HomeMy WebLinkAboutAgreement - Kimley-Horn and Associates, Inc. - Traffic Circulation Master Plan and Traffic Impact Fee Program Updates Project No. 23-RFP-PW-279 - Signed 2023-04-06City of Gilroy
Agreement/Contract Tracking
Today’s Date: April 5, 2023 Your Name: Julie Oates
Contract
Type:
Services over $5k ‐ Consultant Phone Number: 408‐846‐0413
Contract Effective Date:
(Date contract goes into effect)
4/10/2023
Contract Expiration Date: 12/31/2024
Contractor / Consultant Name:
(if an individual’s name, format as
last name, first name)
Kimley‐Horn and Associates, Inc.
10 South Almaden Boulevard, Suite 1250
San Jose, CA 95113
Taxpayer ID: 56‐0885615
Signer’s Name/Title: Frederik Venter/Vice President
Contract Subject:
(no more than 100 characters)
Traffic Circulation Master Plan and Traffic Impact Fee Program Updates
Project No. 23‐RFP‐PW‐279
Contract Amount:
(Total Amount of contract. If no
amount, leave blank)
$396,649 (including contingency)
By submitting this form, I confirm
this information is complete:
Date of Contract
Contractor/Consultant name and complete address
Terms of the agreement (start date, completion date or “until
project completion”, cap of compensation to be paid)
Scope of Services, Terms of Payment, Milestone Schedule and
exhibit(s) attached
Taxpayer ID or Social Security # and Contractors License # if
applicable
Contractor/Consultant signer’s name and title
City Administrator or Department Head Name, City Clerk
(Attest), City Attorney (Approved as to Form)
Routing Steps for Electronic Signature
Risk Manager
City Attorney Approval As to Form
City Administrator or Department Head
City Clerk Attestation
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
TYPE OF
PROCURMENT
DOLLAR THRESHOLD / SIGNING AUTHORITY
STAFF LEVEL DEPARTMENT HEAD CITY ADMINISTRATOR COUNCIL APPROVAL
$0‐$999.99 $1,000‐$49,999.99 $50,000‐$99,999.99 $100,000‐Above
EQUIPMENT
/SUPPLIES/
MATERIALS
Furniture, hoses,
parts, pipe
manholes, office
supplies, fuel, tools,
PPE items, etc…
Vendor selection at
discretion of staff
Payment Method
Purchase Card or
Payment Request (if
vendor does not accept
credit cards)
Informal
bid/quotation –
3 quotes (verbal
or written)
Purchasing
Summary form
w/ Purchasing
Approval
Purchase
Requisition
Payment Method
Purchase Order*
Informal
bid/quotation –
3 written quotes
Purchasing
Summary form w/
City Administrator
Approval
Purchase
Requisition
Payment Method
Purchase Order
Formal Bid
Advertisement
Council Approval
Purchase
Requisition signed
by City
Administrator
Payment Method
Purchase Order
GENERAL SERVICES
Janitorial, landscape
maintenance,
equipment repair,
installation, graffiti
abatement, service
inspections,
uniform cleaning,
etc…
Vendor selection at
discretion of staff
May require insurance
documents depending
on scope/ nature of
work
Payment Method
Purchase Card (if
incorporated)
Signed Payment Request (if so
proprietor or partner)
Informal
bid/quotation –
3 quotes (verbal
or written)
Purchasing
Summary form
w/ Department
Head Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order*
Informal Bid/RFP
quotation – 3
written quotes
Purchasing
Summary form w/
City Administrator
Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
Formal
Bid/RFP/RFQ
Advertisement
Council Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
PROFESSIONAL
SERVICES
Consultants,
architects,
designers, auditors,
etc...
Vendor selection at the
discretion of staff
Purchase Summary
Form w/ Purchasing
Approval
Standard Agreement
signed by Department
Head
Purchase Requisition
Payment Method
Purchase Order
RFP/RFQ to at
least 3
consultants
Purchase
Summary Form
w/ Department
Head Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
RFP/RFQ to a list
of consultants
Evaluation
Spreadsheet w/
City Administrator
Approval
Standard
Agreement
Purchase
Requisition
Payment Method
Purchase Order
Formal RFP/RFQ
Advertisement
Council Approval
Standard
Agreement signed
by City
Administrator
Purchase
Requisition
Payment Method
Purchase Order
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-1- 4835-2267-0361v1
LAC\04706083
AGREEMENT FOR SERVICES
(For contracts over $5,000 - CONSULTANT)
This AGREEMENT made this 31st day of March, 2023, between:
CITY: City of Gilroy, having a principal place of business at
7351 Rosanna Street, Gilroy, California
and CONSULTANT: Kimley-Horn and Associates, Inc., having a principal place of business at
10 South Almaden Boulevard Suite 1250, San Jose, CA 95113.
ARTICLE 1. TERM OF AGREEMENT
This Agreement will become effective on April 10, 2023 and will continue in effect
through December 31, 2024 unless terminated in accordance with the provisions of Article
7 of this Agreement.
Any lapse in insurance coverage as required by Article 5, Section D of this Agreement shall
terminate this Agreement regardless of any other provision stated herein. ______
Initial
ARTICLE 2. INDEPENDENT CONTRACTOR STATUS
It is the express intention of the parties that CONSULTANT is an independent contractor and not
an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be
interpreted or construed as creating or establishing the relationship of employer and employee
between CITY and CONSULTANT or any employee or agent of CONSULTANT. Both parties
acknowledge that CONSULTANT is not an employee for state or federal tax purposes.
CONSULTANT shall not be entitled to any of the rights or benefits afforded to CITY’S
employees, including, without limitation, disability or unemployment insurance, workers’
compensation, medical insurance, sick leave, retirement benefits or any other employment
benefits. CONSULTANT shall retain the right to perform services for others during the term of
this Agreement.
ARTICLE 3. SERVICES TO BE PERFORMED BY CONSULTANT
A.Specific Services
CONSULTANT agrees to: Perform the services as outlined in Exhibit “A” (“Specific
Provisions”) and Exhibit “B” (“Scope of Services”), within the time periods described in Exhibit
“C” (“Milestone Schedule”).
B.Method of Performing Services
CONSULTANT shall determine the method, details and means of performing the above-described
services. CITY shall have no right to, and shall not, control the manner or determine the method
of accomplishing CONSULTANT’S services.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-2- 4835-2267-0361v1
LAC\04706083
C.Employment of Assistants
CONSULTANT may, at the CONSULTANT’S own expense, employ such assistants as
CONSULTANT deems necessary to perform the services required of CONSULTANT by this
Agreement, subject to the prohibition against assignment and subcontracting contained in
Article 5 below. CITY may not control, direct, or supervise CONSULTANT’S assistants in the
performance of those services. CONSULTANT assumes full and sole responsibility for the
payment of all compensation and expenses of these assistants and for all state and federal income
tax, unemployment insurance, Social Security, disability insurance and other applicable
withholding.
