HomeMy Public PortalAbout2022-05-02 REVISED AMENDED packetiPad Packets: Click to open “NOTES”
REVISED AMENDED NOTICE OF MEETING AND
CITY COUNCIL AGENDAi
MONDAY, MAY 2, 2022 – 6:00 P.M.
CITY COUNCIL CHAMBERS ~ JOHN G. CHRISTY MUNICIPAL BUILDING ~ 320 E. MCCARTY STREET
TO JOIN VIRTUALLY:
https://jeffersoncity.webex.com/jeffersoncity/j.php?MTID=m3c5b4d0b37ec3267060185490d6cd7dc
CALL-IN PARTICIPATION AVAILABLE AT: 1-404-397-1516
MEETING NUMBER: 2495 859 8691 MEETING PASSWORD: 1234
TENTATIVE AGENDA
PRAYER – Councilmember Kemna
PLEDGE OF ALLEGIANCE
1. CALL TO ORDER
2. ROLL CALL
3. ADOPTION OF AGENDA
4. MISCELLANEOUS AGENDA ITEMS
a. Michelle Brooks and Nancy Thompson to Present their Recently Published Book, Buried
Jefferson City History, about the Woodland Old City Cemetery
b. Bike Month Proclamation Presentation (Mayor Tergin and Planning & Protective Services)
5. PUBLIC HEARINGS
6. APPOINTMENTS BY THE MAYOR
7. PRESENTATIONS FROM STAFF, CONSULTANTS & INVITED GUESTS
a. City of Jefferson Audit Presentation from Evers & Company, CPA’s, LLC
b. Chris Leukel, Parks and Recreation Commission Chair, to Present Year End Review
8. ANNOUNCEMENTS BY MAYOR, COUNCIL, AND STAFF
a. Council Committee Meetings (Check www.jeffersoncitymo.gov meeting calendar for
dates, times locations, and agendas):
i. Administration
ii. Finance
iii. Public Safety
City Council REVISED AMENDED Agenda – May 2, 2022
✓ = Request to suspend rules
iPad Packets: Click to open “NOTES”
2
iv. Public Works & Planning
9. LINCOLN UNIVERSITY STUDENT REPRESENTATIVE UPDATE
10. PRESENTATIONS FROM THE GALLERY ON SPECIFIC BILLS OR RESOLUTIONS
(All individuals will be limited to 5 minutes without exception. All presentations shall be made
from the podium unless other accommodation is requested and granted.)
11. CONSENT AGENDA
a. Minutes of City Council Meetings: April 18
b. Approving the 2023 Budget Committee Meeting Calendar
c. Authorizing a Permissive Use of Right-of-Way at the Northern End of the 100 Block of
Madison Street for a “Blue Star Memorial Marker”
d. Authorizing a $33,600 Contract with Allstate Consultants LLC for Structural Evaluations
of Seven Dangerous Structures Located in the Capitol Ave. Area
e. Accepting the State Community Development Block Grant – CARES (CDBG-CV) in the
Amount of $575,760
12. BILLS INTRODUCED
a. 2022-004 Establishing Automatic Aid Agreements with Four Fire Protection Districts
(Schreiber) Staff: Matt Schofield
b. 2022-005 Rezoning 0.2 Acres Located at 101 Jackson St. and 504 E. State St. from
MU-1 to PUD and Approving a Preliminary PUD Plan (Lester)
Staff: Sonny Sanders
c. 2022-006 Authorizing a Professional Services Agreement in the Amount of $125,000
with Crafton Tull for CAMPO Active Transportation Plan Consultant
Services (Fitzwater) Staff: Sonny Sanders
13. BILLS PENDING
a. 2022-001 Authorizing the Vacation of Various Sanitary Sewer Easements on Property
Addressed as 2106 Jefferson City (Fitzwater) Staff: Matt Morasch
b. 2022-002 Authorizing the Vacation of Sanitary Sewer Easements on Property
Addressed as 3031 and 3101 South Ten Mile Dr. (Fitzwater) Staff: Matt
Morasch
c. 2022-003 Authorizing a $141,140 Engineering Design Contract with Engineering
Surveys and Services for the Ohio Street Bridge Project (Fitzwater)
Staff: Matt Morasch
14. INFORMAL CALENDAR
15. RESOLUTIONS
a. RS2022-01 Authorizes the Approval of Successor Directors to the Capital Mall
Community Improvement District (Wiseman) Staff: Ryan Moehlman
City Council REVISED AMENDED Agenda – May 2, 2022
✓ = Request to suspend rules
iPad Packets: Click to open “NOTES”
3
b. RS2022-02 Authorizes the Approval of Successor Directors to the MSP Community
Improvement District (Wiseman) Staff: Ryan Moehlman
c. RS2022-03 Recognizing the Events of October 7, 1864 in the City of Jefferson as they
Relate to the American Civil War (Sponsor: Spencer, Co-Sponsors:
Fitzwater, Hensley, Schreiber, Spicer, and Ward)
16. PRESENTATIONS FROM THE GALLERY ON OTHER TOPICS – (All individuals will be
limited to 3 minutes without exception. All presentations shall be made from the podium unless
other accommodation is requested and granted.)
17. COUNCIL AND STAFF DISCUSSION OF PRESENTATION TOPICS
18. NEW BUSINESS
a. Discussion of Scope of Services for an Organizational Study (Steve Crowell)
19. APPROVE APRIL 18, 2022 CLOSED SESSION MINUTES
20. CLOSED SESSION
a. Go into Closed Session – Pursuant to Sec. 610.021 of the Revised Statutes of Missouri, the
Chair will entertain a motion to go into Closed Session to discuss the following:
i. Attorney-Client Privileged Communications [Sec. 610.021(1)]
ii. Preparations for Negotiations with Employee Groups [Sec. 610.021(9)]
iii. Sealed Bids, and Proposals Related to Negotiated Contracts [Sec. 610.021(12)]
21. UNFINISHED BUSINESS
22. ADJOURN
i Individuals should contact the ADA Coordinator at (573) 634 -6570 to request accommodations or alternative formats as
required under the Americans with Disabilities Act. Please allow three business days to process the request.
NOTICE OF MEETING AND CITY COUNCIL AGENDAi
CITY COUNCIL WORK SESSION
City of Jefferson, Missouri
320 E. McCarty St.
City Council Chambers
MONDAY, MAY 2, 2022
5:45 P.M.
AGENDA
1. Discussion of May 2, 2022 City Council Meeting Agenda Items
2. Adjournment
i Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the
Americans with Disabilities Act. Please allow three business days to process the request.
(Jlrocfamation
Wliereas, the bicycle is an economical, healthy, convenient, and environmentally so und form of
transportation and an excellent tool for recreation and enj oyment of the C ity of Jeffe rso n 's scenic beauty; and
Wliereas, throughout the month of May, residents ofthe City of Jefferson and its visitors will experience
the joys of bicycling through educational programs, community bike rides, or by simply getting out and going for
a ride; and
Wliereas, the roads and trail systems in a nd around the Capital City attract bicyclists all year long,
providing economic health, transportation, tourism, and sce nic benefits; and
Wliereas, the City of J efferson, the Cap it al Area Metropolitan Planning Organi zation, JC Parks, and other
lo cal organizati ons will be promoting bicycling during the month of May 2022; and
Wliereas, local groups a nd businesses promote bicycle tourism year-round to attract more visitors to e nj oy
our local restaurants, hotels, retail estab li s hm ent s, and c ul tural and scenic attract ions; and
Wliereas, the City of Jefferson is recog ni zed as a bronze le vel Bicycle Friendly Communi ty by the L eague
of American Bicyclists; and
Wliereas, creating a bicyc ling -friendl y community has been shown to improve citize ns ' health and we ll-
being, encourages connectivity and inclus ivity, and enhances quality of life, growing the economy of the C ity of
Jefferso n; and
Wliereas, Mi ssouri 's Ka ty Trail attracts hundreds of thousands of bicyclists each year from all 50 states
and from across the g lobe , providing both economic and health ben efits to c iti ze ns of the Capital Area and the
State of Missouri; and
Wliereas, the Capital Area Pedes trian & Bicycle Plan , C ity of Jefferson Area Greenway Master P la n, and
other C ity and re g ional plan s s upport and promote bicyc le friendly transportation, recreation, and development.
Now, rrtierefore, I, C arrie Tergin, Ma yor of the C ity of Jeffe rs on, do hereby recognize the month of
May 2022 as
JVationa{ CBi~ :Month
Purtliennore, the week of May 16-20, 20 22, is recognized as Natio nal Bike to Work Week ; and all who
s uppo rt bi cyc lin g are urged to participate in the events planned, and all road users are urge d to s hare the road safely
with bicyclists.
c~ r , -cfr Attest: ~ rM~ 0 p C 1ty C lerk
CITY COUNCIL “PRE-MEETING” WORK SESSION, APRIL 18, 2022
CALL TO ORDER
Mayor Carrie Tergin called the April 18, 2022 City Council “Pre-Meeting” to order at
5:47 P.M. to review the agenda.
ATTENDANCE
The following Councilmembers were present when the meeting convened:
Present: Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer, Vogt, Ward,
and W iseman
Absent: None
DISCUSSION OF FIRST MEETING AGENDA ITEMS
Councilmember Ward will lead the prayer.
Miscellaneous
- Mayor Tergin will present the Service Month Proclamation to Serve Jeff City and
Mission JC representatives.
- Mayor Tergin will present the Arbor Day 2022 Proclamation to JC Parks Director, Todd
Spalding.
- Cliff Olsen, author of Thomas Jefferson America, Please Listen will be in attendance to
present his book for Thomas Jefferson’s 279th birthday.
Consent Agenda
- There were no questions at this time.
Bills Pending
- City Staff presented their pending bills.
DISCUSSION OF FIRST MEETING AGENDA ITEMS
Bills Introduced
- City Staff presented their introduced bills.
New Business
- City Attorney Ryan Moehlman will present Staff’s proposed plan for the E. Capitol
Avenue redevelopment project. No action is required will be required at this time.
ADJOURNMENT
The meeting adjourned at 5:55 P.M.
1
FIRST REGULAR COUNCIL MEETING, APRIL 18, 2022
CALL TO ORDER
Mayor Carrie Tergin called the April 18, 2022 City Council meeting to order at 6:02 P.M.
ROLL CALL
The f ollowing Councilmembers were present for roll-call:
Present: Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer, Vogt,
Ward, and Wiseman
Absent: None
ADOPTION OF THE AGENDA
A motion was made by Councilmember Wiseman and seconded by Councilmember
Ward to adopt the agenda. The motion passed unanimously.
MISCELLANEOUS AGENDA ITEMS
a. Mayor Tergin presented the Service Month Proclamation to Serve Jeff City (Ken
Hussey) and Mission JC (Janet Wear-Enloe) for their upcoming events on April 23rd
and April 24th.
b. Mayor Tergin presented the Arbor Day 2022 Proclamation to JC Parks Director Todd
Spalding. Volunteers will be planting 44 trees at Deborah Cooper Park on April 23rd in
conjunction with Serve Jeff City. JC Parks Earth Day activities are scheduled at
Memorial Park on Friday, April 22nd from 4:00 P.M. – 7:00 P.M.
c. Cliff Olsen, author of Thomas Jefferson American, Please Listen was unable to
attend. He was scheduled to present his book for Thomas Jefferson’s 279th birthday.
PUBLIC HEARINGS
There were no public hearings at this time.
APPOINTMENTS BY THE MAYOR
Councilmember Hensley motioned to approve the recommended appointments to the
following boards and commissions. Councilmember Wiseman seconded the motion. The
motion passed unanimously.
Recommended Appointments to the Following Boards and Commissions:
Board or Commission Recommended
Appointment
New Term
Expires
Term
Full/Partial
Tax Increment Finance Ben Musholt Apr 2026 Full
John Pelzer Apr 2026 Full
2
FIRST REGULAR COUNCIL MEETING, APRIL 18, 2022
PRESENTATIONS FROM STAFF, CONSULTANTS & INVITED GUESTS
There were no presentations at this time.
ANNOUNCEMENTS BY MAYOR, COUNCIL, AND STAFF
City Council committee announcements:
• Committee on Administration – The next meeting is scheduled for Wednesday,
May 4th, 7:30 A.M. in the Boone-Bancroft Room.
• Finance Committee – The next meeting is scheduled for Thursday, April 21st, 8:15
A.M. in the Boone-Bancroft Room.
• Public Safety Committee – The next meeting will be April 28th at 7:30 A.M. in the
Police Training Room.
• Public Works & Planning Committee – The next meeting is scheduled for
Thursday, May 12th, 7:30 A.M. in City Council Chambers.
Mayor’s announcement:
• The next Community Bike Ride is scheduled for Thursday, April 21st at 6:30 P.M.
The ride will start and end at Last Flight Brewery.
LINCOLN UNIVERSITY STUDENT REPRESENTATIVE UPDATE
Stacy Landis, Student Representative, was not in attendance.
PRESENTATIONS FROM THE GALLERY ON SPECIFIC BILLS OR RESOLUTIONS
There were no presentations at this time.
CONSENT AGENDA
a. Minutes of City Council Meetings: April 4
b. Awarding Bid IFB4032 for Gasketed Sewer Pipe to Water and Sewer Supply, Inc. in
the Amount of $30,199.68
Councilmember Lester motioned and Councilmember Spicer seconded the motion to
approve the above consent agenda items. The motion passed unanimously.
BILLS INTRODUCED
There were no introduced bills at this time.
BILLS PENDING
2021-094 sponsored by Councilmember Schreiber
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING A
SUPPLEMENTAL APPROPRIATION TO THE JEFFERSON CITY POLICE
DEPARTMENT AMENDING THE 2021-2022 ANNUAL BUDGET AND AUTHORIZING
THE EXPENDITURE OF SUCH FUNDS.
3
FIRST REGULAR COUNCIL MEETING, APRIL 18, 2022
Bill 2021-094 was read third time by title, placed on final passage, and passed by the
following roll-call vote as Ordinance 16217:
Aye: Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer, Vogt, Ward
and Wiseman
Nay: None
2021-095 sponsored by Councilmember Schreiber
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING A
SUPPLEMENTAL APPROPRIATION TO THE JEFFERSON CITY POLICE
DEPARTMENT AMENDING THE 2021-2022 ANNUAL BUDGET AND AUTHORIZING
THE EXPENDITURE OF SUCH FUNDS.
Bill 2021-095 was read third time by title, placed on final passage, and passed by the
following roll-call vote as Ordinance 16218:
Aye: Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer, Vogt, Ward
and Wiseman
Nay: None
2021-096 sponsored by Councilmember Fitzwater
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH APLEX, INC., IN
THE AMOUNT OF $445,850.25 FOR THE DOUGLAS DAVIS STORM WATER
PROJECT.
Bill 2021-096 was read third time by title, placed on final passage, and passed by the
following roll-call vote as Ordinance 16219:
Aye: Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer, Vogt, Ward
and Wiseman
Nay: None
INFORMAL CALENDAR
There was nothing on the informal calendar at this time.
RESOLUTIONS
There were no resolutions at this time.
PRESENTATIONS FROM THE GALLERY ON OTHER TOPICS
There were no presentations at this time.
4
FIRST REGULAR COUNCIL MEETING, APRIL 18, 2022
COUNCIL AND STAFF DISCUSSION OF PRESENTATION TOPICS
There was no discussion at this time.
NEW BUSINESS
There was no new business at this time.
APPROVAL OF APRIL 4, 2022 CLOSED SESSION MINUTES
Councilmember Schreiber motioned and Councilmember Spicer seconded the motion to
approve the April 4, 2022 closed session minutes. The motion passed by the following
roll-call vote.
Aye: Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer, Vogt, Ward,
and Wiseman
Nay: None
UNFINISHED BUSINESS
Mayor Tergin and Councilmembers recognized and thanked out-going Councilmember
Hank Vogt for his service to Ward 1 and the City Council. Councilmember Vogt was
presented a plaque with a key to the city.
ADJOURNMEN SINE DIE
A motion to adjourn was made by Councilmember Wiseman, seconded by
Councilmember Schreiber, and approved unanimously at 6:35 P.M.
ADMINISTRATION OF OATH OF OFFICE TO NEWLY ELECTED OFFICIALS
The Honorable Jon E. Beetem, Presiding Judge, 19th Judicial Circuit swore in the
following:
Jack Deeken, Ward 1 Councilmember
Mike Lester, Ward 2 Councilmember
Erin Wiseman, Ward 3 Councilmember
Ron Fitzwater, Ward 4 Councilmember
Jon Hensley, Ward 5 Councilmember
1
SECOND REGULAR COUNCIL MEETING, APRIL 18, 2022
CALL TO ORDER
Mayor Carrie Tergin called the second April 18, 2022 City Council meeting to order at 6:46
P.M.
ROLL CALL
The f ollowing Councilmembers were present for roll-call:
Present: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
Absent: None
ADOPTION OF THE AGENDA
A motion was made by Councilmember Schreiber and seconded by Councilmember
Wiseman to adopt the agenda. The motion passed unanimously.
ELECTION OF PRESIDENT PRO TEMPORE
Mayor Tergin opened the floor for nominations of President Pro Tempore for City Council
year 2022-2023.
Councilmember Schreiber nominated Councilmember Fitzwater as President Pro
Tempore. Councilmember Kemna seconded the nomination. As no further nominations
were brought forward, Councilmember Fitzwater was elected unanimously.
ELECTION OF PLANNING & ZONING / BOARD OF ADJUSTMENT LIAISONS
Mayor Tergin opened the floor for nominations of Planning & Zoning representative
(Board of Adjustment alternate) and Board of Adjustment representative (Planning &
Zoning alternate) for City Council year 2022-2023.
Councilmember Wiseman nominated and Councilmember W ard seconded the
nomination of Councilmember Lester as Planning & Zoning rep resentative (Board of
Adjustment alternate). Councilmember Lester nominated Councilmember Wiseman as
the Board of Adjustment representative (Planning & Zoning alternate) and
Councilmember Spicer seconded the nomination. As no further nominations were
brought forward, Councilmember Lester and Councilmember Wiseman were elected
respectively, unanimously.
APPOINTMENTS BY THE MAYOR
Mayor Tergin recommended the following appointments for City Council approval:
a. 2022-2023 Standing Council Committee Appointments:
i. Administration Committee: Deeken, Ward, Wiseman, Fitzwater, Hensley
ii. Annexation Committee: Committee of the Whole
2
SECOND REGULAR COUNCIL MEETING, APRIL 18, 2022
iii. Finance Committee: Kemna, Lester, Wiseman, Spicer, Hensley
iv. Public Safety Committee: Deeken, Ward, Spencer, Spicer, Schreiber
v. Public Works & Planning Committee: Kemna, Lester, Spencer, Fitzwater,
Schreiber
Councilmember Wiseman motioned, and Councilmember W ard seconded the
motion to approve the above appointments. The motion passed unanimously.
b. Appointments to CAMPO Board: Fitzwater, Hensley, Deeken, Lester
Councilmember Wiseman motioned, and Councilmember W ard seconded the
motion to approve the above appointments. The motion passed unanimously.
c. 2022-2023 Board or Commission Liaison Appointments (see attached list)
Councilmember Wiseman motioned, and Councilmember W ard seconded the
motion to approve the appointments. The motion passed unanimously.
MISCELLANEOUS AGENDA ITEMS
There were no miscellaneous agenda items at this time.
PUBLIC HEARINGS
There were no public hearings at this time.
PRESENTATIONS FROM STAFF, CONSULTANTS & INVITED GUESTS
There were no presentations at this time.
ANNOUNCEMENTS BY MAYOR, COUNCIL, AND STAFF
There were no announcements at this time.
LINCOLN UNIVERSITY STUDENT REPRESENTATIVE UPDATE
Stacy Landis, Student Representative, was not in attendance.
PRESENTATIONS FROM THE GALLERY ON SPECIFIC BILLS OR RESOLUTIONS
Celeste Koon, 1017 Holly Drive spoke on bill 2022-003. She was specifically concerned
with vehicles speeding in her neighborhood. Director of the Public Works Operations
Division, Britt Smith said bill 2022-003 wasn’t related to the Holly Drive neighborhood.
Police Captain Deric Heislen told Ms. Koon that the Police Department would set up a
speed study and patrol in her neighborhood.
CONSENT AGENDA
There were no items on the consent agenda at this time.
BILLS INTRODUCED
2022-001 sponsored by Councilmember Fitzwater
3
SECOND REGULAR COUNCIL MEETING, APRIL 18, 2022
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, VACATING AND
DISCONTINUING VARIOUS SANITARY SEWER EASEMENTS ON THE PROPERTY
ADDRESSED AS 2106 JEFFERSON STREET, IN THE CITY OF JEFFERSON,
MISSOURI.
2022-002 sponsored by Councilmember Fitzwater
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, VACATING AND
DISCONTINUING VARIOUS SANITARY SEWER EASEMENTS ON THE PROPERTIES
ADDRESSED AS 3031 AND 3101 SOUTH TEN MILE DRIVE, IN THE CITY OF
JEFFERSON, MISSOURI.
2022-003 sponsored by Councilmember Fitzwater
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH ENGINEERING
SURVEYS AND SERVICES, IN THE AMOUNT OF $141,140.00 FOR THE OHIO
STREET BRIDGE PROJECT.
INFORMAL CALENDAR
There was nothing on the informal calendar at this time.
RESOLUTIONS
There were no resolutions at this time.
PRESENTATIONS FROM THE GALLERY ON OTHER TOPICS
There were no presentations at this time.
COUNCIL AND STAFF DISCUSSION OF PRESENTATION TOPICS
There was no discussion at this time.
NEW BUSINESS
a. Approval of the 2022-2023 Council Meeting Schedule
Mayor Tergin requested that the City Council motion to approve the schedule. A
motion to approve was made by Councilmember Wiseman, seconded by
Councilmember Lester, and approved unanimously.
b. Proposed Plan for E. Capitol Ave. Redevelopme nt Project was presented by City
Attorney Ryan Moehlman
A motion to approve was made by Councilmember Schreiber, seconded by
Councilmember Fitzwater, to approve the plan. The motion passed by the following
roll-call vote:
4
SECOND REGULAR COUNCIL MEETING, APRIL 18, 2022
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
Nay: None
UNFINISHED BUSINESS
Councilmember Spencer asked City Staff if hypothetically, a sexual harassment case was
brought forward and a settlement was reached by the City, how would it impact the
budget? City Attorney Ryan Moehlman and Human Resources Director Gail Strope said
that an insurance deductible would have to be met and then the settlemen t would be paid
through the City’s insurance provider.
Councilmember Spencer asked if there is a process if someone brings a case of sexual
harassment to their supervisor . Ms. Strope said there is a process in place. Mr.
Moehlman stated that if a way of doing things is wrong and is brought to the attention of
the City, it is corrected.
Councilmember Spencer asked that the Public Safety Committee be included in the
hiring/selection process of the next Chief of Police.
Mayor Tergin announced Telecommunication Operators Week which was last week.
Police Captain Deric Heislen listed the different groups, the Mayor and Councilmember
Spicer who all recognized the communications operators throughout the week.
