Department  San Mateo Union High School District  Stanislaus County Recorder Remodel  Walnut Creek Transit Center 500 ATTACHMENT D + PUBLIC CONTRACT CODE 501 502 Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the PROPOSER, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the PROPOSER within the immediately preceding two year period because of the PROPOSER's failure to comply with an order of a federal court which orders the PROPOSER to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required under Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. February 15, 2022 DATE (AUTHORIZED SIGNATURE) Nick Heywood, PMP - Associate Vice President (NAME AND TITLE) Guidepost Solutions LLC (COMPANY NAME) 2121 N. California Blvd., Suite 800, Walnut Creek, CA 94596 (COMPANY ADDRESS) 503 Bogotá Boston Chicago Dallas Honolulu London Los Angeles Miami New York Palm Beach Philadelphia Phoenix San Francisco Seattle Singapore Walnut Creek Washington, DC WE ARE YOUR GUIDEPOST. Guidepost Solutions offers global investigations, compliance, monitoring, and security and technology consulting solutions that keep you moving forward. Whether you are facing a challenge or pursuing an opportunity, our team of experts provides leadership and strategic guidance to address your needs. NICK HEYWOOD, PMP Associate Vice President nheywood@guidepostsolutions.com 510.648.5903 guidepostsolutions.com guidepost-solutions GuidepostGlobal 504 Image: University of Oregon Straub Hall, Eugene, OR Qualifications Audio Visual (AV) Technology Engineering and Design Services City of Dublin 1553 Martin Luther King Jr. Way Berkeley CA 94709 415.956.4100 shalleck.com FEBRUARY 18, 2022 505 2 | City of Dublin 1. Title Page 3 2. Cover Letter 4 3. Qualifications & Experience 5 4. Key Staff 6 5. Project References 9 6. Rate Schedule 12 7. Standard Agreement & Insurance Requirements 13 8. Attachment C 14 9. Attachment D 17 Table of Contents 506 3 | City of Dublin Since 2003, The Shalleck Collaborative has been providing comprehensive consulting services in the planning and design of AV (Audio/Visual) systems. By engaging with broad perspective, we provide vision and guidance in all areas that involve AV system design and operation. From the global aspects of project conception to the specific issues of assembly, our approach focuses on the architectural design and technical operation to design and build successful AV presentation facilities. We believe that our own enthusiasm and commitment fosters a cooperative environment, and our expertise in production systems design provides value in selecting the most appropriate systems approach for each project. From the simple to the complex, we are equally interested in the planning of architecturally rich spaces and technical infrastructure capable of supporting multiple creative concepts over time. Located in Berkeley, CA and Portland, OR, we are an agile group of 12 consultants and 2 admin staff, and we pride ourselves in our ability to respond quickly with thoughtful and considered solutions to design problems. We offer our services to the technology and entertainment industry, architects, municipalities, professional organizations and educational institutions. With insightful planning, design excellence and dexterity with developing elegant technical solutions, we look forward to combining our talents with yours. AV SERVICES •Building-wide AV implementation, integration, and infrastructure •Control system design, programming, and user interfaces and systems control •Broadcast, streaming, live event systems •Sound and video systems for presentation, information, and immersive environments •Digital signage, interactive signage, and wayfinding •Assistive listening systems AV DESIGN CONSULTANT (PRIME) The Shalleck Collaborative, Inc. 1553 Martin Luther King Jr. Way Berkeley, CA 94709 (415) 956-4100 PROJECT MANAGER Ian Hunter, CTS-D Principal (415) 814-1564 ian@shalleck.com ARCHITECT Co+Ed Architecture 1205 Happy Valley Avenue San Jose, CA 95129 (408)761-3851 ELECTRICAL ENGINEER O’Mahony & Myer 4340 Redwood Hwy., Suite 245 San Rafael, CA. 94903 415-492-0420 Conceptualization, design, specification and coordination of state-of-the-art of AV Systems for public and private venues. 1 | Title Page 507 4 | City of Dublin February 18, 2022 Jordan Foss Management Analyst II 100 Civic Plaza Dublin, CA 94568 925-833-6630 jordan.foss@dublin.ca.gov cc: Emily Determan; Tim Eisler emily.determan@dublin.ca.gov; tim.eisler@dublin.ca.gov Dear Mr. Foss: We are pleased to offer our response to the RFQ for the City of Dublin Audio Visual (AV) Technology Engineering and Design Services project. This submission includes our qualifications as well as our fee proposal. We have partnered with co+ed Architecture and O’Mahony + Myer Electrical Engineers. This team has worked together on many projects over the years, the most current being a renovation of the Los Altos City Council Chambers (currently under construction). Our proposed electrical engineer, O’Mahony & Myer, was the original electrical engineer for both the Shannon Center and the Dublin Library. Since 2005, The Shalleck Collaborative has offered comprehensive consulting services in the planning and design of AV systems. I will highlight a few of our recent and relevant projects, but we have planned and aided in the AV design of over 100 multi-use, meeting, conferencing, and recreation facilities for municipalities, corporations, and related organizations throughout the Bay Area and the western United States. We are a California Corporation based in Berkeley, CA. What I hope to convey in the pages that follow is our commitment to provide the City of Dublin with personal and diligent attention to service, drawn from our depth of experience and motivation. From the global aspects of project conception to the specific issues of how buildings go together, our work will focus on the technical operation, architectural design, and what it takes to deliver an on-point, on-budget project. By all means, don’t take my word for it. Please call our references and ask us further questions. I believe our success is measured by your success. We look forward to combining our talents with yours. Sincerely, Ian Hunter, CTS-D Principal The Shalleck Collaborative, Inc. (415) 814-1564 2 | Cover Letter 508 5 | City of Dublin CITY COUNCIL / AUDIO VISUAL City of Milpitas Council Chambers City of Santa Rosa Council Chambers Novato City Council Chambers City of Turlock Council Chambers City of Los Altos Council Chambers City of Vallejo Council Chambers City of Palo Alto Council Chambers West Berkeley Unified Council Chambers Watsonville City Council Rohnert Park City Council Brentwood City Council CORPORATE/ NONPROFIT Airbnb Corporate Headquarters, San Francisco, CA Crocker Art Museum Auditorium, Sacramento, CA Ionis Pharmaceuticals, Carlsbad, CA Kanbar Forum at the Exploratorium, San Francisco, CA Oakland Housing Authority Board Room Network Appliance, Sunnyvale, CA PG&E, San Francisco, CA Rublic Policy Institute of California, San Francisco, CA Sufism Reoriented Walnut Creek, CA Veterans Memorial Senior Center and YMCA Redwood City, CA Select Experience 3 | Qualifications & Experience TEACHING & LEARNING SPACES CSU Chico Digital Recording Studio, Recital Hall & Rehearsal Spaces, Chico, CA Cañada College Kinesiology and Wellness Center, Redwood City, CA Oregon State University Learning Innovation Center (LINC) Corvallis, OR Sacred Heart Schools Homer Science and Student Life Center, Atherton, CA Texas A&M University 21st Century Classroom Building, College Station, TX University of California, Davis, Cruess Hall University of Oregon Straub Hall, Eugene, OR Airbnb Headquarters San Francisco, CA 509 6 | City of Dublin PRIME Ian Hunter, CTS-D, Principal-In-Charge & Project Manager Ian is a Principal with The Shalleck Collaborative, and leads our AV services. Coming from a family legacy in the AV business, Ian has been involved with various forms of theatre and live production for more than 20 years, including extensive work in live events and with professional AV rental/production companies. Ian’s education includes a BA in Theatre Production from Brigham Young University, and an MFA in Sound System Design from Purdue University. ian@shalleck.com Scott Krenzke, CTS, Assistant Project Manager Scott joined The Shalleck Collaborative in 2007 after graduating from Purdue University with a Bachelor of Science in Engineering degree, specializing in acoustics. Theatre Design & Technology was his minor course of study at Purdue, providing a strong technical background in all aspects of the theatre. While working towards his degree at Purdue, he spent his summers employed with a professional AV production company where he engineered and worked live events ranging from corporate gatherings to large tour productions. scott@shalleck.com Existing committed hours: We have the staff capacity to handle this project without any issue. Our office provides design services for approximately 40-50 AV projects at any given time. Our staff time commitment is roughly 75-85%. Ability to complete the project in time and on budget: In our nearly 20 years of business, and through the completion of hundreds of projects, we have a proven track record of on-time and on-budget delivery. Because we provide installed-cost budgets for systems in our scope(rather than relying on a 3rd party cost estimator), we have a constantly updated cost knowledge base, which is very important especially given our current supply chain and inflation situation. No project has been delayed because of our doing. We pride ourselves on delivering well-designed projects on-time and on-budget. ARCHITECT Stephanie de Raynal, AIA, Principal Co+Ed Architecture (408) 761-3851 stephanie@coedarchitecture.com License #: C30087 ELECTRICAL ENGINEER Pieter Colenbrander, PE O’Mahony & Myer (415) 492-0420 pcolenbrander@ommconsulting.com License #: E14738 Key Staff 4 | Key Staff 510 7 | City of Dublin EDUCATION • BA in Theatre Production, Brigham Young University • M.F.A. in Sound System Design, Purdue University CERTIFICATION • Certified Technology Specialist/Design (CTS-D), as administered by the Audiovisual and Integrated Experience Association • Crestron DMC-D and DMC-S Certified MEMBERSHIP United States Institute for Theatre Technology Ian Hunter, CTS-D Coming from a family legacy in the broadcast business, Ian has been involved with various forms of production for over 20 years. Since joining The Shalleck Collaborative in June 2005, Ian has designed AV systems and provided general project management of over a hundred facilities. He is dedicated to working with clients and contractors to provide AV systems that meet a client’s needs and, most importantly, sound great. Ian’s education includes a BA in Theatre Production from Brigham Young University, and an MFA in Sound System Design from Purdue University. Ian’s master’s thesis was written on show control for live entertainment, culminating in creation of a hands-on show control curriculum still in use today. Ian’s work in the live production sector is extensive and includes both live and recorded entertainment work. He has provided large-scale event production for many national touring live music acts, and has designed and mixed over 100 theatrical productions, in venues ranging from 50-seat cabarets to 2,000- seat outdoor amphitheatres. He worked as the resident sound designer for the Lorraine Hansberry Theatre in San Francisco from 2003 – 2009. Ian continues to work in live theatre, providing sound design and engineering for live music and theatre productions around the Bay Area. This is an important factor in keeping abreast of the continually changing face of live production. SELECTED RELEVANT EXPERIENCE City of Los Altos Council Chambers City of Milpitas Council Chambers City of Palo Alto Council Chambers City of Santa Rosa Council Chambers City of Turlock Council Chambers City of Vallejo Council Chambers Brentwood City Council Novato City Council Rohnert Park City Council Watsonville City Council West Berkeley Unified Council Chambers Ionis Pharmaceuticals Carlsbad, CA Airbnb, San Francisco, CA All-hands space with broadcast and streaming capabilities Crocker Art Museum Teel Family Auditorium, Sacramento, CA Network Appliance, Sunnyvale, CA Corporate Meeting/ Broadcast Facility Oakland Housing Authority Board Room, Oakland, CA PG&E, San Francisco, CA 500-seat auditorium a with broadcast capability Public Policy Institute of California San Francisco, CA The Kanbar Forum, Exploratorium San Francisco, CA Chico State University, Arts & Humanities Building, Chico, CA Sacred Heart Schools Homer Science & Student Life Center Atherton, CA University of California, Davis, Cruess Hall University of Oregon Straub Hall Eugene, OR Principal Consultant & AV Specialist and Extron Certified 511 8 | City of Dublin EDUCATION • BS Engineering, Purdue University CERTIFICATION • Certified Technology Specialist/Design (CTS-D), as administered by the Audiovisual and Integrated Experience Association • Crestron DMC-D and DMC-S Certified Scott Krenzke, CTS Scott joined the Shalleck Collaborative in 2007 after graduating from Purdue University with a Bachelor of Science in Engineering degree specializing in acoustics. Theatre Design & Technology was his minor course of study at Purdue, providing a strong technical background in all aspects of the theatre. While working towards his degree at Purdue, he spent his summers employed with a professional AV production company where he