D.Place of Work
CONSULTANT shall perform the services required by this Agreement at any place or location
and at such times as CONSULTANT shall determine is necessary to properly and timely perform
CONSULTANT’S services.
ARTICLE 4. COMPENSATION
A.Consideration
In consideration for the services to be performed by CONSULTANT, CITY agrees to pay
CONSULTANT the amounts set forth in Exhibit “D” (“Payment Schedule”). In no event
however shall the total compensation paid to CONSULTANT exceed $396,649 (including
contingency).
B.Invoices
CONSULTANT shall submit invoices for all services rendered.
C.Payment
Payment shall be due according to the payment schedule set forth in Exhibit “D”. No payment
will be made unless CONSULTANT has first provided City with a written receipt of invoice
describing the work performed and any approved direct expenses (as provided for in Exhibit “A”,
Section IV) incurred during the preceding period. If CITY objects to all or any portion of any
invoice, CITY shall notify CONSULTANT of the objection within thirty (30) days from receipt
of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. It
shall not constitute a default or breach of this Agreement for CITY not to pay any invoiced amounts
to which it has objected until the objection has been resolved by mutual agreement of the parties.
D.Expenses
CONSULTANT shall be responsible for all costs and expenses incident to the performance of
services for CITY, including but not limited to, all costs of equipment used or provided by
CONSULTANT, all fees, fines, licenses, bonds or taxes required of or imposed against
CONSULTANT and all other of CONSULTANT’S costs of doing business. CITY shall not be
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-3- 4835-2267-0361v1
LAC\04706083
responsible for any expenses incurred by CONSULTANT in performing services for CITY, except
for those expenses constituting “direct expenses” referenced on Exhibit “A.”
ARTICLE 5. OBLIGATIONS OF CONSULTANT
A.Tools and Instrumentalities
CONSULTANT shall supply all tools and instrumentalities required to perform the services under
this Agreement at its sole cost and expense. CONSULTANT is not required to purchase or rent
any tools, equipment or services from CITY.
B.Workers’ Compensation
CONSULTANT agrees to provide workers’ compensation insurance for CONSULTANT’S
employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and
indemnify CITY, its officers, representatives, agents and employees from and against any and all
claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses,
including without limitation reasonable attorneys’ fees, arising out of any injury, disability, or
death of any of CONSULTANT’S employees.
C.Indemnification of Liability, Duty to Defend
1. As to professional liability, to the fullest extent permitted by law, CONSULTANT
shall defend, through counsel approved by CITY (which approval shall not be unreasonably
withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees
against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities
and expenses, including without limitation attorneys’ fees, to the extent arising or resulting directly
or indirectly from any willful misconduct or negligent acts, errors or omissions of
CONSULTANT or CONSULTANT’S assistants, employees or agents, including all claims
relating to the injury or death of any person or damage to any property.
2. As to other liability, to the fullest extent permitted by law, CONSULTANT shall
defend, through counsel approved by CITY (which approval shall not be unreasonably withheld),
indemnify and hold harmless CITY, its officers, representatives, agents and employees against any
and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and
expenses, including without limitation attorneys’ fees, arising or resulting directly or indirectly
from any act or omission of CONSULTANT or CONSULTANT’S assistants, employees or
agents, including all claims relating to the injury or death of any person or damage to any property.
D. Insurance
In addition to any other obligations under this Agreement, CONSULTANT shall, at no cost to
CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability
Insurance on a per occurrence basis, including coverage for owned and non-owned automobiles,
with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due
to bodily injury, sickness or disease, or death to any person, and damage to property, including the
loss of use thereof; and (b) Professional Liability Insurance (Errors & Omissions) with a minimum
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-4- 4835-2267-0361v1
LAC\04706083
coverage of $1,000,000 per occurrence or claim, and $2,000,000 aggregate; provided however,
Professional Liability Insurance written on a claims made basis must comply with the requirements
set forth below. Professional Liability Insurance written on a claims made basis (including without
limitation the initial policy obtained and all subsequent policies purchased as renewals or
replacements) must show the retroactive date, and the retroactive date must be before the earlier
of the effective date of the contract or the beginning of the contract work. Claims made
Professional Liability Insurance must be maintained, and written evidence of insurance must be
provided, for at least five (5) years after the completion of the contract work. If claims made
coverage is canceled or non-renewed, and not replaced with another claims-made policy form with
a retroactive date prior to the earlier of the effective date of the contract or the beginning of the
contract work, CONSULTANT must purchase so called “extended reporting” or “tail” coverage
for a minimum of five (5) years after completion of work, which must also show a retroactive date
that is before the earlier of the effective date of the contract or the beginning of the contract work.
As a condition precedent to CITY’S obligations under this Agreement, CONSULTANT shall
furnish written evidence of such coverage (naming CITY, its officers and employees as additional
insureds on the Comprehensive Liability insurance policy referred to in (a) immediately above via
a specific endorsement) and requiring thirty (30) days written notice of policy lapse or cancellation,
or of a material change in policy terms.
E. Assignment
Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or
obligations of CONSULTANT under this Agreement may be assigned or subcontracted by
CONSULTANT without the prior written consent of CITY, which CITY may withhold in its sole
and absolute discretion.
F. State and Federal Taxes
As CONSULTANT is not CITY’S employee, CONSULTANT shall be responsible for paying all
required state and federal taxes. Without limiting the foregoing, CONSULTANT acknowledges
and agrees that:
CITY will not withhold FICA (Social Security) from CONSULTANT’S
payments;
CITY will not make state or federal unemployment insurance contributions on
CONSULTANT’S behalf;
CITY will not withhold state or federal income tax from payment to
CONSULTANT;
CITY will not make disability insurance contributions on behalf of
CONSULTANT;
CITY will not obtain workers’ compensation insurance on behalf of
CONSULTANT.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-5- 4835-2267-0361v1
LAC\04706083
ARTICLE 6. OBLIGATIONS OF CITY
A. Cooperation of City
CITY agrees to respond to all reasonable requests of CONSULTANT and provide access, at
reasonable times following receipt by CITY of reasonable notice, to all documents reasonably
necessary to the performance of CONSULTANT’S duties under this Agreement.
B. Assignment
CITY may assign this Agreement or any duties or obligations thereunder to a successor
governmental entity without the consent of CONSULTANT. Such assignment shall not release
CONSULTANT from any of CONSULTANT’S duties or obligations under this Agreement.
