Loading...
HomeMy WebLinkAboutIX-02 Engineering Services Proposals from Kimley HornCity Council Memorandum To: Mayor Fasbender & City Council Members From: Ryan Stempski – Public Works Director Date: December 1, 2025 Item: Accept Proposal and Authorize Work with Kimley-Horn – 2026 Neighborhood Infrastructure Improvements Council Action Requested: The Council is requested to authorize the City to enter a contract with Kimley-Horn and Associates, Inc. for the purpose of utilizing their professional services to lead the design, bidding, public engagement, and construction management support for the 2026 Neighborhood Infrastructure Improvements. Background Information: We are looking to hire professional services led by Cody Mathisen (former Hastings City Engineer) now with Kimley-Horn. Cody has already completed the preliminary engineering work for the 2026 Neighborhood Infrastructure Improvements and will most efficiently be able to deliver the project. The Hastings Engineering Department will assist in areas of design and lead construction administration and inspection due to familiarity and consistency in project delivery. Financial Impact: The estimated cost for these engineering services is not-to-exceed $254,650 and is estimated hourly. Bonding for the 2026 Neighborhood Project will capture the engineering and construction support proposed by Kimley-Horn to deliver the project. Attachments: ·Kimley-Horn Proposal for 2026 Neighborhood Project Design Services IX-02 1 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT (“Agreement”) is made and executed this ___ day of ____________, 2025, by and between the City of Hastings, 101 4th Street East, Hastings, Minnesota 55033, (“City”) and Kimley-Horn, 14800 Galaxie Avenue, Suite 200, Apple Valley, Minnesota 55124 (“Consultant”). WHEREAS, the City has accepted the proposal of the Consultant for certain professional services; and WHEREAS, Consultant desires to perform the services for the City under the terms and conditions set forth in this Agreement. NOW, THEREFORE, in consideration of the mutual consideration contained herein, it is hereby agreed as follows: 1. SERVICES. a. City agrees to engage Consultant as an independent contractor for the purpose of performing certain professional Services (“Services”), as defined in the following documents: i. A proposal dated November 25, 2025, incorporated herein as Exhibit A. ii. Where the terms and conditions of this Agreement and those terms and conditions included in Exhibit A specifically conflict, the terms of this Agreement shall apply. b. Consultant covenants and agrees to provide the Services to the satisfaction of the City in a timely fashion, as set forth in Exhibit A, subject to Section 7 of this Agreement. c. Consultant agrees to comply with all federal, state, and local laws and ordinances applicable to the Services to be performed under this Agreement. Consultant represents and warrants that it has the requisite training, skills, and experience necessary to provide the Services and is appropriately licensed and has obtained all permits from all applicable agencies and governmental entities. 2. PAYMENT. a. City agrees to pay and Consultant agrees to receive and accept payment for Services as set forth in Exhibit A. b. Any changes in the scope of the work of the Services that may result in an increase to the compensation due the Consultant shall require prior written approval by the IX-02 2 authorized representative of the City or by the City Council. The City will not pay additional compensation for Services that do not have prior written authorization. c. Consultant shall submit itemized bills for Services provided to City on a monthly basis. Bills submitted shall be paid in the same manner as other claims made to City. 3. TERM. The term of this Agreement is identified in the Exhibits. This Agreement may be extended upon the written mutual consent of the parties for such additional periods as they deem appropriate, and upon the same terms and conditions as stated herein. 4. TERMINATION. a. Termination by Either Party. This Agreement may be terminated by either party upon thirty (30) days’ written notice delivered to the other party to the addresses listed in Section 13 of this Agreement. Upon termination under this provision, if there is no default by the Consultant, Consultant shall be paid for Services rendered and reimbursable expenses incurred until the effective date of termination. b. Termination Due to Default. This Agreement may be terminated by either party upon written notice in the event of substantial failure by the other party to perform in accordance with the terms of this Agreement. The non-performing party shall have fifteen (15) calendar days from the date of the termination notice to cure or to submit a plan for cure that is acceptable to the other party. 5. SUBCONTRACTORS. Consultant shall not enter into subcontracts for any of the Services provided for in this Agreement without the express written consent of the City, unless specifically provided for in Exhibit A. Consultant shall pay any subcontractor involved in the performance of this Agreement within the ten (10) days of the Consultant’s receipt of payment by the City for undisputed services provided by the subcontractor. 6. STANDARD OF CARE. In performing its Services, Consultant will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the Services are provided. No warranty, express or implied, is made or intended by Consultant’s undertaking herein or its performance of Services. 