SUBCOMMITTEE MEETINGS – Administration, Annexation, Finance, Public Safety,
Public Works & Planning
Separate minutes were taken for each of the five subcommittees.
CLOSED SESSION
Pursuant to Sec. 610.021 of the Revised Statutes of Missouri, Mayor Tergin entertained a
motion to go into Closed Session to discuss the following:
1) Attorney-Client Communications [Sec. 610.021(1)]
2) Real Estate [Sec. 610.021(2)]
A motion was made by Councilmember Schreiber to go into Closed Session for the
above-stated reasons, seconded by Councilmember Lester and approved by the
following roll-call vote at 8:02 P.M.:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
Nay: None
RECONVENE IN OPEN SESSION
Following the Closed Session, the City Council reconvened in Open Session at 9:15 P.M.
with the following Councilmembers present:
5
SECOND REGULAR COUNCIL MEETING, APRIL 18, 2022
Present: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spicer, Spencer,
Ward, and Wiseman
Absent: None
ADJOURNMENT
A motion to adjourn was made by Councilmember Wiseman, seconded by
Councilmember Hensley, and approved unanimously at 9:15 P.M.
Revised 4/19/2022 8:29 AM
2022 - 2023 COUNCIL STANDING COMMITTEES
President Pro Tempore: Ron Fitzwater
ADMINISTRATION
Councilmember Ward
1. Deeken 1
2. Ward (Vice-chair) 2
3. Wiseman (Chair) 3
4. Fitzwater 4
5. Hensley 5
ANNEXATION
1. All Ten Council Members – (Kemna - Chair)
FINANCE
Councilmember Ward
1. Kemna 1
2. Lester 2
3. Wiseman 3
4. Spicer (Vice-Chair) 4
5. Hensley (Chair) 5
PUBLIC SAFETY
Councilmember Ward
1. Deeken 1
2. Ward (Vice-Chair) 2
3. Spencer 3
4. Spicer 4
5. Schreiber (Chair) 5
PUBLIC WORKS & PLANNING
Councilmember Ward
1. Kemna (Vice-Chair) 1
2. Lester 2
3. Spencer 3
4. Fitzwater (Chair) 4
5. Schreiber 5
CAMPO (Capital Area Metropolitan Planning Organization (Four Liaisons Needed)
- Fitzwater
- Hensley
- Deeken
- Lester
PLANNING & ZONING* Lester (Wiseman as Alternative) *Elected by Full Council
BOARD OF ADJUSTMENT* Wiseman (Lester as Alternative) *Elected by Full Council
Revised 4/19/2022 8:22 AM
2022-2023 Board or Commission Liaison Appointments
Board or Commission Liaison(s) *Appointed
Airport Advisory Committee Fitzwater
Building Construction Code Review Committee Deeken
Chamber Economic Development:
• Site Development Review Board Kemna
• Transportation Committee Fitzwater
Capital Area Metropolitan Planning Organization
(CAMPO)
Fitzwater
Hensley
Lester
Deeken
Cemetery Resources Board Schreiber
Convention & Visitor’s Bureau (CVB) Schreiber
Cultural Arts Commission Ward
Electrical Examiners & Review Board Fitzwater
Environmental Quality Commission Spencer
Historic Preservation Commission Ward
Housing Authority Lester
Human Relations Commission Ward
Industrial Authority Deeken
MSP Community Partners Schreiber (Chair)
Fitzwater
Lester
Deeken
Parks & Recreation Commission
Kemna
Planning & Zoning Commission
Board of Adjustment
*Elected by Council of the Whole
Lester (Wiseman as Alt)
Wiseman (Lester as Alt)
Plumbing Examiners & Review Board Fitzwater
Public Transit Advisory Committee Hensley
Tax Increment Finance (TIF) Commission Fitzwater
Transportation & Traffic Commission Wiseman
USS Jefferson City Submarine Committee Kemna
MEMBERSHIP ON EXTERNAL BOARDS
Cole County Citizens’ Corps Fitzwater
Heartland Port Authority Hensley (appointed Oct 2021)
Salute to America Foundation Wiseman
City Council Meeting Schedule
April 18, 2022 – April 17, 2023*
REGULAR MEETINGS: 6:00 P.M.
PRE-MEETINGS: 5:45 P.M.
WORK SESSIONS (AS NEEDED) 5:30 P.M.
Month
1st Reg. Meeting
2nd Reg. Meeting
Work Session
April 18 As needed
May 2 16 As needed
June 6 20 As needed
July 51 (Tues) 18 As needed
August 1 15 As needed
September 62 (Tues) 19 As needed
October 3 17 As needed
November 7 21 As needed
December 5 19 As needed
January 33 (Tues) 174 (Tues) As needed
February 6 20 As needed
March 6 20 As needed
April 3 17 As needed
*Subject to change
1 Holiday – Independence Day
2 Holiday – Labor Day
3 Holiday – New Year’s Day
4 Holiday – Martin Luther King, Jr. Day
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item B
SUBJECT: Approval of Proposed 2022-2023 Budget Meetin g Schedule
DATE CONSIDERED : May 2 , 2022
A proposed 2022-2023 Budget Meeting S edule w as shared with the Finance
Committee on April 21, 2022 . The Committee condensed the presentat ion of the budget
to one meeting date, and the Department presentations from three meeting dates to two
meeting dates . The Committee agreed to pass the schedule with changes to the full City
Council.
Attached is the proposed 2022-2023 Budget Meeting Schedule .
Last date revised: April 21, 2022
NOTICE OF MEETINGS & TENTATIVE AGENDAi
CITY OF JEFFERSON, MISSOURI
FY2022-2023 Budget Schedule
Meetings will be held in City Council Chambers
DAY DATE TIME DETAIL
Monday July 25 5:30 – 7:00 P.M. Mayor presents budget; Budget highlights. Discussion of revenues. Five year
financial plan
Thursday July 28 5:30 – 7:00 P.M. Department Presentations to Budget Committee
Monday August 1 6:00 P.M. Regular City Council Meeting: FY 2022-23 Budget ordinance introduced;
GRUT and property tax levy ordinance introduced
Thursday August 4 5:30 – 7:00 P.M. Department Presentations to Budget Committee.
Monday August 8 5:30 – 7:00 P.M. Committee discussion of budget
Thursday August 11 5:30 – 7:00 P.M. Committee discussion of budget
Monday August 15 6:00 P.M. Regular City Council Meeting: Public Hearing on Budget, Public Hearing on
Property Tax, and Public Hearing on GRUT
Thursday August 18 5:30 – 7:00 P.M. Committee discussion of budget
Monday August 22 5:30 – 7:00 P.M. Committee discussion of budget
Thursday August 25 5:30 – 7:00 P.M. Committee discussion of budget
Monday August 29 5:30 – 7:00 P.M. Committee discussion of budget
Thursday September 1 5:30 – 7:00 P.M. Committee discussion of budget
Tuesday September 6 6:00 P.M. Regular City Council Meeting
Thursday September 8 5:30 – 7:00 P.M. Committee discussion of budget
Monday September 12 5:30 – 7:00 P.M. Committee discussion of budget
Thursday September 15 5:30 – 7:00 P.M. Committee discussion of budget
Monday September 19 6:00 P.M Regular City Council Meeting
i Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under
the Americans with Disabilities Act. Please allow three business days to process the request.
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item C
SUBJECT: The Permissive Use of Right-of-Way at the Northern End of the 100 Block
of Madison Street for a "Blue Star Memorial Marker"
DATE CONSIDERED: May 2, 2022
DEPARTMENT DIRECTOR(S) :_-fL!-.!Z..JAL.::....:....;.<~--.!:....::...__.;...--:_=7"'7''---------
CITY ADMINISTRATOR:4J.t:2~=~~~~~::_ ______ _
Jeanne Schwaller on behalf of the Federated Garden Clubs of Missouri has requested
the permissive use of a portion of the right-of-way at the northern end of the 100 block
of Madison Street for the erection of a "Blue Star Memorial Marker." The marker would
be a cast sign mounted on a post as indicated on the attachment.
The area at the northern end of Madison serves as a small parklet with benches and an
overlook area. In this parklet there are other commemorative markers including
Daughters of the American Revolution. The addition of this sign would not appear out of
context given the current use of this area. The marker is to be placed in one of the
landscaped areas such that it would not interfere with movement of pedestrians.
APPLICATION FOR PERMISSIVE USE OF CITY PROPERTY AND/OR RIGHT-OF-WAY
PUBLIC WORKS & PLANNING COMMITTEE
City of Jefferson -Department of Public Works
320 East McCarty Street. Jefferson City, Missouri 65101
Phone(573)~10 Fax(573)~562
The undersigned hereby request a permissive use of City property and/or right-of-way adjacent to the
following described real estate:
-'"" ~(r.. a .I rl~ fit. o g /i?a ,.s:,., ~~r
(Ust the address of the request)
This property is currently zoned. ___ _
P~semuseof~operty ______________________________________________ __
(Attach drawing. plan. etc. if applicable)
The undersigned derstands that if this application is approved by both the Public Works & P lanning
Committee and the Council, the use is a permissive use subject to termination by the C ity at any time,
and the undersigned certify that they own the above described property.
Date: ____________ _
Property Owner(s) Signature(s) . ..;., ----------------------
Printed Name of Property Owner(s) ________________________________ _
Address of P roperty Owner(s) ______________________ _
Phone Number(s) ___________________________ _
:;;;;en~ S#t.c.a/.?.e._ £-e.
Name of Appl icant flf different from property owner). ;re c/e ~-/d 5'.nd~ Ckk c:
Address of Applicant ,.?#~
P one Number(s) .5~ .:! ~ · .:563/
Fe for Perm s1ve Use of Right o ay as per Appendix Y of the City Code
···································································~············································
(FOR CITY USE ONLY)
ACTION BY THE PUBUC WORKS & PLANNING COMMITTEE
[ ] Approved [ ) Approved with Conditions [ ) Disapproved
Conditions of Permissive Use: ----------------------------------------------------
Approved by the C ity Council on. ______ .. __ _
City Clef1(
Individuals should contact the ADA Coon:linator at (573) 634-0570 to request accommodations or alternative formats
as required under the Americans with Disabilities Act. Please allow three business days to process the request.
This represents the type of Blue Star Memorial Mari<er p lanned to be insta lled in the Park at the north
end of Madison Street.
It is my understanding that the Daughters of the American Revolution currently has signs in the ove rlook
area. I have visited with V"tvi an Kaysen and she has indicated to me that would be in agreement to place
the Blue Sta r Memorial Marker in that area as well-pending Public Works approval.
Federated Ga rden Clubs of Missouri would certainly work with the DAR In the placement of the Blue
Star Memorial Marker, include their organi zati on in any dedication activities and of course, plan a ny of
the ded ication activities with Mayor Tergin and the City of Jefferson.
If you have any questi ons, p lease contact me at 573 230-3631.
There would be NO COST TO TH E CITY.
Jeanne Sc hwaller
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item D
SUBJECT: Authorize a $33 ,600 Contract with Allstate Consultants LLC. for Structural
Evaluations of Seven Dangerous Structures Located in the Capitol
Avenue Area
DATE CONSDIERED : May 2 . 2022
DEPARTMENT DIRECTOR(S) : __ ....::.....,'------7f-.........,__...:;___~-------
CITY ADMINISTRATOR:~~----r--1-""-=~....t---..r~,£-----------
This item will authorize a contract with Allstate Consultants LLC for $33 ,600 for the
structural evaluation of seven dangerous structures located in the Capitol Avenue area .
Funding for the evaluation s w ill come from CAP Ave Demos & Acquisitions Fund 10-
185-550095.
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT, made and entered into the date last executed by a party as indicated below, by and
between the City of Jefferson, a municipal corporation of the State of Missouri, hereinafter referred to as
"City", and Allstate Consultants, L.L.C., hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render certain services for
structural engineering services for seven (7) properties, hereinafter described in Exhibit A.
WHEREAS, Contractor has made certain representations and statements to the City with respect
to the provision of such services and the City has accepted said proposal to enter into a contract with the
Contractor for the performance of services by the Contractor.
NOW THEREFORE, for the considerations herein expressed, it is agreed by and between the City
and the Contractor as follows:
1.Scope of Services.
Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for structural
engineering services for seven (7) properties, as set forth in Exhibit A. In the event of a conflict between
this agreement and any attached exhibits, the provisions of this agreement shall govern and prevail.
2.Payment.
The City hereby agrees to pay Contractor for the work done pursuant to this contract according to the
payment schedule set forth in the contract documents upon acceptance of said work by an Agent of the City
of Jefferson, and in accordance with the rates and/or amounts stated in the bid of Contractor dated April 19,
2022, which are by reference made a part hereof. No partial payment to Contractor shall operate as
approval or acceptance of work done or materials furnished hereunder. No change in compensation shall
be made unless there is a substantial and significant difference between the work originally contemplated
by this agreement and the work actually required. The total amount for services rendered under this
contract shall not exceed Thirty-Three Thousand Six Hundred Dollars and Zero Cents ($33,600.00).
3.Term.
This contract shall commence on the date last executed by a party as indicated below. The Contractor
shall perform such as set forth in Exhibit A, within ten (10) weeks of the date last executed by a party as
indicated below.
4.Additional Services.
The City may add to Contractor services or delete therefrom activities of a similar nature to those set forth
in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified
in paragraph 2 hereof. The Contractor shall undertake such changed activities only upon the direction of
the City. All such directives and changes shall be in written form and approved by the City and shall be
accepted and countersigned by the Contractor or its agreed representatives.
5.Personnel to be Provided.
The Contractor represents that Contractor has or will secure at its expense all personnel required to perform
the services called for under this contract by the Contractor. Such personnel shall not be employees of or
have any contractual relationship with the City except as employees of the Contractor. All of the services
required hereunder will be performed by the Contractor or under the Contractor's direct supervision and all
2
personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to
perform such services. None of the work or services covered by this contract shall be subcontracted except
as provided in Exhibit A without the written approval of the City.
6. Contractor's Responsibility for Subcontractors.
It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its
subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts
and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted
in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set
forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding
termination of any subcontract as the City may exercise over Contractor under any provisions of this
contract. Nothing contained in this contract shall create any contractual relations between any
subcontractor and the City or between any subcontractors.
7. Independent Contractor.
The Contractor is an independent contractor and nothing herein shall constitute or designate the Contractor
or any of its employees as agents or employees of the City.
8. Benefits not Available.
The Contractor shall not be entitled to any of the benefits established for the employees of the City and
shall not be covered by the Workmen's Compensation Program of the City.
9. Nondiscrimination.
The Contractor agrees in the performance of the contract not to discriminate on the grounds or because of
race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against
any employee of Contractor or applicant for employment and shall include a similar provision in all
subcontracts let or awarded hereunder.
10. Illegal Immigration.
Prior to commencement of the work:
a. Contractor shall, by sworn affidavit and provision of documentation, affmn its enrollment
and participation in a federal work authorization program with respect to the employees
working in connection with the contracted services.
b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person
who is an unauthorized alien in connection with the contracted services.
c. If Contractor is a sole proprietorship, partnership, or limited partnership, Contractor shall
provide proof of citizenship or lawful presence of the owner.
11. Notice to Proceed.
The services of the Contractor shall commence upon execution of this Agreement, and shall be undertaken
and completed in accordance with the schedule contained in Exhibit A.
12. Termination.
If, through any cause, the Contractor shall fail to fulfill in timely and proper manner its obligations under
this contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this
contract, the City shall thereupon have the right to terminate this contract by giving written notice to the
Contractor of such termination and specifying the effective date thereof, at least five (5) days before the
effective day of such termination. The City reserves the right to terminate this contract for convenience
by giving at least fourteen ( 14) days prior written notice to Contractor, without prejudice to any other rights
3
or remedies of the City, provide Contractor shall be entitled to payment for all work completed by
Contractor through the date of termination. The Contractor may with cause terminate this contract upon
30 days prior written notice. In either such event all finished or unfinished documents, data, studies,
surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Contractor
under this contract shall, at the option of the City, become its property, and the compensation for any
satisfactory work completed on such documents and other materials shall be determined. Notwithstanding
the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by
virtue of any such breach of contract by the Contractor.
13. Waiver of Breach.
Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be
deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be
deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or
conditions herein.
14. Authorship and Enforcement.
Parties agree that the production of this document was the joint effort of both parties and that the contract
should not be construed as having been drafted by either party. In the event that the City successfully
enforces the terms of this contract through litigation, the City shall be entitled to receive, in addition to any
other relief, its reasonable attorney's fees, expenses and costs.
15. Severability.
If any section, subsection, sentence, or clause of this contract shall be adjudged illegal, invalid, or
unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or
enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not
so adjudged.
16. Assignment.
The Contractor shall not assign any interest in this contract, and shall not transfer any interest in the same
(whether by assignment or novation), without prior written consent of the City thereto. Any such
assignment is expressly subject to all rights and remedies of the City under this agreement, including the
right to change or delete activities from the contract or to terminate the same as provided herein, and no
such assignment shall require the City to give any notice to any such assignee of any actions which the City
may take under this agreement, though City will attempt to so notify any such assignee.
17. Existing Data.
All information, data and reports as are existing, available and necessary for the carrying out of the work,
shall be furnished to the Contractor without charge by the City, and the City shall cooperate with the
Contractor in every reasonable way in carrying out the scope of services. The Contractor shall not be
liable for the accuracy of the information furnished by the City.
18. Confidentiality.
Any reports, data or similar information given to or prepared or assembled by the Contractor under this
contract which the City requests to be kept as confidential shall not be made available to any individual or
organization by the Contractor without prior written approval of the City.
19. Indemnity.
To the fullest extent permitted by law, the Contractor will defend, indemnify and hold harmless the City,
its elected and appointed officials, employees, and agents from and against any and all claims, damages,
4
losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work,
provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease,
or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of
use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,
any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.
Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation
of indemnity which would otherwise exist as to any party or person described in this paragraph.
20. Insurance.
Contractor shall provide, at its sole expense, and maintain during the term of this agreement commercial
general liability insurance with a reputable, qualified, and financially sound company licensed to do
business in the State of Missouri, and unless otherwise approved by the City, with a rating by Best of not
less than "A," that shall protect the Contractor, the City, and the City's officials, officers, and employees
from claims which may arise from operations under this agreement, whether such operations are by the
Contractor, its officers, directors, employees and agents, or any subcontractors of Contractor. This
liability insurance shall include, but shall not be limited to, protection against claims arising from bodily
and personal injury and damage to property, resulting from all Contractor operations, products, services or
use of automobiles, or construction equipment at a limit of $500,000 Each Occurrence, $3,000,000 Annual
Aggregate; provided that nothing herein shall be deemed a waiver of the City's sovereign immunity. An
endorsement shall be provided which states that the City is named as an additional insured and stating that
the policy shall not be cancelled or materially modified so as to be out of compliance with the requirements
of this section, or not renewed without 30 days advance written notice of such event being given to the City.
21. Documents.
Reproducible copies of tracings and maps prepared or obtained under the terms of this contract shall be
delivered upon request to and become the property of the City upon termination or completion of work.
Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under
this contract shall be made available, upon request, to the City without restrictions or limitations on their
use. When such copies are requested, the City agrees to pay the Contractor its costs of copying and
delivering same.
22. Books and Records.
The Contractor and all subcontractors shall maintain all books, documents, papers, accounting records and
other evidence pertaining to costs incurred in connection with this contract, and shall make such materials
available at their respective offices at all reasonable times during the contract and for a period of three (3)
years following completion of the contract.
23. Nonsolicitation.
The Contractor warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the Contractor, to solicit or secure this contract, and that they have not
paid or agreed to pay any company or person, other than a bona fide employee working solely for the
Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent
upon or resulting from the award or making of this contract. For breach or violation of this warranty, the
City shall have the right to annul this contract without liability, or, in its discretion, to deduct from the
contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage,
brokerage fee, gifts, or contingent fee.
5
24. Dela ys.
That the Co ntractor sha ll not be l iab le for de lays res ultin g from causes beyond the rea so nab le co ntro l of the
Contractor; that the Co ntracto r has mad e no warra nt ie s, exp re ssed or impli ed, whi ch are not expressly se t
fort h in thi s co ntr ac t; and that und er no c ircumsta nces wil l the Contracto r be li able for indire ct or
co nseq uential damages.
25. Amendments .
T hi s co ntr act may not be mod ifi ed , cha nged or altered by any oral promi se or s tat ement by whosoever
made; nor sha ll any modification of it be binding up on th e C ity until s uch written mod ifi cation sha ll have
been approved in writin g by an auth orized office r of th e C ity. Co ntr ac tor ack now ledges th at the C ity may
not be re spons ibl e for pay in g fo r c ha nges or mod ifica ti o ns that we re not properl y auth or ized.
26. Governing Law.
The contract s ha ll be governed by the law s of the State of Missour i. The courts of the State of Misso uri
sha ll have jurisd iction over an y d is pute which ar ises under thi s contract, a nd each of the pa1tie s shall s ubmit
and hereby co nse nt s to suc h cou rts exerc ise of juri sdiction. In any s uccessful act ion by the City to e nforce
this co ntract, the C ity sha ll be e nti tled to recover it s attorney 's fees and expe nses incurred in such action.
27. Notices.
All notices required or permitted hereinunder and requir ed to be in wri ti ng may be given by fir st c lass mail
addressed to th e following addresses. The date and de livery of any not ice sha ll be the date falling on the
seco nd full day afte r the day of it s ma ilin g.
If to the C ity:
C ity of Jefferson
Department of Law
320 East McCarty St reet
Jefferso n City, Miss ouri , 65 I 0 I
CITY OF JEFFERSON, MISSOURI
Ca rrie Tergin , Mayor
Date: -----
ATTEST :
C ity C le rk
APPROVED AS TO FORM:
lfto the Co ntr acto r:
A ll state Cons ult ants
Attn: Dave Weber, PE, SE
33 12 LeMo ne Ind ustrial Blvd
Co lumbia , MO 6520 I
ALLSTATE CONSULTANTS, L .L.C.
Tit le:
Date: ----
ATTEST:
T it le:
Exhibit A
Engineering Our Community
April19, 2022
Mr. David Helmick -Housing Property Supervisor
City of Jefferson
320 E. McCarty Street
Jefferson City, MO 65101
Re: Jefferson City Dangerous Buildings -Proposal
Locations -Seven Total:
Dear Mr. Helmick:
109 Adams St. Jefferson City, MO 65101
113 Adams St. Jefferson City, MO 65101
401 E Capitol Ave. Jefferson City, MO 65101
407 E Capitol Ave. Jefferson City, MO 65101
409 E Capitol Ave. Jefferson City, MO 65101
410 E Capitol Ave., Jefferson City, MO 65101
415 Commercial Way, Jefferson City, MO 65101
~
8!'0
ALLSTATE
CONSULTANTS
We would like to propose a cost for structural engineering services for the aforementioned
project. All of the work completed by our firm on this project will be billed on an hourly basis.
Please see the attached Addendum A for our Standard Terms and Conditions as well as our
hourly rates.
The following are understood items of project scope.
1. A walk-through structural evaluation of each of the buildings will be conducted. The
evaluations will identify items of concern that are visually observed and will determine the
overall condition of the buildings.