engineered and worked live events ranging from corporate gatherings to large tour productions. SELECTED RELEVANT EXPERIENCE Cañada College Kinesiology & Wellness Center, San Mateo, CA 85,000 SF Center for wellness including gyms, pool and supporting facilities Cal Maritime Recreation & Aquatic Center, Vallejo, CA Redwood High School Larkspur, CA Gymnasium/ multi-purpose room, digital arts classroom and culinary lab Fremont High School, Oakland, CA Academic buildings, gym and wellness center Bishop O’Dowd High School Oakland, CA Music, drama, lecture hall, gym and athletic facilities Making Waves Academy Richmond, CA Theatre, black box theatre, gymnasium, and dining commons American Canyon High School Performing Arts Center & Gymnasium , American Canyon, CA Antioch High School New Stadium Antioch, CA San Mateo High School Stadium San Mateo, CA Healdsburg High School Gym Healdsburg, CA Los Altos High School Gym Los Altos, CA Hillview Middle School Gym Menlo Park, CA Ross Elementary School Gym Ross, CA San Francisco School Gym San Francisco, CA Town School for Boys, Dolby Family Center for the Performing Arts San Francisco, CA Gymnasium to be used as performing arts facility The Primary School Gym East Palo Alto, CA Senior Consultant and AV Project Manager and Extron Certified 512 Ionis Pharmaceuticals CARLSBAD, CA The new Ionis Phamaceuticals project in Carlsbad included a wide range of meeting and conferencing spaces, including over 20 Zoom/ Teams equipped conference rooms, several large multi-purpose meeting and instructional spaces, and a complete broadcast/ streaming system. Completion: 2021 Architect: DGA Architecture Scope: AV Design Consultant Reference: Ayisha Oatman Project Architect DGA Architecture 619-685-3990 x408 aoatman@dga-sd.com 5 | Project References 513 Cañada College Kinesiology and Wellness Center REDWOOD CITY, CA This project included a wide range of meeting, instruction and fitness facilities for students and community use in Redwood City, CA. Our work included classroom AV systems, gymnasium/fitness area & pool AV systems, conferencing systems, digital signage, and building-wide paging and background music systems. Completion: 2021 Architect: ELS Architecture + Urban Design Scope: AV Design Consultant Reference: Susan Vutz AIA, LEED AP, Assoc. DBIA Associate Principal ELS Architecture 510.549.2929 x 423 svutz@elsarch.com 5 | Project References 514 Vallejo City Council VALLEJO, CA This project included a design and contractor oversight for upgrades to the in-room AV and discussion systems, including a motorized projection screen, electronic name plates, ceiling loudspeakers, and large flat panel displays distributed through the room. Completion: 2019 Scope: AV Design Consultant Reference: Naveed Ashraf Chief Innovation Officer City of Vallejo 707-648-4468 naveed.ashraf@cityofvallejo.net 5 | Project References 515 12 | City of Dublin POSITION TITLE RATE FOR YEAR ONE The Shalleck Collaborative Founding Principal $275 Principal $195 Project Manager $170 Draftsperson $150 co+ed Architecture Principal $175 Senior Project Manager $140 Project Manager $125 Drafter $95 Administrative $70 O'Mahony & Myer Engineering Founding Principal $250 Principal $225 Project Electrical Engineer $155 Project Lighting Designer $155 Electrical/Lighting Designer $135 CAD Supervisor $115 CAD Technician $105 Administrative $100 Rate Schedule 6 | Rate Schedule 516 13 | City of Dublin The Shalleck Collaborative has reviewed the City’s Standard Consulting Agreement and insurance requirements. We take the following exception to the consulting agreement: Section 8.6.4: In the event of breach of contract by consultant, we do not agree to be held liable for work/cost needed to complete the project. Normally, we would be released from liability if another consultant were retained to finish the work, noting that we are not responsible for changes made after termination. As written, it appears we would owe the City all fees to complete the project, which we cannot agree to. We’re happy to discuss alternate language to satisfy both parties in the event of breach. We take no exception to the insurance requirements. City’s Standard Agreement & Insurance Requirements 7 | Standard Agreement & Insurance Requirements 517 Attachment C CONFLICT OF INTEREST STATEMENT For the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Consultant must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list Consultant’s clients who are the following: Private clients located or operating within the Cit y of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. ______________________________ SIGNATORY NAME, TITLE FIRM Ian Hunter, Principal The Shalleck Collaborative We have no conflicts of interest, as outlined above. 518 Attachment C CONFLICT OF INTEREST STATEMENT For the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Consultant must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list Consultant’s clients who are the following: Private clients located or operating within the Cit y of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. ______________________________ SIGNATORY NAME, TITLE FIRM Stephanie Chaudru de Raynal, Principal Co+Ed Architecture 519 Attachment C CONFLICT OF INTEREST STATEMENT For the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Consultant must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list Consultant’s clients who are the following: Private clients located or operating within the Cit y of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. ______________________________ SIGNATORY NAME, TITLE FIRM Principal O'Mahony & Myer, Inc. 520 Attachment D Public Contract Code ***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED PUBLIC CONTRACT CODE STATEMENT*** Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the proposer hereby declares under penalty of perjury under the laws of the State of California that the proposer has ____ , has not ____ (mark one) been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or perform ance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "proposer" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The proposer must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Proposer shall complete, under penalty of perjury, the following questionnaire: Has the proposer, any officer of the proposer, or any employee of the proposer who has a proprietary interest in the proposer, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. X X 521 Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the PROPOSER, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the PROPOSER within the immediately preceding two year period because of the PROPOSER's failure to comply with an order of a federal court which orders the PROPOSER to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required under Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) 2/18/2022 Ian Hunter, Principal The Shalleck Collaborative 1553 MLK Jr. Way, Berkeley, CA 94709 522 Attachment D Public Contract Code ***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED PUBLIC CONTRACT CODE STATEMENT*** Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the proposer hereby declares under penalty of perjury under the laws of the State of California that the proposer has ____ , has not ____ (mark one) been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or perform ance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "proposer" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The proposer must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Proposer shall complete, under penalty of perjury, the following questionnaire: Has the proposer, any officer of the proposer, or any employee of the proposer who has a proprietary interest in the proposer, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. X X 523 Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the PROPOSER, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the PROPOSER within the immediately preceding two year period because of the PROPOSER's failure to comply with an order of a federal court which orders the PROPOSER to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required under Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) Stephanie Chaudru de Raynal, Principal Co+Ed Architecture 1205 Happy Valley Avenue, San Jose, CA 95129 2/17/22 524 Attachment D Public Contract Code ***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED PUBLIC CONTRACT CODE STATEMENT*** Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the proposer hereby declares under penalty of perjury under the laws of the State of California that the proposer has ____ , has not ____ (mark one) been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or perform ance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "proposer" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The proposer must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Proposer shall complete, under penalty of perjury, the following questionnaire: Has the proposer, any officer of the proposer, or any employee of the proposer who has a proprietary interest in the proposer, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. X X 525 Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the PROPOSER, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the PROPOSER within the immediately preceding two year period because of the PROPOSER's failure to comply with an order of a federal court which orders the PROPOSER to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required under Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) 2/17/22 Pieter Colenbrander, Principal O'Mahony & Myer, Inc. 4340 Redwood Hwy., Suite 245, San Rafael, CA 94903 526 1553 Martin Luther King Jr. Way shalleck.com Berkeley, CA 94709 415.956.4100 527 528 Page | 1 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup ➢Legal Name of the Firm •EIDIM Group, Inc. dba EIDIM AV Technology ➢Project Manager •Name: Andrew Bang, President/CEO •Phone Number: 562-777-1009 •Email Address: estimate@eidim.com 529 Page | 2 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup To the Contracting Officer, EIDIM Group, Inc. (“EIDIM”) acknowledges the opportunity to respond to CITY OF DUBLIN request for proposal for Audio Visual (AV) Technology Engineering and Design Services. EIDIM has a great deal of experience in providing solutions to a wide range of Audio- Visual consultation and design: federal, state and local government, education, houses of worship and private/commercial entities. We provide customized services responding to the needs and requirements of the customer. EIDIM offers expert advice and consultations for proper audiovisual systems and acoustics. To fully understand customer’s expectation, consultants discuss the audiovisual needs and objectives, investigate the building’s structure, and thorough research of the latest technologies and products. EIDIM offers the following services: Planning-project Analysis, Conceptual Development, Noise and Vibration Control, Sound Isolation, Architectural Acoustics, and Pre- design consultations. EIDIM is a corporation that continually strives to maintain a strong and independent identity for the company. We keep an active and enthusiastic style of management offering a friendly, fast, efficient, and flexible services that places EIDIM in a class of its own. Our goal is to creatively introduce new concepts and ideas without compromising the specific preferences of our client; attentiveness to the client’s needs is essential to a successful collaboration. We are undeniably dedicated to serving our customers with the latest state-of-the-art equipment with efficiency, effectiveness, and punctuality. This proposal contains all the information requested by the CITY OF DUBLIN, which will serve as an assistance for the client to make an informed award decision. This proposal serves as our acknowledgment that we read and understand the project requirement. The proposal is valid for 90 days from the bid due date. However, should you desire further details or clarification, please contact Carla Sodsod at estimate@eidim.com or via phone 562-821-8524 & Fax 562-777- 9120 any time and we will be pleased to address any issues you might have. We look forward to hearing from you and gladly answer any questions that you may have. Sincerely, Andrew W. Bang, President/CEO 562-777-1009 530 Page | 3 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup Table of Contents ........................................................................................................................................... 1 ...................................................................................................................................... 2 ........................................................................................................ 4 ........................................................................................................................... 7 ......................................................................................................................................... 9 ................................................................................................................................. 12 ...................................... 13 ............................................................................................................. 