HomeMy WebLinkAboutContracts & Agreements_111-2002_CCv0001.pdf INDEPENDENT CONTRACTOR AGREEMENT
This Agreement is made and entered into this 16th day of July,2002 by and between the City
of Redlands,a municipal corporation,hereinafter("City")and Wiggans&Willett,Inc,hereinafter
("Contractor").
AGREEMENT
Section 1. Services. Contractor shall furnish to City real estate services for certain
properties for the City of Redlands' proposed "core block" project (the "Services"). The specific
Services to be provided by Contractor are more particularly described in Attachment"A," attached
hereto and incorporated herein by this reference.
Section 2. Payment. City shall pay Contractor for the Services at the hourly rates
described in Attachment "B" hereto. In no event shall the payment to Contractor exceed Fifteen
Thousand Two Hundred Dollars ($15,200) for the Services provided under this Agreement.
Contractor shall provide City with an invoice and shall be entitled to payment within thirty(30)days
thereof.
Section 3. Insurance and Indemnification
3.1 Consultant's Insurance to be Primary
All insurance required by this Agreement is to be maintained by Consultant for the duration
of this Project and shall be primary with respect to City and non-contributing to any insurance or
self-insurance maintained by the City. Consultant shall not perform any Services,pursuant to this
Agreement, unless and until all required insurance listed below is obtained by Consultant.
Consultant shall provide City with Certificates of Insurance and endorsements evidencing such
insurance within fifteen (15) days of execution of this Agreement, or prior to commencement of
work,whichever occurs first.
3.2 Workers' Compensation and Employer's Liability
A. Consultant shall secure and maintain Workers'Compensation and Employer's Liability
insurance throughout the duration of this Agreement in amounts which meet statutory
requirements with an insurance carrier acceptable to City. Such insurance shall be
primary and non-contributing to any insurance or self-insurance maintained by City.
The insurance policy shall include a provision prohibiting cancellation of the policy
except upon thirty(30)days prior written notice to City. Certificates of Insurance shall
be delivered to City prior to commencement of work.
B. Consultant expressly waives all rights to subrogation against City, its officers,
employees and volunteers for losses arising from work performed by Consultant for City
Bca`,djm\Agreementix5094 Wiggans.wpd 1
by expressly waiving Consultant's immunity for injuries to Consultant's employees and
agrees that the obligation to indemnify,defend and hold harmless provided for in this
Agreement extends to any claim brought by or on behalf of any employee of Consultant.
This waiver is mutually negotiated by the parties. This shall not apply to any damage
resulting from the sole negligence of City,its agents and employees. To the extent any
of the damages referenced herein were caused by or resulted from the concurrent
negligence of City, its agents or employees, the obligations provided herein to
indemnify, defend and hold harmless is valid and enforceable only to the extent of the
negligence of Consultant, its officers, agents and employees.
3.3 Comprehensive General Liability Insurance. Consultant shall secure and maintain in
force throughout the duration of this Agreement comprehensive general liability insurance with
carriers acceptable to City. Minimum coverage of one million dollars ($1,000,000)per occurrence
and two million dollars ($2,000,000) aggregate for public liability, property damage and personal
injury is required. City shall be named as an additional insured and the insurance policy shall
include a provision prohibiting cancellation of said policy except upon thirty(30)days prior written
notice to City. Such insurance shall be primary and non-contributing to any insurance or self-
insurance maintained by City. Certificates of insurance and endorsements shall be delivered to City
prior to commencement of work.
3.4 Professional Liability Insurance. Consultant, shall secure and maintain professional
liability insurance throughout the duration of this Agreement in the amount of one million dollars
($1,000,000.00) per claim made. Certificate of liability insurance and endorsement shall be
delivered to City prior to commencement of work.
3.5 Business Auto Liability Insurance. Consultant shall have business auto liability
coverage,with minimum Ili-nits of I million($1,000,000.00)per occurrence,combined single limit
for bodily injury liability and property damage liability. This coverage shall include all consultant
owned vehicles used on the project, hired and non-owned vehicles, and employee non-ownership
vehicles. City shall be named as an additional insured and a certificate of insurance shall be
delivered to City within fifteen(15)days of execution of this Agreement or prior to commencement
of work.
3.6 Assignment and Insurance Requirements. Consultant is expressly prohibited from
subletting or assigning any of the services covered by this Agreement without the express written
consent of City. hi the event of mutual agreement between parties to sublet a portion of the Services,
the Consultant will add the subcontractor as an additional insured and provide City with the
insurance endorsements prior to any work being performed by the subcontractor. Assignment does
not include printing or other customary reimbursable expenses that may be provided in this
Agreement.
1Aca\djm\Agreemen&,,5094 Wi.ggam.Nyd 2
3.7 Hold Harmless and Indemnification. Contractor shall defend, indemnify and hold
harmless City, its elected officials, officers, employees and agents, from and against any and all
actions,claims,demands,lawsuits,losses and liability for damages to persons orproperty,including
costs and attorney fees, that may be asserted or claimed by any person, firm, entity, corporation,
political subdivision or other organization arising out of or in connection with Contractor's negligent
and/or intentionally wrongful acts or omissions under this Agreement;but excluding such actions,
claims, demands, lawsuits and liability for damages to persons or property arising from the sole
negligence or intentionally wrongful acts of City, its officers, employees or agents.
Section 4. Independent Contractor. It is the express intention of the parties hereto that
Contractor is an independent contractor and not an employee of City. Nothing in this Agreement
shall be interpreted or construed as creating or establishing a relationship of employer and employee
between City and Contractor. Both parties acknowledge that Contractor is not an employee for State
tax, Federal tax or any other purpose.
