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