14 531 Page | 4 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup For over 20 years, one of our missions is to provide solutions in all areas of Audio-visual Consultation and Design as well as complete customer satisfaction through our other types of services. It is our goal to prepare and provide design and consultation services necessary to furnish adequate supervision, labor, materials, supplies and equipment necessary to perform all the services required in an orderly, timely and efficient manner. We provide sufficient drawings, specifications or notes, and calculations to prepare for the next phase of a project. The company initially started as a consulting group for lighting, sound, and multimedia, serving at the local community churches. In 2001, EIDIM was incorporated and continued to progress every year and had begun undertaking projects in Local, State & Federal Government, Corporate, and educational institutions. Our employees are skilled, well -trained and Certified Technology Specialists who are keen in perfection and offering the best of services. They make it a point to abide by the public and government codes. Mr. Andrew Bang, the founder of EIDIM, who is also the President and Chief Executive Officer of the company has been in consulting and designing practice for 28 years. His expertise in this field has been remarkable which provides the best support to our team and our company. He is the responsible managing manager of our company professional licenses and certification to perform construction and AV projects. Mr. Bang holds a Certified Technology Specialist - Design (CTS D) certification since 2011. Additionally, EIDIM worked on projects of a similar nature such as GSA, SSA, Oakland –AV Consulting Services wherein we upgrade the current Social Security Administration’s A/V system. To prepare and provide design consultation services necessary to furni sh adequate supervision, labor, materials, supplies and equipment necessary to perform all the services required under this contract. The services we provided are: Plans, Specifications Conceptual Design, Equipment List and Project Estimated Costs. We also worked with the EPA- Region 7, KS – Consultation and Design wherein we performed AV system assessment and design services including the preparation of Performance work statement for EPA Laboratory of Region 7. And lastly, the San Diego Regional Planning Agency (SANDAG) – AV Design & Consultation project wherein we performed AV Design and consulting services for the Boardroom and two conference rooms. We carefully executed the projects to meet and exceed the specifications that our customer required. It is always our goal to satisfy the needs and wants of our customers. 532 Page | 5 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup a.Company Location and Contact Numbers: EIDIM Group, Inc. EIDIM Group, Inc. 6905 Oslo Cir. #J 649 Dromana Ct. Buena Park, CA 90621 San Ramon, CA 94582 Tel: 562 - 777 – 1009 Tel: 925-452-6272 Toll-Free Number: 877.C77-EIDIM (34346) Fax: 562 - 777 – 9120 Fax: 562 - 777 – 9120 b.Emails & Phone Extensions: General questions: contact@eidim.com; 562-777-1009 Sales Related Transactions: order@eidim.com; 562-777-1009 Ext 101 Service Requests: support@eidim.com; 562-777-1009 Ext 102 Accounting Related transactions: accounting@eidim.com; 562-777-1009 Ext 106 c.Company Designations: FEIN: 95-4837991 GSA Schedule: GS-03F-105AA DUNS: 00-661-7604 CMAS #: 3-14-58-0247A Cage Code: 33EM0 HUBZone Certified NAICS Codes: SIC Codes: 334112, 334220, 334290, 334310, 334515, 3651, 1731, 3681 423410, 423430, 423610, 423620, 423690, 512131, 512290, 541330, 541990, 561492, 561621, 711130, 811211, 811213 d.Point of Contact: Carla Sodsod; estimate@eidim.com; Ext. 101 FEIN- 95-48379991; CA Contractor License - 824410; DIR-1000010711 533 Page | 6 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup Certifications 534 Page | 7 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup •Andrew Bang, Senior Consultant/Overall Project Manager Qualification: Broad experience in the design, integration, and management of large-scale professional AV systems. Experience comes from a diverse market of customers: Education, Federal & State/Public Government, Corporate Enterprise, Hospitality, and House of Worship AV systems. Andrew is the maintaining holder of EIDIM General B License with C7, C10, and C33. He’s also a Certified Technology Specialist – Design (CTS-D) holder and plenty of manufacturer certification such as Crestron, Extron, Polycom, Shure, Yamaha, Planar, etc. Professional Experience: Andrew has been serving the AV Industry for 28 years. His has expertise in design and consultation, procurement and development of AV system solution; And overall management of AV projects. Education: Bachelor of Science, Music Industry, University of Southern California, 1999. Associate Degree, Recording Sound Reinforcement Techniques Long Beach CC, 1994. Business to Government Mastery Program B2G Institute, 2007 Andrew is the Audio-Visual solution consultant and senior designer and the Team’s over all decision maker and fully responsible for the project’s success. •Allan Bang, Project Manager Qualification: Proficient with Project Planner and time and cost management Instruction in time and cost management for construction project. Project time management including scheduling, progress report, EOT claim. Project cost management including earned value analysis and variation claim. All phases of construction from foundation to finishes and landscaping Professional Experience: Allan has been serving the AV Industry for 11 years. His has expertise in managing procurement and project teams; coordinating all aspects of technical installation crews; maintained top quality standards throughout installations. He will be working with the client’s Project management, in and out of the project site to make sure that the schedule is met as well as every phase process. He will be reporting to Andrew Bang the PM of this project. 535 Page | 8 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup •Timothy Pak, AV Engineer Qualification: Timothy has worked on varieties of projects in many AV areas. He managed to work as Head Installer, AV Technician, Project Manager and Coordinator with his professional knowledge and experiences. He has certification in Crestron, Extron and Valid Forklift. Professional Experience: Tim has been serving the AV Industry for 20 years. He is familiar with the most updated audio, lighting and video equipment to operate. Tim is skilled at CAD Draft and CAD Program. He will be working with the client’s Project management, in and out of the project site to make sure that the schedule is met as well as every phase process. He will be reporting to Andrew Bang the PM of this project. •Joseph Puti-An, AV Designer/Engineer Qualification: He has experiences for Audio and Video Systems of diverse market like, federal, education, church, and private sectors. From consultation, designing, engineering, all project processes are managed with his professional knowledge and experiences. He is a Certified Technology Specialist (CTS), a Crestron DM Certified, Extron Certified, etc. Professional Experience: Joseph has been serving the AV Industry for 16 years. He has expertise in Designing and engineering activities. Development of new design system, existing system drawing and design verification, CAD drawing preparation, system upgrading and replacement development. Education: Electronics and Communication Engineer, AMA Computer College, 2004 He will be the initiator to design the Audio-Visual upgrade solution and will be working closely with Andrew, Senior Designer and Consultant. If awarded this contract, we will allocate all of the resources and personnel required to ensure project success: on-time and on-budget services. This contract will be managed in a well- organized fashion, and EIDIM Group’s Senior Management members will be actively involved in the management of this contract on a daily basis. 536 Page | 9 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup PROJECT NAME: San Diego Regional Planning Agency (SANDAG) PROJECT TITLE: AV Design & Consultation ADDRESS: San Diego Association of Governments 401 B St #800, San Diego, CA 92101 CONTRACT NUMBER / DATE: 5005570 / 10- 25-2018 PERIOD OF PERFORMANCE: October 25, 2018 - October 1, 2019 PROJECT AMOUNT: $ 27,800 POINT OF CONTACT: Arthur Tovar, 619-699-1978 Arthur.Tovar@sandag.org ROLE OF THE FIRM: PRIME CONTRACTOR PROJECT DESCRIPTON: EIDIM performed AV Design and consulting services for the Boardroom and two conference rooms. 537 Page | 10 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup PROJECT NAME: GSA SSA, Oakland PROJECT TITLE: AV Consulting Services ADDRESS: East Bay Field Office, 9PFB, 1301 Clay Street, Ste 280N, Oakland, CA 94612- 5217 CONTRACT NUMBER / DATE: 47PK1219Q0004 / 11/22/2019 PERIOD OF PERFORMANCE: August 5, 2019 - November 31, 2019 PROJECT AMOUNT: $20,500 POINT OF CONTACT: Alayna Williams; 4155222748 alayna.williams@gsa.gov ROLE OF THE FIRM: PRIME CONTRACTOR PROJECT DESCRIPTON: To upgrade the current Social Security Administration’s A/V system. EIDIM provide recommendations for more efficient AV equipment for the SSA Bay Bridge Training Center. We also provided a design layout for where new equipment should be placed in order for SSA to conduct more efficient meetings. The services we provided are: Plans, Specifications Conceptual Design, Equipment List and Project Estimated Costs. 538 Page | 11 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup PROJECT NAME: EPA- Region 7 PROJECT TITLE: Audio Visual Systems Assessment and Design Services ADDRESS: EPA, Region 7, 1120 Renner Blvd, Lenexa KS, 66219 CONTRACT NUMBER / DATE: EP-G167-00292 / 06- 03-2016 PERIOD OF PERFORMANCE: 6/16/2016 – 12/31/2016 CONTRACT AMOUNT: $ 17,490 ROLE OF THE FIRM: PRIME CONTRACTOR POINT OF CONTACT: Michael Propst/913-551-7485/ propst.michael@epa.gov PROJECT DESCRIPTON: EIDIM performed AV system assessment and design services for the technical refresh of Audio/Video systems at region 7 STC. The assessment includes Audio and Video needs for 2 conference rooms. We also performed the preparation of Performance work statement for EPA Laboratory of Region 7. 539 Page | 12 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup Please see Attachment B. 540 Page | 13 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup EIDIM Group, Inc. confirms that we are able to meet the City’s Standard Consulting Agreement and Insurance Requirements. With regards the insurance Professional Liability Insurance, it will cost $250.80 for us to upgrade the Professional Liability Insurance to $2,000,000. 541 Page | 14 www.eidim.com contact@eidim.com 562.777.1009 @eidimgroup Please see Attachment C. 542 Attachment B RATE SCHEDULE Please complete in the following format and be advised of the invoicing requirements, below: POSITION TITLE RATE FOR YEAR ONE* Be advised of the following Invoicing requirements which will supplement Rate Schedules for firms selected for contract: • Please do not use position names as staff will change over time. • Please do not include rate ranges. • Please do not include reimbursables as these should be included in rates. • All subconsultant rates shall be approved by City designee and shall not exceed 10% above cost. • All CPI increases shall be calculated by Consultant and requested for adjustment each May, effective each July 1st. Rate increases shall not exceed 3% and shall be based on the San Francisco Bay Area Consumer Price Index CPI for that period of time and this shall be submitted to the Public Works Management Analyst, or their designee, for approval prior to taking effect. • Invoices shall cover a period of time from the beginning of each month, through the end of the month. • Consultant shall invoice City no more than once monthly for work hours completed during the previous month. • Invoices shall include the following level of detail: contract number; invoice period; detailed description of work completed; hours worked by employee; name of consultant’s staff and their respective rate; invoice total for period as well as subtotal and contract remaining balance. • City shall have the right to reject an invoice if it is not submitted correctly. • City shall have the right to withhold payment if City determines that the quantity or quality of work performed is unacceptable. • Remit Invoice to: PWInvoices@dublin.ca.gov and not to City project managers. • Be advised, the City has strict Year End deadlines. All invoices for each year, including work for June services, will be due mid-July. Exact dates will be communicated out by City staff. • Consultant shall adhere to the following requirements: o Consultant shall attach to each invoice a breakdown of hours worked, both by project as well as hours completed by each employee per day. 543 o Consultants who assist with Construction Management services may be deemed a “consultant” under the Political Reform Act and may be required to complete and file a Form 700. http://www.fppc.ca.gov/Form700.html o Consultants shall work no more than 2,000 hours in one fiscal year. A Letter of Notification is required for each staff member of a firm once employees reach 1,000 hours, 1,500 hours and 2,000 hours. o Consultant shall bill in quarter hour increments. 