7. DELAY IN PERFORMANCE. Neither City nor Consultant shall be considered in default of this Agreement for delays in performance caused by circumstances beyond the reasonable control of the nonperforming party. For purposes of this Agreement, such circumstances include, but are not limited to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war, riots, and other civil disturbances; strikes, lockouts, work slowdowns, and other labor disturbances; sabotage; judicial restraint; and inability to procure permits, licenses or authorizations from any local, state, or federal agency for any of the supplies, materials, accesses, or services required to be provided by either City or Consultant under this IX-02 3 Agreement. If such circumstances occur, the nonperforming party shall, within a reasonable time of being prevented from performing, give written notice to the other party describing the circumstances preventing continued performance and the efforts being made to resume performance of this Agreement. Consultant will be entitled to payment for its reasonable additional charges, if any, due to the delay. 8. CITY’S REPRESENTATIVE. The City has designated Ryan Stempski to act as the City’s representative with respect to the Services to be performed under this Agreement. He shall have complete authority to transmit instructions, receive information, interpret, and define the City’s policy and decisions with respect to the Services covered by this Agreement. 9. PROJECT MANAGER AND STAFFING. The Consultant has designated Eric Fosmo to be the primary contact for the City in the performance of the Services. He shall be assisted by other staff members as necessary to facilitate the completion of the Services in accordance with the terms established herein. Consultant may not remove or replace the designated staff without the approval of the City. 10. INDEMNIFICATION. a. Consultant and City each agree to indemnify, and hold harmless each other, its agents and employees, from and against legal liability for all claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are caused by its negligent acts, errors, or omissions. In the event claims, losses, damages, or expenses are caused by the joint or concurrent negligence of Consultant and City, they shall be borne by each party in proportion to its own negligence. b. Consultant shall indemnify City against legal liability for damages arising out of claims by Consultant’s employees. City shall indemnify Consultant against legal liability for damages arising out of claims by City’s employees. 11. INSURANCE. During the performance of the Services under this Agreement, Consultant shall maintain the following insurance: a. General Liability Insurance, with a limit of $2,000,000 for any number of claims arising out of a single occurrence. b. Professional Liability Insurance, with a limit of $2,000,000 for any number of claims arising out of a single occurrence. Consultant shall furnish the City with certificates of insurance, which shall include a provision that such insurance shall not be canceled without written notice to the City. The City shall be named as an additional insured on the General Liability Insurance policy. 12. OWNERSHIP OF DOCUMENTS. Professional documents, drawings, and specifications prepared by the Consultant as part of the Services shall become the property of the City IX-02 4 when Consultant has been compensated for all Services rendered, provided, however, that Consultant shall have the unrestricted right to their use. Consultant shall retain its rights in its standard drawing details, specifications, databases, computer software, and other proprietary property. Rights to proprietary intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of the Consultant. 13. NOTICES. Notices shall be communicated to the following addresses: If to City: City of Hastings 101 4th Street East Hastings, MN 55033 Attention: City Administrator Or emailed: dwietecha@hastingsmn.gov If to Consultant: Kimley-Horn 14800 Galaxie Avenue, Suite 200 Apple Valley, MN 55124 Attention: Eric Fosmo Or emailed: eric.fosmo@kimley-horn.com 14. INDEPENDENT CONTRACTOR STATUS. All services provided by Consultant, its officers, agents and employees pursuant to this Agreement shall be provided as employees of Consultant or as independent contractors of Consultant and not as employees of the City for any purpose. 15. GENERAL PROVISIONS. a. Assignment. This Agreement is not assignable without the mutual written agreement of the parties. b. Waiver. A waiver by either City or Consultant of any breach of this Agreement shall be in writing. Such a waiver shall not affect the waiving party’s rights with respect to any other or further breach. c. Governing Law. This Agreement shall be construed in accordance with the laws of the State of Minnesota and any action must be venued in Washington County District Court. d. Amendments. Any modification or amendment to this Agreement shall require a written agreement signed by both parties. IX-02 5 e. Severability. If any term of this Agreement is found be void or invalid, such invalidity shall not affect the remaining terms of this Agreement, which shall continue in full force and effect. f. Data Practices Compliance. All data collected by the City pursuant to this Agreement shall be subject to the Minnesota Government Data Practices Act, Minnesota Statutes, Chapter 13. g. Entire Agreement. This Agreement constitutes the entire agreement of the parties and supersedes all prior communications, understandings and agreements relating to the subject matter hereof, whether oral or written. [The remainder of this page is intentionally left blank] IX-02 6 CITY OF HASTINGS By: Mary Fasbender, Mayor By: Kelly Murtaugh, City Clerk Date: IX-02 7 KIMLEY-HORN (“CONSULTANT”) Signature: Name: Its: Date: IX-02 Page 1 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 November 25, 2025 Mr. Ryan Stempski, P.E. Public Works Director City of Hastings 1225 Progress Drive Hastings, MN 55033 Re: Proposal for Feasibility Study, Preliminary Design and Final Design Services City