ARTICLE 7. TERMINATION OF AGREEMENT
A. Sale of Consultant’s Business/ Death of Consultant.
CONSULTANT shall notify CITY of the proposed sale of CONSULTANT’s business no later
than thirty (30) days prior to any such sale. CITY shall have the option of terminating this
Agreement within thirty (30) days after receiving such notice of sale. Any such CITY termination
pursuant to this Article 7.A shall be in writing and sent to the address for notices to
CONSULTANT set forth in Exhibit A, Subsection V.H., no later than thirty (30) days after CITY’
receipt of such notice of sale.
If CONSULTANT is an individual, this Agreement shall be deemed automatically terminated
upon death of CONSULTANT.
B. Termination by City for Default of Consultant
Should CONSULTANT default in the performance of this Agreement or materially breach any of
its provisions, CITY, at CITY’S option, may terminate this Agreement by giving written
notification to CONSULTANT. For the purposes of this section, material breach of this
Agreement shall include, but not be limited to the following:
1. CONSULTANT’S failure to professionally and/or timely perform any of the
services contemplated by this Agreement.
2. CONSULTANT’S breach of any of its representations, warranties or covenants
contained in this Agreement.
CONSULTANT shall be entitled to payment only for work completed in accordance with the
terms of this Agreement through the date of the termination notice, as reasonably determined by
CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for
the tasks described on Exhibit C” which have been fully, competently and timely rendered by
CONSULTANT. Notwithstanding the foregoing, if CITY terminates this Agreement due to
CONSULTANT’S default in the performance of this Agreement or material breach by
CONSULTANT of any of its provisions, then in addition to any other rights and remedies CITY
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-6- 4835-2267-0361v1
LAC\04706083
may have, CONSULTANT shall reimburse CITY, within ten (10) days after demand, for any and
all costs and expenses incurred by CITY in order to complete the tasks constituting the scope of
work as described in this Agreement, to the extent such costs and expenses exceed the amounts
CITY would have been obligated to pay CONSULTANT for the performance of that task pursuant
to this Agreement.
C. Termination for Failure to Make Agreed-Upon Payments
Should CITY fail to pay CONSULTANT all or any part of the compensation set forth in Article 4
of this Agreement on the date due, then if and only if such nonpayment constitutes a default under
this Agreement, CONSULTANT, at the CONSULTANT’S option, may terminate this Agreement
if such default is not remedied by CITY within thirty (30) days after demand for such payment is
given by CONSULTANT to CITY.
D. Transition after Termination
Upon termination, CONSULTANT shall immediately stop work, unless cessation could
potentially cause any damage or harm to person or property, in which case CONSULTANT shall
cease such work as soon as it is safe to do so. CONSULTANT shall incur no further expenses in
connection with this Agreement. CONSULTANT shall promptly deliver to CITY all work done
toward completion of the services required hereunder, and shall act in such a manner as to facilitate
any the assumption of CONSULTANT’s duties by any new consultant hired by the CITY to
complete such services.
ARTICLE 8. GENERAL PROVISIONS
A. Amendment & Modification
No amendments, modifications, alterations or changes to the terms of this Agreement shall be
effective unless and until made in a writing signed by both parties hereto.
B. Americans with Disabilities Act of 1990
Throughout the term of this Agreement, the CONSULTANT shall comply fully with all applicable
provisions of the Americans with Disabilities Act of 1990 (“the Act”) in its current form and as it
may be amended from time to time. CONSULTANT shall also require such compliance of all
subcontractors performing work under this Agreement, subject to the prohibition against
assignment and subcontracting contained in Article 5 above. The CONSULTANT shall defend
with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its
officers, employees, agents and representatives from and against all suits, claims, demands,
damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation
reasonable attorneys’ fees, that may arise out of any violations of the Act by the CONSULTANT,
its subcontractors, or the officers, employees, agents or representatives of either.
C. Attorneys’ Fees
If any action at law or in equity, including an action for declaratory relief, is brought to enforce or
interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-7- 4835-2267-0361v1
LAC\04706083
attorneys’ fees, which may be set by the court in the same action or in a separate action brought
for that purpose, in addition to any other relief to which that party may be entitled.
D. Captions
The captions and headings of the various sections, paragraphs and subparagraphs of the Agreement
are for convenience only and shall not be considered nor referred to for resolving questions of
interpretation.
E. Compliance with Laws
The CONSULTANT shall keep itself informed of all State and National laws and all municipal
ordinances and regulations of the CITY which in any manner affect those engaged or employed in
the work, or the materials used in the work, or which in any way affect the conduct of the work,
and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over
the same. Without limiting the foregoing, CONSULTANT agrees to observe the provisions of the
Municipal Code of the CITY OF GILROY, obligating every contractor or subcontractor under a
contract or subcontract to the CITY OF GILROY for public works or for goods or services to
refrain from discriminatory employment or subcontracting practices on the basis of the race, color,
sex, religious creed, national origin, ancestry of any employee, applicant for employment, or any
potential subcontractor.
F. Conflict of Interest
CONSULTANT certifies that to the best of its knowledge, no CITY employee or office of any
public agency interested in this Agreement has any pecuniary interest in the business of
CONSULTANT and that no person associated with CONSULTANT has any interest that would
constitute a conflict of interest in any manner or degree as to the execution or performance of this
Agreement.
G. Entire Agreement
This Agreement supersedes any and all prior agreements, whether oral or written, between the
parties hereto with respect to the rendering of services by CONSULTANT for CITY and contains
all the covenants and agreements between the parties with respect to the rendering of such services
in any manner whatsoever. Each party to this Agreement acknowledges that no representations,
inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone
acting on behalf of any party, which are not embodied herein, and that no other agreement,
statement or promise not contained in this Agreement shall be valid or binding.
No other agreements or conversation with any officer, agent or employee of CITY prior to
execution of this Agreement shall affect or modify any of the terms or obligations contained in
any documents comprising this Agreement. Such other agreements or conversations shall be
considered as unofficial information and in no way binding upon CITY.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-8-4835-2267-0361v1
LAC\04706083
H.Governing Law and Venue
This Agreement shall be governed by and construed in accordance with the laws of the State of
California without regard to the conflict of laws provisions of any jurisdiction. The exclusive
jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and
federal courts located in Santa Clara County, California.
I.Notices
Any notice to be given hereunder by either party to the other may be effected either by personal
delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested.
Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit “A”, Section
V.H. but each party may change the address by written notice in accordance with this paragraph.
Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be
deemed delivered as of three (3) days after mailing.
J.Partial Invalidity
If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void
or unenforceable, the remaining provisions will nevertheless continue in full force without being
impaired or invalidated in any way.