544 Attachment C CONFLICT OF INTEREST STATEMENT For the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Consultant must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list Consultant’s clients who are the following: Private clients located or operating within the Cit y of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. ______________________________ SIGNATORY NAME, TITLE FIRM 545 Attachment D Public Contract Code ***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED PUBLIC CONTRACT CODE STATEMENT*** Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the proposer hereby declares under penalty of perjury under the laws of the State of California that the proposer has ____ , has not ____ (mark one) been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or perform ance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "proposer" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The proposer must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Proposer shall complete, under penalty of perjury, the following questionnaire: Has the proposer, any officer of the proposer, or any employee of the proposer who has a proprietary interest in the proposer, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. 546 Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the PROPOSER, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the PROPOSER within the immediately preceding two year period because of the PROPOSER's failure to comply with an order of a federal court which orders the PROPOSER to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required under Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) 547 February 18, 2022 City of Dublin - Request For Qualifications Audio Visual (AV) Technology Engineering and Design Services The FUTURE. Built Smarter. 548 2IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Table of Contents 1.Cover Letter 2.Firm Qualificaitons 3.Key Personnel 4.References 5.Rate Schedule (Attachment B) 6. Insurance Requirements & Meeting Standards 7.Conflict of Interest (Attachment C) 549 1IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services February 18, 2022 Jordan Foss Management Analyst II Dublin City Hall 100 Civic Plaza Dublin, CA 94568 jordan.foss@dublin.ca.gov (925) 833-6630 cc: emily.determan@dublin.ca.gov tim.eisler@dublin.ca.gov Dear Mr. Foss: IMEG is honored for the opportunity to submit this qualifications submittal to provide AV services for City of Dublin. We understand the City of Dublin (City) is looking to partner with a Full-Service Engineering and Consulting firm to provide”on-call” Audio Visual (AV) technology professional services to refurbish and modernize multiple spaces within their facilities with Audio Visual (AV) technology that best supports the current use cases and to develop system standards suitable for conference room and other specialty spaces. As you will see in the information provided below, IMEG is a full service consulting firm that provides full MEP, IT, AV, Security and Acoustical services and can support any project type requested. IMEG feels particularly qualified for this project based on our experience with similar projects for a wide range of municipal clients. Through a collaborative project approach with the Owner and design team, we are confident in our ability to deliver an end result that will provide the Ownership group a rewarding facility that meets and exceeds their advanced technology and AV system’s goals, needs, and expectations. It is our sincere intention that this qualifications package be responsive to the City’s needs, as we also strive to remain competitive within the marketplace. We look forward to your positive response and make ourselves available at your convenience to discuss any portion of this qualification or to answer any questions that may arise during your evaluation. Respectfully, Darrin Harres, RCDD Senior Technology Engineer 901 Via Piemonte, Suite 400 Ontario, CA 91764 T: 630.753.8508 M: 630.995.5771 F: 714.490.5560 Darrin.A.Harres@imegcorp.com 1. Cover Letter Top 10 Engineering Firm in the U.S. Top 50 Greenest Firm in the U.S. 101+ Years of History in the making 60 Locations 1600 Employees 100% Employee-Owned 550 2IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 2. Firm Qualifications 551 IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 2 About Us 2. Firm Qualifications www.imegcorp.com We are employee- owned and results driven with a passion for transforming environments and communities through high- performance design and infrastructure. IMEG is a leading engineering design firm that delivers a rare combination — the broad expertise of a national leader with the personal relationships and deep collaboration of a local firm. But what really sets IMEG apart? • Our market-sector team structure allows our engineers to specialize and become experts – providing data-driven solutions and innovation. • We value a culture of learning and development – sharing our knowledge to help impact industry trends and solve complex design problems. • Through organic and strategic acquired growth we have an extensive breadth of expertise and deep bench of client knowledge – helping transform environments and communities. • We have been driving design innovation for decades delivering many “firsts” in sustainable design – helping clients become energy stewards and reduce impact. • We bring extensive national, regional, and local knowledge to every client relationship – with a commitment to deliver high quality, cost-effective outcomes through a collaborative and flexible project approach. TECHNOLOGY SERVICES Audio-Visual Theatrical AV Digital Signage Distance Learning Sound Reinforcement Technology Utility Infrastructure Structured Cabling Systems Telephony Systems Wired & Wireless Networking Distributed Antenna Systems Security Surveillance Pedestrian & Vehicular Access Control Visitor Management Infant Security & Patient Wandering RFID / RTLS Caregiver Communications Patient Education / Entertainment Clinical Workflow Management Healthcare IT Systems AT-A-GLANCE • 600 clients • 1,500 projects • $19 billion in construction value click here to read industry insights from imeg experts. 552 3IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services A/V SERVICES • Executive Boardrooms • Teaming Spaces, Conference Rooms • Distance Learning & Video Conferencing • Showcase A/V • Video Walls • Public Display & Interaction • Digital Signage, Wayfinding and Kiosks • Conference Centers, Arenas & Public Auditoriums • Sound, Paging and Intercom • Architectural and A/V Acoustical Modeling & Consulting • Instructional A/V • Classrooms, Lecture Spaces & Auditoriums • Student/Athlete and Coaching/Training Environments Audio / Visual IMEG understands the importance of effective communication to meet the demands of today’s high-quality, instant-delivery audio-visual world. Our breadth and depth of relevant experience serves as a benchmark in assisting clients in determining the appropriate audio-video solution. IMEG has no vendor alliances and is beholden to no one but our client. We are influenced by nothing more than exceeding the individual needs of our client. Our CTS team members have their pulse on today’s marketplace and create customized audio-visual solutions to meet leading or bleeding edge needs. We assist our clients in making informed and intentional choices. Our designs are engineered and presented in such detail that the com- petitive bidding marketplace can be leveraged while ensuring the original design intent is achieved. IT SERVICES • Strategic Planning for Project Methodology & Delivery • Master Planning & Assessments • Structured Cabling System & Outside Plant Design • Telephone / Network Equipment Design & Procurement Assistance • Software Systems Selection and Procurement Consulting • Wireless Modeling and Design • Distributed Antenna Systems • Data Center Solutions, Including MEP Design • Independent 3rd Party Testing & Commissioning Information Technology IMEG’s all-inclusive services provide a unique approach that addresses the challenges of converged technology systems with expertise in IT infrastruc- ture. Blended with our engineering background, we offer licensed engineers to answer the power and HVAC challenges that technology presents. We provide strong consulting leadership with a clear vision to integrate technol- ogy into the A/E process. Technology systems today have become the new “utility,” much like mechan- ical and electrical, and requires early strategic planning and proper budget development. Our certified and credentialed Technology Designers include Registered Communications Distribution Designers (RCDD), Certified Net- work Infrastructure Design Professionals (CNIDP), and Certified Technology Specialists (CTS, CTS-D) who are instrumental in the design and imple- mentation of complex technology solutions. Our specialized team provides solutions that are attractive, intuitive, scalable and functional. Firm Services 2. Firm Qualifications SECURITY SERVICES • Executive Protection Threat Assessments • Guidance with DHS Chemical Facility Anti- Terrorism Standards • Master Planning • Facility Security Assessments & Gap Analysis Surveys • System Architecture Planning & Consulting • Network and Storage Capacity Design • Access Control, Including Biometrics • Video Surveillance Systems • Parking Control Solutions • Control Center / Security Office Design • High Capacity Entrance Solutions • Visitor Management • Intrusion Detection Security Security systems have led other technology systems in converging to a common IT infrastructure by carrying video surveillance and security data. Security has also migrated from being a hardware-based solution to a soft- ware focused technology. These realities require a new approach. IMEG has developed a proven methodology for the design, selection and procurement of security management systems in an IP software-based world. Our services are customized to assist our client’s in reducing risk and increasing safety and security. Our wholistic expertise in all aspects of technology and engineering ensures comprehensive planning and design of complex, multi-system integrations at secured openings. 553 4IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services STRUCTURAL • Conventional and Specialized Foundation Solutions • High Seismic and Hurricane Expertise • Critical Path Delivery Solutions • Cost Optimization Strategies • Long Span Expertise • Single- and multi-span bridge design • Dam design and inspections • Forensic Investigations • Historic Structure Rehabilitation MECHANICAL • HVAC • Plumbing • Fire Protection • Central Plants • Geothermal • Chilled Beam • Industrial Ventilation • Lab Gases • Energy Recovery • Temperature Controls • Building Automation Systems ELECTRICAL • PV/Energy Storage • Arc Flash • Fire Alarms • Cogeneration • Emergency Power • Power Conditioning • Primary & Secondary Power Distribution • UPS (Uninterruptible Power Supply) • Metering & Monitoring ARCHITECTURAL LIGHTING • Luminaire Selection & Design • Custom Luminaire Design & Mounting Details • Historic Fixture Restoration • Interior & Exterior Lighting • Daylight Harvesting & Analysis • Photometric Point-by-Point Calculations • 3D Models & Renderings • Grant & Rebate Applications • Smart Metering & Monitoring ACOUSTICS • Noise Control • Speech Intelligibility • Room Acoustics • Computer Modeling • Performance Sound Systems- Masking CIVIL • Site Plan Development • Municipal Infrastructure • Traffic and Transportation • Bridges and Retaining Walls • Sanitary Treatment and Collection • Water Distribution and Treatment • Storm Drainage & Flood Mitigation • Water Quality and Resources • Land Acquisition/Relocation Assistance • Land Master Planning • Regulatory Permitting • Subsurface Utilities • Erosion Control SURVEY • Easement and Right-Of-Way • ALTA/NSPS Land Title • Construction Layout • Aerial Photo Control Surveys • Topographic Surveys • Hydraulic Surveys • Volume/Quantity Surveys • Drone-Digital Aerial Photography • As-Built Surveys • Laser Scanning • Flood Elevation Surveys • Letter of Map Amendment (LOMA) applications • Global Positioning System (GPS) control surveys GIS • Municipal Government GIS • GIS Implementation • Database Development and Maintenance • Asset Management • GPS Data Collection & Update • Spatial & Network Analysis • Cartographic Map Production • ESRI’s ArcGIS Suite and Autodesk’s AutoCAD Suite TESTING/ENVIRONMENTAL • Geotechnical Drilling and Engineering • Concrete Coring • Nuclear Density Testing • Slope Stability Analysis • Asphalt Extractions • Sieve Analysis • Concrete Air/Slump/ Compression Testing TECHNOLOGY • Audio-Visual • Theatrical AV • Digital Signage • Distance Learning • Sound Reinforcement • Technology Utility Infrastructure • Structured Cabling Systems • Telephony Systems • Wired & Wireless Networking • Distributed Antenna Systems • RFID / RTLS • Caregiver Communications • Patient Education / Entertainment • Clinical Workflow Management HEALTHCARE IT • Strategic and Master Planning • Pre-Design Current State Assessment, Planning, and Visioning • Technology Program Design, Alignment, and Standardization • Design Phase Support – SD, DD, CD, CA • Technology Program Ownership/Management • Technology Discovery, Selection, and/or Procurement • New Technology and Connected Care Pilot • Medical Device Convergence and Integration • HIT Quality Assurance and Commissioning • Activation and Quality Management SECURITY • Needs Assessments • System Planning, Design & Engineering • Pedestrian & Vehicular Access Control • Visitor Management • Infant Security & Patient Wandering • System Procurement • System Implementation • Standards Development • Vulnerability Assessments • Threat Assessments • Active Shooter Training • Guidance with DHS Chemical Facility