Project 26-1 2026 Neighborhood Infrastructure Improvements Dear Mr. Stempski: Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) is pleased to submit this Letter Proposal to the City of Hastings (“Client” of “City”) for feasibility study, preliminary design and final design services for City Project 26-1 2026 Neighborhood Infrastructure Improvements. Our project understanding, scope of services, schedule, and estimated fee are provided below. We understand that this proposal will be included as an attachment to a City prepared Agreement for Professional Services. Project Understanding City Project 26-1 Neighborhood Infrastructure Improvements includes the reconstruction and reclamation of Pleasant Drive (Trunk Highway (TH 55) to 4th Street W) and 4th Street W (from Pleasant Drive to River Street). We understand that the project includes approximately 1,500 LF of pavement reclamation and 3,700 LF of full street reconstruction, including full replacement of City water, sanitary sewer, and storm sewer infrastructure. We understand that Pleasant Drive and 4th Street W are both Municipal State Aid Streets (MSAS) and the design will need to meet MSAS standards, however no State Aid funding will be requested as part of the project. We have assumed that all streets will be constructed to approximately their current width or narrower, which will not require stormwater treatment BMP’s. We understand that the sidewalk on the west side of 4th Street W will be converted to a multi-use trail which may require minor permanent or temporary easements. The City has requested that Kimley Horn provide a scope and fee for a combination of base project services and potential additional services the City may elect to have Kimley-Horn complete depending on staff availability. The City has also separately contracted several data collection and design services in advance to support the preparation of construction documents. A summary of our understanding of these services is provided below: Base Project Services: Project Management, Meetings and QA/QC Public Outreach and Coordination 429 Assessment Assistance (Feasibility Report and Public Meetings additional) Preparation of Final Construction Documents Bidding Services Limited Construction Administration EXHIBIT A IX-02 Page 2 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 Potential Additional Services:  City Council/Committee Submissions, Meetings, and/or Presentations  Public Hearings  Assessment Administration City Provided Services:  Topographic Survey and Base Mapping  Geotechnical Evaluation, Recommendations, and Report  Stormwater Analysis and Hydraulic Design Recommendations We understand that the City desires to bid and award the project improvements in April of 2026 and an anticipated schedule is provided in this proposal. Scope of Services Based on our understanding of the City’s desired outcomes, Kimley-Horn proposes to complete the services specifically set forth below. Task 1 – Project Management, Meetings, and QA/QC 1.1 – General Project Management Kimley-Horn will provide overall project management and utilize internal project management tools to monitor budget, staff roles, and responsibilities of all team members throughout the project. General project management will include monthly invoicing, contract amendment requests (if necessary), cost and schedule updates, billing preparation, other non-technical work, communication with the necessary project personnel and all other work to ensure all the project tasks are completed on time, within budget and in accordance with state and federal laws, rules, and regulations. Invoices will be submitted on a monthly basis. 1.2 – Project Team Meetings Kimley-Horn will prepare for and conduct weekly check-in meetings with City staff. We have assumed up to sixteen (16) virtual project check-in meetings and up to four (4) in-person project check-in meetings with City staff as part of this task. Kimley-Horn will prepare meeting agendas, materials, and follow-up action items for each meeting. 1.3 – Quality Assurance and Quality Control Functions (QA/QC) Kimley-Horn will prepare QA/QC functions throughout the project duration to ensure delivery of a quality product in a timely manner. Detailed QA/QC reviews will be performed prior to each major submittal. Task 2 – Coordination Meetings and Public Engagement 2.1 – Agency Coordination Meetings Kimley-Horn will prepare for and conduct up to two (2) MnDOT coordination meetings to discuss the project improvements, coordinate overlap with MnDOT signal work, and review the project detour/signing plans. We will prepare meeting agendas, materials, and follow-up action items for each meeting to be provided to attendees. IX-02 Page 3 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 2.2 – Private Utility Coordination We will utilize topographic surveys and maps provided through a Gopher State One Call to understand the potential private utility conflicts with the project. We will conduct and lead up to two (2) meetings with private utility companies during the design phase to coordinate the proposed improvements and required relocations. 2.3 – Open House Kimley-Horn will prepare for and attend up to one (1) public open house for the proposed improvements. We have assumed that up to two (2) Kimley-Horn staff members will attend the open house. We have assumed City staff would be responsible for any mailing notifications, project website updates, and reserving a meeting location. Kimley-Horn will prepare up to three (3) layouts/exhibits as necessary for presenting at the meeting. 2.4 – Project Mailers Kimley-Horn will provide up to two (2) letters for the proposed project improvements. Mailing letters will summarize project improvements and inform residents about the upcoming construction work. Kimley-Horn will prepare one (1) project exhibit to be included in each of the mailing letters. We have assumed that the City would be responsible for printing, compiling, and mailing the letters to the residents. 