2. The walk-through structural evaluation of the buildings will involve one site visit (per
building) by a licensed Professional Engineer with primary experience in structural
engineering. The engineer will be accompanied by an assistant. These site visits may
include the acquisition of pictures and limited measurements. Unless specifically noted,
no invasive methods will be used or calculations made in evaluating the structures.
3. Our firm will determine if the structures are dangerous and other potential hazards that
may exist due to the condition of the buildings.
4. Our firm will provide an estimated cost to repair the structures verses the actual value of
the structures.
5. Our firm will provide a report identifying the issues that were observed during the
walk-through evaluation. The report is intended to address structural issues with the
buildings. The report should not be interpreted as a general, comprehensive evaluation
of the structure(s) as a whole.
6. The estimated start date would be approximately two weeks after acceptance of this
proposal. The anticipated project completion date would be approximately eight weeks
after beginning the project.
Page 1 of2
\\bs01\projects\2022\22097.01 -JC Buildings\JC EF Proposal .docx
3312 LeMone Industrial Blvd .. Columbia, MO 65201 I P: 573-875-8799 I F: 573-875-8850 I allstateconsultants.net
Estimated fee for Individual Building Reports (each) ................................................ $4,000.00
Not-to-Exceed fee for all Reports (7 buildings) ...................................................... $33,600.00
The walk-through evaluations do not include system calculations, design, or repair options. A
supplemental proposal for additional engineering services can be submitted following our initial
evaluation. See Addendum B for exemplar report that our firm completed for the
City of Jefferson dated October 14, 2020.
Please let me know if you need any more information. We look forward to beginning work after
your acceptance of this proposal.
Respectfully,
Allstate Consultants LLC
r;;;JR~
Dave Weber, PE, SE
Principal/Engineer
Mr. Dave Helmick
City of Jefferson
Date
Page2 of2
\\bs01\projects\2022\22097 .01 -JC Bufldlngs\JC EF Proposal .docx
ADDENDUM A-STANDARD TERMS AND CONDITIONS
Scope of Service: The Client (you) and the Consultant (Allstate Consultants LLC) have agreed to a list of services the Consultant will provide to the Client as set forth in
this agreement. If agreed to in writing .bY the Client and the Consultant, the Consultant shall provide Additional Services. Additional Services are not included as part
of the Scope of Services and shall be paid for by the Client in addition to payment for the services included. Payment for Additional Services will be made by the
Client, in accordance with the Consultant's prevailing fee schedule, as provided below. Any services not set forth in this agreement are spedfically excluded and
Consultant assumes no responsibility for those services. Directing the Consultant to proceed with services is an acceptance of this proposal.
Fee: A Fixed fee, if stated, shall constitute the total compensation due.
A Percentage fee, if stated, shall be calculated on the basis of the total cost of the work designed and specified by the Consultant.
An Estimated fee, if stated, will be calculated on an hourly basis, and the estimate shall not be exceeded by more than twenty percent without written
approval of the Client.
A Not-To-Exceed fee, if stated, will be calculated on an hourly basis, and will not be exceeded without prior written approval of the Client.
An Hourly fee, if stated, will be based on the actual hours expended on the project and will be calculated on an hourly basis.
Hourly Rote: Where the fee is to be calculated on an hourly basis, the rates shall be as follows:
PRINCIPAL. .................................................................................................................. $190.00
ENGINEER 111 ............................................................................................................... $160.00
ENGINEER 11 ................................................................................................................ $150.00
ENGINEER 1 ................................................................................................................. $130.00
WATER QUALITY SCIENTIST 111 .................................................................................... $150.00
WATER QUALITY SCIENTIST 11 ..................................................................................... $120.00
WATER QUALITY SCIENTIST 1 ........................................................................................ $80.00
PROJECT SCIENTIST 111 .......................................................................................................... $145.00
INVESTIGATIVE ENGINEER 111 ...................................................................................... $235.00
INVESTIGATIVE ENGINEER 11 ....................................................................................... $210.00
INVESTIGATIVE ENGINEER 1 ........................................................................................ $180.00
TECHNICIAN VI/SURVEYOR 111 ..................................................................................... $140.00
TECHNICIAN V /SURVEYOR 11 ....................................................................................... $130.00
TECHNICIAN IV/SURVEYOR 1/SENIOR PROJECT MANAGER ............................................. $115.00
TECHNICIAN Ill/PROJECT MANAGER 1 ........................................................................... $95.00
TECHNICIAN 11 ............................................................................................................... $80.00
TECHNICIAN 1 ................................................................................................................ $60.00
TECHNICIAN .................................................................................................................. $40.00
CREW (1 MAN) ........................................................................................................... $140.00
CREW (2 MEN) ............................................................................................................ $170.00
CREW (3 MEN) ............................................................................................................ $195.00
INVESTIGATOR IV ........................................................................................................ $140.00
INVESTIGATOR 111 ........................................................................................................ $125.00
INVESTIGATOR 11 ......................................................................................................... $100.00
INVESTIGATOR 1 ............................................................................................................ $80.00
EXPERT TESTIMONY 11 ................................................................................................. $380.00
EXPERT TESTIMONY 1 .................................................................................................. $250.00
DRILL RIG CREW (2 MEN) ....................................................................................................... $173.00
DRILL RIG CREW WITH GROUTER (2MEN) ........................................................................... $194.00
GPS RECEIVERS (PER UNIT) .................................................................................. $175.00/day
TRAFFIC COUNTERS (PER UNIT) ........................................................................... $195.00/day
ATV (PER UNIT) .................................................................................................... $140.00/day
MILEAGE ..................................................................................................................... IRS Rate
EXPENSES (Lodging, Meals, Printing, Research, & etc.) ......................................... Actual Cost
Annual Rote Increase: Rates may be adjusted annually or periodically. Adjusted rates will be incorporated and billed into applicable agreements and contracts.
Reimbursable Expenses: The Client shall reimburse the Consultant for direct expenses incurred during performance of the service, including printing charges, taxes,
mileage, public transportation cost, tolls, permit fees, equipment rentals, meals, lodging, and other miscellaneous expenses.
Billing/Payments: Statements for the Consultant's services shall typically be submitted on a monthly basis and at the completion of the project. Statements shall be
due upon receipt and payable within 30 days after their date. Payments shall not be contingent upon any other payments to the Client by others. If not paid within
30 days, the Consultant may, without waiving any claim or right against the Client, and without liability whatsoever to the Client, terminate the performance of all
services. Payments to the Consultant shall not be withheld, postponed or made contingent on the construction, completion or success of the project. No
withholdings, deductions or offsets shall be made from the Consultant's compensation for any reason.
Retainer: A retainer or advance deposit may be required for the amount stated in this Agreement. If required, the Client shall pay the Consultants prior to our
commencement of services. The client has agreed to pay our monthly invoices on a current basis and the retainer shall be applied to the outstanding balance upon
the conclusion of our services or, at our option, to satisfy delinquent monthly statements. We reserve the right to request further reasonable deposits if the initial
payment is used to satisfy prior invoices. Any unused portion of the deposit will be refunded at the conclusion of the services.
Termination of Services: The Agreement may be terminated by the Client or the Consultant after seven days written notice should the other fail to perform its
obligation hereunder. In the event of termination, the Client shall pay the Consultant for all services rendered to the date of termination, all reimbursable expenses,
and termination expenses.
Access to Site: Unless otherwise stated, the Consultant will have access to the site for activities necessary for the performance of the services. The Consultant will
take precautions to minimize damage due to these activities but have not included in the fee the cost of restoration of any resulting damage.
Code Compliance: The Consultant shall exercise usual and customary professional care in its efforts to comply with applicable laws, codes and regulations in effect as
of the date of this agreement. Design changes made necessary by newly enacted laws, codes and regulations after this date shall entitle the Consultant to a
reasonable adjustment in the schedule and additional compensation in accordance with the Scope of Service provisions of this Agreement.
Assignment: Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this Agreement, including but not limited to
monies that are due or monies that may be due, without the prior written consent of the other party. Subcontracting to subconsultants, normally contemplated by
the Consultant as a generally accepted business practice, shall not be considered an assignment for purposes of this Agreement.
Certlflcotion/Guorontee & Warranty: The Consultant shall not be required to sign any documents, no matter by whom requested, that would result in the
Consultant's having to certify, guarantee or warrant the existence of conditions whose existence the Consultant cannot ascertain. The Client also agrees not to make
resolution of any dispute with the Consultant or payment of any amount due to the Consultant in any way contingent upon the Consultant's signing any such
certification.
Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither the Client nor the Consultant,
their respective officers, directors, partners, employees, contractors or subconsultants shall be liable to the other or shall make any claim for any incidental, indirect
or consequential damages arising out of or connected in any way to the Project or to this Agreement.
Construction Observation: The Consultant may visit the site at intervals appropriate to the stage of construction, or as otherwise agreed to in writing by the Client
and the Consultant, in order to observe the progress and quality of the Work completed by the Contractor. The Consultant shall not supervise, direct or have control
over the Contractor's work nor have any responsibility for the construction means, methods, techniques, sequences or procedures selected by the Contractor nor for
the Contractor's safety precautions or programs in connection with the Work.
Dispute Resolution: In an effort to resolve any conflicts that arise during the design and construction of the Project or following the completion of the Project, the
Client and the Consultant agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to nonbinding mediation.
If the dispute or any issues remain unresolved after good faith mediation by both parties, the parties agree to attempt resolution by submitting the matter to a court
of competent jurisdiction.
Applicable Lows: Unless otherwise specified, this agreement shall be governed by the laws of the State of Missouri.
Presence of Hazardous Materials: The Client agrees, notwithstanding any other provision of this Agreement, to the fullest extent permitted by law, to indemnify and
hold harmless the Consultant, its officers, partners, employees and subconsultants (collectively, Consultant) from and against any and all claims, suits, demands,
liabilities, losses, damages or costs, including reasonable attorneys' fees and defense costs arising out of or in any way connected with the detection, presence,
handling, removal, abatement, or disposal of any asbestos or hazardous or toxic substances, products or materials that exist on, about or adjacent to the Project site,
whether liability arises under breach of contract or warranty, tort, including negligence, strict liability or statutory liability, regulatory or any other cause of action,
except for the sole negligence or willful misconduct of the Consultant.
Indemnification: The Consultant agrees, to the fullest extent permitted by law, to indemnify and hold harmless the Client, its officers, directors and employees
(collectively, Client) against all damages, liabilities or costs, including reasonable attorneys' fees and defense costs, to the extent caused by the Consultant's negligent
performance of professional services under this Agreement and that of its subconsultants or anyone for whom the Consultant is legally liable. The Client agrees, to
the fullest extent permitted by law, to indemnify and hold harmless the Consultant, its officers, directors, employees and subconsultants (collectively, Consultant)
against all damages, liabilities or costs, including reasonable attorneys' fees and defense costs, to the extent caused by the Client's negligent acts in connection with
the Project and the acts of its contractors, subcontractors or consultants or anyone for whom the Client is legally liable.
lnformotlon Provided by Others: The Client shall furnish, at the Client's expense, all information, requirements, reports, data, surveys, existing plans/specifications,
existing geotechnical reports, and instructions required by this Agreement. The Consultant may use such information in performing its services and is entitled to rely
upon the accuracy and completeness thereof. The Consultant shall not be held responsible for any errors or omissions that may arise as a result of erroneous or
incomplete information provided by the Client and/or the Client's consultants and contractors.
Limitation of Liability: In recognition of the relative risks and benefits of the Project to both the Client and the Consultant, the risks have been allocated such that the
Client agrees, to the fullest extent permitted by law, to limit the liability of the Consultant and Consultants officers, directors, partners, employees, shareholders,
owners and subconsultants for any and all claims, losses, costs, damages of any nature whatsoever or claims expenses from any cause or causes, including attorneys'
fees and costs and expert-witness fees and costs, so that the total aggregate liability of the Consultant and Consultants officers, directors, partners, employees,
shareholders, owners and subconsultants shall not exceed $100,000.00, or the Consultant's total fee for services rendered on this Project, whichever is greater. It is
intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law.
Standard of Care: In providing services under this Agreement, the Consultant shall perform in a manner consistent with that degree of care and skill ordinarily
exercised by members of the same profession currently practicing under similar circumstances at the same time and in the same or similar locality. The Consultant
makes no warranty, either express or implied, as to the professional services rendered under this Agreement.
Ownership of Instruments of Service: The Client acknowledges the Consultant's construction documents, including electronic files, as the work papers of the
Consultant and the Consultant's Instruments of professional service. Nevertheless, upon completion of the services and payment in full of all monies due to the
Consultant, the Client shall receive ownership of the final construction documents prepared under this Agreement. The Client shall not reuse or make any
modification to the construction documents without the prior written authorization of the Consultant. The Client agrees, to the fullest extent permitted by law, to
defend, indemnify and hold harmless the Consultant, its officers, directors, employees and subconsultants (collectively, Consultant) against any damages, liabilities or
costs, including reasonable attorneys' fees and defense costs, arising from or allegedly arising from or in any way related to or connected with the unauthorized reuse
or modification of the construction documents by the Client or any person or entity that acquires or obtains the construction documents from or through the Client
without the written authorization of the Consultant.
Timeliness of Performance: The Client and Consultant are aware that many factors outside the Consultant's control may affect the time to complete the services to
be provided under this Agreement. The Consultant will perform these services with reasonable diligence and expediency consistent with sound professional practices.
Unauthorized Changes to Plans: In the event the Client, the Client's contractors or subcontractors, or anyone for whom the Client is legally liable makes or permits to
be made any changes to any reports, plans, specifications or other construction documents, including electronic files, prepared by the Consultant without obtaining
the Consultant's prior written consent, the Client shall assume full responsibility for the results of such changes. Therefore the Client agrees to waive any claim
against the Consultant and to release the Consultant from any liability arising directly or indirectly from such changes.
CONSENT AGENDA STAFF REPORTITEM CONSIDERED: Item ESUBJECT: Acceptance of State Community Development Block Grant - CARES(CDBG-GV) in the amount of $575.760DATE CONSIDERED: May 2. 2022DEPARTMENT DIRECTOR(S):CITY ADMINISTRATOR: ^Approval of this Consent Agenda item woulcT allow acceptance of a State CommunityDevelopment Block Grant - CARES Act (CDBG-CV) in the amount of $575,760. Grantfunds will be subgranted to Transformational Housing for the rehabilitation of 101Jackson Street into five units of transitional housing.The grant is 100% federal funding. $544,000 will be subgranted to TransformationalHousing: $31,760 will pay administrative cost of Staff time.
Memorandum
______________________________________________________________________________
To: City Council
From: City Administrator
Re: Grant Acceptance Over $25,000
For: Consent Agenda
______________________________________________________________________________
Pursuant to Section 2- 28 of the City Code, I request authority to accept the following Grant:
The name of the grantor:
Department of Economic Development (HUD CDBG)
The amount of the grant:
$575,760
The purpose of the grant:
Subgrant to Transformational Housing for rehabilitation
of 101 Jackson Street.
Any matching requirements or future
obligations tied to acceptance of the grant:
GL Acct where matching funds will come
from (will be used for budget adjustment
upon grant acceptance to make budget
authority in expense acct shown below
whole)
No. 100% federal funding
CFDA#:
14.228
Grant Award # (if any):
2020-CF-CV18
City Department Responsible:
Planning & Protective Services
Employee assigned as Grant
Administrator:
Rachel Senzee
Revenue account # to be amended:
10-147-430010 Federal Grants
Expense account # to be amended:
$31,760 10-147-501020 Salaries
$544,000 10-147-520072 Subrecipient Reimbursement
Reviewed by Finance:
Please NOTE: Upon Approval of the Consent Agenda, the City Administrator may, on behalf of the city
execute any documents necessary for accepting the grant and amend the budget to reflect the acceptance of
such revenue, and amend the budget to reflect equivalent expenses so as to accomplish the purpose of such
funds.
For Finance Department Use only:
Approved on the Consent Agenda this _______ day of _______, 20_____
Revised 8/2/16 by Ordinance 15545
MISSOURI DEPARTMENT OF ECONOMIC DEVELOPMENT
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
FUNDING APPROVAL
under Title 1 of the Housing and Community Development Act of 1974 (Public Law 93-383) as amended.
1. NAME AND ADDRESS OF GRANTEE 10. PROJECT DESCRIPTION (indicate specific scope of each activity
City of Jefferson DUNS#: 048127740 regardless of funding source)
320 E. McCarty St.FEIN#44-6000193
Jefferson City, Mo. 65101 CFDA#14.228
Cole County Phone#573-634-6303
2. PROJECT NUMBER 3. SEN. DIST.REP. DIST.
06 60
4. POPULATION 5. NO. OF BENEFICIARIES
P F
2354 953
6. GRANT AWARD DATE 7. GRANTEE FYE DATE
8. MAXIMUM CDBG GRANT AMOUNT AWARDED
9. FEDERAL AWARD IDENTIFICATION NUMBER NATIONAL OBJECTIVE:LMI Census
LMI PERSONS:65.0% LMI FAMILIES:65.0%
REQ. MATCHING FUNDS
ENV.D RECIPIENT OTHER
PROGRAM ACTIVITY REV.(1)B CASH IN-KIND PRIVATE STATE/FED
Community Facilities 06 Y Y 2020 Y 512,075 512,075
Asbestos Removal 60 Y Y 2020 Y 11,925 11,925
Parking 15 Y Y 2020 Y 20,000 20,000
Administration 35 2020 31,760 31,760
0
0
0
0
0
TOTAL 575,760$ 575,760$ 0$ 0$ 0$ 0$
(1) Funds for activities that are conditioned subject to an environmental review may not be incurred or obligated until a written "Notice of Removal of Grant
Conditions" is issued by DED.
PREPARED BY DATE
JH Sanning 04/22/22
ACT.
NO.
FUNDING
YEAR TOTAL CDBG FUNDSSection 3
2020-CF-CV18
43,079
04/07/22
B-20-DW-29-0001
575,760$
10/31
The renovation and rehabilitation of 101 Jackson Street. The
facility will consist of separted living facilities, kitchens, and
bathroom with proper air ventilation ~o help safeguard against
COVID transmission. This project would add five apartments
including at least one handicap accessible unit and 12 bedrooms.
573-751-4962
P.O. Box 1157
Jefferson City, MO 65102 ded.mo.gov
Michael L. Parson
Governor
Maggie Kost
Acting Director
April 12, 2022
The Honorable Carrie Tergin
Mayor, City of Jefferson
320 E. McCarty St
Jefferson City, Missouri 65101
Email: ctergin@jeffersoncitymo.gov
Dear Mayor Tergin:
I am pleased to inform you that your application for the Transformational Housing
project has been approved by the Community Development Block Grant Program
in the amount of $575,760.00.
On behalf of the State of Missouri, we would like to congratulate the City of
Jefferson on behalf of Transformational Housing in its efforts to enhance the
community and strengthen its economy. At this time, we ask that you refrain from
publicizing the news of the grant award until two weeks after the date of this letter.
Building up Missouri’s communities is a top priority of Governor Michael Parson and
as such, we would like to reserve the right for his office to determine his
involvement in any potential announcement opportunities. If you intend to plan a
public event, distribute a media release, or post the news regarding the approval
of the grant on social media after the two weeks, please contact our
Communications team at: ded.communications@ded.mo.gov.
We are looking forward to initiating the start of your project and providing the
necessary assistance toward its successful completion. We wish you continued
success toward improving and enhancing your community.
If you have any questions, please contact Mary Rajek, Community Development
Block Grant Manager, at (573) 751-3600.
Sincerely,
Maggie Kost
Acting Director
1
Grant Agreement
Between
State of Missouri
Department of Economic Development
And
City of Jefferson Missouri
2020-CF-CV18
April 07, 2022
2
DED Form GA-2020 STATE OF MISSOURI
DEPARTMENT OF ECONOMIC DEVELOPMENT
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
______________________________________________________________________________
SECTION 1: INTRODUCTION AND GRANT REQUIREMENTS
1.1 Introduction:
1.1.1. This Grant Agreement, by and between the Department of Economic
Development, an executive branch agency of the State of Missouri
(DED), and The City of Jefferson Missouri (Grantee) is for the provision of
improvements under the Community Development Block Grant (CDBG)
Program, as further defined in the “Scope of Services and Deliverables.”
1.1.2. This Grant Agreement is made pursuant to the authority of the Housing
and Community Development Act of 1974 (Public Law 93 -383), as
amended (“the Act”), codified at 42 U.S.C. § 5301, et seq., and
commonly referred to as the Community Development Block Grant
Program (“CDBG”).
1.1.3. The following additional documents are incorporated by reference as
part of this Grant Agreement:
1.1.3.1. The Grantee’s submissions for CDBG assistance;
1.1.3.2. The Statement of Assurances;
1.1.3.3. The Grant Budget;
1.1.3.4. The Act, as now in effect and as may be amended from
time to time;
1.1.3.5. Department of Housing and Urban Development (“HUD”)
regulations at 24 CFR Part 570, as amended from time to
time, and as modified by waivers, alternative requirements,
and other requirements described in this agreement and in
Federal Register notices published as of the date of this
Agreement or in the future;
1.1.3.6. Section 3 of the Housing and Urban Development Act of
1968, as amended by the Housing and Community
Development Act of 1992 ("Section 3"), codified at 12 U.S.C.
3
1701u, and HUD implementing regulations at 24 CFR Part 75,
as may be amended from time to time ;
1.1.3.7. Uniform Administrative Requirements, Cost Principles, and
Audit Requirements for Federal Awards at 2 CFR Part 200, as
may be amended from time to time ;
1.1.3.8. DED's current Consolidated Plan and Annual Action Plan,
pursuant to 24 CFR Part 91, as amended;
1.1.3.9. The Sta te’s CDBG Administrative Manual;
1.1.3.10. The State’s CDBG Policies and Procedures Implementation
Manual;
1.1.3.11. The State’s CDBG Guidelines;
1.1.3.12. The federal award identification worksheet;
If the Funding Assistance amount is over $100,000, the
Certification Regarding Government-Wide Restriction on
Lobbying; and
1.1.3.13. The DED Funding Approval form.
1.1.4. Key Dates and Deadlines:
1.1.4.1. The effective date of the Grant Agreement shall be the
Grant Award date set forth in the DED Funding Approval
form (“Effective Date”).
1.1.4.2. The Project is funded by one or more federal grants,
identified in Section 9 of the Funding Approval Form. Each
federal grant has a deadline after which the funds from the
grant can no longer be expended (“Federal Grant
Deadline”), as set forth below:
Federal Grant No. identified in
Section 9 of Funding Approval
Form
Federal Grant Deadline
B-20-DW-29-0001 August 23, 2027
1.1.4.3. Expenditure Deadline: All expenditures of CDBG funds under
this Grant Agreement must be completed no later than
three (3) years from the Effective Date, EXCEPT THAT if the
Federal Grant Deadline above is an earlier date, the funds
4
attributable to that federal grant must be expended by the
applicable Federal Grant Deadline.
1.1.4.4. Final invoice and grant distribution reconciliation report for
each Federal Grant source must be submitted no later than
60 days after the Expenditure Deadline as set forth in Section
1.1.4.3.