Anti-Terrorism Standards (CFATS) Top Screens, SVAs, and SSPs for Regulatory Compliance • Policy & Procedure Development PROCESS • Scope Development • Plant Code Reviews • Process Flow Diagrams (PFD) • Piping & Instrumentation Diagram (P&ID) • Appropriation Estimates • Plant Layout & Piping • Chemical / Material Handling • Complex Processes • Pharmaceuticals • Chemical Laboratories • High Hazard Materials • Flammables / Combustibles • Area Classifications • Dust Collection Systems • Dust Hazard Analysis (DHA) • Automation & Controls COMMISSIONING • System Peer Review • LEED Fundamental and Enhanced • Mission Critical • Integrated Systems Testing • Computerized Maintenance Management Systems Integration • Well Building Standard • Retro Commissioning • Seed Process Commissioning SUSTAINABILITY • PV/Energy Storage • Energy modeling • Architectural massing and envelope optimization • Post occupancy energy performance analysis • Performance based design • Daylighting analysis • CFD • LEED & WELL Certification • Net Zero Design • Green Globe Design • Energy Star Certification • Living Building Challenge MEDICAL EQUIPMENT PLANNING • Emerging Technology Studies & Planning • Inventory Assessment • Equipment Lists & Budget • Architecturally Significant Equipment Documentation • 3D Placement Models • Procurement & Bid Assistance • Equipment Replacement / Phasing • Clinical Engineering Investigations • Receiving, Storage and Installation Coordination Services & Specialties 2. Firm Qualifications 554 5IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Audio-Visual | California Allan Hancock College, Santa Maria, CA One Stop Student Services Center A/V System Cedars Sinai Medical Center, Los Angeles, CA Mark Goodson Building, 6th Floor, Orthopedic Lobby Audio System County of LA Department of Public Works, Public Defender Office, Los Angeles, CA Conference and Training Room Audio Video Systems as Part of Overall Remodel Fresno City College, Fresno, CA Classroom Audio Video for New Science Building Inland Empire Health Plan, Rancho Cucamonga, CA Atrium and Boardroom A/V Room Additions Kaiser Permanente, Varios Locations, CA Anaheim Medical Center, Replacement of OR Video System Kaiser Permanente Bellflower Medical Center, Video Conference Kaiser Permanente Riverside, Video Conferencing/Dividers Riverside County IT Tech, Riverside, CA PE Building Audio Visual System Design UC Berkeley, Berkeley, CA Minor Hall Addition, Optometry Pre-Clinic AV Rough-in Project USC, Los Angeles, CA Video Wall and Monitor Support in the Rooms at the Ralph and Goldy Lewis Hall Walnut Valley Unified School District, Diamond Bar, CA Chaparral Middle School, Technology Engineering Services for Audio Recording Systems for the Existing Band, Choir/Guitar and Orchestra Rooms 2.Firm Qualifications 555 6IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Audio-Visual GOVERNMENT Argonne National Laboratory, Argonne, IL 15,000-sf Material for Energy Module (MEM) Addition: $8M Building 201 Master Plan Carnegie-Stout Public Library, Dubuque, IA 50,000-sf Library Historic Renovation, LEED Silver City of Cedar Rapids, Cedar Rapids, IA 125,000-sf Event Center Expansion and 150,000-sf Renovation City of Des Moines, Des Moines, IA 50,000-sf New Fire Station, LEED Silver City of Madison, Madison, WI Municipal & City County Building Renovation City of Rock Island, Rock Island, IL Schwiebert Riverfront Park Development City of Westfield, Westfield, IN 10.5-Acre Grand Junction Plaza & Park Iowa Army National Guard, Johnston, IA 3,300-sf New Classroom / Multipurpose Building New Mass Notification System Iowa Army National Guard, Davenport, IA 7,327-sf Readiness Center Expansion and 13,708-sf Renovation - Phase II Iowa Department of Admin. Services, Des Moines, IA 44,500-sf New Iowa Utilities Board and Office of Consumer Advocate; Including Photovoltaics, LEED Platinum Illinois Department of Veterans Affairs, Chicago, IL 184,000-sf New 200-Bed VA Skilled Nursing Facility, Pursuing LEED Silver LaCrosse County, La Crosse, WI 137,400-sf County Law Enforcement Center Expansion 12,700-sf Renovation Polk County, Des Moines, IA 300,000-sf Veterans Memorial Community Choice Credit Union Events Center Renovation St. Charles County, St. Charles, MO 8,000-sf Courthouse and 340-sf Juvenile Center Remodel St. Louis VAMC - Jefferson Barracks, St. Louis, MO Master Plan and Multi-phase Transformation - Demo 19 Buildings, Relocate Site Utilities, and New Energy Plant, Clinic, Rehab, Tenant and Maintenance Buildings U.S. Army Corps of Engineers, West Alton, MO 3,500-sf Riverlands Migratory Bird Sanctuary Visitor Center Expansion U.S. Department of Agriculture, Walker, MN 22,400-sf New Forestry Service Walker District Administrative Office U.S. Department of Agriculture, Toledo, OH 40,000-sf New Hydroponics Lab Facility - Part of IDIQ U.S. Department of Veterans Affairs, Joliet, IL 60,000-sf Joliet Community Based Outpatient Clinic Renovation U.S. Department of Veterans Affairs, St. Louis, MO Central Region IDIQ with Oculus/Perkins & Will - 2012-2016 U.S. General Services Administration, Chicago, IL 11,854-sf FEMA Office Expansion - Part of IDIQ U.S. General Services Administration, Des Moines, IA 390,000-sf Federal Office Building Energy Upgrades - Part of IDIQ IDIQ for Engineering Services for Iowa w/Substance Architecture - 2012-2017 2.Firm Qualifications 556 7IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services U.S. General Services Administration, Chicago, IL 133,000-sf Renovation of Three Federal Buildings, LEED Gold U.S. General Services Administration, St. Louis, MO 20,350-sf U.S. Coast Guard Centralized Desk Unit Renovation U.S. Navy, Akron, OH 50,000-sf New Reserve Center - Design/Build, LEED Silver VA Gulf Coast Veterans Health Care System, Biloxi, MS Develop Level 1 RFP Documents for Design-Build Physical Medicine & Rehabilitative Services Facility - Part of VISN 15 IDIQ Contract Village of Arlington Heights, Arlington Heights, IL 80,000-sf New Village Hall Village of Montgomery, Montgomery, IL 20,000-sf New Village Hall Wisconsin State Historical Society, Greenbush, WI 41,000-sf New Wade House Visitor Center and Wesley Jung Carriage Museum, Including Geothermal, LEED Certified LIBRARIES Bettendorf Public Library, Bettendorf, IA Phase II Renovation Carnegie-Stout Public Library, Dubuque, IA 50,000-sf Library Historic Renovation - LEED Silver Davenport Public Library, Davenport, IA 26,000-sf New Branch Library Des Moines Public Library, Des Moines, IA 36,800-sf Renovation of Three Branch Libraries: $3M 5,000-sf Expansion and 10,000-sf Renovation to East Side Branch Library Garner Public Library, Garner, IA 6,000-sf Library Addition and 2,000-sf Renovation Marshalltown Public Library, Marshalltown, IA 35,000-sf New Public Library w/Photovoltaics - LEED Gold Byron Public Library, Byron, IL 24,000-sf New Library with Geothermal - LEED Gold DeKalb Public Library, DeKalb, IL 52,000-sf Public Library Expansion and 16,000-sf Renovation - Pursuing LEED Silver Fountaindale Public Library, Bolingbrook, IL 114,850-sf New Library - LEED Gold Fountaindale Public Library, Bolingbrook, IL 8,000-sf Media Center Basement Build-out Glenwood-Lynwood Public Library, Glenwood, IL 18,900-sf New Public Library LaGrange Public Library, La Grange, IL 38,000-sf New Public Library Markham Public Library, Markham, IL 13,700-sf New Public Library: Northbrook Public Library, Northbrook, IL 13,100-sf Library Renovation Pritzker Military Library, Chicago, IL 35,000-sf Library Build-out, Including 120-seat Auditorium Somonauk Public Library, Somonauk, IL 14,500-sf New Public Library Warren-Newport Public Library, Gurnee, IL 40,000-sf Library Renovation and 6,200-sf Addition Wheaton Public Library, Wheaton, IL 50,000-sf Library Expansion and 60,655-sf Renovation Wheaton Public Library, Wheaton, IL New Telecommunications Systems Kirkwood Public Library, Kirkwood, MO 21,000-sf Public Library Renovation & Addition St. Charles Public Library, St Charles, IL 2013 MEP Upgrades St. Louis County Library, St. Louis, MO Daniel Boone Library 10,000-sf Expansion and 34,000-sf Renovation St. Louis County Library, St. Louis, MO 20,000-sf New Thornhill Public Library St. Louis County Library, St. Louis, MO 15,000-sf Meramec Valley New Public Library 20,200-sf Grand Glaize Library Renovation and 5,000-sf Addition 17,500-sf Bridgeton Trails Library Renovation Mukwonago Community Library, Mukwonago, WI 15,000-sf Library Expansion 2. Firm Qualifications Audio-Visual 557 8IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 3. Key Personnel 558 8IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services TEAM (IMEG)ROLE TEAM MEMBER AVAILABILITY Jeff Carpenter, PE, CNDIP, RCDD Principal-in-Charge ALL TEAM MEMBERS HAVE AVAILABLE CAPACITY Each team leader has analyzed its current and projected workload. The commitment of assigned staff for this project will not adversely impact existing client commitments. Our assigned staff for this project will be committed to the City of Dublin through its successful completion. Additionally, as a firm of 1,600+ employees, we have the resources to augment staff when necessary to accommodate any schedule need. Our capacity and resources allow us to perform design work on projects with a construction cost of $4 billion in one year. We strongly commit ourselves to all segments of the project to deliver the work on time with the quality and attention needed. Darrin Harres, RCDD, CNIDP Point-of-Contact Brandon Miller, RCDD, RTPM Project Manager Brian Anding, RCDD, CTS Technology Project Designer Matt Grzovic, CTS-D Sr. Technology Designer Jayson Stickrod, CTS Sr. Technology Designer David Wright Acoustics & AV Technology Systems Specialist SUB-CONSULTANT (SVA ARCHITECTS)ROLE Nathan Herrero, AIA, LEED AP BD+C Architect Team 3. Key Personnel Approach to Timely Completion Our team’s responsiveness to our clients and our compliance with project schedules is paramount to us. We have extensive experience working with institutions of higher learning, and we understand the sensitivity involved in maintaining quick turnaround time and efficient scheduling. We will develop a schedule for each project with City of Dublin. This schedule shall include milestone dates and deliverables. In the event that our team identifies that a schedule begins to slide, our project management staff will inform the City Staff of the issue, its cause and our action to recover the schedule. This recovery plan may include additional meetings, mandatory design staff overtime, or issuing multiple packages to ensure larger construction milestones are met. The first step in the process is to assure at the start of awarded projects that the available budget is in line with City’s expectations. If they are not in balance at the start of project, it often times leads to painful scope and cost reductions later and may require costly redesigns and time delays to the project schedule. We intend to work closely with the City, contractors and sub-contractors to confirm the overall project budget at the program validation phase. Once the budget is established and validat- ed by all team members, we will guide the project team through cost/value analysis for all systems, structures and sites at each phase of design. This eliminates getting too far down a path and having to backtrack and revise design decisions. The validation occurs through a benchmarking process for comparisons to recently completed projects of similar size and scope, upfront verification of equipment costs with vendors, and through analysis of available options. Providing value analysis with multiple levels of system options in a “good, better, best” approach provides varying levels of cost structures, benefits, flexibility, redundancy levels, and energy efficiency. Realization of cost saving entails multiple items including but not limited to: • Thorough knowledge and understanding of applicable building codes • Strong analytical skills • Dedicated and highly proficient team of engineers • Review of the problem at hand from various different perspectives • Prior experience with similar projects Considering client’s money as our own, out-of-the-box thinking, and incessant and burning desire to strive for the best possible solution for the client. IMEG’s preferred budget tool is Target Value Design (TVD). The TVD process it is not a single entities responsibility to ensure budget adherence. TVD is a collaborative process where the owner, design, and construction team all share responsibility in managing the budget. Targets are established for all relevant components and then they are adjusted up or down collaboratively by cross-disciplinary teams as the design evolves. 