2.5 – Project Overview Video Kimley-Horn will prepare a project overview video of the project improvements to be posted on the City’s website. We assume the video will be a PowerPoint with voice-over presentation format. 2.6 – Project Website Kimley-Horn will provide preliminary layouts and project materials to be uploaded on the City’s website. We assumed this would happen at the conclusion of 60% plans and ahead of construction. We have assumed that the City would be responsible for managing the web page and uploading documents. 2.7 – Resident Meeting Support Kimley-Horn will support City staff in resident meetings on an as-needed basis. We have assumed City staff will lead resident communication and coordination. This task will be to support City staff if resident meetings require technical support. We have assumed eight (8) hours of effort for this task. Task 3 – Special Assessment Assistance 3.1 – Prepare Assessment Roll Kimley-Horn will prepare an assessment roll based on the special benefit analysis completed by Valbridge consistent with current City assessment policy. We assume City staff will review the assessment roll for consistency with City policy and provide comments on the assessment roll. This base scope of services assumes City staff will prepare and process the required notices and administer the special assessments through the appropriate process. IX-02 Page 4 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 Task 4 – Final Design and Construction Documents 4.1 – Preparation of Preliminary Layout and Typical Sections Kimley-Horn will prepare a preliminary layout of the project improvements, including proposed roadway typical sections, for review by City staff and presentation to City Operations Committee. The preliminary layout will also be utilized for public engagement and posted to the project website to support project communications. Up to two (2) typical section alternatives will be prepared for each of the Pleasant Drive and 4th Street roadways. 4.2 – Easement Identification and Exhibit Preparation Kimley-Horn will evaluate the proposed construction limits to identify the potential needs for permanent or temporary easements to construct the project. We have assumed that permanent and/or temporary easements will be required for up to two (2) parcels. Kimley- Horn will prepare parcel exhibits for the two parcels to support the easement acquisition process. We have assumed City Staff will lead the easement acquisition/negotiation process for impacted properties, including hiring of an appraiser if necessary. 4.3 – Preparation of Final Construction Documents We will prepare final construction plans for the project area including plan and profile information for the roadway and public utility improvements. The plans will be prepared consistent with State Aid standards. We have assumed the following plan sheets will be necessary:  Cover Sheet  Statement of Estimated Quantities  General Notes  Earthwork, Drainage, and Driveway Tabulations  Construction Details  MnDOT Standard Plans  Typical Sections  Phasing & Detour Plan  Alignment Plan and Tabulation  Storm Water Pollution Prevention Plan  Removals & Erosion Control Plan  Street and Storm Sewer Plan/Profile  Sanitary Sewer and Watermain Plan/Profile  Storm Sewer Laterals  Intersection Details  Signing & Pavement Marking Plans  Cross Sections (50’ Intervals & driveways) We will provide the City plans at 60% and 90% completion for review and comment. Comments will be addressed in the subsequent submittal. We have assumed no submittal to State Aid will occur. Final construction plans will be completed following comments from City staff on the 90% plans and specifications. We will submit watermain plans to Minnesota Department of Health for review and approval. 4.4 – Opinion of Probable Cost Kimley-Horn will prepare an OPC for the project improvements identified in the 60%, 95%, and Final Plans. The OPC will be provided to City for discussion and budgeting. The OPC will break out costs based on City identified funding sources. IX-02 Page 5 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 4.5 – Final Construction Specifications Kimley-Horn will prepare a complete a project manual and bidding specifications for the project consistent with State Aid standards and past City of Hastings projects. We have assumed specifications will utilize 2025 MnDOT specifications. Task 5 – Bidding Assistance 5.1 – Bidding Assistance Kimley-Horn will conduct the public bidding process on behalf of the City. We will prepare the advertisement for bid and publish the Advertisement on QuestCDN. We have assumed City staff will post any necessary information to the City website. Kimley-Horn will upload construction documents, answer Contractor questions, and conduct the public bid opening via QuestCDN. We will prepare an addendum, if necessary, to address questions. It is assumed that a pre-bid meeting will not be held. Kimley-Horn will tabulate bids, prepare a contract award recommendation letter for the lowest responsible bidder, and prepare a best value scoring evaluation to support the recommendation. Task 6 – Limited Construction Phase Services 6.1 – Pre-Construction Meeting/Contract Documents Kimley-Horn will conduct a pre-construction meeting with the contractor, sub-contractors, City staff, and private utilities and produce meeting minutes. We will also prepare conformed contract documents and coordinate execution of the documents with the contractor and City staff. 