1.1.4.5. The Project must be completed three years from the
Effective Date (“Project Completion Deadline”) (also set
forth in Section 1.2.3).
1.1.4.6. All Project closeout documents must be submitted no later
than sixty (60) days after the Project Completion Deadline.
1.1.4.7. Grantee shall adhere to the deadlines for the project. In the
event that the Grantee is unable to meet a deadline, the
Grantee shall request an extension of such deadline from DED
in writing no later than five business days prior to the deadline.
Deadlines for expenditures may not be extended beyond the
Expenditure Deadline.
1.2 General Requirements:
1.2.1 DED will make available the funding assistance specified in the attached
DED Funding Approval form (the “Funding Assistance”) to the Grantee
for completion of the project identified on the Grantee’s CDBG Program
Application (the “Project”). The obligation and utilization of the Fundi ng
Assistance is subject to the requirements for a release of funds by DED
under the Environmental Review Procedures at 24 CFR Part 58 for any
activities requiring such release.
1.2.2 The Grantee agrees to accept responsibility for adherence to this Grant
Agreement by any and all subrecipient entities to which it makes
available any portion of the Funding Assistance.
1.2.3 The Grantee agrees that it will complete the Project no later than three
years from the Effective Date set forth in Section 1.1.4 (“Project
Completion Deadline”).
1.2.4 The Grantee agrees that it will adhere to the projection of grant
expenditures by activity as submitted with the application.
1.2.5 The Grantee agrees that its disbursement of funds must occur in a timely
manner. If any payment takes longer than three days (as provided in the
5
financial chapter of the CDBG Program Administrative Manual), the
Grantee will maintain a written explanation for such delay.
1.2.6 The Grantee agrees to conduct the Project in such a manner to ensure
timely expenditure of funds and accomplishment reporting. The Grantee
agrees to submit updates regarding expenditure projections on a
quarterly basis.
1.2.7 The Grantee warrants that its internal financial controls will be followed
with respect to all activities conducted pursuant to this Grant
Agreement, and that such controls are adequate. The Grantee agrees
to establish and maintain a financial management system in order to
provide accurate, current, and complete disclosure of the financial
status of the CDBG Program funded Project by eligible program activity.
The Grantee agrees to provide effective control over and accountability
for CDBG Program funds, property, and other assets, including proper
segregation of duties.
1.2.8 The Grantee agrees to comply with the principles for determini ng
allowable costs found in 2 CFR Part 200 (as made applicable by 24 CFR
570.489).
1.2.9 The Grantee will:
a. Identify the total need of assistance,
b. Identify the total of all available assistance,
c. Identify the assistance determined to be not available for the same
purpose /activity,
d. Perform calculations determining the total funds available from other
sources,
e. Perform calculations determining the maximum eligible award,
f. Require all applicants to sign a subrogation agreement to repay any
assistance later received for the same purpose, and
g. Recapture funds, if necessary, including but not limited to situations
when funds were expended in excess of the need and duplicative
other assistance received by the beneficiary for the same purpose.
1.2.10 The Grantee agrees that State and HUD officials shall have full access to
any documents or materials relating to the Funding Assistance at any
reasonable time.
6
1.2.11 The Grantee agrees that all funds received under this Grant Agreement
shall be held and used by the Grantee for the sole purpose of
accomplishing the Project, and none of the funds so held or received
shall be diverted to any other use or purpose.
1.2.12 The Grantee agrees that any material prepared by the Grantee, or by
persons or firms employed or contracted by the Grantee, in connectio n
with this Grant Agreement shall not be subject to copyright, and DED
shall have the unrestricted authority to publish, distribute, or otherwise
use, in whole or in part, any reports, data, or other material prepared
under this Grant Agreement.
1.2.13 The Grantee agrees that any approval of contracts, sub -contracts,
material or service orders, or any other obligation by the Grantee or its
agents shall not be deemed an obligation by DED or the State of
Missouri, and neither shall be responsible for fulfillment of the Grantee’s
obligations.
1.2.14 The Grantee agrees to comply with the citizen participation
requirements set out in Section 104(a) of the Act, including the State’s
written Citizens Participation Plan in accordance with Section 508 of the
Housing and Community Development Act of 1987.
1.2.15 The Grantee agrees to adopt and enforce a policy prohibiting the use of
excessive force by law enforcement agencies within its jurisdiction
against any individuals engaged in nonviolent civil rights demonstrations
in accordance with Section 519 of Public Law 101- 144, and also agrees
to enforce applicable state and local laws against physically barring
entrance to or exit from a facility or location which is the subject of such
non-violent civil rights demonstrations within its jurisdiction.
1.2.16 The Grantee agrees to comply with all reporting requirements of the HUD
performance measurement or financial systems, including but not limited
to the Integrated Disbursement and Information System (“IDIS”). DED
may suspend requests for CDBG Program funds by the Grantee for
failure to comply with any specific requirement of such reporting.
1.2.17 The Grantee agrees to comply with the State’s procedures and policies
to prevent and detect fraud, waste, and abuse. The Grantee
acknowledges that a subrecipient’s or service provider’s systems used to
administer CDBG funds will be monitored to ensure that adequate
protections against fraud and misuse of funds are in place.
7
1.2.18 The Grantee agrees to comply with the policies and procedures set forth
in Executive Order 96-03 for the protection of Missouri’s wetlands.
1.2.19 The Grantee agrees to obtain and comply with all relevant state and
federal permits and licenses related to construction and operation of
any development activity funded by CDBG Program. The Grantee
agrees and understands that copies of those permits and licenses shall
be made available to DED or HUD upon request. The Grantee
acknowledges that a lack of any such applicable permit or license may
restrict Grantee access to the Funding Assistance.
1.2.20 In the event that the Grantee has, in DED’s sole discretion, failed to
comply with this Grant Agreement or any other CDBG program
requirement, the Grantee shall perform any remedial actions
determined appropriate by DED to correct the deficiency, which actions
ma y include, but are not limited to:
a. The Grantee’s repayment or reimbursement to the State or local
CDBG Program fund (at DED’s discretion) of inappropriately used
CDBG funds;
b. The Grantee’s return to the State of CDBG Program funds deposited
at the Grantee’s local financial institution; and
c. The Grantee’s return to DED or the supplier of any equipment,
materials, or supplies purchased or leased using CDBG Program
funds.
1.2.21 Such actions shall be performed by the Grantee in the time period
specified by DED in writi ng to the Grantee. DED may also refuse the
Grantee’s requests for CDBG Program funds or take other actions as DED
deems appropriate to ensure proper performance of the terms of this
Grant Agreement and compliance with CDBG Program requirements.
1.2.22 DED may ter minate this Grant Agreement in whole or in part, at any
time, including before Project completion, if it determines that the
Grantee has failed to comply with the conditions of this Grant
Agreement. DED shall notify the Grantee in writing of any such
determination and the reasons for the termination, together with the
effective date. The Grantee shall not obligate the Funding Assistance in
any way after the effective date of the termination of the Grant
Agreement, and it shall be the Grantee’s duty to take any and all legal
8
efforts to cancel any obligations outstanding with respect to the Funding
Assistance upon termination.
1.2.23 The provisions of this Grant Agreement are binding upon each party’s
successors and permitted assigns.
1.2.24 The Grantee agrees to assume all of the responsibilities for environmental
review, decision making, and actions as specified and required in
Section 104(g) of the Act, the National Environmental Policy Act of 1969,
and in 24 CFR Part 58.
1.2.25 The Grantee agrees to comply with all applicable r equirements of Titles II
and III of the Uniform Relocation Assistance and Real Property
Acquisition Policies Act of 1970 (42 U.S.C. 4601), Sections 104(d), 104(k),
and 105(a) (11) of the Act.
1.2.26 The Grantee agrees the use of CDBG Program funds for relocation
activities must meet accessibility standards, provide reasonable
accommodations to persons with disabilities, and take into consideration
the functional needs of persons with disabilities in the relocation process.
1.2.27 The Grantee agrees to comply with the lea d-based paint hazard control
laws and regulations specified in Title X of the Housing and Community
Development Act of 1992, implementing regulations at 24 CFR Part 35,
state statutes governing the licensing and conduct of persons
addressing lead paint at Sections 701.300 through 701.349, RSMo, Work
Practice Standards at 19 CSR 30-70, and OSHA regulations at 29 CFR Part
1926.
1.2.28 The Grantee agrees to comply with HUD's regulations implementing
Section 3, at 24 CFR Part 75, as may be amended from time to time. T he
regulations at 24 CFR Part 75 are applicable to projects for which
assistance or funds are committed on or after July 1, 2021.
1.2.29 The Grantee agrees to comply with the stricter of the procurement
requirements between applicable state and local laws and the CDBG
program procurement policy, as set forth in the CDBG Administrative
Manual.
1.2.30 If the Grant Award is for the CDBG Voluntary Buyout program, the
Grantee agrees to the state’s guidelines for a voluntary buyout program,
either funded in full or partially funded by CDBG funds. The guidelines
must meet the minimum policy requirements for the CDBG Program.
9
1.2.31 If the Project is for the CDBG Voluntary Buyout program, the Grantee
agrees that all real estate purchased in the name of the Project must
have open space d eed restrictions in perpetuity.
1.2.32 The Grantee agrees to the state’s grievance and appeals policy
handling incoming complaints, and includes a complaint escalation
process in order to ensure that complaints are properly resolved.
1.2.33 The Grantee agrees to comply with affordability periods for housing
assistance programs as stated in the most relevant Federal Registers and
CDBG Program policy.
1.2.34 The Grantee hereby certifies that the Grantee will administer funded
program activities in accordance with the Fair Housing Act and that the
Grantee will affirmatively further fair housing.
1.2.35 The Grantee agrees to comply with federal labor standards
requirements as defined in the Davis - Bacon Act, the Copeland Anti -
Kickback Act, the Contract Work Hours and Safety Standards Act a nd
the Missouri Prevailing Wage Law.
1.2.36 The Grantee agrees to comply with the requirements of the eVerify
federal work authorization program as defined in Section 285.525(6),
RSMo with respect to employees working in connection with the Project.
1.2.37 The Grantee a grees not to use the services of any contracting
organization which is, or whose principals are, suspended or debarred
from federal programs.
1.2.38 The Grantee agrees that any program income generated by the use of
CDBG Program funds (including, but not limited to, sale of property
acquired or constructed in whole or in part with CDBG Program funds)
will be used for CDBG Program eligible activities that meet a HUD
national objective, if approved by DED in its sole discretion, or else
returned to DED. The Grantee also agrees that it will inform DED of the
generation of any program income after the closing of the Project.
Program income generated while the Project remains open and active
must be used for CDBG-eligible costs prior to drawing additional CDBG
Program funds for those costs.
1.2.39 The Grantee agrees to comply with the conflict of interest provisions
specified in the CDBG Program Guidelines.
10
1.2.40 The Grantee agrees to comply with the Missouri CDBG Grantee
Language Access Plan Guidance to develop and adopt a Language
Access Plan in order to provide Limited English Proficient (“LEP”) persons
with meaningful access to programs and activities funded by the federal
government and awarded by DED.
1.2.41 The protection of Personally Identifiable Information (“PII”) data applies
to all CDBG Program Grantees, subrecipients, and contracted agents.
The Grantee agrees to implement PII protection as set forth in the CDBG
Program PII Policy. The Grantee shall cause each such sub - recipient and
contracted agent to execute the CDBG PII Policy and provide the
executed copy to DED. Non -compliance may cause penalties for future
grant awards.
1.2.42 The Grantee agrees that any and all amount of local funds or in -kind
(force account) services or materials indicated in the attached Funding
Approval form shall be equal to or greater than the amount indicated.
1.2.43 The Grantee agrees that any proposed activity budget variances (from
the Funding Approval form) must be approved by DED in writing, in the
sole discretion of DED, prior to an obligation of funds for such activity.
Any desired variance shall be approved by the Grantee’s governing
body in advance of such an obligation of funds.
1.2.44 The Grantee agrees to complete the Project in its entirety and as
indicated in the Funding Approval form.
1.2.45 The Grantee agrees to comply with all legal or administrative
requirements imposed by or described in the CDBG Program
Administrative Manual and the CDBG Program Guidelines. The Grantee
is aware that this includes, but is not limited to, the requirement that a
grant recipient must repay to the State, upon sale of the CDBG Program-
funded real property to a non-eligible entity, a pro-rata portion of the
proceeds of the sale, as set forth in the CDBG Program Administrative
Manual. Real property, acquired or improved in whole or in part with
CDBG Program funds, must continue to meet the CDBG Program
national objective for a period not less than five years from the date of
Project closeout.
1.2.46 The Grantee agrees that upon Project completion, any CDBG Program
funds remaining from the allocation indicated in the Funding Approval
11
form shall be returned to DED if they have been drawn to the Grantee’s
local depository, or cancelled if such funds have not been drawn.
1.2.47 The Grantee agrees to comply with 2 CFR Part 200, which governs the
auditing requirements of these grant monies in accordance with the
Single Audit Act of 1984, as amended, and to provide DED with all
required audits. The Catalog of Federal Domestic Assistance (“CFDA”)
number for state CDBG Program grants is 14.228.
1.2.48 The Grantee shall obtain prior approval from DED before purchasing any
equipment or motor vehicles under this Grant Agreement.
1.3 Duplication of Benefits:
1.3.1 The Grantee agrees to comply with the Robert T. Stafford Disaster Relief
and Emergency Assistance Act (42 U.S.C. §§ 5121-5207), as amended,
and the “necessary and reasonable” cost principles found in 24 CFR Part
570 and in OMB Circulars as they relate to the responsibility to recognize,
investigate, determine, and account for any duplication of benefits for
any project funded with CDBG or CDBG-DR Program funds in response
to a disaster or emergency. The Grantee understands it may be subject
to a demand for repayment to the DED for any amount of CDBG
Program funding found to have duplicated another federal, state, or
local program or private insurance.
1.3.2 The Grantee agrees to comply with the hierarchy of disaster assistance
(as described in the Duplication of Benefits chapter of the CDBG
Program Administrative Manual) and shall take all steps to ensure that
CDBG Program funds a re not used in a manner that disrupts that
hierarchy. Such a disruption that results in a duplication of benefits shall
be cause for repayment of CDBG Program funds.
1.3.3 The Grantee agrees to gather and retain documentation to prove the
avoidance of a duplication of benefits as part of the Grantee’s master
files, and to make such proof available to DED or HUD staff as requested.
Duplication of benefit records kept by the Grantee include all
documents related to the Project, records for projects for whic h the
Grantee may have sponsored an application on behalf of a sub -
grantee, and all records related to each subrecipient or direct
beneficiary of CDBG Program funds.
12
1.4 Payment Terms and Conditions:
1.4.1 Maximum Grant Amount: The Grant award amount under this
Agreement is $575,760. This amount will not change unless an
Amendment to the Grant is submitted and approved by DED.
1.4.2 Payment Methodology: The Grantee shall be reimbursed for actual,
reasonable, and necessary costs based upon the Grant Budget, not to
exceed the amount established in Section 1.4.1. The Grantee shall
submit invoices prior to any reimbursement of allowable costs.
1.4.3 Travel Compensation: Reimbursement to the Grantee for travel, meals,
or lodging shall be subject to amounts and limitations specified in the
State Comprehensive Travel Regulations, as they are amended from
time to time, and shall be contingent upon and limited by the Grant
Budget amount for such costs.
1.5 Invoice Requirements:
1.5.1 The Grantee shall invoice DED no more than once monthly with all
necessary supporting documentation, and present such to CDBG
Program PO BOX 118 Jefferson City, MO 65102-118
1.5.2 Each invoice shall clearly and accurately detail all of the following
required information (calculations must be extended and totaled
correctly):
a. Invoice/Reference Number (assigned by the Grantee);
b. Invoice Date;
c. Invoice Period (to which the reimbursement request is applicable);
d. Grant Agreement Number (assigned by DED);
e. Grantor: State of Missouri Department of Economic Development;
f. Grantee Name;
g. Grantee Remittance Address;
h. Grantee Contact for Invoice Questions (name, phone, and fax, if
available)
i. Itemization of Reimbursement Requested for the Invoice Period
detailing, at minimum, all of the following:
The amount requested by Grant Budget line-item (including any
travel expenditure reimbursement requested and for which
13
documentation and receipts, as required by State Comprehensive
Travel Regulations, are attached to the invoice).
The amount reimbursed by Grant Budget line-item to date.
The total amount reimbursed under the Grant Agreement to date.
The total amount requested (all line-items) for the Invoice Period.
1.5.3 The Grantee understands and agrees:
a. An invoice under this Grant Agreement shall include only
reimbursement requests for actual, reasonable, and necessary
expenditures required in the delivery of service described by this
Grant Agreement and shall be subject to the Grant Budget and any
other provision of this Grant Agreement rela ting to allowable
reimbursements;
b. An invoice under this Grant Agreement shall not include any
reimbursement request for future expenditures; and
c. An invoice under this Grant Agreement shall initiate the timeframe for
reimbursement only when the State is in receipt of the invoice, and
the invoice meets the minimum requirements of this Grant
Agreement.
1.6 Disbursement:
1.6.1 Disbursement Reconciliation: The Grantee shall submit a final invoice
and a grant distribution reconciliation report no later than 60 days of the
Expenditure Deadline as set forth in Section 1.1.4.3 in form and substance
reasonably acceptable to DED.
1.6.2 If total disbursements to the Grantee pursuant to this Grant Agreement
exceed the amount permitted, the Grantee shall refund the difference
to the State. The Grantee shall submit the refund with the final grant
disbursement reconciliation report.
1.6.3 DED shall not be responsible for the payment of any invoice submitted to
DED after the grant disbursement reconciliation report. Any Grantee
costs submitted for reimbursement after the grant disbursement
reconciliation report will not be paid.
1.6.4 The Grantee’s failure to provide a final grant disbursement reconciliation
report to DED as required by this Grant Agreement shall result in the
Grantee being deemed ineligible for reimbursement under this Grant
14
Agreement, and the Grantee shall be required to refund any and all
payments by pursuant to this Grant Agreement.
1.7 Other Requirements:
1.7.1 The Grantee must close out its accounting records with respect to each
federal grant source in Section 9 of the Funding Approval form at the
end of the applicable Expenditure Deadline in such a way that
reimbursable expenditures and revenue collections are not carried
forward.
1.7.2 Indirect Cost: Should the Grantee request reimbursement for indirect
costs, the Grantee must submit to DED a copy of the indirect cost rate
approved by the cognizant federal agency or the cognizant state
agency, as applicable. The Grantee will be reimbursed for indirect costs
in accordance with the approved indirect cost rate and amounts and
limitations specified in the attached Grantee project budget. Once the
Grantee makes an election and treats a given cost as direct or indirect,
it must apply that treatment consistently and may not change. Any
changes in the approved indirect cost rate mu st have prior approval of
the cognizant federal agency or the cognizant state agency, as
applicable. If the indirect cost rate is provisional, once the rate become
final, the Grantee agrees to remit any overpayment of funds to the
State, and subject to the availability of funds DED agrees to remit any
underpayment to the Grantee.
1.7.3 Cost Allocation: If any part of the costs to be reimbursed under this Grant
Agreement are joint costs involving allocation to more than one
program or activity, such costs shall be allocated and reported in
accordance with the provisions of this Grant Agreement.
1.7.4 Payment of Invoice: A payment by DED shall not prejudice DED’s right to
object to or question any reimbursement, invoice, or related matter. A
payment by DED shall not be co nstrued as acceptance of any part of
the work or service provided or as approval of any amount as an
allowable cost.
1.7.5 Non-Allowable Costs: Any amounts payable to the Grantee shall be
subject to reduction for amounts included in any invoice or payment
that are determined by DED, on the basis of audits or monitoring
conducted in accordance with the terms of this Grant Agreement, to
constitute unallowable costs.
15
1.7.6 State’s Right to Set Off: DED reserves the right to set off or deduct from
amounts that are or shall become due and payable to the Grantee
under this Grant Agreement or under any other agreement between the
Grantee and the State of Missouri under which the Grantee has a right
to receive payment from the State.
1.7.7 Prerequisite Documentation: The Grantee shal l not invoice DED under
this Grant Agreement until the Grantee has completed, signed, and
returned the DED-provided W-9 form. The taxpayer identification number
on the W-9 form must be the same as the Grantee’s Federal Employer
Identification Number or Social Security Number referenced in the
Grantee’s Edison registration information.
SECTION 2:
SCOPE OF SERVICES AND DELIVERABLES
2.1 Scope of Work:
2.1.1 The Grantee shall provide the scope of work and deliverables (or
“Scope”) as required, described, and detailed in this Grant Agreement.
2.1.2 The Grantee shall utilize funds for activities in accordance with the
description of the project in the State of Missouri’s approved application.
2.1.3 The Grantee shall adhere to the scope of work defined in Section 10 of
the CDBG Program Funding Approval form.
2.2 Reporting:
2.2.1 Final report documents to be completed by the Grantee shall appear
on DED’s website.
2.3 Audit Report:
2.3.1 In accordance with all applicable Federal and State laws, the Grantee
shall be subject to being audited under such provisions. The Grantee will
provided all required Audit documentation within the deadline required
by the law.
2.3.2 A copy of such Missouri audit report shall be provided to DED by a
licensed, independent public accountant. Audit reports shall be made
available to the public.
16
2.3.3 The Grantee agrees to comply with the Statement of Assurances,
attached to this Grant Agreement, and with the State’s CDBG Program
Administrative Manual for the program year .
2.4 Pre-Award Requirements:
2.4.1 Federal Pre-Award Authority: The parties acknowledge that DED has the
power to expend funds under this Grant Agreement in accordance with
applicable federal pre-award authority. Federal pre-award authority is a
system under which recipients of federal grant money may incur certain
project costs before the final approval of a federal grant and may retain
eligibility for subsequent reimbursement after grant approval. The
payment obligations of this Grant Agreement may be predicated wholly
or in part on DED’s exercise of federal pre-award authority. By accepting
the terms of this Grant Agreement, the Grantee acknowledges the
following:
a. With regard to the Grantee’s activities prior to the effective date of
this Grant Agreement, only those activities which meet all of the
following requirements may be considered for reimbursement:
Activities that are reasonably related to the Scope of Services;
Activities in whose absence the Scope of Services could not be
completed or performed; and
Activities that meet the relevant federal agency’s requirements for
reimbursement under federal pre-award authority.
2.4.2 The Grantee understands the federal pre-award authority system and its
relation to this Grant Agreement.
2.4.3 Pre-award authority is not a legal or implied commitment that the work
contemplated in this Grant Agreement will be approved for federal
assistance nor that will a federal agency obligate funds. Furthermore, it is
not a legal or implied commitment that all items undertaken by the
Grantee will be eligible for inclusion in a federally funded project.
2.4.4 It is the Grantee’s responsibility to ensure its own compliance with the
policies and requirements of the relevant federal agency with regard to
the goods or services contemplated in this Grant Agreement. The
Grantee assumes all risk and is responsible for ensuring that all conditions
are met to retain eligibility for federal reimbursement via grant.