559 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Team 3. Key Personnel Jeff, a Senior Principal with the firm, has spent his entire career with IMEG, where he leads some of the firm’s largest, most complex projects. His expertise includes Fortune 500 corporate office complexes, mission critical data centers, greenfield hospitals, medical facilities, and higher education and government institutions. As a client executive, Jeff is responsible for client relations, staff development, project delivery and deliverables, and project cost and quality control. Jeff is a detailed thought leader who brings the latest technology advancements to assist in guiding the team through analysis, conceptual design, design and construction phases. Jeff is a licensed Professional Engineer and Registered Communications Distribution Designer. He brings 28 years of electrical engineering and technology design experience. Jeff is a frequent industry speaker with an expertise in converged technology in the built industry. Project Highlights • City of Manhattan Beach Public Works Department, Manhattan Beach, CA, 10,500-sf Manhattan Beach Fire Station No. 2 • Southwest Justice Center Juvenile Court, Murrieta, CA, 14,381-sf New Juvenile Courthouse Building, Southwest Justice Center • Athene USA, Des Moines, IA, 373,000-sf New Corporate Headquarters with Data Center, Including 1300-ton, Chiller & 1500 kW Emergency Power, LEED Gold • Byron Public Library, Byron, IL, 27,000-sf New Library with Geothermal, LEED Gold • City of Johnston, Johnston, IA, 42,000-sf New Police Station, Security Management System • Elmhurst Public Library, Elmhurst, IL, 90,000-sf Library Technology Upgrade • McCormick Place, Chicago, IL, 1,200-Key New Headquarters and Convention Center Hotel • National Park Service, St. Louis, MO, Museum of Westward Expansion at the St. Louis Arch • Polk County, Des Moines, IA, 300,000-sf Veterans Memorial Community Choice Credit Union Events Center Renovation • Quad City International Airport, Moline, IL, Phase 1: Security System Upgrade, Phase 2: Security Improvements, Infrastructure Security Assessment • Tyson Event Center, Sioux City, IA, 10,000-Seat New Civic Center with Ice Hockey Experience 28 Total, 28 with IMEG Education Iowa State University, BS Electrical Engineering Registration Professional Engineer Iowa (P14628) Accreditations Registered Communications Distribution Designer (#130369) Certified Network Infrastructure Design Professional Affiliations HIMSS BICSI AVIXA (Formerly InfoComm) Presentations & Publications Midwest Healthcare Engineering Conference NFMT Accelerate Live! AEC Innovation Conference AIA Iowa Annual Meeting Environments for Aging Annual Conference Midwest Healthcare Engineering Conference BICSI ICT Today Midwest Healthcare Engineering - Indianapolis AIA Iowa Annual Meeting AIA Indiana/Kentucky Healthcare Design Conference - San Diego Healthcare Facilities Symposium Jeff Carpenter, PE, CNIDP, RCDD Project Executive/Principal-in-Charge 560 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Team 3.Key Personnel Darrin serves as the lead technology designer for educational projects, overseeing project development, design aspects, and staff training and has experience in the technology field providing construction and design services. He is a Registered Communications Distribution Designer experienced in the design of structured cabling systems supporting voice, data, wireless, and audio/visual systems. Darrin’s experience also includes the design and installation of fully automated and touchscreen-controlled environments, CATV building infrastructures and media distribution systems, and performance studio systems. He is experienced in the design of security management systems including intrusion detection, access control, and closed-circuit television (CCTV). Project Highlights •Boehringer Ingelheim Fremont, Inc., Fremont, CA, 28,000-sf Tenant Improvement of Building 4, and Technical Design of B4 Office Project •City of Manhattan Beach Public Works Department, CA, 10,500-sf New Fire Station No. 2 •County of San Bernardino, Colton, CA, Low Voltage Building Technology Systems Assessment, Arrowhead Regional Medical Center •County of San Diego, San Diego, CA, 315,000-sf County Administration Center Renovation (Historical Building) •County of San Diego, San Diego, CA, 4,000-sf Boardroom Chambers Renovation •County of San Diego, Santa Ysabel, CA, 6,000-sf New Santa Ysabel Nature Center •Inland Empire Health Plan, Rancho Cucamonga, CA, 117,820-sf Three-Story Office Renovation •LA County Department of Public Works, Los Angeles, California, Public Defenders Office Tenant Improvements Including Demolition of Existing Space •San Diego County Psychiatric Hospital, San Diego, CA, 59,000-sf Renovation Experience 31 Total, 18 with IMEG Education DeVry Institute of Technology, BS-EET Electronic Engineering Technology Accreditations Registered Communications Distribution Designer 1997 (RCDD #113805) Certified Network Infrastructure Design Professional (CNIDP #KD93369) Affiliations BICSI Darrin Harres, RCDD, CNIDP Senior Technology Design Engineer ii 561 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Team 3. Key Personnel Experience 27 Total, 2 with IMEG Education Central Michigan University, BS, Public Administration Registrations RCDD RTPM Affiliations BICSI Brandon is IMEG’s Senior Technology Designer, a Registered Communications Distribution Designer, and Telecommunications Manager with over 26 years in the Low Voltage Industry. He specializes in the design integration of multiple complex systems focusing on interoperability, constructability, and current requirements. Brandon is cognoscente of the costs associated with his projects; he takes pride in managing design solutions while keeping in mind a project’s budget. Project Highlights • Agua Caliente Cultural Center, Palm Springs, CA, 44,000-sf New Tribal Cultural Museum, 32,000-sf New Full Service Spa, New Outdoor Experiential Trail, Multiple Pools, and Entertainment Venue • Area 15, Las Vegas, NV, Site-wide Infrastructure, Multiple Venues, including Meow Wolf, Omega Mart, and LIFTOFF • Caesar’s Casino Pompano Park, Pompano Beach, FL, 21,000-sf Casino Addition, 10,000-sf Exterior Gaming Terrace Remodel, 5,000-sf New Center Bar • Caesars Harrah’s New Orleans, New Orleans, LA, Casino & F&B Expansion • Casino Hotel, Lake Charles, LA, New Casino and Hotel Renovation • City of Las Vegas Municipal Courthouse, Las Vegas, NV, New 120,000-sf, 4-story Courthouse Building • MGM CityCenter, Las Vegas, NV* • Muckleshoot Casino, Auburn, WA, 60,000-sf New Casino, 400 Room, 19-Story New Hotel Tower, 360,000-sf Renovation of Existing Space, New 326,00-sf, 7-Story Parking Garage • Rancharrah Event Center, Reno, NV, Provide Audio/Video engineering services for a New 11,500-sf Event Center • Regional Transportation Commission, Las Vegas, NV, New 15,000-sf Mobility Training Center* • Resort World Las Vegas, Las Vegas, NV, 220,000-sf, 6,500 Seat New Theater, 1,435,500-sf New East Tower, 3,700 Rooms • SLS Las Vegas, Las Vegas, NV* • The Summit, Las Vegas, NV, New Mixed-Use Development including Clubhouse, Residential Suites, and Event Spaces Brandon Miller, RCDD, RTPM Senior Technology Designer * Indicates experience prior to joining IMEG 562 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Team 3.Key Personnel Experience 16 Total, 1 with IMEG Education Metropolitan Community College, AASD, Architectural Drafting & Design Technol- ogy Registrations Registered Communications Distribution Designer Certified Technology Specialist Affiliations BICSI AVIXA (Formerly InfoComm) Brian is IMEG’s Technology Project Designer, a Registered Communications Designer, and Certified Technology Specialist with over 15 years in the Low Voltage Industry. He specializes in the design integration of multiple complex audio and visual platforms focusing on system integration, constructibility and current industry standards. Brian coordinates closely with all engineering disciplines to ensure his design is aligned with client’s expectations and is implemented in the field. Project Highlights Leigh Junior and Senior High Schools, Leigh, NE* • New Construction, Additions, and Renovations • Classroom and Common area Intercom Systems • Gymnasium Audio and Visual Systems • Conference Room Audio and Visual Systems Metropolitan Community College, Elkhorn, NE* • New Campuses, Renovations, and Additions • Classroom and Common area AV and Intercom Systems • Conference Room, Office, and Multi-Purpose Room AV Systems Papillion Landing, Papillion, NE* • New Campus consisting of a Community Center and Field House • Classroom and Common area AV and Intercom Systems • Conference Room Audio and Visual Systems • Field House Audio and Visual Systems •Dial Properties New Facilities, Multiple Locations*, Multi-Purpose, Large/Small Conference Rooms, and Intercom Systems •Omaha Public Schools, Omaha, NE* •District 66 (Westside) Public Schools, Omaha, NE* •Millard Public Schools, Millard, NE* •Kearney Public Schools, Kearney, NE* •University of Kearney, Kearney, NeE* •Southeast Community College, Lincoln, NE* •Northeast Community College, Norfolk, NE* Brian Anding RCDD, CTS Technology Project Designer * Indicates experience prior to joining IMEG 563 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Matt is a designer in technology, security, and system integration. He is experienced in design of telecommunications, wireless, CATV building infrastructures, data centers, security systems, and performance audio/video systems. He has designed technology systems for healthcare, educational, office, broadcast, and government projects. Matt has extensive knowledge of broadcast video systems and large venue production. Matt played an active role in the Nextel 2GHz BAS relocation project, conducting inventories and designing microwave system nycoils for the mobile units of television stations throughout the Midwestern and Southern states. Project Highlights • City of Brentwood, Brentwood, MO, 40,000-sf Brentwood Community Center Renovation, Including Ice Rink • City of Clayton, Clayton, MO, 78,000-sf Conversion to Police Headquarters Including Data Center, LEED Platinum • City of Collinsville, Collinsville, IL, 7,800-sf Collinsville Gateway Center Conference Rooms Renovations • City of Kokomo, Kokomo, IN, 15,000-sf New Baseball Stadium, Including Pressbox, Concession Stands, Restrooms, and Player Locker Rooms • City of University City, University City, MO, 48,000-sf Annex, Connector, and Trinity Buildings Renovation • Columbia County, Portage, WI, 99,450-sf New HHS Building & County Administration Building, and 61,000-SF Courthouse Renovation • Madison County Transit, Granite City, IL, 25,000-sf New Administration Building • Pacers Sports & Entertainment, Indianapolis, IN, 130,000-sf New Basketball Practice Facility • St. Charles County, St. Charles, MO, 8,000-sf Courthouse and 340-sf Juvenile Center Remodel • St. Louis County Parks & Recreation, St. Louis, MO, 7,400-sf Laumeier Sculpture Park Gallery Addition and 5,500-sf Estate House Renovation • Westwood Country Club, Westwood, MO, 1,000-sf Single Story Casual Lounge Addition St. Louis County Library District, St. Louis, MO • 15,000-sf New Eureka Hills Branch Library • 17,500-sf Bridgeton Trails Library Renovation • Daniel Boone Library 10,000-sf Expansion and 34,000-sf Renovation • 38,200-sf New Florissant Valley Library Renovation • 15,000-sf New Meramec Valley Public Library • 20,000-sf New Thornhill Public Library • 72,000-sf New Administration Library • 80,000-sf New Library Headquarters and Genealogy Center Experience 26 Total, 11 with IMEG Education Lindenwood University, BA Mass Communication Accreditations Certified Technology Specialist - Design Certified Technology Specialist Crestron DMC-D 4K Crestron DMC-D AMX Ace Installation Affiliations AVIXA (Formerly InfoComm) Society of Motion Picture and Television Engineers Matt Grzovic, CTS-D Lead Technology Designer Team 3. Key Personnel 564 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Before pursuing an education in technology engineering and joining IMEG, Jason’s career began in 2000 working for an electrical contracting company. He joined IMEG in 2008, focusing on the design and development of system drawings, Division 27 and 28 specifications, client standards and architectural programming of low voltage systems such as IT, Networking, Audio/Video and Physical Security in the K-12 and higher education, health care, government, and commercial facilities. He has an understanding of industry level codes, best practices and standards including the NEC, NFPA, AVIXA, and ANSI/TIA. Project Highlights •650 Main, Salt Lake City, UT, Office Building •Beecher Walker Architecture, Salt Lake City, UT, Interior Build-Out Covering 89,600-sf on 3 levels of 10-story Class A Office Building in Salt Lake City, UT •Boehringer Ingelheim Fremont, Inc., Fremont, CA, 28,000-sf Tenant Improvement of Building 4, and Technical Design of B4 Office Project •Eastern Iowa Airport, Cedar Rapids, IA, EIA/Video Surveillance Upgrades/CA •Kraft Foods, Deerfield, IL, 105,000-sf Office Renovation •Marathon Oil Corporation, Houston, TX, 415,000-sf 15-Story Corporate High Rise •Pearson Education Measurement, Iowa City, IA, 160,000-sf Office Building Remodel, Including Video Studio •Practice Velocity, Machesney Park, IL, 65,000-sf Adaptive Re-use of Retail Space to Office Space •Project Thunder, Houston, TX, 500,000-sf New Office Building with 1,780-Car Standalone Parking Garage •Springfield-Branson National Airport, Branson, MO, 3,500-sf Customs Border Patrol Building Renovation •Wellmark Blue Cross & Blue Shield of Iowa, Des Moines, IA, 650,000-sf New Headquarters with 2000-ton Chiller Plant, 2000-kW Emergency Power, Kitchen and Dining Room, Fitness Center, Data Center, Underground Parking, and Sky Bridge, LEED Platinum •Willis Tower, Chicago, IL, Acoustics Consulting Experience 22 Total, 14 with IMEG Education Morrison Institute of Technology, AAS, Engineering Technology Accreditations Certified Technology Specialist (AVIXA) A/V Associate (Extron) Digital Media Certified Designer (Crestron) HDBaseT Expert (HDBaseT Alliance) Vocia Certified (Biamp) Dante Certification (Audinate) Affiliations AVIXA (Formerly InfoComm) Awards F.I.E.R.O. Fire Station Design Symposium Bronze Design Award People’s Choice Award for Best Design