K.Time of the Essence
All dates and times referred to in this Agreement are of the essence. Consultant shall not have
liability for any delays, expenses, losses, damages or be deemed in breach for liabilities which are
caused by any factor outside of its reasonable control, including but not limited to natural
disasters, epidemics, pandemics, quarantine restrictions, adverse weather, or acts of the City, third
parties, or governmental agencies.
L.Waiver
CONSULTANT agrees that waiver by CITY of any one or more of the conditions of performance
under this Agreement shall not be construed as waiver(s) of any other condition of performance
under this Agreement.
Executed at Gilroy, California, on the date and year first above written.
CONSULTANT: CITY:
Kimley-Horn and Associates, Inc. CITY OF GILROY
By:
Name: Jimmy Forbis
Title: City Administrator
By:
Name: Frederik Venter
Title: Vice President
Social Security or Taxpayer
Identification Number 56-0885615
Approved as to Form ATTEST:
City Attorney City Clerk
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-1- 4835-2267-0361v1
LAC\04706083
EXHIBIT “A”
SPECIFIC PROVISIONS
I. PROJECT MANAGER
CONSULTANT shall provide the services indicated on the attached Exhibit “B”, Scope of
Services (“Services”). (All exhibits referenced are incorporated herein by reference.) To
accomplish that end, CONSULTANT agrees to assign Frederik Venter, who will act in the
capacity of Project Manager, and who will personally direct such Services.
Except as may be specified elsewhere in this Agreement, CONSULTANT shall furnish all
technical and professional services including labor, material, equipment, transportation,
supervision and expertise to perform all operations necessary and required to complete the Services
in accordance with the terms of this Agreement.
II. NOTICE TO PROCEED/COMPLETION OF SERVICE
A. NOTICE TO PROCEED
CONSULTANT shall commence the Services upon delivery to CONSULTANT of a written
“Notice to Proceed”, which Notice to Proceed shall be in the form of a written communication
from designated City contact person(s). Notice to Proceed may be in the form of e-mail, fax or
letter authorizing commencement of the Services. For purposes of this Agreement, Gary Heap
shall be the designated City contact person(s). Notice to Proceed shall be deemed to have been
delivered upon actual receipt by CONSULTANT or if otherwise delivered as provided in the
Section V.H. (“Notices”) of this Exhibit “A”.
B. COMPLETION OF SERVICES
When CITY determines that CONSULTANT has completed all of the Services in accordance with
the terms of this Agreement, CITY shall give CONSULTANT written Notice of Final Acceptance,
and CONSULTANT shall not incur any further costs hereunder. CONSULTANT may request
this determination of completion when, in its opinion, it has completed all of the Services as
required by the terms of this Agreement and, if so requested, CITY shall make this determination
within two (2) weeks of such request, or if CITY determines that CONSULTANT has not
completed all of such Services as required by this Agreement, CITY shall so inform
CONSULTANT within this two (2) week period.
III. PROGRESS SCHEDULE
The schedule for performance and completion of the Services will be as set forth in the attached
Exhibit “C”.
IV. PAYMENT OF FEES AND DIRECT EXPENSES
Payments shall be made to CONSULTANT as provided for in Article 4 of this Agreement.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-2- 4835-2267-0361v1
LAC\04706083
Direct expenses are charges and fees not included in Exhibit “B”. CITY shall be obligated to pay
only for those direct expenses which have been previously approved in writing by CITY.
CONSULTANT shall obtain written approval from CITY prior to incurring or billing of direct
expenses.
Copies of pertinent financial records, including invoices, will be included with the submission of
billing(s) for all direct expenses.
V. OTHER PROVISIONS
A. STANDARD OF WORKMANSHIP
CONSULTANT represents and warrants that it has the qualifications, skills and licenses necessary
to perform the Services, and its duties and obligations, expressed and implied, contained herein,
and CITY expressly relies upon CONSULTANT’S representations and warranties regarding its
skills, qualifications and licenses. CONSULTANT shall perform such Services and duties in
conformance to and consistent with the standards generally recognized as being employed by
professionals in the same discipline in the State of California.
Any plans, designs, specifications, estimates, calculations, reports and other documents furnished
under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for
acceptance shall be a product of neat appearance, well-organized, technically and grammatically
correct, checked and having the maker and checker identified. The minimum standard of
appearance, organization and content of the drawings shall be that used by CITY for similar
purposes.
B. RESPONSIBILITY OF CONSULTANT
CONSULTANT shall be responsible for the professional quality, technical accuracy, and the
coordination of the Services furnished by it under this Agreement. CONSULTANT shall not be
responsible for the accuracy of any project or technical information provided by the CITY. The
CITY’S review, acceptance or payment for any of the Services shall not be construed to operate
as a waiver of any rights under this Agreement or of any cause of action arising out of the
performance of this Agreement, and CONSULTANT shall be and remain liable to CITY in
accordance with applicable law for all damages to CITY caused by CONSULTANT’S negligent
performance of any of the services furnished under this Agreement.
C. RIGHT OF CITY TO INSPECT RECORDS OF CONSULTANT
CITY, through its authorized employees, representatives or agents, shall have the right, at any and
all reasonable times, to audit the books and records (including, but not limited to, invoices,
vouchers, canceled checks, time cards, etc.) of CONSULTANT for the purpose of verifying any
and all charges made by CONSULTANT in connection with this Agreement. CONSULTANT
shall maintain for a minimum period of three (3) years (from the date of final payment to
CONSULTANT), or for any longer period required by law, sufficient books and records in
accordance with standard California accounting practices to establish the correctness of all charges
submitted to CITY by CONSULTANT, all of which shall be made available to CITY at the CITY’s
offices within five (5) business days after CITY’s request.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-3- 4835-2267-0361v1
LAC\04706083
D. CONFIDENTIALITY OF MATERIAL
All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not
limited to, computer data and source code), drawings, descriptions, documents, discussions or
other information developed or received by or for CONSULTANT and all other written and oral
information developed or received by or for CONSULTANT and all other written and oral
information submitted to CONSULTANT in connection with the performance of this Agreement
shall be held confidential by CONSULTANT and shall not, without the prior written consent of
CITY, be used for any purposes other than the performance of the Services, nor be disclosed to an
entity not connected with the performance of the such Services. Nothing furnished to
CONSULTANT which is otherwise known to CONSULTANT or is or becomes generally known
to the related industry (other than that which becomes generally known as the result of
CONSULTANT’S disclosure thereof) shall be deemed confidential. CONSULTANT shall not
use CITY’S name or insignia, or distribute publicity pertaining to the services rendered under this
Agreement in any magazine, trade paper, newspaper or other medium without the express written
consent of CITY.