17
2.4.5 To the extent that this Grant Agreement is funded through federal pre -
award authority, DED’s obligations of this Grant Agreement shall be void
in the event that any of the following occur:
a. The Grantee fails to comply with the relevant federal agency’s
policies and regulations;
b. The relevant federal agency fails or refuses to finalize a grant; or
c. The relevant federal agency refuses to reimburse specific expenses
incurred under pre- award authority.
2.4.6 For Disaster Recovery grant funds, the State’s federal pre-award
authority is applicable to the event date of the presidentially declared
disaster event.
SECTION 3: TERMS AND CONDITIONS
3.1 State and Federal Compliance:
3.1.1 The Grantee shall comply with all applicable state and federal laws and
regulations in the performance of this Grant Agreement.
3.2 Standard Terms and Conditions:
3.2.1 Required Approvals: DED is not bound by this Grant Agreement until it is
signed by all parties and approved by appropriate officials in
accordance with applicable Missouri laws and regulations.
3.2.2 Modification and Amendment: This Grant Agreement may be modified
only by a written amendment signed by all parties.
3.2.3 Nondiscrimination: The Grantee hereby agr ees, warrants, and assures
that no person shall be excluded from participation in, be denied
benefits of, or be otherwise subjected to discrimination in the
performance of this Grant Agreement or in the employment practices of
the Grantee on the grounds of handicap, disability, age, race, color,
religion, sex, national origin, or any other classification protected by
applicable federal, Missouri, constitutional, or statutory law. The Grantee
shall, upon request, show proof of nondiscriminatory practices as
required or described by DED and HUD, and shall post in conspicuous
places, available to all employees and applicants, notices of
nondiscrimination.
18
3.2.4 Public Notice: All notices, informational pamphlets, press releases,
research reports, signs, and similar p ublic notices prepared and released
by the Grantee in relation to this Grant Agreement shall include the
statement, “This project is funded under a grant contract with the State
of Missouri.” All notices by the Grantee in relation to this Grant
Agreement must be approved by DED before dissemination.
3.2.5 Licensure: The Grantee, its employees, and any subcontractor shall be
licensed pursuant to all applicable federal, state, and local laws,
ordinances, rules, and regulations and shall upon request provide proof
of all such licenses.
3.2.6 Strict Performance: Failure by any party to this Grant Agreement to insist
in any one or more cases upon the strict performance of any of the
terms, covenants, conditions, or provisions shall not be construed as a
waiver of its right to strict performance of the same in any later
circumstance.
3.2.7 Independent Contractor: The parties shall not act as employees,
partners, or associates of one another in the performance of this Grant
Agreement. The parties acknowledge that they are independe nt
contracting entities and that nothing in this Grant Agreement shall be
construed to create a principal/agent relationship or to allow either to
exercise control or direction over the manner or method by which the
other transacts its business affairs or provides its usual services. The
employees or agents of one party shall not be deemed or construed to
be the employees or agents of the other party for any purpose
whatsoever.
3.2.8 DED shall have no liability to Grantee relating to the project, except as
specifically provided in this Grant Agreement.
3.2.9 Force Majeure: “Force Majeure Event” means fire, flood, earthquake,
elements of nature or acts of God, wars, riots, civil disorders, rebellions or
revolutions, acts of terrorism, or any other similar cause beyon d the
reasonable control of a party, except a strike, lockout or labor dispute.
Any failure or delay by a party in the performance of any obligation
under this Grant Agreement arising from a Force Majeure Event is not a
default under this Grant Agreement o r grounds for termination, so long
as such party is exercising its reasonable best efforts to meet such
obligation and only for as long as the Force Majeure Event continues.
19
Grantee will promptly notify the State in writing of any failure or delay
caused b y a Force Majeure Event within one day of the inception of the
Force Majeure Event and will describe in reasonable detail the nature of
the Force Majeure Event.
3.2.10 If any Force Majeure Event results in a delay in Grantee’s performance
longer than forty- eigh t hours, DED may, upon notice to Grantee, cease
payment of Funding Assistance amounts related to administrative costs
until Grantee resumes performance of the affected obligations, or may
immediately terminate this Grant Agreement or any purchase order, in
whole or part, without further payment except for amounts then due
and payable.
3.3 Subcontracting:
3.3.1 The Grantee shall not assign this Grant Agreement or enter into a
subcontract for any of the services performed under this Grant
Agreement without obtaining the prior written approval of DED, in DED’s
sole discretion. If such subcontracts are approved by DED, each shall
contain, at a minimum, sections of this Grant Agreement pertaining to
“Conflicts of Interest,” “Lobbying,” “Nondiscrimination,” and “Public
Notice” (as identified by the section and paragraph headings).
Notwithstanding any use of approved subcontractors, the Grantee shall
remain ultimately responsible for all work performed.
3.4 Conflicts of Interest:
3.4.1 The Grantee warrants that no part of the Funding Assistance shall be
paid directly or indirectly to an employee or official of the State of
Missouri as wages, compensation, or gifts in exchange for acting as an
officer, agent, employee, subcontractor, or consultant to the Grantee in
connection with any w ork contemplated or performed relative to this
Grant Agreement.
3.5 Lobbying:
3.5.1 The Grantee certifies, to the best of its knowledge and belief, that:
a. No federally appropriated funds have been paid or will be paid, by or
on behalf of the Grantee, to any person for influencing or attempting
to influence an officer or employee of a federal agency, a Member
of Congress, an officer or employee of Congress, o r an employee of
a Member of Congress in connection with the awarding of any
federal contract, the making of any federal grant, the making of any
20
federal loan, the entering into of any cooperative agreement, or the
extension, continuation, renewal, amendment, or modification of any
federal contract, grant, loan, or cooperative agreement.
b. If any funds other than federally appropriated funds have been paid
or will be paid to any person for influencing or attempting to
influence an officer or employee of any f ederal agency, a Member
of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with this contract, grant, loan,
or cooperative agreement, the Grantee shall complete and submit
Standard Form-LLL, “Disclosure of Lobbying Activities,” in accordance
with its instructions.
c. The Grantee shall require that the language of this certification be
included in the award documents for all sub -awards at all tiers
(including subcontracts, sub-grants, and contracts under grants,
loans, and cooperative agreements) and that all sub - recipients shall
certify and disclose accordingly.
3.6 Communications and Contacts:
3.6.1 All instructions, notices, consents, demands, or other communications
required or contemplated by this Grant Agreement shall be in writing
and addressed to the respective party as set below:
CDBG:
CDBG Program
PO Box 118
Jefferson City, MO 65102-0118
Email: MoCDBG@ded.mo.gov
Grantee:
City of Jefferson
320 E. McCarty
Jefferson City, MO 65101
Email: wayne@sos.mo.gov
3.6.2 Notwithstanding any other provision of this Grant Agreement which
would otherwise require a contractual amendment, any substitute or
additional contact information may be unilaterally effected upon
written notice to each other party.
21
3.6.3 All instructions, notices, consents, demands, or other communications
shall be considered effectively given upon receipt or recipient
confirmation, whichever occurs first.
3.7 Funds Availability:
3.7.1 The Funding Assistance is subject to the appropriation and availability of
State or Federal funds. In the event that funds are not appropriated or
are otherwise unavailable or insufficient, DED reserves the right to
terminate this Grant Agreement upon written notice to the Grantee.
DED’s termination of this Grant Agreement due to lack of funds is not a
breach of this Grant Agreement. Upon receipt of such written notice, the
Grantee shall cease all work associated with the Grant Agreement.
Should such an event occur, the Grantee shall be entitled to
compensation for all satisfactory and authorized services completed as
of the termination date and to the extent of appropriations. Upon such
termination, the Grantee shall have no right to recover from DED any
actual, general, special, incidental, consequential, or any other
damages whatsoever of any description or amount.
3.8 Closeout Funds and Outstanding Loans:
3.8.1 The Grantee must have a system to ensure the timely transfer of program
income (within the meaning of 24 C.F.R. Part 570) returned to the
Grantee, as well as the timely transfer of outstanding loans or accounts
receivable.
3.9 Documentation and Record Keeping:
3.9.1 Records to be Maintained: Grantee shall cause each sub -recipient to
establish and maintain records sufficient to enable the Grantee to:
a. Determine whether the sub -recipient has complied with applicable
federal statutes and regulations, as well as the terms and conditions
of the Grantee’s federal award; and
b. Satisfy recordkeeping requirements applicable to the Grantee. These
records include the record s described in Section 2 of this agreement,
Scope of Services and Deliverables.
3.9.2 The Grantee should also specify the particular records or form of records
that each sub- recipient must maintain in order meet recordkeeping
requirements imposed by federal sta tute, regulation, and the terms and
conditions of the Grantee’s federal award, and to assist the Grantee in
22
meeting its recordkeeping and reporting requirements. Such records
may include, but are not limited to:
a. Records providing a full description of each activity undertaken;
b. Records demonstrating that each activity undertaken meets one of
the National Objectives of the CDBG program; Records required to
determine the eligibility of activities;
c. Records required to document the acquisition, improvement, use, or
disposition of real property acquired or improved with CDBG
assistance;
d. Records documenting compliance with the fair housing and equal
opportunity requirements of the CDBG regulations;
e. Financial records as required by 24 CFR 570.502, and 2 CFR Part 200 ,
including records necessary to demonstrate compliance with all
applicable procurement requirements; and
f. Other records necessary to document compliance with this Grant
Agreement, any other applicable federal statutes and regulations,
and the terms and conditions of Grantee’s federal award.
3.10 Record Retention and Transmission of Records to the Grantee:
3.10.1 Prior to closeout of the Project, Grantee shall cause each subrecipient to
transmit to the Grantee records sufficient for the Grantee to
demonstrate that all costs under this Grant Agreement met the
requirements of the federal award.
3.11 Electronic Submission to the Federal Audit Clearinghouse:
The Grantee must show that it has a system to electronically submit to
the Federal Audit Clearinghouse the data collection form described in 2
CFR 200.512(b) and reporting package described in 2 CFR 200.512(c)
within the earlier of 30 calendar days after receipt of the auditor's
report(s) or nine months after the end of the audit period.
3.12 Procurement:
3.12.1 If other terms of this Grant Agreement allow reimbursement for the cost
of goods, materials, supplies, equipment, motor vehicles, or contracted
services, procurements by the Grantee shall be in accordance with
section 1. For each procurement for which reimbursement is paid under
this Grant Agreement, the Grantee shall document the competitive
23
procurement method. Notwithstanding the previous sentence, in each
instance when use of a competitive procurement method is not
practicable nor required by section 1, Grantee must maintain a written
justification for the use of a non-competitive procurement. Non -
competitive procurement methods must be approved by DED.
3.12.2 Charges to Service Recipients Prohibited: The Grantee shall not collect
any amount in the form of fees or reimbursements from t he recipients of
any service provided pursuant to this Grant Agreement.
3.13 Governing Law:
3.13.1 This Grant Agreement shall be governed by and construed in
accordance with the laws of the State of Missouri. The Grantee agrees
that it will be subject to the exclusive jurisdiction of the courts of the State
of Missouri in actions that may arise under this Grant Agreement. The
Grantee acknowledges and agrees that any rights or claims against DED
or its employees hereunder, and any remedies arising there from, shall
be subject to and limited to those right and remedies allowable at law, if
any. The Grantee hereby waives its right to pursue any equitable
remedies related to this Grant Agreement.
3.14 Completeness:
3.14.1 This Grant Agreeme nt contains the entire understanding between t he
parties relating to the subject matter contained herein, including all the
terms and conditions agreed to by the parties. This Grant Agreement
supersedes any and all prior understandings, representations,
negotiations, or agreements between the parties, whether written or
oral.
3.15 Severability:
3.15.1 If any term or provision of this Grant Agreement is held to be invalid or
unenforceable as a matter of law, the other terms and conditions
cannot be affected and shall remain in full force and effect. To this end,
the terms and conditions of this Grant Agreement are declared
severable.
3.16 Debarment and Suspension:
3.16.1 The Grantee certifies, to the best of its knowledge and belief, that it, its
current principals, its current subcontractors, and each of their principals:
24
a. Are not presently debarred, suspended, proposed for debarment,
and declared ineligible, or voluntarily excluded from covered
transactions by any federal or state department or agency.
b. Have not within a three year period preceding this Grant Agreement
been convicted of or had a civil judgement rendered against them
for commission of fraud or a criminal offence in connection with
obtaining, attempting to obtain, or performing a public (federal,
state, or local) transaction or grant, violation of federal or state
antitrust statutes or commission of embezzlement, theft, forgery,
bribery, falsification, or destruction of records, making false
statements, or receiving stolen property.
c. Are not presently indicated or otherwise criminally or civilly charged
by a government entity (federal, state, or local) with commission of
any of the offenses detailed in the paragraph immediately above;
and
d. Have not within a three year period preceding this Grant Agreement
had one or more public transactions (federal, state, or local)
terminated for cause or default.
3.16.2 The Grantee shall provide immediate written notice to DED if at any time
it learns of a material change in circumstances which would prevent it
from making anew the certification in Section 3.16.1.
3.17 Equal Participation of Faith-Based Organizations:
3.17.1 The Grantee agrees to comply with all federal regulations issued pursuant
to Equal participation of faith-based organizations in CDBG programs and
activities under 24 CFR § 5.109.
3.18 Outsourcing, Use of Third Parties and Contract Staff for Administrative
Support
3.18.1 The Grantee may engage an unrelated third party (Outsource) to
provide administrative support for the grant but agrees that the
Grantee retains the ultimate responsibility for grant management
including but not limited to; oversight, policy development, monitoring,
internal auditing, and financial management. This includes the use of
contract staff to supplement Grantee activities such as; oversight, policy
development, monitoring, internal auditing, and financial management.
(Pub. L. 115–56)
25
IN WITNESS WHEREOF, the parties hereto have made and executed this Grant
Agreement as of the day and year indicated on the first page.
State of Missouri Department of Economic Development
By:
_______________________________ ___________________________
Christina Carver , Division Director Date signed
Business and Community Solutions
Grantee City of Jefferson Missouri:
By:
_______________________________ ___________________________
Signature Printed Name
_______________________________ ___________________________
Printed Title Date
(City Mayor, Village Board Chairman, or Presiding County Commissioner)
Attest:
__________________________________ ______________________________
Signature Printed name
_______________________________ ______________________________
Printed Title Date
(City, Village, County Clerk, or other official of the Grantee)
Note: The Grantee’s seal must be affixed over the Grantee’s signatures. If no
such seal exists, it must be properly notarized. One copy with original and
printed signatures is required.
BILL SUMMARY
BILL NO: 2022-004
SPONSOR: Councilmember Schreiber
SUBJECT: Establish Automatic Aid Agreements with Four (4) Fire Protection Districts
DATE INTRODUCED: May 2, 2022
DEPARTMENT DIRECTOR(S): ___ -7"'::......:....::=----.:~~--=:::::::---+------
Staff Recommendation: Approve .
Summary: This bill will establish automatic aid agreements with the Osage Fire Protection
District, Holt's Summit Fire Protection District, Cole County Fire Protection District, and
Regional West Fire Protection District.
Origin of Request: Fire Department
Department Responsible: Fire Department
PERSON RESPONSIBLE: MATTHEW SCHOFIELD, Fire Chief
Background Information: The Jefferson City Fire Department seeks to establish
automatic aid agreements with four (4) mid-Missouri Fire Protection Districts directly
adjoining the City of Jefferson. The attached agreements are identical, except for
specifically-identified dual response areas delineated in each agreement.
These agreements will require more frequent interactions between all involved
agencies, resulting in stronger relationships as joint operational and communication
protocols are developed. As an added benefit to citizens of the districts and City , the
agreements will address short-term critical coverage gaps. Finally, all organizations
benefit from additional on-scene resources that may be used for ISO credit.
Fiscal Information: Implementation of these automatic aid agreements will result in
minimal operational cost to the Jefferson City Fire Department. This will primarily be in
the form of consumable fuel and wear and tear on equipment.
BILL NO . 2022-004
SPONSORED BY Councilmember Schreiber
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI , ESTABLISHING
AUTOMATIC AID AGREEMENTS WITH FOUR (4) FIRE PROTECTION DISTRICTS .
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON , MISSOURI , AS
FOLLOWS :
Section 1. The Mayor and City Clerk are authorized to execute an automatic aid
agreement substantially in the form set forth in Exhibit A with the Cole County Fire
Protection District.
Section ~. The Mayor and City Clerk are authorized to execute an automatic aid
agreement substantially in the form set forth in Exhibit B with the Holts Summit Fire
Protection District.
Section ~. The Mayor and City Clerk are authorized to execute an automatic aid
agreement substantially in the form set forth in Exhibit C with the Osage Fire Protection
District.
Section 1_. The Mayor and City Clerk are authorized to execute an automatic aid
agreement substantially in the form set forth in Exhibit D with the Regional West Fire
Protection District.
Section ~. This Ordinance sha ll be in full force and effect from and after the date of
its passage and approval.
Passed : ---------------------Approved : __________________ __
Presiding Officer Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM :
City Clerk
' ·.'
AUTOMATIC AID AGREEMENT
THIS AUTOMATIC AID AGREEMENT ("Agreement"), made and entered into the date last executed
by a party as indicated below, by and between the City of Jefferson, a municipal corporation of the State of
Missouri, hereinafter referred to as "City", and the Cole County Fire Protection District, hereinafter referred
to as "CCFPD".
1. DUAL RESPONSE AREA.
1.1 Dual Response Area -Geographic Limits. This Agreement shall only apply to structure
fires in residential, commercial, recreational and rural properties ("Structure Fires") This
Agreement applies to all Structure Fires received by Communications for addresses or
occupancies within the areas of the City or CCFPD identified on the map attached hereto
as Exhibit A.
1.2 Responsible Department Defined. For the purposes of this agreement, the Department
which ordinarily has jurisdiction over the area of the incident will be referred to as the
"Responsible Department" and the other Department will be referred to as the department
providing aid.
1.3 Situations Where Aid is Provided. All calls for fire services to a Structure Fire within the
defined automatic aid agreement area shall result in an automatic, simultaneous response
from both fire departments pursuant to Section 2 of the Automatic Aid Agreement. To
accomplish this, Communications shall simultaneously dispatch both Fire Departments.
This automatic aid Agreement shall be in effect 24 hours a day, seven days a week.
1.4 No Reimbursement for Costs. No party in this Agreement shall be required to reimburse
any other party for the cost of providing the services set forth in the Dual Response and/or
Automatic Aid sections of this Agreement. Each party shall pay its own costs for
responding to the Structure Fire as described is said sections of this Agreement.
2. AUTOMATIC AIDSTAFFED APPARATUS COMPANY RESPONSE.
As part of this Agreement, the department providing aid will respond when available with a staffed engine
company to all reported or confinned structure fires at locations within the areas of the Responsible
Department set forth in section I above. The dispatch of the auto-aid staffed apparatus company will be
made with the initial dispatch to the reported fire by Communications.
3. PERSONNEL AND EQUIPMENT.
The Fire Chiefs of each Fire Department shall mutually establish a response plan regarding the deployment
of personnel and equipment in responding to Structure Fires under this Agreement. In virtually all cases,
responses will be consistent with the established protocols. Any other required personnel and/or
equipment will be detennined by the Incident Commander in his or her sole discretion. If first arriving
responders determine that they can handle the incident with their own available resources, then they shall
return the still-responding units.
4. COMMAND AUTHORITY.
4. I Incident Command System. Both Departments will implement the Incident Command
System. The first officer at the scene wiU be in command even if it is not their
jurisdiction. The initial Incident Commander will remain in command until relieved by
either one of his or her superior officers or an officer of the Responsible Jurisdiction.
4.2 Definition of Command. For the purposes of this agreement, the tenn 'Command' will
include direction and control of all staffing and equipment committed to the incident.
4.3 Judicious Use of Personnel and Equipment. It shall be the responsibility of the Incident
Commander to utilize the staffing and equipment from the jurisdiction providing aid only
to the extent that is required to bring the emergency under control.
2
4.4 Order of Release. When practical, the staff and equipment from the department providing
aid shall be the first released from the scene of the emergency.
5. REPORTS.
The Responsible Department shall be responsible for completing all required reports, including but not
limited to, reports mandated by local or state government.
6. COMPENSATION.
All services provided by either Fire Department under this Agreement shall be perfonned without monetary
compensation. The mutual advantages, protections, and services afforded by this Agreement are mutually
agreed to be adequate compensation to both jurisdictions.
7. LIABILITYIINDEMNIFICATION.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of the perfonnance of this Agreement. Each
party shall bear the liability and/or cost of damage to its equipment and the death of, or injury to, its
personnel, whether the death, injury or damage occurs at an emergency within the described boundary. To
the extent allowed by law, each department shall indemnify, defend and hold hannless all other parties to
this agreement for damages, claims, demands, suits, judgments, costs and expenses arising from loss of or
damage to private property and/or the death of or injury to private persons whether caused by either
department responding within the parameters of this Agreement. Provided, however, nothing contained
herein shall expand the immunity of a party granted to it by law.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of any negligent acts, conduct, instructions or
commands given by the individual that assumes command (Incident Commander) at any Structure Fire.
This provision shall not apply to any acts, conduct, instructions or commands given by an officer in the
capacity of Incident Commander, which are later detennined at any time to have been grossly negligent,
willful, wanton or reckless.
8. AGREEMENT NOT FOR BENEFIT OF TIDRD PARTIES.
This Agreement shall not be construed as or deemed to be, an agreement for the benefit of any third party
or parties, and no third party or parties shall have any right of action hereunder for any cause whatsoever.
Any services performed or expenditures made in connection with this Agreement by either party hereto
shall be deemed conclusively to be for the direct protection and benefit of the inhabitants and property of
the jurisdiction which are situated within the respective jurisdictions defined herein.
9. TERM.
This Agreement shall commence upon execution of this Agreement by both parties, and shall remain in full
force and effect unless terminated as provided herein.
This Agreement may be terminated without cause by either Department upon written notice oftennination
given to the other party at least thirty (30) days in advance of the effective date of tennination. Notice of
termination shall be personally served or mailed, postage prepaid to the address designated beneath the
signature of the parties hereto; or to such other address as may be designated by written notice.
-',-....
' ... '
' ' ,,
·'
10. AMENDMENTS TO AGREEMENT.
I 0. I This Agreement contains a ll of the terms and conditions agreed to between the
parties. Except as o th erwise specified, this Agreement shall not be amended or
altered without the written consent of the parties.
I 0.2 Any suc h amend ments shall be mutually agreed upon and require the written
consent of the governing bodies of the parties.
11. EXCLUSIONS.
3
Any requests for a id not covered in this Automatic Aid Agreement sha ll be handled und er the day-to-day
Mutua l Aid Agreement.
12. PRIOR AGREEMENTS.
This Agreement supersedes any ot her previous Agreements , either written or verba l, that may have existed
to define the response of the two fire departme nt s in this area.
CITY OF JEFFERSON, MISSOURI
Carrie Tergin , Mayor
Date:. ___ _
C h ief
ATTEST:
City Clerk
APPROVED AS TO FORM:
c~
COLE COUNTY FIRE PROTECTION
DISTRICT
Pres id er /Mayor
Date: ----
<( .... ·-.c .t: >< w .....
j"
~· .. I ... .... .. ..... I ·, ; ... ··~ ..