6.2 – Project Submittals and Coordination We will review project submittals and shop drawings provided by the contractor. We will also coordinate any necessary submittal revisions with the contractor and City staff. 6.3 – Construction Coordination We will provide construction coordination support including phone calls, attendance at weekly construction meetings on an as needed basis, coordination with City staff, and coordination with the contractor as directed by City staff. We have assumed approximately four (4) hours of effort per week for twenty (20) weeks will be necessary to provide these services through final completion of the project. 6.4 – Preparation of Change Orders, Budget Summaries, and Closeout Documents Upon request by City staff, Kimley-Horn will prepare necessary change orders for the project. We have assumed the preparation of up to two (2) change orders may be necessary. Kimley-Horn will also review partial pay estimates and the final pay estimate to be prepared by City staff. We will also assist the City with construction closeout documentation and final negotiations with the Contractor following substantial completion of the project. We have assumed up to ten (10) hours for the construction closeout process. We have assumed as- builts will be completed by City staff. IX-02 Page 6 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 Task 7 (Optional/Additional) – Preparation of Feasibility Study 7.1 – Preparation of Feasibility Study and Report Kimley-Horn will prepare a feasibility study and report detailing the recommended roadway, storm sewer, sanitary sewer, and watermain improvements to be included with the project. We will submit the report to the City in PDF format at the draft and final completion phases of the report. The feasibility report will include preliminary cost estimates, financing plan, and preliminary assessment roll as required by the MN Chapter 429 Statute. We have assumed the City will hire an appraiser to perform a special benefit analysis if determined necessary. Task 8 (Optional/Additional) – City Council, Committee Meetings, or Public Hearings 8.1 – City Council, Committee Meetings, or Public Hearings Kimley-Horn will prepare and give project presentations in support of City Council meetings, City Committee meetings, or Public Hearings where the project is being reviewed. We will prepare a PowerPoint presentation for each meeting, and one (1) Kimley-Horn staff will attend the meeting and give the presentation. For the purposes of this proposal, this task is provided on a per meeting basis. Task 9 (Optional/Additional) – Assessment Administration Assistance 9.1 – Assessment Administration Assistance If requested but City Staff, Kimley-Horn will support the City in the administration of the assessment process, including the assessment abatement process typically conducted by the City. Kimley-Horn will prepare mailings and work with property owners who may qualify for the program. If requested by City staff, this task would be completed on an hourly basis. Information Provided By Client We shall be entitled to rely on the completeness and accuracy of all information provided by the City or the City’s consultants or representatives. The City shall provide all information requested by Kimley- Horn during the project, including but not limited to the following:  GIS base map information  As-built information (as available)  Topographic survey (complete as necessary for final design)  Geotechnical Evaluation and Report (including pavement recommendations)  Traffic study/analysis (if necessary)  Stormwater analysis, catch basin spacing, and storm pipe sizing.  Existing right-of-way and property owner information  Legal/Negotiation services for easement acquisitions  Public utility condition assessments IX-02 Page 7 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 Schedule We will provide our services as expeditiously as practicable with the goal of meeting the following schedule. Notice to Proceed December 2, 2025 60% Plan Submittal January 16, 2026 90% Plans and Specifications Submittal February 20, 2026 Public Improvement Hearing March 2, 2026 100% Plans, Specifications, and Bid Package March 18, 2026 Assessment Hearing April 6, 2026 Bid Opening (virtual) April 10, 2026 Preconstruction Meeting Week of May 4, 2026 Construction Complete October 2026 Fee and Expenses Kimley-Horn will perform the services detailed above on a labor fee plus expense basis. The following is a summary of the estimated costs to complete the scope of services. Task 1 – Project Management, Meetings, and QA/QC $ 24,420 Task 2 – Coordination Meetings and Public Engagement $ 21,440 Task 3 – Special Assessment Assistance $ 1,880 Task 4 – Final Design and Construction Documents $168,450 Task 5 – Bidding Assistance $ 7,400 Task 6 – Limited Construction Phase Services $ 31,060 Total Estimated Fees and Expenses (Base Scope) $254,650 Our total estimated not-to-exceed cost for the Base Scope of Services included as a part of this Proposal is, therefore, $254,650 including all labor and reimbursable expenses. Kimley-Horn will not exceed the total amount shown above without authorization from the Client. Labor fee will be billed according to our current rate schedule, which is subject to annual adjustment. The City of Hastings may request that Kimley-Horn perform the following optional/additional services depending on City Staff availability. Thes optional/additional services will be completed based on the below provided schedule. Optional/additional services will only be initiated based on direct authorization from the Public Works Director. Optional/Additional Tasks Task 7 – Preparation of Feasibility Study $ 7,500 Task 8 – City Council, Committee Meetings, or Hearings (per Meeting) $ 3,000 Task 9 – Assessment Administration Assistance Hourly IX-02 Page 8 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 We appreciate the opportunity to submit this proposal and look forward to serving the City of Hastings on this project. Please contact me at eric.fosmo@kimley-horn.com or 651.643.6449 if you have any questions. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Eric Fosmo, P.E. Vice President Attachment – Detailed Fee Estimate IX-02 TITLE TASK 1. PROJECT MANAGEMENT Subtask 1.1 - General Project Management 40 16 9,680.00$ 56 Subtask 1.2 - Project Team Meetings (20 total) (16 virtual meetings, 4 in-person meetings)24 16 7,040.00$ 40 Subtask 1.3 - Quality Assurance and Quality Control Functions (QA/QC)20 10 7,200.00$ 30 Expenses 500.00$ TASK TOTALS 20 74 16 16 24,420.00$ 126 TASK 2. COORDINATION MEETINGS AND PUBLIC ENGAGEMENT Subtask 2.1 Agency Coordination Meetings (Up to 2 meetings) 4 6 1,640.00$ 10 Subtask 2.2 Private Utility Coordination (Up to 2 meetings) 8 24 8 6,400.00$ 40 Subtask 2.3 Open House (Up to 1 meeting) 2 6 12 4 2 4,330.00$ 26 Subtask 2.4 Project Mailers (Up to 2 letters) 4 4 1,360.00$ 8 Subtask 2.5 Project Overview Video 6 4 2 1,970.00$ 12 Subtask 2.6 Project Website (Assume 2 Updates) 4 6 1,640.00$ 10 Subtask 2.7 Resident Meeting Support 8 1,600.00$ 8 Expenses 2,500.00$ TASK TOTALS 2 40 56 12 4 21,440.00$ 114 TASK 3. MN CHAPTER 429 ASSISTANCE Subtask 3.1 Prepare Assessment Roll 8 2 1,880.00$ 10 Expenses TASK TOTALS 8 2 1,880.00$ 10 TASK 4. FINAL DESIGN AND CONSTRUCTION DOCUMENTS Subtask 4.1 Preparation of Preliminary Layout and Typical Sections 2 8 40 9,320.00$ 50 Subtask 4.2 Easement Identification and Exhibit Preparation 2 4 12 3,120.00$ 18 Subtask 4.3 Preparation of Final Construction Documents 4 120 500 260 141,840.00$ 884 Subtask 4.4 Opinion of Probable Cost 8 20 8 5,840.00$ 36 Subtask 4.5 Final Construction Specifications 2 8 24 4 6 6,830.00$ 44 Expenses 1,500.00$ TASK TOTALS 2 146 548 324 6 168,450.00$ 1032 TASK 5. BIDDING ASSISTANCE Subtask 5.1 Bidding Phase Services 16 24 8 7,400.00$ 48 Expenses TASK TOTALS 16 24 8 7,400.00$ 48 TASK 6. LIMITED CONSTRUCTION PHASE SERVICES Subtask 6.1 Pre-Construction Meeting/Contract Documents 8 10 2 3,210.00$ 20 Subtask 6.2 Project Submittals and Coordination 8 24 2 5,170.00$ 34 Subtask 6.3 Construction Coordination 60 20 14,800.00$ 80 Subtask 6.4 Preparation of Change Orders, Budget Summaries, and Closeout Documents 16 16 8 6,880.00$ 40 Expenses 1,000.00$ TASK TOTALS 92 70 8 4 31,060.00$ 174 PROJECT TOTALS 24 376 716 344 38 254,650.00$ 1504 Staff Billing Rates (Per Hour)$255-$345 per hour $180-$240 per hour $130-$190 per hour $125-$240 per hour $90-$170 per hour OPTIONAL/ADDITIONAL TASKS Task 7 Preparation of Feasibility Study 2 16 20 4 2 7,500.00$ 44 Task 8 City Council, Committee Meetings, or Public Hearings (Per Meeting)8 6 2 3,000.00$ 16 Task 9 Assessment Administration Assistance AD M I N TO T A L C O S T TO T A L H O U R S Hourly PREPARED BY: KIMLEY-HORN AND ASSOCIATES, INC. November, 25 2025 PR I N C I P A L / QA / Q C PR O J E C T MA N A G E R GR A D U A T E EN G I N E E R DE S I G N E R / CA D T E C H DETAILED FEE ESTIMATE 2026 NEIGHBORHOOD INFRASTRUCTURE IMPROVEMENTS CITY OF HASTINGS (CP 26-1) IX-02 City Council Memorandum To: Mayor Fasbender & City Council Members From: Ryan Stempski – Public Works Director Date: December 1, 2025 Item: Accept Proposal and Authorize Work with Kimley-Horn – City Engineering Transition Services Council Action Requested: The Council is requested to authorize the City to enter a contract with Kimley-Horn and Associates, Inc. for the purpose of utilizing their professional services to provide short-term support for City Engineering services. Background Information: As the City transitions to a new City Engineer, support is needed for various duties of the City Engineer role. This work will be assigned as needed to Cody Mathisen, former City Engineer, to assist the Engineering Department until a more permanent solution can be put in place. Financial Impact: The hourly rate for Cody Mathisen will be $175 per hour. The transition services will vary but are estimated to be 8-12 hours per week from December 2025 to February 2026. Attachments: ·Kimley-Horn Proposal for City Engineering Transition Services IX-02 1 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT (“Agreement”) is made and executed this ___ day of ____________, 2025, by and between the City of Hastings, 101 4th Street East, Hastings, Minnesota 55033, (“City”) and Kimley-Horn, 14800 Galaxie Avenue, Suite 200, Apple Valley, Minnesota 55124 (“Consultant”). WHEREAS, the City has accepted the proposal of the Consultant for certain professional services; and WHEREAS, Consultant desires to perform the services for the City under the terms and conditions set forth in this Agreement. NOW, THEREFORE, in consideration of the mutual consideration contained herein, it is hereby agreed as follows: 1. SERVICES. a. City agrees to engage Consultant as an independent contractor for the purpose of performing certain professional Services (“Services”), as defined in the following documents: i. A proposal dated November 25, 2025, incorporated herein as Exhibit A. ii. Where the terms and conditions of this Agreement and those terms and conditions included in Exhibit A specifically conflict, the terms of this Agreement shall apply. b. Consultant covenants and agrees to provide the Services to the satisfaction of the City in a timely fashion, as set forth in Exhibit A, subject to Section 7 of this Agreement. c. Consultant agrees to comply with all federal, state, and local laws and ordinances applicable to the Services to be performed under this Agreement. Consultant represents and warrants that it has the requisite training, skills, and experience necessary to provide the Services and is appropriately licensed and has obtained all permits from all applicable agencies and governmental entities. 