E. NO PLEDGING OF CITY’S CREDIT.
Under no circumstances shall CONSULTANT have the authority or power to pledge the credit of
CITY or incur any obligation in the name of CITY.
F. OWNERSHIP OF MATERIAL.
All material including, but not limited to, computer information, data and source code, sketches,
tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps,
calculations, photographs, reports and other material developed, collected, prepared (or caused to
be prepared) under this Agreement shall be the property of CITY, but CONSULTANT may retain
and use copies thereof subject to Section V.D of this Exhibit “A”.
CITY shall not be limited in any way in its use of said material at any time for any work, whether
or not associated with the City project for which the Services are performed. However,
CONSULTANT shall not be responsible for, and City shall indemnify CONSULTANT from,
damages resulting from the use of said material for work other than PROJECT, including, but not
limited to, the release of this material to third parties for work other than on PROJECT.
G. NO THIRD PARTY BENEFICIARY.
This Agreement shall not be construed or deemed to be an agreement for the benefit of any third
party or parties, and no third party or parties shall have any claim or right of action hereunder for
any cause whatsoever.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-4- 4835-2267-0361v1
LAC\04706083
H.NOTICES.
Notices are to be sent as follows:
CITY:
CONSULTANT:
Gary Heap
City of Gilroy
7351 Rosanna Street
Gilroy, CA 95020
Frederik Venter
Kimley-Horn and Associates, Inc.
10 South Almaden Boulevard, Suite 1250
San Jose, CA 95113
I.FEDERAL FUNDING REQUIREMENTS.
If the box to the left of this sentence is checked, this Agreement involves federal
funding and the requirements of this Section V.I. apply.
If the box to the left of this sentence is checked, this Agreement does not involve
federal funding and the requirements of this Section V.I. do not apply.
1. DBE Program
CONSULTANT shall comply with the requirements of Title 49, Part 26, Code of Federal
Regulations (49 CFR 26) and the City-adopted Disadvantaged Business Enterprise programs.
2.Cost Principles
Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost
for individual items.
3.Covenant against Contingent Fees
The CONSULTANT warrants that he/she has not employed or retained any company or person,
other than a bona fide employee working for the CONSULTANT, to solicit or secure this
Agreement, and that he/she has not paid or agreed to pay any company or person, other than a
bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other
consideration, contingent upon or resulting from the award or formation of this Agreement. For
breach or violation of this warranty, the Local Agency shall have the right to annul this Agreement
without liability or, at its discretion, to deduct from the agreement price or consideration, or
otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or
contingent fee.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-1- 4835-2267-0361v1
LAC\04706083
EXHIBIT “B”
SCOPE OF SERVICES
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
Scope of Services
The Scope of Services provided by Kimley-Horn closely follows the City's Scope of Services. Additions
have been made to fully complement our services relevant to the legal requirements (AB1600, AB 602,
SB 743).
Task 1: Project Management, Project Kick-off, and Work Plan Finalization
Kimley-Horn will meet with City staff to develop a final scope of work that fully encompasses the legal
requirements, schedule, and budget. We will include additional tasks identified in the approach above
and the scope below. Our scope includes one kick-off meeting and up to six progress review meetings
(in-person and virtual).
Deliverables
Refined scope of work, additional task, and budget
Detailed schedule identifying key milestones and deliverables
Progress review meetings (including agendas and meeting minutes)
Task 2: Traffic Circulation Master Plan Update
2.1. Review Current Traffic Circulation Master Plan
Kimley-Horn is very familiar with the previous master plan and the many projects that have been
implemented. The project map and matrix will be updated to reflect the changes and compared to the
previous Traffic Circulation Master Plan for compliance. Any recommended changes will be discussed
and reviewed with City staff. It is anticipated that some corridors may not require extensive widening,
i.e., portions of Santa Teresa Boulevard due to Measure H.
2.2. Travel Demand Modeling (Hexagon)
2.2.1 Update Base Year Model
The current base year of the Gilroy model is 2017. The base year model will be updated and validated to
reflect 2019 or 2023 traffic conditions.
2.2.1.1 Update Land Use for the Base Year
The 2017 land use data file will be updated to the new base year. For the TAZs outside the City
of Gilroy, the land use data for the base year will be interpolated between 2017 and 2040. For
the TAZs within Gilroy, housing and employment-based development projects constructed and
occupied between 2017 and the new base year, to be provided by City staff or Kimley-Horn, will
be added to the 2017 land use database.
2.2.1.2 Review/Update Roadway Network
The 2017 roadway network in the greater Gilroy area will be reviewed and updated to include
roadway improvements constructed between 2017 and the new base year.
2.2.2 Model Validation
The Gilroy model will be validated against base year AM, PM, and Daily traffic counts. The model
validation effort does not include changing trip generation, distribution, or mode choice models. Model
validation will focus on adjusting the peak-hour trip tables and the traffic assignment process, including
updating peak-hour factors, relocating centroid connectors, and updating facility type characteristics,
where needed. Hexagon will provide Kimley-Horn with traffic we have collected over the years. Kimley-
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
Horn will review and factor the traffic counts, if necessary, to represent the new base year conditions.
Hexagon will validate the model based on generally accepted model validation criteria:
The volumes on all roadway links for which counts are available should be within 10 percent of
the counts.
The model-wide coefficient of determination (R2) should be greater than 0.77.
The correlation coefficient between the actual ground counts and the estimated traffic volumes
should be greater than 88 percent.
The Root Mean Square Error (RMSE) should not exceed 40 percent.
All screenline volumes should be within the maximum desirable deviation, ranging from 15 to 70
percent, depending on the total screen line volume.
Hexagon will prepare a technical memorandum documenting the input assumptions and results of the
model validation. The validation results will be presented in tabular form and in graphics, comparing
base year modeled volumes and traffic counts.
2.2.2 Identify road network check against 2004 TMP improvements
Kimley-Horn will provide a list of transportation improvements from the 2004 Traffic Circulation Master
Plan. In addition, Kimley-Horn will provide a list of regional transportation improvements to include in
the 2040 modeled network. Hexagon will review and update the 2040 network and include these local
and regional transportation improvements. Hexagon will provide plots of the final 2004 TMP network to
Kimley-Horn.
2.2.3 Review/Update 2040 Land Use Assumptions
Hexagon will provide Kimley-Horn an excel file with the base year and 2040 General Plan land use
assumptions for the TAZs in Gilroy. In addition, Hexagon will provide GIS-based maps that show 2040
future growth in jobs and households for the TAZs in Gilroy. Kimley Horn will review and update the
2040 land use assumptions if necessary.