:········ ·~.,. ,J •• --
'; ,. • • -· ... J 't , .. ~·· .... ' ,,
! ! ..,,. '\, :~ \ : -~, ..... ·. ,li :f
• • ~ ... J.i
.. ~ l ~·
1·, .. ~
}~\ ·~
;.
........
~ · .. . ........... "~ ...
. .•·
·-
.... ,,,., ...
: ' > Q)
~
...
H
r •
..
~' -l
.... ;J
ll
,_ ....
> .~ u
c::
0
lJ')
'-
Q)
~
Q) -,
0
.j-1
0
0....
LL D > .j-1
c::
:::l
0 u
.j-1
Q) c::
0 Q)
u E
> .j-1
..0 '-ru
"0 0.
<( Q)
0 0
.j-1 Q)
:::l .._
<t ·-LL
. ..
!
0
.j-1
.j-1 c::
Q)
E
.j-1
'-ro
0.
Q)
0
Q) .._ ·-LL
~D
lJ') .._
£ 0
0....
Q) LL
-, > > .j-1
..0 c::
"0 :::l
0
<t u
0 Q)
.j-1
:::l 0 <t u
!! ''" ... H \
3
f
i
l
I ~ .... '·
' , . '
AUTOMATIC AID AGREEMENT
THIS AUTOMATIC AID AGREEMENT ("Agreement"), made and entered into the date last executed
by a party as indicated below, by and between the City of Jefferson, a municipal corporation of the State of
Missouri, hereinafter referred to as "City", and the Holts Summit Fire Protection District, hereinafter
referred to as "HSFPD".
1. DUAL RESPONSE AREA.
1.1 Dual Response Area -Geographic Limits. This Agreement shall only apply to structure
fires in residential, commercial, recreational and rural properties ("Structure Fires") This
Agreement applies to all Structure Fires received by Communications for addresses or
occupancies within the areas of the City or HSFPD identified on the map attached hereto
as Exhibit A.
1.2 Responsible Department Defined. For the purposes of this agreement, the Department
which ordinarily has jurisdiction over the area of the incident will be referred to as the
"Responsible Department" and the other Department will be referred to as the department
providing aid.
1.3 Situations Where Aid is Provided. All calls for fire services to a Structure Fire within the
defined automatic aid agreement area shall result in an automatic, simultaneous response
from both fire departments pursuant to Section 2 of the Automatic Aid Agreement. To
accomplish this, Communications shall simultaneously dispatch both Fire Departments.
This automatic aid Agreement shall be in effect 24 hours a day, seven days a week.
1.4 No Reimbursement for Costs. No party in this Agreement shall be required to reimburse
any other party for the cost of providing the services set forth in the Dual Response and/or
Automatic Aid sections of this Agreement. Each party shall pay its own costs for
responding to the Structure Fire as described is said sections of this Agreement.
2. AUTOMATIC AIDSTAFFED APPARATUS COMPANY RESPONSE.
As part of this Agreement, the department providing aid will respond when available with a staffed engine
company to all reported or confirmed structure fires at locations within the areas of the Responsible
Department set forth in section 1 above. The dispatch of the auto-aid staffed apparatus company will be
made with the initial dispatch to the reported fire by Communications.
3. PERSONNEL AND EQUIPMENT.
The Fire Chiefs of each Fire Department shall mutually establish a response plan regarding the deployment
of personnel and equipment in responding to Structure Fires under this Agreement. In virtually all cases,
responses will be consistent with the established protocols. Any other required personnel and/or
equipment will be determined by the Incident Commander in his or her sole discretion. If first arriving
responders determine that they can handle the incident with their own available resources, then they shall
return the still-responding units.
4. COMMAND AUTHORITY.
4.1 Incident Command System. Both Departments will implement the Incident Command
System. The first officer at the scene will be in command even if it is not their
jurisdiction. The initial Incident Commander will remain in command until relieved by
either one of his or her superior officers or an officer of the Responsible Jurisdiction.
4.2 Definition of Command. For the purposes of this agreement, the term 'Command' will
include direction and control of all staffing and equipment committed to the incident.
4.3 Judicious Use of Personnel and Equipment. It shall be the responsibility of the Incident
Commander to utilize the staffing and equipment from the jurisdiction providing aid only
to the extent that is required to bring the emergency under control.
2
4.4 Order of Release. When practical, the staff and equipment from the department providing
aid shall be the first released from the scene of the emergency.
5. REPORTS.
The Responsible Department shall be responsible for completing all required reports, including but not
limited to, reports mandated by local or state government.
6. COMPENSATION.
All services provided by either Fire Department under this Agreement shall be performed without monetary
compensation. The mutual advantages, protections, and services afforded by this Agreement are mutually
agreed to be adequate compensation to both jurisdictions.
7. LIABILITY/INDEMNIFICATION.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of the performance of this Agreement. Each
party shall bear the liability and/or cost of damage to its equipment and the death of, or injury to, its
personnel, whether the death, injury or damage occurs at an emergency within the described boundary. To
the extent allowed by law, each department shall indemnify, defend and hold harmless all other parties to
this agreement for damages, claims, demands, suits, judgments, costs and expenses arising from loss of or
damage to private property and/or the death of or injury to private persons whether caused by either
department responding within the parameters of this Agreement. Provided, however, nothing contained
herein shall expand the immunity of a party granted to it by law.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of any negligent acts, conduct, instructions or
commands given by the individual that assumes command (Incident Commander) at any Structure Fire.
This provision shall not apply to any acts, conduct, instructions or commands given by an officer in the
capacity of Incident Commander, which are later determined at any time to have been grossly negligent,
willful, wanton or reckless.
8. AGREEMENT NOT FOR BENEFIT OF THIRD PARTIES.
This Agreement shall not be construed as or deemed to be, an agreement for the benefit of any third party
or parties, and no third party or parties shall have any right of action hereunder for any cause whatsoever.
Any services performed or expenditures made in connection with this Agreement by either party hereto
shall be deemed conclusively to be for the direct protection and benefit of the inhabitants and property of
the jurisdiction which are situated within the respective jurisdictions defined herein.
9. TERM.
This Agreement shall commence upon execution of this Agreement by both parties, and shall remain in full
force and effect unless terminated as provided herein.
This Agreement may be terminated without cause by either Department upon written notice of termination
given to the other party at least thirty (30) days in advance of the effective date of termination. Notice of
termination shall be personally served or mailed, postage prepaid to the address designated beneath the
signature of the parties hereto; or to such other address as may be designated by written notice.
' ' ' '
10. AMENDMENTS TO AGREEMENT.
I 0.1 This Agreement contains all of th e term s and conditions agreed to between the
parti es . Except as o th erw ise spcc ili ed, thi s Agreemen t shal l no t be amend ed o r
a ltered without th e writt en co nse nt of th e parties.
I 0.2 Any s uch amendments shall be mutual ly ag reed up on and req uire the written
co nse nt of th e gove rnin g bodi es or th e parties.
11. EXCLUSIONS.
3
Any reque sts for a id not covered in th is Auto mati c /\id Agreeme nt shal l be han dl ed und er the day-to -day
Mutua l Aid Agreement.
12. PRIOR AGREEMENTS.
This Ag ree ment s up erse des any other previou s Ag ree ments, e ith er written or verbal, that may have existed
to de fine the re s ponse of th e two fire depa~iment s in thi s area.
CITY OF JEFFERSON, MJSSOURI
Ca rrie Tergin , Mayo r
Date: ----
Chi ef
ATTEST:
C it y Cler k
APPR OVED AS TO f-ORM:
Key:
AutoAid by City of Jefferson To Holts
SummitFPD 0
AutoAid by Holts Summit FPD to City of
Jefferson [ l
JCfD HSEPO
Exhibit A
....
c.oa ••• NAitH'IHICHT
"''
AUTOMATIC AID AGREEMENT
TIDS AUTOMATIC AID AGREEMENT ("Agreement"), made and entered into the date last executed
by a party as indicated below, by and between the City of Jefferson, a municipal corporation of the State of
Missouri, hereinafter referred to as "City", and the Osage Fire Protection District, hereinafter referred to as
"OFPD".
1. DUAL RESPONSE AREA.
1.1 Dual Response Area-Geographic Limits. This Agreement shall only apply to structure
fires in residential, commercial, recreational and rural properties ("Structure Fires") This
Agreement applies to all Structure Fires received by Communications for addresses or
occupancies within the areas of the City or OFPD identified on the map attached hereto as
Exhibit A.
1.2 Responsible Department Defined. For the purposes of this agreement, the Department
which ordinarily has jurisdiction over the area of the incident will be referred to as the
"Responsible Department" and the other Department will be referred to as the department
providing aid.
1.3 Situations Where Aid is Provided. All calls for fire services to a Structure Fire within the
defined automatic aid agreement area shall result in an automatic, simultaneous response
from both fire departments pursuant to Section 2 of the Automatic Aid Agreement. To
accomplish this, Communications shall simultaneously dispatch both Fire Departments.
This automatic aid Agreement shall be in effect 24 hours a day, seven days a week.
1.4 No Reimbursement for Costs. No party in this Agreement shall be required to reimburse
any other party for the cost of providing the services set forth in the Dual Response and/or
Automatic Aid sections of this Agreement. Each party shall pay its own costs for
responding to the Structure Fire as described is said sections of this Agreement.
2. AUTOMATIC AIDSTAFFED APPARATUS COMPANY RESPONSE.
As part of this Agreement, the department providing aid will respond when available with a staffed engine
company to all reported or confirmed structure fires at locations within the areas of the Responsible
Department set forth in section I above. The dispatch of the auto-aid staffed apparatus company will be
made with the initial dispatch to the reported fire by Communications.
3. PERSONNEL AND EQUIPMENT.
The Fire Chiefs of each Fire Department shall mutually establish a response plan regarding the deployment
of personnel and equipment in responding to Structure Fires under this Agreement. In virtually all cases,
responses will be consistent with the established protocols. Any other required personnel and/or
equipment will be determined by the Incident Commander in his or her sole discretion. If first arriving
responders determine that they can handle the incident with their own available resources, then they shall
return the still-responding units.
4. COMMAND AUTHORITY.
4.1 Incident Command System. Both Departments will implement the Incident Command
System. The first officer at the scene will be in command even if it is not their
jurisdiction. The initial Incident Commander will remain in command until relieved by
either one of his or her superior officers or an officer of the Responsible Jurisdiction.
4.2 Definition of Command. For the purposes of this agreement, the term 'Command' will
include direction and control of all staffing and equipment committed to the incident.
4.3 Judicious Use of Personnel and Equipment. It shall be the responsibility of the Incident
Commander to utilize the staffing and equipment from the jurisdiction providing aid only
to the extent that is required to bring the emergency under control.
2
4.4 Order of Release. When practical, the staff and equipment from the department providing
aid shall be the first released from the scene of the emergency.
5. REPORTS.
The Responsible Department shall be responsible for completing all required reports, including but not
limited to, reports mandated by local or state government.
6. COMPENSATION.
All services provided by either Fire Department under this Agreement shall be performed without monetary
compensation. The mutual advantages, protections, and services afforded by this Agreement are mutually
agreed to be adequate compensation to both jurisdictions.
7. LIABILITYIINDEMNIFICATION.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of the performance of this Agreement. Each
party shall bear the liability and/or cost of damage to its equipment and the death of, or injury to, its
personnel, whether the death, injury or damage occurs at an emergency within the described boundary. To
the extent allowed by law, each department shall indemnify, defend and hold hannless all other parties to
this agreement for damages, claims, demands, suits, judgments, costs and expenses arising from loss of or
damage to private property and/or the death of or injury to private persons whether caused by either
department responding within the parameters of this Agreement. Provided, however, nothing contained
herein shall expand the immunity of a party granted to it by law.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of any negligent acts, conduct, instructions or
commands given by the individual that assumes command (Incident Commander) at any Structure Fire.
This provision shall not apply to any acts, conduct, instructions or commands given by an officer in the
capacity of Incident Commander, which are later determined at any time to have been grossly negligent,
willful, wanton or reckless.
8. AGREEMENT NOT FOR BENEFIT OF THIRD PARTIES.
This Agreement shall not be construed as or deemed to be, an agreement for the benefit of any third party
or parties, and no third party or parties shall have any right of action hereunder for any cause whatsoever.
Any services performed or expenditures made in connection with this Agreement by either party hereto
shall be deemed conclusively to be for the direct protection and benefit of the inhabitants and property of
the jurisdiction which are situated within the respective jurisdictions defined herein.
9. TERM.
This Agreement shall commence upon execution of this Agreement by both parties, and shall remain in full
force and effect unless terminated as provided herein.
This Agreement may be terminated without cause by either Department upon written notice of termination
given to the other party at least thirty (30) days in advance of the effective date of termination. Notice of
termination shall be personally served or mailed, postage prepaid to the address designated beneath the
signature of the parties hereto; or to such other address as may be designated by written notice.
,•
...
10. AM ENDMENTS TO AGREEMENT.
10 .1 Thi s Agreem ent co nt ai ns a ll o f the term s a nd co nditio ns agreed to between the
pa rti es. Except as o therw ise s pec ified , thi s Ag reeme nt s ha ll n o t b e amended o r
a lte red w ith o ut the w ritte n co nsent o r th e parties.
1 0.2 A n y suc h am end me nts s ha ll be mutua ll y agreed upo n a nd requir e th e w ritten
consent o f the governing bodi es of th e pa r t ies.
11. EXCLUSIONS .
3
Any requ es ts fo r aid not co ve red in thi s Aut omat ic Aid Ag ree ment shall be handl ed under th e day-to-d ay
Mutu a l Aid Agree ment.
12. PRIOR AGREEMENTS.
Thi s Agree me nt sup erse des any oth er prev io us Ag ree ment s, eith er writte n or ve rb al, th at may have ex isted
to d efin e th e res pon se of th e two fir e d epartm e nt s in thi s area .
CITY OF JE FFERSON, MISSOURI OSAGE FIRE PROTECTION DISTRICT
Ca rri e Te rgin , Mayo r
Date: ___ _
Chi e f
ATTES T :
C ity C lerk
APP ROVED AS TO FO RM:
City rn ey
~
1\
,.
1 •
Key-
AutoAid By Osage FPD to Jeff erson City
Fi r e Department D
AutoAid by Jefferson City Fire
Department to Osage FPD D
.. -
l~(· ...... ·,.,,
~''"•
'~-~· , . '• .... ·:...• ~'~~ :·· '• •. ¥; .• :-r, r '••4, "J .... \ ......
.. .:... '· ·.'~ /'/ r • !';· ~·
.... '" 'f-... ,.:"' • .. ••• , 1 .
-·~
,l,~: .. ··.~.:: .. , / ~.: .. :~.'. l~· .. · ("-'1-, •4,.. .
' • tv . "' • • , .. '\ :.. ..· ........ :\ . ~~ :.. . .. ~-··· .,.~ / L------------------~-~·-..=:.:-,-;: . .,::-.--=--.-;:,'f"·-;-:~*" •• ·~ •,, ·• ... ·: l·· .... ·-tt. ·;':'.: ... \ ·-.:
'I •• ....... .t" ~. ··, '· , _.Ail... • .... "•. ~ : : ~ ' :
"',. ~ r II • C.. • fl.-of • t • • _ ~ •
w
'"W
.. ~
cc
..
\ ... ~ .... ,..... ',-•• 't" ., -.. ,,. -:-!, ·t1.··· f ...... ,. .. ; ~ OTYOF
ft,: ... f .. ~,~ ... Ot~ ..... : ·~ ........... ~ l" .... i .,: ~~~ ... I.. '· JfFFERSON
w.•n • .. ·.. • ... ..· ..... ~~.·-z~
........a· •'-·.'· • ,+' .•' ""'"' ,....,. ·t .,..... • •, ,._,, ~· tt.,.: • •.•• ~ • / .. • "'-"'-•,, ~: ··-·\-.... •I! •• 4, ..... ~
i: ·-;·-· ;: .... • ·, I .... , •. ""' / ~·.· Ul ~c.a, ,;,., -; 1 \ '•"";; ... -... .. ,,..,. -.... \.
• ... \~ f / '•n.,\_: £ .' \. -: \ -~ ~·-~~ .• • • ._,\. \.,,..,\. ! .,lt .. "·-, .,, ... .\ ·~=·: ":.: .:::.:· : . ''.\. :. l
..... t !!~ .....
' I, ·,. . i • :
: l •
'· .. l ... ~
··~ ....
J
i
\ ,,
t! • .... , .·
·~\ ·~ ~ ~. ~.~ : ... J .. · ·-;. ...... , ~,---: ......
~. '•"
.~ .......... .
'• 1 •
i • : ,
. ... -' ·' '\
.,.,
,..,
""
t
~
• 4
Exhibit A
••
··;;., aJJ;f .. t ...... .....
,-!>1
,.,._,.,"1-"
'
•\..;,,"""'~ '~~
"'-;·;~--·
. . .
;
.,
'-
........ . .:" ... ! ·-,
...... .-.9"•1<'' ··,
i
·'
' ,·
·'
AUTOMATIC AID AGREEMENT
THIS AUTOMATIC AID AGREEMENT ("Agreement"), made and entered into the date last executed
by_ a pa~ as indicated below, by and between the City of Jefferson, a municipal corporation of the State of
Mtssoun, hereinafter referred to as "City", and the Regional West Fire Protection District, hereinafter
referred to as "RWFPD".
1. DUAL RESPONSE AREA.
1.1 Dual Response Area -Geographic Limits. This Agreement shall only apply to structure
fires in residential, commercial, recreational and rural properties ("Structure Fires") This
Agreement applies to all Structure Fires received by Communications for addresses or
occupancies within the areas of the City or R WFPD identified on the map attached hereto
as Exhibit A.
1.2 Responsible Department Defined. For the purposes of this agreement, the Department
which ordinarily has jurisdiction over the area of the incident will be referred to as the
"Responsible Department" and the other Department will be referred to as the department
providing aid.
1.3 Situations Where Aid is Provided. All calls for fire services to a Structure Fire within the
defined automatic aid agreement area shall result in an automatic, simultaneous response
from both fire departments pursuant to Section 2 of the Automatic Aid Agreement. To
accomplish this, Communications shall simultaneously dispatch both Fire Departments.
This automatic aid Agreement shall be in effect 24 hours a day, seven days a week.
1.4 No Reimbursement for Costs. No party in this Agreement shall be required to reimburse
any other party for the cost of providing the services set forth in the Dual Response and/or
Automatic Aid sections of this Agreement. Each party shall pay its own costs for
responding to the Structure Fire as described is said sections of this Agreement.
2. AUTOMATIC AIDSTAFFED APPARATUS COMPANY RESPONSE.
As part of this Agreement, the department providing aid will respond when available with a staffed engine
company to all reported or confinned structure fires at locations within the areas of the Responsible
Department set forth in section I above. The dispatch of the auto-aid staffed apparatus company will be
made with the initial dispatch to the reported fire by Communications.
3. PERSONNEL AND EQUIPMENT.
The Fire Chiefs of each Fire Department shall mutually establish a response plan regarding the deployment
of personnel and equipment in responding to Structure Fires under this Agreement. In virtually all cases,
responses will be consistent with the established protocols. Any other required personnel and/or
equipment will be detennined by the Incident Commander in his or her sole discretion. If first arriving
responders determine that they can handle the incident with their own available resources, then they shall
return the stili-responding units.
4. COMMAND AUTHORITY.
4.1 Incident Command System. Both Departments will implement the Incident Command
System. The first officer at the scene will be in command even if it is not their
jurisdiction. The initial Incident Commander will remain in command until relieved by
either one of his or her superior officers or an officer of the Responsible Jurisdiction.
4.2 Definition of Command. For the purposes of this agreement, the tenn 'Command' will
include direction and control of all staffing and equipment committed to the incident.
4.3 Judicious Use of Personnel and Equipment. It shall be the responsibility of the Incident
Commander to utilize the staffing and equipment from the jurisdiction providing aid only
to the extent that is required to bring the emergency under control.
2
4.4 Order of Release. When practical, the staff and equipment from the department providing
aid shall be the first released from the scene of the emergency.
5. REPORTS.
The Responsible Department shall be responsible for completing all required reports, including but not
limited to, reports mandated by local or state government.
6. COMPENSATION.
All services provided by either Fire Department under this Agreement shall be performed without monetary
compensation. The mutual advantages, protections, and services afforded by this Agreement are mutually
agreed to be adequate compensation to both jurisdictions.
7. LIABILITYIINDE:MNIFICATION.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of the performance of this Agreement. Each
party shall bear the liability and/or cost of damage to its equipment and the death of, or injwy to, its
personnel, whether the death, injury or damage occurs at an emergency within the described boundary. To
the extent allowed by law, each department shall indemnify, defend and hold harmless all other parties to
this agreement for damages, claims, demands, suits, judgments, costs and expenses arising from loss of or
damage to private property and/or the death of or injury to private persons whether caused by either
department responding within the parameters of this Agreement. Provided, however, nothing contained
herein shall expand the immunity of a party granted to it by law.
Each party waives all claims against the other party for compensation for any property loss or damage,
and/or personal injury or death occurring as a consequence of any negligent acts, conduct, instructions or
commands given by the individual that assumes command (Incident Commander) at any Structure Fire.
This provision shall not apply to any acts, conduct, instructions or commands given by an officer in the
capacity of Incident Commander, which are later detennined at any time to have been grossly negligent,
willful, wanton or reckless.
8. AGREEMENT NOT FOR BENEFIT OF THIRD PARTIES.
This Agreement shall not be construed as or deemed to be, an agreement for the benefit of any third party
or parties, and no third party or parties shall have any right of action hereunder for any cause whatsoever.
Any services performed or expenditures made in connection with this Agreement by either party hereto
shall be deemed conclusively to be for the direct protection and benefit of the inhabitants and property of
the jurisdiction which are situated within the respective jurisdictions defined herein.
9. TERM.
This Agreement shall commence upon execution of this Agreement by both parties, and shall remain in full
force and effect unless tenninated as provided herein.
This Agreement may be terminated without cause by either Department upon written notice of termination
given to the other party at least thirty (30) days in advance of the effective date of termination. Notice of
termination shall be personally served or mailed, postage prepaid to the address designated beneath the
signature of the parties hereto; or to such other address as may be designated by written notice.
'•
' ... '' . ,,
10. AMENDMENTS TO AGREEMENT.
I 0.1 This Agree ment contains a ll of th e te rms and conditions agreed to between th e
part ies. Except as otherwise spe c ified , thi s Agreement sha ll not be amended or
a lte red without th e wri tt e n co nse nt of th e parties.
I 0.2 Any s uch amendm ents shall be mut uall y agreed up o n and require th e wr itt en
co nsent of the gov e rning bodi es of th e parties.
11. EXCLUSIONS.
3
Any requ es ts fo r aid not covered in thi s Auto mati c Aid Ag ree ment shall be handl ed under the da y-to-d ay
Mutu a l Aid Agree ment.
12. PRIOR AGREEMENTS.
T hi s Agree ment sup erse des any o th er prev io us Ag reem ent s, eith er wrin en or ve rb al, th at may have existed
to defi ne the re s po nse of th e two fire de pa rtm ents in thi s area.