2. PAYMENT. a. City agrees to pay and Consultant agrees to receive and accept payment for Services as set forth in Exhibit A. b. Any changes in the scope of the work of the Services that may result in an increase to the compensation due the Consultant shall require prior written approval by the IX-02 2 authorized representative of the City or by the City Council. The City will not pay additional compensation for Services that do not have prior written authorization. c. Consultant shall submit itemized bills for Services provided to City on a monthly basis. Bills submitted shall be paid in the same manner as other claims made to City. 3. TERM. The term of this Agreement is identified in the Exhibits. This Agreement may be extended upon the written mutual consent of the parties for such additional periods as they deem appropriate, and upon the same terms and conditions as stated herein. 4. TERMINATION. a. Termination by Either Party. This Agreement may be terminated by either party upon thirty (30) days’ written notice delivered to the other party to the addresses listed in Section 13 of this Agreement. Upon termination under this provision, if there is no default by the Consultant, Consultant shall be paid for Services rendered and reimbursable expenses incurred until the effective date of termination. b. Termination Due to Default. This Agreement may be terminated by either party upon written notice in the event of substantial failure by the other party to perform in accordance with the terms of this Agreement. The non-performing party shall have fifteen (15) calendar days from the date of the termination notice to cure or to submit a plan for cure that is acceptable to the other party. 5. SUBCONTRACTORS. Consultant shall not enter into subcontracts for any of the Services provided for in this Agreement without the express written consent of the City, unless specifically provided for in Exhibit A. Consultant shall pay any subcontractor involved in the performance of this Agreement within the ten (10) days of the Consultant’s receipt of payment by the City for undisputed services provided by the subcontractor. 6. STANDARD OF CARE. In performing its Services, Consultant will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the Services are provided. No warranty, express or implied, is made or intended by Consultant’s undertaking herein or its performance of Services. 7. DELAY IN PERFORMANCE. Neither City nor Consultant shall be considered in default of this Agreement for delays in performance caused by circumstances beyond the reasonable control of the nonperforming party. For purposes of this Agreement, such circumstances include, but are not limited to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war, riots, and other civil disturbances; strikes, lockouts, work slowdowns, and other labor disturbances; sabotage; judicial restraint; and inability to procure permits, licenses or authorizations from any local, state, or federal agency for any of the supplies, materials, accesses, or services required to be provided by either City or Consultant under this IX-02 3 Agreement. If such circumstances occur, the nonperforming party shall, within a reasonable time of being prevented from performing, give written notice to the other party describing the circumstances preventing continued performance and the efforts being made to resume performance of this Agreement. Consultant will be entitled to payment for its reasonable additional charges, if any, due to the delay. 8. CITY’S REPRESENTATIVE. The City has designated Ryan Stempski to act as the City’s representative with respect to the Services to be performed under this Agreement. He shall have complete authority to transmit instructions, receive information, interpret, and define the City’s policy and decisions with respect to the Services covered by this Agreement. 9. PROJECT MANAGER AND STAFFING. The Consultant has designated Eric Fosmo to be the primary contact for the City in the performance of the Services. He shall be assisted by other staff members as necessary to facilitate the completion of the Services in accordance with the terms established herein. Consultant may not remove or replace the designated staff without the approval of the City. 10. INDEMNIFICATION. a. Consultant and City each agree to indemnify, and hold harmless each other, its agents and employees, from and against legal liability for all claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are caused by its negligent acts, errors, or omissions. In the event claims, losses, damages, or expenses are caused by the joint or concurrent negligence of Consultant and City, they shall be borne by each party in proportion to its own negligence. b. Consultant shall indemnify City against legal liability for damages arising out of claims by Consultant’s employees. City shall indemnify Consultant against legal liability for damages arising out of claims by City’s employees. 11. INSURANCE. During the performance of the Services under this Agreement, Consultant shall maintain the following insurance: a. General Liability Insurance, with a limit of $2,000,000 for any number of claims arising out of a single occurrence. b. Professional Liability Insurance, with a limit of $2,000,000 for any number of claims arising out of a single occurrence. Consultant shall furnish the City with certificates of insurance, which shall include a provision that such insurance shall not be canceled without written notice to the City. The City shall be named as an additional insured on the General Liability Insurance policy. 