2.2.3.1 Develop 2040 Forecasts
Hexagon will run the Gilroy Forecasting model for the year 2040 for the following alternatives:
Base year network with base year land use data
Base year network with future year land use data
Future year network with future year land use data
Future year land use with up to three network alternatives
Kimley-Horn will provide the transportation improvements to be included in the network
alternatives.
2.2.3.2 Model Output Data
Hexagon will provide Kimley-Horn with the following model outputs for each of the model runs
listed in Task 4:
AM and PM peak-hour and daily volume plots
AM and PM peak hour select link plots for transportation improvements for all
alternatives
Summary of base year and 2040 land use data by TAZ in Excel format
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
VMT data in Excel format:
o Home-Based VMT/Resident for Gilroy and the County
o Home-Based Work VMT/Job for Gilroy and the County
o Daily VMT (includes all trip purposes) generated by Gilroy Land Uses
2.2.4. Modeling Coordination Meetings
Hexagon will attend six virtual meetings with the project team. Attendance at virtual public meetings
will be charged at our hourly staff rates.
2.3 (Optional). Update Future Land Use Data to 2050
The VTA is in the process of developing 2050 land use and demographic data at the VTA’s TAZ level. If
the 2050 data becomes available when we start developing future year forecasts, the 2040 data will be
updated to the year 2050. Land use data for 2050 within the City of Gilroy will be updated and provided
at the TAZ level by Kimley-Horn or City staff. Land use data for 2050 for the TAZs outside the City of
Gilroy will be processed by Hexagon.
2.4. Evaluation of Recommended Transportation Improvements
Kimley-Horn will use the output of the modeling analysis carried out during Task 2.2 and 2.3 to evaluate
the need for transportation improvements. The new plan will be updated based on the recently adopted
2040 General Plan and Measure H. The improvements should include needed intersections, roadway
segments, and bridges to support the 2040 General Plan build-out condition. The improvements should
also take into consideration the City’s General Plan Boundary as well as the City’s Urban Growth
Boundary restrictions, otherwise known as Measure H, that was approved by the Gilroy voters in
November 2016. Improvements in the plan are separated into:
Roadway Segments
Intersections
Bridges
It is recommended to add Class 4 and Class 1 bicycle facilities and key pedestrian facilities (i.e., High-
Intensity Activated crosswalk beacons [HAWKs] and Rectangular Rapid-Flashing Beacons [RRFBs]) be
added to the project list. (Note that some TIF dollars could be used as a local match for grant funding).
These projects will alternatively be studied for incorporation into a VMT Mitigation Fee program.
2.5. Recommended Transportation Improvements
Projects that are recommended for inclusion in the updated Traffic Circulation Master Plan will include:
2.5.1. Conceptual Design Drawings
The conceptual design drawings will show the ultimate build-out of the improvements, and include
cross-sections, lane configurations, dimensions, striping improvements, and any needed right-of-way
acquisition. The drawings will be prepared on an aerial photography background. Kimley-Horn will also
recommend alternative layouts, i.e., protected intersections or roundabouts as alternative control
measures. Caltrans prefers roundabouts where an ICE analysis warrants such a measure (they recently
installed the roundabout on SR 152 [Hecker Pass], where a signal would have caused additional safety
concerns). Additional pedestrian crossing facilities, i.e., RRFB or HAWK facilities will be reviewed,
similarly to those on First Street and Church Street (Highway 152).
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
2.5.2. Preliminary Cost Estimates
Each recommended improvement requires a project specific cost estimate. The current plan has a cost
estimate template. Kimley-Horn will work with the City to update the cost estimates for proper funding
of both project hard costs, soft costs, and any long-term maintenance. The cost estimates should
consider City cost contributions and any contributions from other agencies or private developers. Costs
will be updated to reflect 2021/2022 construction dollars based on recent bid information for projects
within the City.
2.5.3. Additional Improvements for TIF Policy
As the City grows and roads become more congested, diversion is expected to occur onto neighborhood
streets and speeding becomes a safety concern. The implementation of traffic calming measures, which
meet AB1600 requirements, i.e., Nexus can be demonstrated, will be included in the TCMP. The exercise
will require a build and no build volumes plot of the travel demand model on existing
neighborhood/collector streets. No traffic calming measures are recommended on arterial roadways or
major collectors. Additional improvements to be considered for funding in the updated TIF policy
include bicycle, pedestrian, traffic calming, and future model updates.
2.6. Draft and Final Plan Development
The draft and final Traffic Circulation Master Plan documents will identify potential action items and be
prioritized for near term (0-5 years), mid-term (5-10 years), and long-term (10-20 years) improvements
and include relevant maps, tables, and exhibits. This task will be completed in close collaboration with
the City’s Planning Department and will be based on anticipated land use growth and the pace of City
buildout per the 2040 General Plan. This exercise will result in a phased approach to arterials, i.e., build
the first two lanes of a future 4-lane facility. The City travel demand model and/or engineering
judgements will be used for this task. It should be noted that 0-5 years is a short time frame to plan,
design, and construct major roadway facilities. It is anticipated that the short term may be limited to
smaller improvements that add capacity to the system. The timing of anticipated grant funding cycles
may push out schedules even further.
Deliverables
Draft and final Traffic Circulation Master Plan documents
Project lists
Conceptual design drawings
Preliminary cost estimates
Street cross-sections
Task 3: Traffic Impact Fee (TIF) Study and TIF Program Update
3.1. TIF Program Approach
Kimley-Horn will provide recommendations on up to four approaches for the updated TIF Program. The
approaches could include fees based on LOS (trips generated) based traffic impacts, VMT-based fees
(trips generated and the distance travelled), a combination of LOS-based and VMT-based fees, or a new
approach. Kimley-Horn will also provide recommendations for TIF reimbursement policies and
procedures including potential developer reimbursements for constructed TIF projects.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
As part of this task, Kimley-Horn will complete a review of current best practices in Transportation
Impact Fees throughout the state of California and document them in a white paper as mentioned in our
approach.
3.2. Transportation Improvements
Kimley-Horn will identify the improvements needed to serve growth and meet City standards. The costs
will come from the estimates prepared for each project in the TCMP. Preliminary Engineering
Conceptual Cost estimates of the proposed improvements and proposed criteria for selecting the capital
projects used to develop the TIF program will be provided. The criteria will be based on the anticipated
pace of land use development and the need for travel imposed by the development.