REGIONAL WEST FIRE PROTECTION
CITY OF JEFFERSON, MJSSOUIU DIS RICT
Carrie Te rgin , Mayo r
Date: ___ _ Po~si~·~r.r; Date: I Z '2..
t/Jc&L
C hi ef Chi ef I
ATTEST:
City C le rk
A PPRO VED AS TO FORM :
<( .c ..c >< w
>
Q)
:::..:::
....
··.
c
0
Vl ......
~
Q)
0
+-'
+-' c
Q)
E
+-' ...... ru
0.. .8 Q)
jD io
+-' -c ~ Q)
.Q E
tlOt
OJ ru a:: 0..
>OJ
..oO
-o Q)
~ ......
0
+-'
LL
> +-' ::::1
<(U
c
~ 0
...... 0...
~~
Q) Vl
Q)
> ..0 s
-o ru
<( c
0 .Q
+-' tlO
::::1 Q)
<(a::
..... ...
··. ; ..
...... ,
:. 'l .. ". ~/ I ;
~': Pif • ,,., ...... ~ .... , ..
·, ··~ i I!!
I
; \ _) .... , I\··· .. .
....
i ..
'
.... :,
\ . .•. ~ ..... ': .....
··'
0 -'· ·~·· .. ' .......... \ -··::. \ '\ ....... t . ' .......... /i ....... ......... u •.... .; ' .... ,,. i r' .•.. i 1 . / ...... . ··. ,., j : .. "-••·., I . ·~ f' \ ......... '· ...... :r·· !' -· \ · .. ·-· .. ! n• I c···· •. •· \ ;' 1\ i ... . ~\. ·· .
' .. ... _, ... ·
!i '·· .,
/
•'
\
.
'
... : ... ·
.. ·· .. ..•
...
\
, ...
! f f ; ....
: \
~ : i
• ... # 1 ~ • .. ·· ..... , ..
.....
" > i .........
Ct
~. l
-~ . ~-· ~
!i:
J
~
;
)
~... ~······"
\
• Ji .. .i : J :
if
J,, •• •
. ' ! i : ::.·
\ t ./ ! 1"': .. ;":.::· ...... -,..
.. , ... . j ..... .
J .•. , ••
i
i ·:;--:
\ a ·--;.
l
... .. l ~
.... <i. • •••
: .. : i .... ~ .. . .... : i
......
... ..
...........
,., . ...
.: ··~ ..
~ .:.~·: .... ·~
\
\
U0\4;h ,: ·-····
PUBLIC HEARING/BILL SUMMARY
BILL NO: 2022-005
SPONSOR: Councilmember Lester
SUBJECT: Rezoning of 101 Jackson Street and 504 East State Street from MU-1
Mixed Use to PUD Planned Unit Development and Approving a
Preliminary PUD Plan (Planning and Zoning Commission Case No.
P22005)
DATE INTRODUCED: May 2. 2022
PUBLIC HEARING: May 16. 2022 } , A /}
DEPARTMENT DIRECTOR: . ~-
CITY ADMINISTRATOR: ~1(/d,.. ~
Staff Recommendation: Approve .
Summary: Standard ordinance amending the zoning map and approving a Preliminary PUD
Plan
Origin of Request: Property owner , through the Planning and Zoning Commission
Department Responsible: Department of Planning and Protective Services
PERSON RESPONSIBLE: SONNY SANDERS/Eric Barron
Background Information: This bill would rezone 0.2 acres addressed as 101 Jackson Street
and 504 East State Street from MU-1 Mixed Use to PUD Planned Unit Development and
approve a Preliminary PUD Plan to add a fifth unit to an existing four-unit residential structure.
The property is located within the Capital Overlay District. Residential structures with more than
four units within the Capital Avenue Overlay District require PUD Plan review and approval.
Please see attached staff report for more information .
Planning and Zoning Commission Review : The Planning and Zoning Commission reviewed the
application for the rezoning and Preliminary PUD Plan at their meeting of April 14 , 2022 . Both
motions to recommend approval PASSED on votes of 8 in favor and 0 against.
Public Comment Received :
Comments were received by email from Mrs . Amanda Burke Williams, 103 Jackson Street. One
comment asked what information was available regarding the request and the other comment
stated her support of the proposal.
Fiscal Information: $950.00 in application fees were received .
Planning & Zoning Commission Recommendation: Approve.
BILL NO. 2022-005
SPONSORED BY Councilmember Lester
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, CHANGING,
AMENDING, AND MODIFYING THE ZONING MAP OF THE ZONING CODE OF THE
CITY OF JEFFERSON BY REZONING 0.2 ACRES OF LAND ADDRESSED AS 101
JACKSON STREET AND 504 EAST STATE STREET FROM MU-1 MIXED USE TO
PUD PLANNED UNIT DEVELOPMENT AND APPROVING A PRELIMINARY PUD
PLAN.
WHEREAS, It appears that the procedures set forth in the zoning code relating to
zoning and PUD Plans have in all matters been complied with.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. The following described real estate, being located in the City of
Jefferson in Cole County, Missouri is rezoned from MU-1 Mixed Use to PUD Planned
Unit Development: Part of Inlot 122 in the City of Jefferson , Missouri. Beginning at the
Northwesterly corner of said Inlot, thence Southerly along Jackson Street 50 feet,
thence Easterly parallel with Water Street 83 feet, thence Northerly parallel with
Jackson Street 50 feet to Water Street, thence Westerly along Water Street 83 feet to
the place of beginning, and;
Part of Inlot No. 123, in the City of Jefferson, Missouri, more particularly described as
follows: Beginning on the northerly line of said Inlot No. 123, which said point is 141 feet
5 inches easterly from the northwesterly corner of Inlot No. 122 and 58 feet 5 inches
easterly from the easterly line of concrete wall which concrete wall is easterly 83 feet
from the northwesterly corner of said Inlot No. 122; thence southerly parallel with the
westerly line of said Inlot No. 123, 36 feet; thence westerly parallel with Water Street, 2
feet 4 inches; thence southerly parallel with the westerly line of Inlot No. 123, 14 feet;
thence easterly parallel with Water Street, 31 feet 6 inches; thence northerly parallel
with the westerly line of Inlot No. 123, 50 feet to the northerly line of Inlot No. 123,
thence westerly along the northerly line of Inlot 123, 29 feet 2 inches to the point of
beginning, and;
Part of Inlot No. 123 in the City of Jefferson, Missouri, particularly described as follows:
Beginning on the northerly line of said Inlot No. 123, at a point which is 170 feet 7
inches easterly from the northwesterly corner of Inlot No. 122; thence easterly along the
northerly line of Inlot No. 123, 27 feet 5 inches to an alley 10 feet wide; thence southerly
parallel with Jackson Street, 50 feet; thence westerly parallel with Water Street, 27 feet
5 inches; thence northerly parallel with Jackson Street, 50 feet to the point of beginning,
and;
Parts of Inlots Nos. 122 and 123 in the City of Jefferson, Missouri, described as
beginning on the northerly line of Inlot 123 at a point 141 feet 5 inches easterly f rom the
northwesterly corner of Inlot 122, said point being 58 feet 5 inches easterly from the
easterly line of a concrete wall, which said concrete wall is 83 feet easterly from the
northwesterly corner of said Inlet 122; thence southerly parallel with the westerly line of
Inlet 123 , 36 feet ; thence westerly parallel with Water Street 2 feet 4 inches ; thence
southerly parallel with the westerly line of Inlet 12 3, 14 feet; thence westerly parallel with
Water Street 49 feet 1 inch ; thence northerly parallel with the westerly line of Inlet 123 ,
50 feet to Water Street , thence easterly along Water Street , 51 feet 5 inches, to the
point of beginning .
Containing in all , 0 .2 acres , more or less .
Section ~. The Preliminary PUD Plan , on file as Case No . P22005 in the
Jefferson City Planning and Zoning Commission records, is hereby approved for the
above refenced real estate .
Section ~· This ordinance shall be in full force and effect from and after its
passage and approval.
Passed : ------------------Approved : ______________ __
Presiding Officer Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
City Clerk
NOTICE OF PUBLIC HEARING ON PLANNING AND ZONING MATTERS
The City Council of the City of Jefferson, Missouri, will hold public hearings on the following planning and
zoning matters on Monday, May 16, 2022 at 6:00 p.m. in the Council Chamber of the John G. Christy
Municipal Building, 320 East McCarty Street, Jefferson City, Missouri.
1. 101 JACKSON STREET AND 504 EAST STATE STREET, REZONING FROM MU-1
MIXED USE TO PUD PLANNED UNIT DEVELOPMENT AND PRELIMINARY PUD PLAN
FOR 5 UNIT RESIDENTIAL USE. Part of Inlot 122 in the City of Jefferson, Missouri.
Beginning at the Northwesterly corner of said Inlot, thence Southerly along Jackson Street
50 feet, thence Easterly parallel with Water Street 83 feet, thence Northerly parallel with
Jackson Street 50 feet to Water Street, thence Westerly along Water Street 83 feet to the
place of beginning, and; Part of Inlot No. 123, in the City of Jefferson, Missouri, more
particularly described as follows: Beginning on the northerly line of said Inlot No. 123 , which
said point is 141 feet 5 inches easterly from the northwesterly corner of Inlot No. 122 and 58
feet 5 inches easterly from the easterly line of concrete wall which concrete wall is easterly
83 feet from the northwesterly corner of said Inlot No. 12 2; thence southerly parallel with the
westerly line of said Inlot No. 123, 36 feet; thence westerly parallel with Water Street, 2 feet
4 inches; thence southerly parallel with the westerly line of Inlot No. 123, 14 feet; thence
easterly parallel with Water Street, 31 feet 6 inches; thence northerly parallel with the
westerly line of Inlot No. 123, 50 feet to the northerly line of Inlot No. 123, thence westerly
along the northerly line of Inlot 123, 29 feet 2 inches to the point of beginning, and; Part of
Inlot No. 123 in the City of Jefferson, Missouri, particularly described as follows: Beginning
on the northerly line of said Inlot No. 123, at a point which is 170 feet 7 inches easterly from
the northwesterly corner of Inlot No. 122; thence easterly along t he northerly line of Inlot No.
123, 27 feet 5 inches to an alley 10 feet wide; thence southerly parallel with Jackson Street,
50 feet; thence westerly parallel with Water Street, 27 feet 5 inches; thence northerly parallel
with Jackson Street, 50 feet to the point of beginning, and; Parts of Inlots Nos. 122 and 123
in the City of Jefferson, Missouri, described as beginning on the northerly line of Inlot 123 at
a point 141 feet 5 inches easterly from the northwesterly corner of Inlot 122, said point being
58 feet 5 inches easterly from the easterly line of a concrete wall, which said concrete wall is
83 feet easterly from the northwesterly corner of said Inlot 122; thence southerly parallel with
the westerly line of Inlot 123, 36 feet; thence westerly paralle l with Water Street 2 feet 4
inches; thence southerly parallel with the westerly line of Inlot 123, 14 feet; thence westerly
parallel with Water Street 49 feet 1 inch; thence northerly parallel with the westerly line of
Inlot 123, 50 feet to Water Street, thence easterly along Water Street, 51 feet 5 inches, to
the point of beginning. Containing in all, 0.2 acres, more or less.
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or
alternative formats as required under the Americans with Disabilities Act. Please allow three business
days to process the request. Please call (573) 634-6410 with questions regarding these matters.
Emily Donaldson, City Clerk, City of Jefferson, Missouri
P.T. - Friday, April 29, 2022
For contact information only.
Department of Planning and Protective Services/Planning Division
320 East McCarty Street, Room 120 , Jefferson City, Missouri 65101
Contact: Beth Sweeten
Phone (573) 634-6475 Fax (573) 634-645
Excerpt of Unapproved Minutes
JEFFERSON CITY PLANNING AND ZONING COMMISSION
April14, 2022
5:15p.m.
COMMISSION MEMBERS PRESENT
Dale Vaughan, Chair
Penny Quigg, Vice Chair
Bunnie Trickey Cotten
Jack Deeken
Dean Dutoi
Emily Fretwell
Gregory Butler
Shanon Hawk
Treaka Young, Alternate
COMMISSION MEMBERS ABSENT
Blake Markus
Spencer Hoogveld, Alternate
Candace Moore, Alternate
COUNCIL LIAISON PRESENT
Erin Wiseman, Council Liaison
STAFF PRESENT
Sonny Sanders, Director of Planning & Protective Services
Dustin Birch, Associate City Counselor
Eric Barron, Planning Manager
Kortney Bliss, Planner
Shane Wade, Engineer
Beth Sweeten, Administrative Assistant
ATTENDANCE RECORD
7 of 8
8 of 8
7 of 8
7 of 8
6 of 8
5 of 8
5 of 8
6 of 8
1 of 8
3 of 8
3 of 8
1 of 8
Case No. P22005 -101 Jackson Street and 504 State Street, Rezoning from MU-1 Mixed Use to
PUD Planned Unit Development and Preliminary PUD Plan. Request filed by Housing Authority of
the City of Jefferson, property owner, on behalf of Transformational Housing, applicant, for a rezoning
of 0.22 acres from MU-1 Mixed Use to PUD Planned Unit Development and for a Preliminary PUD
Plan to house five apartment units within an existing three-story residential structure. The two
properties are located on the southeast corner of the East State Street and Jackson Street intersection
and are described as Part of Inlets 122 and 123 in the City of Jefferson, Cole County, Missouri (Larry
Burkhardt, Consultant).
Ms. Bliss stated the applicant is requesting the rezoning of two lots with a combined acreage of 0.22
acres (101 Jackson Street is 0.1 acre while 504 East State Street is 0.12 acre) from MU-1 Mixed Use
to PUD Planned Unit Development in order to accommodate the addition of an apartment unit on the
northern portion of the basement in an existing four-unit residential structure addressed as 101
Jackson Street. A proposed parking lot to provide off-street parking would be placed on the lot
addressed as 504 East State Street; which lies to the east of the other subject property.
A second request is tied to the rezoning is for a Preliminary Planned Unit Development Plan. A
narrative was supplied detailing the desire to add a fifth apartment unit and parking lot as described
above. Thus, the PUD Plan incorporates both lots and intends for the use of the property to serve
residential purposes.
John Blosser, 1911 Wind River Dr, board president with Transformational Housing presented the case.
He stated they already completed a house on Cherry street and this one will be similar. They plan to
help replace some of the low-income housing that was a result of the tornado. 75% of the units will be
rented out below market rate. He thanked staff and Commission members for working with them to
bring this forward.
Larry Burkhart, 119 Delmar Dr, the architect for this project spoke on behalf of the applicant. He stated
there is a code that says there can only be 4 units and they are needing to change the zoning to allow
for it to consist of 5 units.
Michelle Wessler, 1040 Myrtle Ave, Jefferson City Housing Authority, spoke. She said she is thankful
for the opportunity to provide more housing to low income individuals.
Ms. Bliss stated that staff recommends approval of the proposed rezoning and Preliminary PUD Plan.
Rezoning from MU-1 Mixed Use to PUD Planned Unit Development allows for the requested use and
the Preliminary PUD Plan would further allow the applicant to lay out their desired use for the property.
Ms. Cotton moved and Mr. Butler seconded a motion to recommend to the City Council approval of the
request to rezone lots addressed as 101 Jackson Street and 504 East State Street from MU-1 Mixed
Use to PUD Planned Unit Development.
The motion passed 8-0 with the following votes:
Aye: Quigg, Cotten, Deeken, Dutoi, Butler, Fretwell, Hawk and Young
Nay: None
Ms. Cotton moved and Mr. Dutoi seconded to recommend to the City Council approval of the
Preliminary PUD Plan with the establishment of an underlying MU-1 Mixed Use and NC Neighborhood
Conservation overlay zoning district.
The motion passed 8-0 with the following votes:
Aye: Quigg, Cotten, Deeken, Dutoi, Butler, Fretwell, Hawk and Young
Nay: None
City of Jefferson Planning and Zoning Commission
LOCATION MAP
Case No. P22005
0 45 90 180 Feet -=-=--101 Jackson Street & 504 East State Street
Preliminary PUD Plan & Rezoning from MU-1 to PUD
City of Jefferson Planning and Zoning Commission
VICINITY
0 130 260
Case No. P22005
101 Jackson S treet & 504 East State Street
Rezoning from MU-1 t o PUD & Preliminar y PUD Pla n
520 Feet
PLANNING STAFF REPORT
JEFFERSON CITY PLANNING AND ZONING COMMISSION
April 14, 2022
Case No. P22005 -101 Jackson Street and 504 State Street, Rezoning from MU-1 Mixed Use to PUD
Planned Unit Development and Preliminary PUD Plan. Request filed by Housing Authority of the City
of Jefferson, property owner, on behalf of Transformational Housing, applicant, for a rezoning of0.22 acres
from MU-1 Mixed Use to PUD Planned Unit Development and for a Preliminary PUD Plan to house five
apartment units within an existing three-story residential structure. The two properties are located on the
southeast comer of the East State Street and Jackson Street intersection and are described as Part of In lots
122 and 123 in the City of Jefferson, Cole County, Missouri (Larry Burkhardt, Consultant).
Nature of Request
The applicant is requesting the rezoning of two lots with a combined acreage of 0.22 acres (I 0 I Jackson
Street is 0.1 acre while 504 East State Street is 0.12 acre) from MU-1 Mixed Use to PUD Planned Unit
Development in order to accommodate the addition of an apartment unit on the northern portion of the
basement in an existing four unit residential structure addressed as I 0 I Jackson Street. A proposed
parking lot to provide off-street parking would be placed on the lot addressed as 504 East State Street;
which lies to the east of the other subject property.
A second request tied to the rezoning is for a Preliminary Planned Unit Development Plan. A narrative
was supplied detailing the desire to add a fifth apartment unit and parking lot as described above. Thus,
the PUD Plan incorporates both lots and intends for the use of the property to serve residential purposes.
Zoning And Surrounding Land Use
Current Zoning: MU-1 (NC Overlay District)
R d . equeste Zonmg: PUD
Surrounding Zoning
North PUD, RA-2
South MU-I (NC overlay District),
East MU-l(NC overlay District), C-3
West MU-1 (NC overlay District),
Staff Analysis
A I . ~ h R nalysJs or t e ezonmg:
Standard checklist for rezoning:
Current Use: Fourplex
nten e se: tvep.ex an I d d U F. I d par mg ot
Surrounding Uses
Residential; Multi Family
Residential; Single Family, Multi-Family
Civic, Commercial, Residential; Single Family, Multi Family
Office Space, Residential, Multi Family, Group Living
Yes No Notes:
Complies with Comprehensive Plan X The proposed use for the sites would support the
objectives of the Comprehensive Plan for the
area such as the Future Land Use Map.
Has access to necessary utilities X Both properties have adequate access to
necessary utility services.
Located outside flood zone X The two subject lots are not situated within the
I 00 year floodplain.
Meets district size requirement X Both lots meet district size requirements
described within the City Code,
Standard checklist for rezoning:
After rezoning, the allowed uses would be
compatible with adjacent existing land uses
If not rezoned, the owner would be deprived of use
advantages enjoyed by surrounding owners (reverse
spot zoning)
The requested rezoning would be an expansion of an
existing district
Benefit to City is substantial when compared to
adverse effects on adjacent property
PUD Plan Analysis
Yes No
X
X
X
X
Notes:
After rezoning from MU-1 to PUD, the
proposed residential and parking space uses
would be compatible with adjacent existing land
uses; many of which are residential uses.
With the exception of the apartment complex to
the north, in the case that the property were not
rezoned, the owner would not be deprived of
use advantages enjoyed by surrounding property
owners as those such owners are under the same
zoning designation in which the subject lots are
currently located.
The requested zoning would be an expansion of
the PUD zoning to the north; expanding its
continuous coverage southward/southeastward.
The benefit to the City from the addition of
available housing stock and parking spaces to
serve such residential units appears to be
sufficient and satisfactory when compared to
possible adverse effects that may impact
adjacent properties.
Land use: The intended land uses for the two lots are described within the Preliminary PUD Plan
narrative. This document mentions the applicant's desire to utilize the 101 Jackson Street lot for
residential operations; more specifically for multi-family. Off street parking for such adjacent multi-
family residence is the use proposed for 504 East Jackson Street. MU-1 Mixed Use would be the
underlying zoning district in combination with the NC Neighborhood Conservation overlay zoning
district that would determine other land uses as well as site regulations such as setbacks, lot density, and
design standards.
Building Design: Within the Preliminary PUD Plan narrative it states, "The currently adopted City of
Jefferson building codes (JCC 20 15) and the overlay district zoning requirements will be followed." It
specifies that details demonstrating compliance with such codes will be shown in the building permitting
process, The document also reads that the exterior of the building will be sensitive to the historic nature of
the surrounding neighborhood.
Parking: There will be one parking lot constructed with eight parking spaces. Access to the parking lot
will be from East State Street. Features ofthe parking lot will be aware of the historic characteristics of
the neighborhood to which it will be located.
Signage & Lighting: Lighting and signage specifications for the site are to comply with MU-1 and NC
district standards.
Traffic: It appears that the proposal to add an additional apartment unit and parking lot would not cause a
substantial increase in traffic.
Landscaping: No landscaping is laid out within the PUD Plan at this time. However, in the event of
landscaping placement, it would need to comply with City Code regulations for the MU-I and NC
districts or amend the PUD Plan.
Sidewalks: No new public sidewalks or sidewalk improvements are proposed along any street frontage. A
new sidewalk would be constructed on the south side of the parking lot to connect the parking spaces with
the apartment building.
Staff Recommendation
Staff recommends approval of the proposed rezoning and Preliminary PUD Plan.
Rezoning from MU-I Mixed Use to PUD Planned Unit Development allows for the requested use and the
Preliminary PUD Plan would further allow the applicant to lay out their desired use for the property.
Form of Motion
I. Motion to approve the request to rezone lots addressed as I 0 I Jackson Street and 504 East State
Street from MU-1 Mixed Use to PUD Planned Unit Development.
2. Motion to approve the Preliminary PUD Plan with the establishment of an underlying MU-1
Mixed Use and NC Neighborhood Conservation overlay zoning district.
City of Jefferson
D epartment of Planning & Protective Services
320 E. McCarty Street
Jefferson City, MO 65101
Phone: 573-634-6410
jc p l an ni n fl @i eff c itvm o.oru
www.jeffersoncitymo.gov
APPLICATION FOR ZONING AMENDMENTS
1. The undersigned hereby petitions the Planning and Zoning Commission and City Council of the City of
Jefferson, Missouri, for the following amendment to the Zoning Code:
~ Map Amendment
Property Address:
0 Text Amendment (lndude description of proposed text amendment)
\'"\ \,\, , \ £..-c; -;:: ..... ,.-1\ -/--~-~ L.-_, -'~~-./r t~ -..) \ • \ /......_. -t::. "? \ f"c \C..-.::> ~ .
2. Applications for Map amendments shall include a location map and legal description.
3. This petition requests to rezone th e above described real estate from its present classification of iv \U --i
district to '?\J 0 district. The purpose of this rezoning request is to:
-~~-~,c...-....-7 \c: o""J '-'i 4 \J1 1 T"? .