12. OWNERSHIP OF DOCUMENTS. Professional documents, drawings, and specifications prepared by the Consultant as part of the Services shall become the property of the City IX-02 4 when Consultant has been compensated for all Services rendered, provided, however, that Consultant shall have the unrestricted right to their use. Consultant shall retain its rights in its standard drawing details, specifications, databases, computer software, and other proprietary property. Rights to proprietary intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of the Consultant. 13. NOTICES. Notices shall be communicated to the following addresses: If to City: City of Hastings 101 4th Street East Hastings, MN 55033 Attention: City Administrator Or emailed: dwietecha@hastingsmn.gov If to Consultant: Kimley-Horn 14800 Galaxie Avenue, Suite 200 Apple Valley, MN 55124 Attention: Eric Fosmo Or emailed: eric.fosmo@kimley-horn.com 14. INDEPENDENT CONTRACTOR STATUS. All services provided by Consultant, its officers, agents and employees pursuant to this Agreement shall be provided as employees of Consultant or as independent contractors of Consultant and not as employees of the City for any purpose. 15. GENERAL PROVISIONS. a. Assignment. This Agreement is not assignable without the mutual written agreement of the parties. b. Waiver. A waiver by either City or Consultant of any breach of this Agreement shall be in writing. Such a waiver shall not affect the waiving party’s rights with respect to any other or further breach. c. Governing Law. This Agreement shall be construed in accordance with the laws of the State of Minnesota and any action must be venued in Washington County District Court. d. Amendments. Any modification or amendment to this Agreement shall require a written agreement signed by both parties. IX-02 5 e. Severability. If any term of this Agreement is found be void or invalid, such invalidity shall not affect the remaining terms of this Agreement, which shall continue in full force and effect. f. Data Practices Compliance. All data collected by the City pursuant to this Agreement shall be subject to the Minnesota Government Data Practices Act, Minnesota Statutes, Chapter 13. g. Entire Agreement. This Agreement constitutes the entire agreement of the parties and supersedes all prior communications, understandings and agreements relating to the subject matter hereof, whether oral or written. [The remainder of this page is intentionally left blank] IX-02 6 CITY OF HASTINGS By: Mary Fasbender, Mayor By: Kelly Murtaugh, City Clerk Date: IX-02 7 KIMLEY-HORN (“CONSULTANT”) Signature: Name: Its: Date: IX-02 Page 1 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 November 25, 2025 Mr. Ryan Stempski, P.E. Public Works Director City of Hastings 1225 Progress Drive Hastings, MN 55033 Re: Proposal for City Engineering Transition Services Dear Mr. Stempski: Kimley-Horn and Associates, Inc. (“Kimley-Horn” or “Consultant”) is pleased to submit this Letter Proposal to the City of Hastings (“Client” or “City”) to assist the City in their transition to a new City Engineer. Our project understanding, scope of services, proposed hourly rate are provided below. We understand that this proposal will be included as an attachment to a City prepared Agreement for Professional Services. Project Understanding The City of Hastings has requested that Kimley-Horn fulfill a short-term need to assist the City in performing the duties of the City Engineer role and supporting the transition to a new City Engineer. Kimley-Horn proposes to provide Cody Mathisen, former City Engineer for the City of Hastings, to fill this role from December 2025 through February of 2026. Based on our understanding of the City’s needs for this role, we assume the following: Cody will take direction from the Public Works Director for requests to complete specific tasks or attend meetings. Likely requests include: o Project close-out efforts for existing City projects o Payment process/reimbursement support for existing projects/grants o Preparation of Council reports o Coordination meetings on existing projects/developments o Staff meetings focused on transition of City Engineer role No regular office hours will be provided, although Cody will travel to City Hall for specific tasks or meetings as requested. 8-12 hours per week is the anticipated level of effort. Requested support will not include acting as the City Engineer or City Representative for the Metropolitan Council Environmental Services (MCES) Interceptor project. Requested support will not include project work on City Project (CP) 26-1 Neighborhood Infrastructure Improvements. This proposal assumes the City will engage Kimley-Horn in a separate Contract for final design services for CP 26-1. EXHIBIT A IX-02 Page 2 kimley-horn.com 14800 Galaxie Avenue, Suite 200, Apple Valley, MN 55124 952 905 2887 Scope of Services Kimley-Horn will provide City Engineering Transition services on an hourly basis as outlined in the project understanding. We will provide these services for an average of eight (8) to twelve (12) hours per week from December 2025 through February 2026. Kimley-Horn is committed to making Cody available to begin these services upon execution of a Contract, which is anticipated on December 2, 2025. Fee and Expenses Fees for Cody to provide City Engineering Transition Services will be billed on an hourly basis at an hourly rate of $175.00 per hour. Administrative time required to facilitate the Contract (i.e., management, coordination, invoicing) will be billed based on our current hourly rate schedule. Any additional staff support requested or requests for Cody’s time after February 2026 will also be billed based on our current hourly rate schedule. We appreciate the opportunity to submit this proposal and look forward to serving the City of Hastings in this capacity. Please contact me at eric.fosmo@kimley-horn.com or 651.643.6449 if you have any questions. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Eric Fosmo, P.E. Vice President IX-02