3.3. Fee Revenue Estimation
Kimley-Horn will provide alternatives and recommendations for calculating traffic impact fees. The
alternatives will be based on input received from City staff and stakeholders, if appropriate. This task
will also include an estimate of the overall fee revenues based on the list of projects and growth
forecasts in the City of Gilroy General Plan 2040. Grant funding for especially regional facilities will be an
important component to reduce the fees but should not be overestimated. Kimley-Horn will collaborate
with VTA regarding fundings sources for regional roadway infrastructure facilities. The current balance
of the TIF program needs to be incorporated into this calculation. Similar to task 2.4, revenue will be
estimate for the three major time frames considered under the plan, including near term (0-5 years),
mid-term (5-10 years), and long-term (10-20 years).
3.4. Nexus Study Development
Kimley-Horn will identify the project costs that must be allocated to existing deficiencies (if applicable)
and to future growth. The allocated project costs will be used to develop a fee schedule by land use
type. Kimley-Horn will provide recommendations on various strategies for assessing the fees between
residential, commercial, and industrial development.
Deliverables
Memorandum summarizing up to four TIF Program Approaches and recommendations on the
preferred approach
Memorandum summarizing the preliminary list of projects under consideration, including maps,
conceptual cost estimates, and proposed timing of improvements
Fee calculation alternatives and estimate of fee revenues
Report documenting the methods used in the Nexus study, identifying the Nexus and associated
burden, proposed traffic impact fee schedule, and an evaluation of the economic burden on
residential, commercial, and industrial development
Task 4: Draft and Final Nexus Study Reports
Based on the findings and deliverables in prior tasks, Kimley-Horn will prepare a memorandum that
details the development of the TIF. The memorandum, at a minimum, will include:
Future facilities eligible for TIF funding per the Nexus study results
A methodology of the fee and fee structure by applicable land use category
Up to two rounds of staff review
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
Kimley-Horn will submit a draft Nexus study report that complies with AB 1600 and AB 602
requirements. The report will provide background information, methodologies, findings,
recommendations, and appropriate tables and graphics. The report will explain the purpose of the TIF
and provide the information and findings used to calculate appropriate impact fees necessary to fund
proposed infrastructure improvements required to support future growth as identified in the updated
Traffic Circulation Master Plan and City of Gilroy 2040 General Plan. City staff comments on the draft
Nexus study report will be incorporated into a final Nexus study report.
In addition, Kimley-Horn will develop an interactive TIF calculation tool. This tool will have the capability
to estimate fees for new developments based on trips or VMT depending on the selected methodology.
Deliverables
Memorandum on the traffic impact fee
Interactive fee calculation tool
Final traffic impact fee ordinance
Task 5: Public Engagement Plan
Kimley-Horn will develop a public engagement plan detailing the proposed methods for conducting
public outreach to both the City Council and necessary stakeholders. The plan may include one (1) public
meetings or workshops, one (1) planning commission meeting, and one (1) City Council meeting.
Deliverables
Outreach strategy
PowerPoint presentations
One public meeting
One planning commission meeting
One City Council meeting
Task 6: SB 743 Policy and TREDLite VMT Tool Development
Task 6.1 Project Management and Coordination
Kimley-Horn will attend up to four (4) meetings, assumed to be virtual, to review the needs of the City
pertaining to VMT analysis, provide progress updates, and review the findings of the project analysis.
The meetings will also ensure the City will be compliant with SB 743 based on the efforts included in the
subsequent tasks.
Task 6.2 Technical Analysis
Kimley-Horn will develop average VMT/Capita (Residential) and Work VMT/Employee for the City. In
addition, Kimley-Horn will use the Replica platform to compute develop average VMT/Capita
(Residential) and Work VMT/Employee for the City. Kimley-Horn will meet with the City to provide
results of the two analyses and guidance as to the benefits of proceedings with using each methodology
to set thresholds for the City. A decision will be made by the City at this meeting to determine which
methodology to use for the remaining efforts included in the subsequent tasks, as well as to choose
which boundary to use to set thresholds. Once a methodology has been chosen, Kimley-Horn will also
develop estimates for regional VMT totals for use of “net change” analyses.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
Kimley-Horn will use the average VMT/Capita, average VMT/Employee, and regional VMT totals to
determine thresholds in cooperation with the City staff. Thresholds can be set at a specific percentage
below the averages calculated based on the needs of the City. Typically, thresholds are set at 15-percent
below the citywide/countywide/regionwide average as this is consistent with state guidance.
Task 6.3 Screening Maps
Kimley-Horn will develop thematic screening maps showing relative VMT/Capita and VMT/Employee
(employee-based land uses only) to facilitate project screening and/or, as appropriate, making project
determinations regarding VMT. It is expected that these maps will be used as an informational tool for
jurisdictions when discussing VMT with potential project applicants and the public. The maps will
identify areas that are below the thresholds established above, those within 15-percent of the threshold
(assumed to be able to be feasibly mitigated), and those that are more than 15-percent above the
threshold.
Task 6.4 Travel Demand Management and Mitigation
Kimley-Horn will develop a VMT reduction and mitigation strategy that evaluates specific Travel Demand
Measures (TDMs) and their relative efficacy with reducing VMT within the City. These TDM measures
will be based primarily on CAPCOA’s Handbook for Analyzing Greenhouse Gas Emission Reductions,
Assessing Climate Vulnerabilities, and Advancing Health and Equity published in January 2022. This
document provides the most recent analysis on VMT reduction methodologies and provides guidance on
the amount of VMT reduced by each measure. The strategy developed by Kimley-Horn would outline
the analysis required to be completed for projects with VMT impacts and provide the examples obtained
from the CAPCOA document.
Task 6.5 Documentation
Kimley-Horn will document the methods and results of the analyses performed in Tasks 2-4 in a brief
technical memorandum format with graphics as deemed appropriate by Kimley-Horn. Kimley-Horn will
prepare and submit an electronic (PDF) copy of the memorandum the City. Kimley-Horn will address and
respond to one set of non-conflicting comments from the City and submit a final copy of the
memorandum to the City.
In addition, Kimley-Horn will develop a VMT Analysis Guidelines document to provide guidance on
performing VMT analyses for the City. The Guidelines will include the following major topics:
Background
Land Use Projects
o Evaluating Land Use Types (including Mixed Use and Redevelopment guidance)
o Screening for Non-Significance (criteria and methodologies including maps)
o Significance Thresholds and Analysis Methodologies
o Development of Analysis Scope
Transportation Projects
o Screening for Non-Significance (criteria and methodologies)
o Significance Thresholds and Analysis Methodologies
Recommendations for mitigations/TDMs and their relative efficacy in reducing VMT
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
Kimley-Horn will prepare and submit an electronic (PDF) copy of the VMT Analysis Guidelines the City
for review. Kimley-Horn will address and respond to one set of non-conflicting comments from the City
and submit a final copy of the VMT Analysis Guidelines to the City.
