Loading...
HomeMy WebLinkAboutRJN_Group_Incs_Agreement_for_2024_Flow_Mon I:\Engineering\I & I Work\Flow Monitoring\2024\RJG Agreement-2024 Flow Mon Serv_6-26-24.docx Page 1 of 5 CONTRACTOR AGREEMENT This AGREEMENT, made on the 26th day of June, 2024, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and RJN GROUP, INC., 2655 Warrenville Road, Suite 225, Downers Grove, IL 60515, party of the second part, hereinafter referred to as the CONTRACTOR, WITNESSETH: The CITY and the CONTRACTOR, for the consideration hereinafter named, enter into the following AGREEMENT for 2024 FLOW MONITORING SERVICES: SANITARY SEWER COLLECTION SYSTEM. The CONTRACTOR’s Bid Proposal Form is attached hereto and reflects the agreement of the parties except where it conflicts with this AGREEMENT, in which case this AGREEMENT shall prevail. ARTICLE I. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. Proposal Solicitation dated May 24, 2024 and attached hereto 3. CONTRACTOR’s Bid Proposal Form dated June 13, 2024 and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE II. PROJECT MANAGER A. Assignment of Project Manager. The CONTRACTOR shall assign the following individual to manage the PROJECT described in this AGREEMENT: David Edgren – Project Manager Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B I:\Engineering\I & I Work\Flow Monitoring\2024\RJG Agreement-2024 Flow Mon Serv_6-26-24.docx Page 2 of 5 B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE III. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Justin Gierach, P.E. – Engineering Division Manager / City Engineer ARTICLE IV. SCOPE OF WORK The CONTRACTOR shall provide the services described in the CITY’S Invitation for Bid for the PROJECT titled 2024 FLOW MONITORING SERVICES: SANITARY SEWER COLLECTION SYSTEM dated May 24, 2024, and the CONTRACTOR’s Bid Proposal Form and materials attached as Exhibit A. If anything in the Bid Proposal Form conflicts with the Bid Specifications, the provisions in the Bid Specifications shall govern. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONTRACTOR's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. ARTICLE V. CITY RESPONSIBILITES The CITY shall furnish, at the CONTRACTOR’s request, such information as is needed by the CONTRACTOR to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONTRACTOR’s work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B I:\Engineering\I & I Work\Flow Monitoring\2024\RJG Agreement-2024 Flow Mon Serv_6-26-24.docx Page 3 of 5 ARTICLE VI. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as listed in the Bid Specifications. ARTICLE VII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONTRACTOR for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto:  Unit Price Not to Exceed $52,700 (Fifty Two Thousand Seven Hundred Dollars). B. Method of Payment. The CONTRACTOR shall submit itemized monthly statements for services. The CITY shall pay the CONTRACTOR within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONTRACTOR a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VIII. STANDARD PROVISIONS The CONTRACTOR agrees that, in all hiring or employment made possible by or resulting from this AGREEMENT, there will not be any discrimination against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. ARTICLE IX. CONTRACTOR TO HOLD CITY HARMLESS The CONTRACTOR covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONTRACTOR, their agents or assigns, their employees, or their subcontractors related to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify the CITY for all sums including court costs, attorney fees, Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B I:\Engineering\I & I Work\Flow Monitoring\2024\RJG Agreement-2024 Flow Mon Serv_6-26-24.docx Page 4 of 5 and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon the CITY’s written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this Paragraph. ARTICLE X. INSURANCE The CONTRACTOR agrees to abide by the attached City of Oshkosh Insurance Requirements. The CONTRACTOR’s certificate of insurance for this PROJECT is attached as Exhibit B. ARTICLE XI. TERMINATION A. For Cause. If the CONTRACTOR shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONTRACTOR. In this event, the CONTRACTOR shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONTRACTOR no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONTRACTOR shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of CONTRACTOR for the convenience of the CITY. In such event, CONTRACTOR's agreement price and schedule shall be equitably adjusted. Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B I:\Engineering\I & I Work\Flow Monitoring\2024\RJG Agreement-2024 Flow Mon Serv_6-26-24.docx Page 5 of 5 ARTICLE XIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and CONTRACTOR and has no third-party beneficiaries. In the Presence of: CONTRACTOR ____________________________ By: _____________________________ ____________________________ Michael N. Young, P.E. (Seal of CONTRACTOR Senior Vice President if a Corporation) By: _____________________________ _____________________________ (Specify Title) CITY OF OSHKOSH _____________________________ By: _____________________________ (Witness) Mark A. Rohloff, City Manager _____________________________ And: _____________________________ (Witness) Diane M. Bartlett, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. _____________________________ City Attorney ___________________________________ City Comptroller Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B Docusign Envelope ID: 0EC1B4B9-356A-4B04-8CDE-8D73D981263B