City of Davenport Historic Central Fire Station Jayson Stickrod, CTS Senior Technology Designer Team 3.Key Personnel 565 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services David brings more than 33 years of experience in audio visual and acoustic designs. His project experience includes theatrical and fine arts centers, large athletic facilities, industrial, commercial, educational, religious, outdoor entertainment spaces, and broadcast and corporate conferencing. David’s experience also includes live sound work for nationally recognized performers, and his recent efforts include a patent development project. A core fundamental of acoustics is always to understand why a client may (or may not) need acoustics to begin with and translate their understanding into a building project. When a room design has appropriate acoustics, occupants learn faster and with deeper insight and are less distracted. Building acoustics into a project creatively and early always lowers budget impact and improves effective use of any space. David’s experience is well versed for high impact, connected venues. Project Highlights • City of Carmel, IN, Carmel Public Library, Facility Assessment and Master Plan • City of Westfield, IN, Grand Junction Park and Plaza, Professional AV, Sound and Acoustics System Design to Outdoor Pavilion For Symphony & Pop Music/ Concerts and Exterior Noise Control to Residents • Francis W. Parker School, Chicago, IL, 10,000-sf Library Renovation • Helen M. Plum Memorial Public library District, Chicago, IL, Public Library External Noise Measurement • Indianapolis Public library, Indianapolis, IN, Acoustic Study • Madison Public Library, Madison, WI, 20,000-sf Pinney Neighborhood Library Renovation, LEED Gold • Monroe County Public Library, Bloomington, IN, Renovation of Public Media, Auditorium, and Additions of Public Recording Accessible Studios, Along with Stacks, Offices, and Primary Facility, Including Technology Updates • Murphy Theatre, Wilmington, OH, Historic Renovation, Master Planning 15,000-sf for Theatre Audio, Acoustics and Concerts Renovation • St. Vincent Center, Indiana Pacers Training Facility, Indianapolis, IN, Acoustical Study of the 4th Floor Office Area • The Sonnentag Complex, Eau Clair, WI, 2-Story Event Center with Seating Up to 6,700; an Indoor Field House; a 2-Story Fitness Area for Students; Coaches Offices and Meeting Rooms; Support Areas such as Concessions and Locker Rooms Experience 34 Total, 7 with IMEG Education Indiana University - Bloomington, BA Audio Engineering ILP Accreditations Syn-Aud-Con (4) in Design for AV, Sound, and Electro-acoustics Affiliations Acoustical Society of America Audio Engineering Society Chapter Secretary (15 years) Publications & Presentations Ball State University - “Acoustics for Interior Design”, Guest Lecturer Indiana U - Purdue U. (IUPUI) - “Business of Music”, Guest Lecturer ASHRAE - “Fundamentals of Acoustics” ASHRAE, - “Acoustics for Rooms and Architects” Published December 2020 and January 2021 David Wright Senior Acoustics and AV Technology Systems Specialist Team 3. Key Personnel 566 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Team 3. Key Personnel Mr. Herrero brings a wide range of experience to the project team. His background in diverse project types and delivery methods makes him one of the firm’s more versatile and valuable project architects/managers. As Principal- in-Charge and Sr. Project Architect, his responsibilities range from coordinating a project’s design phase to managing the technical team’s production of the project’s contract documents and subsequent support of the construction phase. •County of Santa Clara On-Call Projects, San Jose, CA, SVA is serving in an on- call capacity for various projects for the County of Santa Clara and its Parks and Recreation Department. As part of the County’s projects, SVA was hired to provide upgrades to restrooms of three buildings, known respectively as “The Pavilion,” “Exposition Hall,” and “The Fiesta,” at the County Fairground. The scope of the project covers numerous modernizations and safety upgrades including modified slope entrances, new ADA door and wall signage, new doors, frames, and hardware, tile repair, and new paint. •City of Mountain View Police and Fire Administrative Building, Mountain View, CA, SVA is currently developing three design alternatives and their cost estimates; the scope of these range from a remodel that includes seismic retrofitting to the construction of a brand new building and parking structure either on the existing site or another City-owned lot. •City of Fremont Teen Center Feasibility Study, Fremont, CA, SVA Architects was hired to provide feasibility studies to the City of Fremont for replacement options to the City’s aging and deteriorating Teen Center. SVA will explore multiple options and provide preliminary layouts, budgetary estimates, and implementation timeframe for each, as well as a review of all offsite improvements such as parking and ADA requirements. •Palo Alto USD Various New and Modernization Projects, Palo Alto, CA, SVA is currently providing new construction and modernization services at three schools in the Palo Alto Unified School District: Palo Verde Elementary School, JLS Middle School, and Fletcher Middle School. •Laney College Locker Room Renovation, Oakland, CA, This project includes the installation of two locker rooms, three offices, three classrooms and two restroom stockpile relocatable buildings. These spaces will provide interim/ temporary housing on the existing campus tennis courts while the existing locker room renovation takes place. •City of Cupertino Library Expansion, Cupertino, CA, The Cupertino Library expansion involves the demolition of the existing single-story Children’s Book Area and replacing it with a new two-story addition that will connect to the existing Library structure. A new multipurpose Program Room will house a presentation space with a minimum of 130 seats as well as additional spillover seating. • Lodi USD Maintenance & Operations Facility Complex, Lodi, CA, SVA developed a criteria design for a new M&O facility on an undeveloped site that is being used as bidding documents for design/build teams. The design includes a new 37,000 sq. ft. maintenance building that will house offices for the entire department, as well as storage and work areas. NATHAN HERRERO, AIA, LEED AP BD+C Principal-In-Charge / Senior Project Architect TITLE Principal YEARS WITH COMPANY 16 YEARS OF EXPERIENCE 18 EDUCATION Bachelor of Architecture, with Honors, Yale University PROFESSIONAL LICENSE Registered Architect: C - 33048 PROFESSIONAL AFFILIATIONS AIA American Institute of Architects SFPUR San Francisco Planning & Urban Research ULI Urban Land Institute USGBC United States Green Building Council 567 17IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 4. References/Case Studies 568 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 4. References BOARD CHAMBERS RENOVATION (Historical Building) IMEG was the prime consultant for the recently completed County of San Diego Council Chambers renovation project. Project Scope IMEG provided design for replacement of existing air handling and air distribution system. Sound attenuators were provided in the main distribution ducts to achieve the required ambient noise level. Mechanical design also included a new Direct Digital Control (DDC) system for the HVAC units. The new DDC system is capable of connecting to the San Diego County centralized networked building automation system. IMEG also provided electrical power distribution for the new A/V systems and designed the new lighting layout. The lighting was designed using high efficiency LED lights with programmable controls which are capable of adjusting the light level for a variety of scenarios such as broadcasting, board meetings, presentations, and more. The lighting controls have been integrated with the Crestron AV remote control system, which offers simple presets tailored for each user. This IMEG crafted software is the primary control for dozens of departments & non technical users. IMEG’s acoustic engineers provided design for low ambient noise in assembly public meeting areas and for recording needs. Coordination for optimized performance with A/V systems were integrated between the boardrooms’ loudspeaker design for optimum speech reinforcement. This included speaker coverage clarity mapping. Historic Preservation IMEG was tasked with the protection of three significant art deco 18-foot tall murals that were painted on the interior walls of the Council Chambers, 80 years ago. Each mural is painted in egg tempera on muslin over a gesso surface and represents an aspect of life in San Diego County: “Recreation, Agriculture, and Conservation.” Occupied Space and Scheduling As the chambers needed to remain operational throughout the project, field investigations and testing were completed after hours during all design phases. Construction was scheduled around the chambers pre-designated schedule with the commissioning of systems taking place during the holiday schedule. Project Solutions IMEG rose to the occasion when the installation of the audio/visual systems fell behind schedule. With only two weeks until the facility’s first board meeting, IMEG’s senior designers remained on site daily to coordinate the completion of the system’s installation and provide hands-on training to facility staff training for the new systems. IMEG’s diligence ensured the first meeting remained on schedule and was a success and an award was given to IMEGs team by the owner for outstanding service for two consecutive years Size 3,175-sf renovation Cost $2 million Completion 2020 Services Mechanical, Electrical, Plumbing, Technology, Acoustics Services Kathryn Moroz, CCM, LEED AP BD+C Project Manager County of San Diego | DGS 5560 Overland Avenue | Suite 410 | Floor 4 San Diego, CA 92123 T: (619) 541-0458 E: kathryn.moroz@sdcounty.ca.gov San Diego, CACounty Administration Center (CAC) County of San Diego 569 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services NEW BUILDING ANNEX IMEG provided structural, civil, mechanical, electrical, technology, and acoustical design, along with energy modeling, land surveying, and commissioning services, for the new 47,954-sf annex building. The annex houses four new courtrooms and offices for the circuit clerk, state’s attorney, and court administrator. The design also includes two new parking lots that replaced the lots where the annex was constructed, revisions to the Justice Center’s existing site utilities, and audio/visual upgrades to five existing court rooms. The structural design included drilled piers (caissons) and cast- in-place concrete grade beams. The main floor is comprised of composite still and concrete, with bar joist and metal deck roof construction. An elevated bridge designed to connect to the existing building will aid in prisoner transport. The mechanical design included two roof-mounted, packaged RTU’s with gas heating and DX cooling. Ductless split systems provide cooling in the IT areas, and high-efficiency hot water boilers were included for terminal heating equipment, runtal radiation, cabinet heaters, and unit heaters throughout the building. Distributed lighting controls, dimming daylighting controls, and a voice-based fire alarm system were included in the electrical design. Additionally, the main utility service for the existing jail was rerouted to make way for the new building, and the overhead utility for the existing courthouse was moved underground. A new backup generator supplies the entire building’s demand load. The technology design included new fiber routed around the site to upgrade connectivity to adjacent buildings and provide redundancy. New security cameras accommodate both the county and state requirements, and new courtroom audio/ visual systems allow offsite monitoring and control. Size 47,954-sf Addition Cost $28 million Completion 2018 Services Civil, Structural, Mechanical, Electrical, Technology, Land Surveying, Acoustics, Energy Modeling, Commissioning Reference Walter D. Braud, Chief Judge Rock Island County T: 309.558.3258 Rock Island, IL Rock Island County Justice Center Addition 4. References 570 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Projects 4. References Rockford Public Library Rockford, IL This project included full AV programming using AV-Over_IP which was integrated with the facilities security system and the the library’s internal room scheduling system. The complete system functions without any interaction (including locking/unlocking doors) from staff. System programming tied all systems together to operate seamlessly. Services also included final commissioning. Size Cost Completion 68,000-sf $25M 2023 Gerald Ford International Airport, Operations Center Grand Rapids, MI IMEG is providing technology engineering design services for the new 11,600-sf operations and communications center. The new facility will house the airport’s emergency operations center and emergency response team area. IMEG worked with airport staff to identify applications and procedures required between each dispatch workstation and large video walls. Once the applications were identified, programming documents, vendor presentations, system demonstrations and REVIT 3D modeling were created and utilized to assist in identifying additional user requirements, features and overall user comfort level for the final system solution. This was a 4-workstation