Task 6.6 VMT Analysis Tool (TREDLite)
Kimley-Horn will develop a VMT analysis tool using Kimley-Horn’s online platform, TREDLite. We will
develop a specific version of TREDLite for the City to allow the user to perform VMT estimation and
mitigation based on the analyses carried out during prior tasks. TREDLite requires land use
characteristics of the proposed project, such as the number of residential units or square footage of a
project and the project’s physical address. The City’s version of TREDLite will use the associated TAZ or
Census Block Group VMT characteristics (depending on the methodology chosen in Task 2) to estimate
the VMT of the proposed project and compare it to the thresholds developed during Task 2. It will then
determine if the project will result in a significant impact related to VMT and offer some potential
mitigation measures that may reduce the project’s VMT impact to less than significant.
The City’s version of TREDLite will also be developed to provide project-level GHG impacts for mobile
and non-mobile sources. Mitigations and VMT reduction strategies chosen to reduce a project’s VMT
will also be analyzed to show their GHG reductions as well.
Kimley-Horn will test up to two (2) different project types the City for the purpose of demonstrating how
TREDLite should be applied. The results will be presented and discussed during a virtual meeting with
City staff.
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
-1- 4835-2267-0361v1
LAC\04706083
EXHIBIT “C”
MILESTONE SCHEDULE
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
CITY OF GILROY TCMP AND TIF PROGRAM SCHEDULE
City of Gilroy
Apr 23 May 23 Jun 23 Jul 23 Aug 23 Sep 23 Oct 23 Nov 23 Dec 23
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40
Task 1 Project Management
1.1 Project Management
1.2 Project Kick-Off
1.3 Work Plan Finalization
1.4 Progress Review Meetings ******
Task 2 Traffic Circulation Master Plan Update
2.1 Review Current Traffic Circulation Master Plan
2.2 Travel Demand Modeling
2.3 Future 2050 modeling (Optional)
2.4 Evaluation of recommended improvements
2.5 Recommended Transportation Improvements
2.3.1 Conceptual Design Drawings
2.3.2 Preliminary Cost Estimates
2.3.3 Additional Improvements for TIF Policy
2.6 Draft and Final Plan Development
Task 3 Traffic Impact Fee (TIF) Study and TIF Program Update
3.1 TIF Program Approach
3.2 Transportation Improvements
3.3 Fee Revenue Estimation
3.4 Nexus Study Development
Task 4 Draft and Final Nexus Study Reports
4.1 Administartive Draft
4.2 Draft
4.3 Final
4.5 VMT Tool
Task 5 Public Engagement Plan
5.1 Public Engagement Plan
5.2 City Council Meetings
Task 6 Draft and Final Nexus Study Reports
6.1 Coordination Meetings ***
6.2 Technical Analysis
6.3 Screening Maps
6.4 Travel Demand Management and Mitigation
6.5 Documentation
6.6 VMT Analysis Tool (TREDLite)
Project Timeline
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
4835-2267-0361v1
LAC\04706083
EXHIBIT “D”
PAYMENT SCHEDULE
DocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E
Category/TitleBilling Rate$385.00 $330.00 $240.00 $215.00 $190.00 $165.00 $105.00Total Hours Total CostTask 12226261218104 $ 25,860.00 1.1121212121260 $ 14,100.00 1.224410 $ 2,850.00 1.324410 $ 2,850.00 1.4666624 $ 6,060.00 Task 2 18564192 136 106512 $ 110,980.00 2.144441228 $ 6,960.00 2.2Travel Demand Modeling (Hexagon)2.2.1Update Base Year Model2.2.2Identify Road Network Check Against 2004 TMP Improvements2.2.3Review/Update 2040 Land Use Assumptions2.2.4Model Output Data2.2.5Modeling2.3Update Future Land Use Data to 2050 (Optional)2.4448 $ 2,860.00 2.5100100 $ 19,000.00 2.3.142414026194 $ 43,850.00 2.3.22124024 78 $ 17,290.00 2.3.3243238 $ 7,370.00 2.6288242466 $ 13,650.00 Task 316488020160324 $ 75,900.00 3.14244068 $ 19,060.00 3.2816160184 $ 38,760.00 3.3242026 $ 6,890.00 3.424202046 $ 11,190.00 Task 4121436072134 $ 31,560.00 4.1882460100 $ 22,880.00 4.2248822 $ 5,530.00 4.3224412 $ 3,150.00 Task 51010082452 $ 13,430.00 5.1224 $ 1,430.00 5.24481632 $ 7,620.00 5.344816 $ 4,380.00 Task 68225201698 $ 25,860.00 6.144412 $ 3,820.00 6.2410822 $ 5,240.00 6.328818 $ 4,100.00 6.4Travel Demand Management and Mitigation44614 $ 4,300.00 6.5Documentation41620 $ 5,160.00 6.6VMT Analysis Tool (TREDLite)4812 $ 3,240.00 86176 172 220 434 11818122433,110.00$ 58,080.00$ 41,280.00$ 47,300.00$ 82,460.00$ 19,470.00$ 1,890.00$ $ 283,590.00 $ 73,580.00 $ 15,000.00 $ 58,580.00 $ 357,170.00 $ 3,420.00 $ 360,590.00 Update Future Land Use Data to 2050 (Optiona 2.3) - HexagonTOTAL COST WITH OPTIONAL TASKS:Recommended Transportation ImprovementsPublic Engagement PlanDraftFinalConceptual Design DrawingsPreliminary Cost EstimatesAdditional Improvements for TIF PolicyAdministartive DraftOther Direct CostsTOTAL COST WITHOUT OPTIONAL TASKS:Project ManagementProject Kick-OffReview Current Traffic Circulation Master PlanEvaluation of Recommended Transportation ImprovementsDraft and Final Plan DevelopmentTIF Program ApproachTransportation ImprovementsFee Revenue EstimationNexus Study DevelopmentHexagon Tasks (2.2.1-2.2.5)Traffic Impact Fee (TIF) Study and TIF Program UpdateDraft and Final Nexus Study ReportsTREDLite LicenseCommunity Meetings and WorkshopsCity Council MeetingsTOTAL HOURSSubtotal Labor:SB 743 Policy and TREDLite VMT Tool DevelopmentCoordination MeetingsTechnical AnalysisScreening MapsCity of GilroyTraffic Circulation Master Plan and Traffic Impact Fee Program Updates Kimley-Horn and Associates, Inc.Project ManagementTraffic Circulation Master Plan UpdateSupport StaffWork Plan FinalizationProgress Review MeetingsPublic Engagement PlanSr. Professional IISr. Professional IProfessional II Professonal I Analyst II Analyst IDocuSign Envelope ID: F452C076-D5D8-4C43-80BB-E14625FF2C0E