Section 5. Discrimination Prohibited. In the performance of this Agreement and in the
hiring and recruitment of employees, Contractor shall not discriminate on the basis of race, creed,
color, religion, sex,physical handicap, ethnic background or country of origin.
Section 6. Notices. Any notice to be given pursuant to this Agreement shall be deposited
with the United States Postal Service,postage prepaid and addressed as follows:
CITY: CONTRACTOR:
John Davidson, City Manager Jane Wiggans
Z:1
P.O. Box 3005 Wiggans & Willett, Inc.
Redlands, California 92373 3355 Mission Avenue, Suite 221
Oceanside, CA 92054
Nothing in this paragraph shall be construed to prevent the giving of notice by personal service.
Section 7. Assignment. Contractor shall not assign or subcontract any part of the
Services subject to this Agreement without first obtaining the written consent of City.
Section 8. Modifications. No change or modification of the terms or provisions of this
Agreement shall be deemed valid unless made in writing and signed by both parties.
Section 9. Governing Law. This Agreement shall be governed by and construed in
accordance with the laws of the State of California.
Section 10. Entire Agreement. This Agreement represents the entire agreement of the
parties hereto as to the matters contained herein and supersedes any and all prior written or verbal
agreements between the parties.
F,,ca�djm\Agreerfwn&,5094 Wiggans.wpd 3
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and
date first shown at Redlands, California.
CITY OF REDLANDS
By:
Karl N. Haws,Mayor
ATTEST:
�
Oe k
Lo7e, oyzer' rK
WIGGANS & WILLETT, INC.
By: 5k" +— �,x,
Yane L. Wiggans, SRI A.
L\Ca\Jjm',Agree=nW6094 Wiggans.wpd 4
City of Redlands
South Side of West Stuart Avenue, East of N. Eureka
Scope of Services
Phase I
Products: Budget Estimate Report of Acquisition Costs
Scope:
1 Provide overall project management/project control to include the following: negotiation
and coordination with subconsultants, job tracking, scheduling, and meetings.
2. Prepare budget estimates of real estate, business furniture, fixtures & equipment (FF&E),
loss of business goodwill, and relocation expenses for the full acquisition of the following
properties:
APN Owner Tenant Address
169-281-34 Showprop Redland, Vacant land SW corner W. Stuart & N.
LLC Eureka, Redlands
169-281-23 The Santa Fe Annex Assumed vacant land 205 W. Stuart Ave, Redlands
169-281-19 Moore GP Canyon City Transfer 31 W. Stuart Ave, Redlands
and Storage (Industrial)
3. Prepare summary report including data from item 2 above.
Basic Assumptions:
The following are the basic assumptions used in preparing this scope, schedule and fee. If any
one of these assumptions are not the case, then this scope, schedule and fee will have to
adjusted accordingly:
1. The hours and fees listed on the Attachment B for Phase I (Budget Estimates) are
estimated cost ceilings and will be billed against by the hour. If it appears this estimate is
inadequate for the services required, additional authorization will be requested.
2. The table of properties above is our understanding of the properties to be acquired. If this
is not correct, we reserve the right to correct our scope, schedule and fee.
3. Schedule below assumes a notice to proceed by July 15, 2002.
4. Title and surveying is not included in Phase I or Phase 11, but can be added if requested.
Wiggans &Willett, Inc. Attachment A
July 3, 2002
a.
Schedule:
Real Estate Budget Estimate September 20, 2002
FF&E Estimate August 15, 2002
Goodwill Estimate August 1, 2002
Relocation Estimate August 1, 2002
Summary Report October 1, 2002
Fees:
Total fees will not exceed $15,200 without prior written authorization. See Attachment B for a
detailed breakdown of the level of effort for each task for Phase 1.
Phase 11 - Appraisal,Acquisition & Relocation Services
See Attachment C for an estimate of fees for proceeding to Phase It. A scope will be prepared
when requested.
Wiggans &Willett, Inc. Attachment A
July 3, 2002
. O7/O3/O2
Wiggans &Willett, Inc.
FEE AND HOURLY PROPOSAL FOR CONSULTANT WORK
CITY OF REOLANOS
South Side of W. Stuart Avenue, East of N. Eureka
Phaoe | - BudAetEstimotee
Right-of-Way Services
Proj.Mgr. Assist. Proj.Mgr. Assist Rfw Total
Project Mgt& Report Prep 401 81 81 561 $5,080
Direct Costs T- -1 $120
Mileage, Facsimile, etc.
Lipman Stevens & Thene, Inc.JR.E. Budget Estimates) $8,560—
Desmond, Marcello &Amster(FF&E Estimates) $500
Donna Desmond Associates (Goodwill Estimates) $750
Overland Resources (Relocation Estimates) $250,
JjTotal—Fee.
Attachment B
�
U IUJIU/
Wiggans &Willett, Inc.
FEE AND HOURLY PROPOSAL FOR CONSULTANT WORK
CITY OF REDLANDS
South Side of W. Stuart Avenue, East of N. Eureka
Phase 11 -Appraisal, Acquisition & Relocation
Right- f-Way Services
Proj.Mgr. I Assist.Proj. M V I Total Total
Tasks @$1 001hour @$90/hour jr Hours Dollars
Project Management 60 301 60 1—50TT1 40 0
Acquisition Negotiations 120 601 1801 $13,500
Direct Costs
Mileage, Facsimile, etc. $1,100
Subconsultants
Lipman Stevens & Thene, Inc. (R.E. Appraisals) $13,500
Desmond, Marcello &Amster (FF&E Appraisals) $3,500
Donna Desmond Associates (Goodwill Appraisals) $5,000
Overland Resources (Relocation Assistance Services) $4,500,
Subtotal $26,500
JjTotal Fee: $52,500
Attachment C