security operation center that included all equipment (including PC’s) in the nearby MDF and all video was routed to either one of 4-workstations (each with 7 monitors) or a large video wall at the head of the room) and utilized the KVM capabilities of an AV-over-IP solution. Size Cost Completion 11,600-sf $7.7M 2022 Reference Jason Vetne DLZ Architects 269.281.0744 jvetne@dlz.com Reference Jennifer Spencer Studio GWA 815.963.1900 jspencer@studiogwa.com CHOC Children’s, Command Center Orange, CA IMEG worked with Children’s Hospital of Orange County (CHOC) to develop campus wide AV standards for the healthcare provider. The primary solution leverages AV-over-IP to allow seamless integration and support throughout all facilities. Design was/is being performed over multiple years to coordinate construction in multiple phases. Size Cost Completion N/A N/A 2022/2023 Reference Adam Gold CHOC Children’s IT Director 714.997.3000 Adam.Gold@choc.org 571 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Agua Caliente New Cultural Museum & Spa Palm Springs, CA IMEG designed all low voltage systems for museum, spa, and exterior spaces that include a gathering plaza/event area, interpretive trail, educational garden, resort-style pool with cabanas, and multiple private and themed pools. Included is a multi-zoned audio design to allow for experiential encounters throughout. IMEG Also provided mechanical, plumbing, and electrical engineering for the project. Size N/A Cost N/A Completion 2022 Services Mechanical, Electrical, Plumbing, Technology Area 15 Meow Wolf / Omega Mart / LIFTOFF Las Vegas, NV IMEG coordinated directly with the developer’s Infrastructure Department throughout the design and deployment process to provide a network system comprised of multiple components including the rack rooms, fiber core-distribution, field switches, speakers, projectors, digital displays, wireless access points, cameras and more. We also provided mechanical, plumbing, and electrical engineering for the project. Projects 4. References Size N/A Cost N/A Completion 2022 Services Mechanical, Electrical, Plumbing, Technology 572 22IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 5. Rate Schedule 573 9IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Reimbursable Expenses • Invoiced with a 1.1 multiplier of actual cost, including: • CAD plots, reproductions and delivery costs of drawings, specifications, and duplicate reports beyond one set provided at each normal stage of review • Reproduction of drawings on Mylar media • Plan review fees or imposed government agency fees • Premium delivery charges • Photographic supplies and developing • Meals and lodging when required to travel overnight • State filing and/or permit fees related to energy life-cycle costs • Necessary consultants • Travel expense: Automobile mileage will be invoiced at the IRS rate in effect at the time of travel. Travel expenses also include tolls, parking fees, taxi, train, airfare, rental cars (CD only), and other out of pocket expenses. *Adjusted annually. Rates are for U.S.-based staff. International staff may have different billing rates and are available upon request. IMEG STANDARD HOURLY RATES ROLE RATE PER HOUR* Project Executive/Principal-in-Charge $265 Project Manager $190 AV/Tech Consultant $165 Technology Project Designer $150 Virtual Design Coordinator $115 Architect* Sub-Consultant $225 Compensation & Reimbursables 4. References 574 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services Compensation & Reimbursables 4.References Attachment B RATE SCHEDULE Please complete in the following format and be advised of the invoicing requirements, below: POSITION TITLE RATE FOR YEAR ONE* Be advised of the following Invoicing requirements which will supplement Rate Schedules for firms selected for contract: •Please do not use position names as staff will change over time. •Please do not include rate ranges. •Please do not include reimbursables as these should be included in rates. •All subconsultant rates shall be approved by City designee and shall not exceed 10%above cost. •All CPI increases shall be calculated by Consultant and requested for adjustment each May, effective each July 1st.Rate increases shall not exceed 3% and shall be based on the San Francisco Bay Area Consumer Price Index CPI for that period of time and this shall be submitted to the Public Works Management Analyst, or their designee, for approval prior to taking effect. •Invoices shall cover a period of time from the beginning of each month, through the end of the month. •Consultant shall invoice City no more than once monthly for work hours completed during the previous month. •Invoices shall include the following level of detail: contract number; invoice period; detailed description of work completed; hours worked by employee; name of consultant’s staff and their respective rate; invoice total for period as well as subtotal and contract remaining balance. •City shall have the right to reject an invoice if it is not submitted correctly. •City shall have the right to withhold payment if City determines that the quantity or quality of work performed is unacceptable. •Remit Invoice to: PWInvoices@dublin.ca.gov and not to City project managers. •Be advised, the City has strict Year End deadlines. All invoices for each year, including work for June services, will be due mid-July. Exact dates will be communicated out by City staff. •Consultant shall adhere to the following requirements: o Consultant shall attach to each invoice a breakdown of hours worked, both by project as well as hours completed by each employee per day. o Consultants who assist with Construction Management services may be deemed a “consultant” under the Political Reform Act and may be required to complete and file a Form 700. http://www.fppc.ca.gov/Form700.html o Consultants shall work no more than 2,000 hours in one fiscal year. A Letter of Notification is required for each staff member of a firm once employees reach 1,000 hours, 1,500 hours and 2,000 hours. o Consultant shall bill in quarter hour increments. Attachment B RATE SCHEDULE Please complete in the following format and be advised of the invoicing requirements, below: POSITION TITLE RATE FOR YEAR ONE* Be advised of the following Invoicing requirements which will supplement Rate Schedules for firms selected for contract: •Please do not use position names as staff will change over time. •Please do not include rate ranges. •Please do not include reimbursables as these should be included in rates. •All subconsultant rates shall be approved by City designee and shall not exceed 10% above cost. •All CPI increases shall be calculated by Consultant and requested for adjustment each May, effective each July 1st. Rate increases shall not exceed 3% and shall be based on the San Francisco Bay Area Consumer Price Index CPI for that period of time and this shall be submitted to the Public Works Management Analyst, or their designee, for approval prior to taking effect. •Invoices shall cover a period of time from the beginning of each month, through the end of the month. •Consultant shall invoice City no more than once monthly for work hours completed during the previous month. •Invoices shall include the following level of detail: contract number; invoice period; detailed description of work completed; hours worked by employee; name of consultant’s staff and their respective rate; invoice total for period as well as subtotal and contract remaining balance. •City shall have the right to reject an invoice if it is not submitted correctly. •City shall have the right to withhold payment if City determines that the quantity or quality of work performed is unacceptable. •Remit Invoice to: PWInvoices@dublin.ca.gov and not to City project managers. •Be advised, the City has strict Year End deadlines. All invoices for each year, including work for June services, will be due mid-July. Exact dates will be communicated out by City staff. •Consultant shall adhere to the following requirements: o Consultant shall attach to each invoice a breakdown of hours worked, both by project as well as hours completed by each employee per day. IMEG STANDARD HOURLY RATES ROLE RATE PER YEAR ONE* Project Executive/Principal-in-Charge $265 Project Manager $190 AV/Tech Consultant $165 Technology Project Designer $150 Virtual Design Coordinator $115 Architect* Sub-Consultant $225 575 11IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 5. Insurance Requirements & Meeting Standards 576 NOT INCLUDED IN PAGE LIMITATIONIMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext):E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOSHIREDNON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 IMEG, CORP. 623 26TH AVENUE ROCK ISLAND IL 61201 * Continental Casualty Company 20443 Liberty Insurance Corporation 42404 LM Insurance Corporation 33600 Travelers Property Casualty Co of America 25674 X X 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 X X X 1,000,000 XXXXXXX XXXXXXX XXXXXXX XXXXXXX X X 10,000,000 10,000,000 XXXXXXX N X 1,000,000 1,000,000 1,000,000 PROFESSIONALLIABILITY EACH CLAIM $10,000,000AGGREGATE $10,000,000 A AS7Z91469988 1/1/2022 1/1/2023 C TB5Z91469988 1/1/2022 1/1/2023 D AEH591925819 1/18/2022 1/18/2023 B CUP-0T461340 1/1/2022 1/1/2023 A WC7Z91469988 1/1/2022 1/1/2023 1/1/2023 1457276 N N N N N N N 12/30/2021 N N 16132485 16132485 XXXXXXX EVIDENCE OF INSURANCE X X 577 13IMEG CORP. | City of Dublin - RFQ for AV Technology Engineering & Design Services 6. Conflict of Interest (Attachment C) 578 Attachment C CONFLICT OF INTEREST STATEMENT For the term of this contract, no member, officer or employee of the City of Dublin, or of a public body within Alameda County or member or delegate to the Congress of the United States, during his/her tenure or for one year thereafter, shall have any direct interest in the contracts or any direct or material benefit arising therefrom. Consultant must provide a list of any potential conflicts of interest in working for the City of Dublin. This must include, but is not limited to, a list Consultant’s clients who are the following: Private clients located or operating within the Cit y of Dublin limits, Dublin San Ramon Service District, US Army Camp Parks and/or the County of Alameda, and a brief description of work for these clients. Proposers must also identify any other clients (including public entities), that may pose a potential conflict of interest, as well as a brief description of work you provide to these clients. This list must include all potential conflicts of interest within the year prior to the release of this RFQ as well as current and future commitments to other projects. Principals and those performing work for City of Dublin may be required to submit a California Fair Political Practices Commission (FPPC) Form 700: Statement of Economic Interests documenting potential financial conflicts of interest. For additional information, proposers should refer to the FPPC website at http://www.fppc.ca.gov/Form700.html. ______________________________ SIGNATORY NAME, TITLE FIRM 579 Attachment D Public Contract Code ***PRIME PROPOSER AND SUBCONSULTANTS MUST SUBMIT A SIGNED PUBLIC CONTRACT CODE STATEMENT*** Public Contract Code Section 10285.1 Statement In accordance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the proposer hereby declares under penalty of perjury under the laws of the State of California that the proposer has ____ , has not ____ (mark one) been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or perform ance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "proposer" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note:The proposer must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. Public Contract Code Section 10162 Questionnaire In accordance with Public Contract Code Section 10162, the Proposer shall complete, under penalty of perjury, the following questionnaire: Has the proposer, any officer of the proposer, or any employee of the proposer who has a proprietary interest in the proposer, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _____ No _____ If the answer is yes, explain the circumstances in the following space. x x 580 Public Contract Code 10232 Statement In accordance with Public Contract Code Section 10232, the PROPOSER, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the PROPOSER within the immediately preceding two year period because of the PROPOSER's failure to comply with an order of a federal court which orders the PROPOSER to comply with an order of the National Labor Relations Board. Note:The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Proposers are cautioned that making a false certification may subject the certifier to criminal prosecution. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of the Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the proposer has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code.) By my signature on this proposal I further certify, under penalty of perjury under the laws of the State of California and the United States of America, that the Non-collusion Affidavit required under Title 23 United States Code, Section 112 and Public Contract Code Section 7106; and the Title 49 Code of Federal Regulations, Part 29 Debarment and Suspension Certification are true and correct. DATE (AUTHORIZED SIGNATURE) (NAME AND TITLE) (COMPANY NAME) (COMPANY ADDRESS) 02/18/2022 Darrin Harres, RCDD Senior Technology Engineer IMEG Corp. 901 Via Piemonte, Suite 400 Ontario, CA 91764 581