4. Filing fee: Map Amendment= $650. Text Amendment= $450.
5. Required Findings: Applicant respo nses to the required findings shall be noted in Addendum A and vary
based on type of request.
6 . The undersigned certify to be all of the owner(s) of the above described property and that the
submitted information (including all attachments to this application) is true and correct. (All owners
of this property must sign and the signatures must be notarized).
Property Owner Signature
Property Owner Signature
M·~e..((e lt~2e s.d -ec /CfK.7:::ft ~&.i-·£
Printed Name/Title {type or print)
Printed Name!rrtle {type or print)
fi===~m;m~~~~this _fY!_ day of !1/1/l'd-J
Notary Public, Notary Seal
State of Missour1
Cole County
Comm1ssion # 20890015
My Co mmission Expires 08-23·2024
For Cfty Use Only:
Application Filing Fee: Map Amendment= $650 ($450 + $200 Advertising Fee)
Text Amendment= $450 ($250 + $200 Advertising Fee)
(Revised July 1, 2018)
Application Filing Fee Received: ___ Cash (receipt# ___ ) ____ Check (copy; check#:..._ _____ _
Attachments: __ Addendum A __ Map __ Appli canUP roj ect Information Sheet
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative fonnats as required under the
Americans with Disabilities Act. Please allow three business days to process th e request.
Page 1 of6
Jefferson City Zoning Amendment Application
Addendum A-Review Criteria
To be used to support zoning amendment requests.
(Section 35-74.8.4)
Property Address ----''-=D::..._;;\ __ • ..,..\ ..c:A:>.>< .... ~ ·c:::·IS.==--~~-?'-'-'j:::!.-_7t::..,,___<e-_,_, __ '7~--=t.::_A..l... -____.~""'-:--'-. ~~"-''-'-;!\;_,.·_,_TE~_-:S'"". :...~...1_·'--------
Applicant Name
Provide responses to the following required findings by selecting all criteria that apply to your reques t State all
reasons for your answer and use additional pages to complete your answer if necessary.
A . The existing zoning was in error at the time of adoption. Explain.
B. There has been a change in character in the area due to installation of public facilities, other zone changes , new
growth trends, neighborhood deterioration, or development transitions. Explain the change and be specific on which
public facilities, other zone changes, new growth trends, neighborhood deterioration, or development transitions that
effected the change.
C. There is a community need for the proposed rezoning .
\ ' A \ Ao-v C\\o~.JA..L (i.) What will the proposed zoning be? -D...j Y _ --:-\\ \'-7 ·\,.J ,,_L-; ..... ._._G '-)-..1 r->
u,i t-, ~, . ..,.~,,~ ~r\ c-"7---,...,-c ,..,J (.\ ?;,-n<--uc-~"0-)·;<..G .
(ii.) Why does the community need this zoning?
·"\~ \\<Z.'-~ ,flc-()0\."Z.~~-, \t\~
D. The proposed change is consistent with, and in furtherance of, the implementation of the goals and policies of the
Comprehensive Plan, other adopted plans, and the policies, intents and requirements of this Ordinance and other
City regulations and guidelines.
Page 2 of 6
E. The proposed zoning is compatible w ith the zoning and uses of property nearby.
Property North-·p0 0 f ·r-) A -·L Property Sout h-M0 -\
Property East -!"\ 0 ·· ·~ ~ C: -· ~ Property West-1-.../\,_J --\
{ ... b\C-· 1-''" .. ' t\~-7 ~ ~~''-'\\ ~~t~'--'\'? c.·.:~,-::.-?q;Z..J~~ot-' ·(/,7\~'c."' c>\1~-\)
F . Public and community faciliti es, which may include, but are not limited to, sanitary and s torm sew ers, water,
electrical service, police and fire protection, schools, parks and recreation facilities, roads , libraries, and solid was te
collection and disposal, are available and adequate to serve uses authorized under the proposed zoning. Ust p u blic
and communfty facilities available on the site.
G . A traffic impact analysis has bee n p r ovided to indicate the potential number of n ew trips generated and prov i sions
are provided to mitigate impacts of high traffic-generating projects. (Se e Section 35-60. Traffic Impact Analysis
regarding vehicle trip thresholds and traffic impact analysis requirements)
t--\c,., J;...·?;JL-,Gi>--0 .... ·;::;; -L-~~;. \1-\!.\r-\ \a a tl~u.:: Pc .i:.\L-1-\av >-"L ·J;c;T\,c.. .... ~ tt;e::. ,f/5.
H. Authorized uses shall not adversely affect the capacity or safety of the street network in the v icin ity of the property.
(i.) Describe the proposed use. '?);::;...<;.. \ O<;:;:l~-c-'\A'--.-~ot-l'\12-M?\L.rS\ .-~p.;z., v\.f>....\2 , ... :-1,
'P ~c2. r-\A.Nc:r--r.-IN ~A.""-.) Ci. G
(ii.) Will the proposed use adversely affect the capacity or sa fety of the street network in the vicinfty of th e
property? Why/why not?
A F\-.:=: G \ c. p...,()~c.,_ ... '\"{ ;.) I ~c. C. l '\
~ ~£-) \0~'""\: I P,.\_ 0•::>\S .
I. Potential environmental impacts (e .g ., excessive storm water runoff, water pollution, air pollution, noise pollution,
excessive lighting, or other environmental harms ) of authorized uses shall be mitigated. U s t any potential
environmental impacts and how they will be mitigated.
,_yj,c. 0 z::-te l. .j ~.::.--?~-=:,0 ~ ~-<:::t'-\~1 ,..)-_, \At:: Sfci"'\6 .A~\) ·~\\ ... :'-~o·l
i.-\~G ~ G>N 'J \\2-0~ M.Et~\ k.-\M.f'~\:" ·
...-"I ·-L-1\~\.::-.,.,-·, ..... , __ ...... .::::."r\f~(~,C:. ·\o -~ ~.£1..{<..\L.I N t 1 '-.)•:)i::, 0 \-:)0 <-'-C· • -;>\H. "-'. ,.-, .. A..~Q ~iZG <Z..~'I~.::>,...J u-;. e . ~\0 r.u, \.....j :....._~ ~·.:;....J-'l'-01--M-s-t\...?v\Q.t:: ~
~ ·~L ~.::=: U -':;>20 ·-1-v M ,~·1"-.1,\L.<:::.. \rl\.P A.IJ\.
J . There is an adequate supply of land available in the subject area and the surrounding community to accommodate
the z oning and community needs.
K. Benefits shall be derived by the community or area proposed to be rezoned. Ust the benefits of the proposed
rezoning.
City of Jefferson
Department of Planning & Protective Services
320 E. McCarty Street
Jefferson City, MD 65101
Phone: 573-634-6410
jc p la nnina(ci)jcffci t ymo.om
www.jeffersoncitymo.gov
APPLICATION FOR PLANNED UNIT DEVELOPMENT (PUD)
0
§.
Concept PUD Plan
Preliminary PUD Plan
Final PUD Plan
0
0
Amendment to Final PUD Plan
Amendment to Final PUD Plan for Signage
0
PUD Project Name: ~"'""'"". ·r · ·-...rz \~ .-:
'
Street Address:
Legal Description: (a s follows or is atta ched ) ---'A=---rc_,_,...,Px.-~·::..l.._""'-\.'""'z=O"'-'--'<---'-1-'-'J;l:..._""'?::...;. J~E'-4"'-..A....;..:.,_,,._ ... .::::A..:='--=--'--------
Please attach or include the following:
a) Typed project narrative describing the typ e and character of th e development, including land uses , acreage ,
proposed r esidential densities or commercial floor area (FAR); public or private open space, ameniti es or
recre ation areas to be provided; sidewalks and pedestrian ways; parking areas; deviations from minimum
design standards of Section 35-51; and other information required by Section 35-74 or applicable sections
of the Zoning Code. The project title and location must be included upon every page. Number all pages and
attachments.
b) Site Plan and/or D evelopment Plan, as applicable.
c) Preliminary or Final Subdivision Plat or Declaration of Condominium Association, as applicable;
d) Draft of Covenants, Conditions and Restrictions, as applicable;
e) Traffic impact analysis , if required by Section 35-60 ;
f) S ignage Plan, including type , locations and d imensions of all proposed signs;
g) Landscaping and Screening Plan;
h) Lighting Pl a n, including pole heights, type of fix tures or luminaries, and foot candles ;
i) Project Phasing Plan (if appli ca ble)
j) Application Filing Fee= $500 + $200 advertising fee + $20 per acre + $2 50 re zoning fee (if applica ble)
(Revi se d July 1, 2 018)
Application lnfonnation: ,
Property Owner: !);,~ A~r-.--e.r o-(. -f-/,_~ c ~y ,. t Je__;/Jer:;o tt.
Address ;o4o !::J,~ c::t.l:k.. l'lve--~
Phone Number(s):p3 J ?-5 t .. t,c..cr t~ c ~7~) ?3 <t -t,t t..3
Applicant Name (if differ~nt from owner): _·f...!r,::.L(!<!'-~:c.:' ,~· ~-k::.:~ ·:....::-•:....::'1..:.-<.:..t..:.:.-C'vl~.:::J:!::.._/-:....;·/.~o::.::· Cjl.=S::..:':..., .,~:5'-------------
Address P.I).Dct /tJ i/781 ..:1.(7. life .. (. 2/f()
Phone Number(s): ..5~73 t:.-19 CJ 8D 3
Consultant Name: \.-J,._\Z..~j ·$v'P'?r\.6..c< .. 9~ .b.s \~ '?e..
Address : ,\c:; "Pc:?L 1-....tA.fZ.... 2"=·. 1 J.q c \=,-:;-rt.6ctA 'c :.'':1 ~() Co?to 'J
Phone Number(s): "'>T3 -~ Z o ·-o :"\-·1 ~
The attached infonnation accurately represents this proposed project
·~d?~~
Prope rty Ownec s;goat:!!__
ili~~ 'D~~v..t~bT-
Con sulta nt 1gn ature
~ k/.u-;;1~/ &c~ =<,.<......c -:lJc'r u.J oc %~.,_
Print ed Nam emUe loa e
L..~\2--t G ... K~-v.-~CLo\ A \A. ?.e . ·· 3 L1: 1·2:'--
Printed Namemue / Date
For Staff Use Only: Application Filing Fee Received. ___ _ Amount~---Check# __ _
Attac hme nts: Narrative_ S ite Plan_ Applicant/Project Inform ation Sheet_ •Note oth er inform ation s ubmitted on back page
Individuals s hould conta ct the ADA Coordinator at (573) 634-6570 to request accommodations or altern ative fonna ls as required under lh e
Americans with Di sabilities Act. Please allow three business days to process the requ est
Page 1 of7
Planned Unit Development Narrative for:
Transformational Housing
101 Jackson St. and 504 E. State St.
Jefferson City, MO 65101
March 14, 2022
Transformational Housing of Jefferson City is requesting two parcels be changed from Mixed Use (MU-1)
zoning to a Planned Unit Development (PUD). The following describes the proposed development to
provide affordable housing apartment units within the existing structure located at 101 Jackson St reet
(0.1 acres) along with associated tenant parking at 504 E. State Street (0.12 acres). The reason for this
request is that the properties are currently zoned MU-1 within a Neighborhood Conservation (NC)
overlay district which limits the number of apartments in the structure to a ma ximum of four (4). This
project is proposing to have five (5) apartment units within the ex isting historic building.
Transformational Housing is an organization that was formed by local churches to provide affordable
housing within our community. Their first building opportunity was at 203 Cherry Street which ha s
recently been renovated . The program also helps people with encouragement and accountability, which
leads to life change. The organization~el the existing structure at 101 Jackson Street to
addmore unitsforitscause. 0,i/s oo :,<~C:::]li;v<a.. 78 3/l<ti t z.
r -'!.:Jo "J/''' /::12.
The building on the parcel at 101 Jackson Street has three (3) stories with a full basement. This cir ca
1900 structure was originally built as a high-end duplex with identical mirrored units separated vertically
in the middle. Overtime, the duplex was divided into four (4) apartment units. The proposal by
Transformational Housing is to use the vacant northern portion of the basement as an additional uni t
since it has windows while the southern side does not.
Overall, the proposed construction for this project is to rehabilitate the existing historic building to
create five (5) units. The currently adopted City of Jefferson building codes (ICC 2015) and the overl ay
district zoning requirements will be followed. The exterior building envelope will be repaired to keep it
within the historic nature of the neighborhood. Additionally, to support the parking requirement for the
apartments; it is proposed to use the parcel at 504 E. State St. for off-street par king supplemented with
on-street parking adjacent to the properties. Lighting fixtures and other features for the new parking lot
will be sensitive to the historic neighborhood. Details showing compliance to city code s will be
demonstrated eventually through the building permit application submittal.
..-en
c:
0 en
~
(.)
ro ..,
State St.
If-
f+-
..
I
existing historic building
exterior to be restored
' ... I
t
i
I
' I
'
83'
L ----l--
/
I ~~ /
I . --------property 'nne
new private sanitary
sewer line
bioswale overflow
pipe to street if required
\
o•
LO
I
Y~----··--..... \----··-----·-1 08'-0 1/4"··-·
I I
--·, I
I \
I
new proposed maximum
sidewalk parking: 8 -9'x20' spots
Preliminary PUD Site Plan scale: 1" = zo· ~
Lany Burkhardt AlA, P.E.
119 Del Mar Dr.
Jefferson City, MO 65109
573.680.0479
t----·--·-··------
Q)
O')+J-r-.sSo
CJ)(/)-r-
;:, .LO ow«>
:c~o -a-=::: rolO.s::::::
c -g~~
coco E~c
'-.:::;!. 0 ~(.)CJ) (/) co '-c:--,&
~ -r-(1) 1-0-,
~
PUD Application: 03114122
Not for
Construction
l...aiNreoce John Burkhard1
Architect -No. 004762
Preliminary
PUD
Site Plan
81
Sheet 1 of 1
0
:::>
0...
~0 ~S9 0~ '~!::> UOSJ9j!9f
a1e1s ·3 vas i uos>per ~o~ J
and -OU!SnOH (eUO!\eWJOjSUeJl !
/
c:
0 ,_::::;::
o u ::g
0 ..
Zc:
0 u
('t')
I u
i« p
H
..
"'
~ c:R ~! ~ g'!i . -a.~ ~~ ~ 5i J (/) J
~z
•
------r--r--r-r-.
~o~sg o~ 'At!;) uoSJauar
a1e1s ·3 vos "11 uos lper ~o ~
Ond -6U!SnOH leUO!lel.UJOJSUeJl
-------1-
City of Jefferson
Department of Planning & Protective Services
320 E. McCarty St.
Jefferson City, MO 65101
March 30, 2022
Dear Property Owner:
Carrie Tergin, Mayor
Sonny Sanders, AICP, Director
Phone: 573-634-6410
Fax: 573-634-6457
This letter is to notify you that the Jefferson City Planning and Zoning Commission will meet at 5:15 p.m .
on Thursday, April 14, 2022, to consider the following matters (see map on back):
Case No. P22005 -101 Jackson Street and 504 State Str eet , Rezon i n g f rom MU-1 Mixed Use to PUD
Planned Unit Development and Preliminary PUD Plan. Request filed by Housing Authority of the City of
Jefferson, property owner, on behalf of Transformational Housing, applicant, for a rezoning of 0.22 acres
from MU -1 Mi xed Use to PUD Planned Unit Development and for a Preliminary PUD Plan to house five
apartment units within an ex isting three-story residential structure. The two properties are located on the
southeast corner of the East State Street and Jackson Street intersection and are described as Part of
lnlots 122 and 123 in the City of Jefferson, Cole County, Missouri (Larry Burkhardt, Consultant).
As a nearby landowner and/or neighbor, you are being provided notice of this hearing. Unfortunately , we
are unable to record comments received by telephone , however, w ritten comments may be directed to the
Planning and Zoning Commission in one of the following w ays:
e-mail : jcplanning@jeffcitymo .org
fa x : Dept. of Planning and Protective Services I Planning Division 573-634-6457
mail : Dept. of Planning and Protective Services I Planning Division
John G. Christy Municipal Building , 320 E. McCarty Street Jeffe rson City, MO 65101
Written comments receiv ed on or before 1:00 p .m . on the day of the meeting will be made a part of the
official record and copied and distributed to Commission members at the meeting. Those unable to provide
written comments in advance are invited to deliver their comments to the Commission Chairman onl y at the
meeting. Correspondence received after 1:00 p.m. will be included in the official record, but there is no
guarantee that copies will be made for distribution to all Commission members.
For your information , this case is tentatively scheduled for a public hearing in front of the City Council on
May 16, 2022. The City Coun cil meets at 6:00 p.m . in the Council Chambers of the John G . Christy
Municipal Building, 320 East M cCarty Street.
Information regarding this case may be viewed on the Planning and Zoning Commission webpage at:
http://www.jeffersoncitymo.gov/governmenUplanning/planning and zoning commission .php
If you have any questions concerning this matter, plea se feel free to contact 573.634 .6573.
Best Regards ,
~
Kortney Bliss
Planner 1
Individua ls should contact the A DA Coordinato r at (573 ) 634-6570 to re q ues t accommodatio ns o r a lte rna tive fo rmats
as require d under the America ns with Di s abilities Act. Ple ase a ll o w three bus iness days to process the request.
Pl e ase ca ll (5 73 ) 634-641 0 w ith ques ti ons reg a rding agenda item s.
t Street Case P22005 t & 504 East Sta e MU-1 to PUD
101 Ja.ck son ~~e~la n & Rezoning from Pre limrnary P
0
N
AE wy
s
0 80 160 240 320 --_Fee1
. . f n Buffer 185 ft . Notrfrcaa~ro~=~-------
. ...
' '
'
' ',
~o~ 0 '1~"o<-.b~ /
~~"?.
('~ / '(~)-
//
' '
' ',
Jefferson City Planning and Zoning Commission
Property Owner list
Case NO P20005 101 Jackson and 505 EState
TROESSER PROPERTIES L L C
4023 TANNER BRIDGE RD
JEFFERSON CITY, MO 65101
422 ESTATE ST MO 65101
BUESCHE~ BARBARAJ
429 E CAPITOL AVE
JEFFERSON CITY, MO 65101
417 E PARSONS WAY MO 65101
MISSOURI FOREST PRODUCTS ASSN
505 ESTATE ST
JEFFERSON CITY, MO 65101
505 ESTATE ST MO 65101
HOUSING AUTHORITY OF THE CITY OF
JEFFERSON MISSOURI
PO BOX 1029
JEFFERSON CITY, MO 65102
101 JACKSON ST MO 65101
BUESCHE~ BARBARAJ
• 429 E CAPITOL AVE
JEFFERSON CITY, MO 65101
114 JACKSON ST MO 65101
HOUSING AUTHORITY OF JEFFERSON CITY
PO BOX 1029
JEFFERSON CITY, MO 65102
514 ESTATE ST MO 65101
ARGYLE STORAGE RENTAL AND SALES L L C
PO BOX 65
ARGYLE, MO 65001
109 JACKSON ST MO 65101
STITT BARONY L L C
615 E CAPITOL AVE #A
JEFFERSON CITY, MO 65101
513 E CAPITOL AVE MO 65101
TROESSER PROPERTIES L L C
4023 TANNER BRIDGE RD
• JEFFERSON CITY, MO 65101
416 ESTATE ST MO 65101
ROST, THOMAS H & JACQUELINE E
TRUSTEES
2511 GREENTREE RD
JEFFERSON CITY, MO 65101
100 JACKSON ST MO 65101
BUESCHER, BARBARA J
429 E CAPITOL AVE
JEFFERSON CITY, MO 65101
108 JACKSON ST MO 65101
WILLIAMS, AMANDA BURKE & LEVI
103 JACKSON ST
JEFFERSON CITY, MO 65101
103 JACKSON ST MO 65101
L N CONSTRUCTION & EXTERIORS INC
89 MOSS HOLLOW LN
CAMDENTON, MO 65020
105 JACKSON ST MO 65101
BUESCHER, BARBARA J
429 E CAPITOL AVE
JEFFERSON CITY, MO 65101
517 E CAPITOL AVE MO 65101
UNITED STATES OF AMERICA
% UNITED STATES GENERAL SVCS ADMIN
1500 E BANNISTER RD
KANSAS CITY, MO 0
519 ESTATE ST MO 65101
EDIFICE COMPLEX L L C
1404 GREEN BERRY RD
JEFFERSON CITY, MO 65101
520 ESTATE ST MO 65101
SHRYACK-HIRST GROCERY COMPANY
520 ESTATE ST
JEFFERSON CITY, MO 65101
PARSONS WAY MO 65101
4/8/22
Jefferson City Planning and Zoning Commission
Property Owner list
Case NO P20005 101 Jackson and 505 E State
HOUSING AUTHORITY OF JEFFERSON CITY
PO BOX 1029
JEFFERSON CITY, MO 65102
10 JACKSON ST MO 65101
PARKS & REC COMMISSION
OF THE CITY OF JEFFERSON
1299 LAFAYETTE ST
JEFFERSON CITY, MO 0
E STATE ST MO 65101
STITT BARONY LL C
615 E CAPITOL AVE #A
JEFFERSON CITY, MO 65101
511 E CAPITOL AVE MO 65101
HOUSING AUTHORITY OF THE CITY OF
JEFFERSON MISSOURI
PO BOX 1029
JEFFERSON CITY, MO 65102
115 JACKSON ST MO 65101
4/8/22
Sender
Amanda Burke Williams
PLANNING & ZONING COMMISSION
CORRESPONDENCE RECEIVED
Case No. P20005
101 Jackson and 504 State Street
April 01, 2022
Senders Address
103 Jackson
How Date Received
Received
Email 04/01/2022
' Sweeten, Beth
From: Bliss, Kortney
Sent:
To:
Thursday, April14, 2022 3:10PM
Sweeten, Beth
Subject: FW: 101 Jackson St
Hi Beth,
I apologize, I forgot to forward this to you this morning. This is the only correspondence I received pertaining to the case
on the agenda for tonight's meeting. Please add this correspondence. Thank you!
Best,
~~go~
Planner 1
Planning and Zoning Division
City of Jefferson I 320 E. McCarty St. I Jefferson City, MO 651 01
From: amanda b <blueoctavia@yahoo.com>
Sent: Saturday, April 02, 2022 3:43 PM
To: Bliss, Kortney <KBiiss@jeffersoncitymo.gov>
Subject: Re: 101 Jackson St
Thanks Kortney,
We received the packet in the mail with the info. We have no concerns and are excited by the proposal for the house
and parcel.
Best,
Amanda
View our preservation project at
https://outstandishpreservation.weebly.com/
On Apr 1, 2022, at 4:26PM, Bliss, Kortney <KBiiss@jeffersoncitymo.gov> wrote:
Good Afternoon Mrs. Burke Williams,
Thank you for contacting the City of Jefferson.
You can find application materials and plans for the site as well as a brief description of the case on the
Jefferson City website: blueoctavia@yahoo.com
1
For a deeper discussion regarding what all is involved with PUD plan processing including how it moves
through the Planning and Zoning Commission first and then on to the City Council in addition to Code
specifications for PUD plans, a phone or in person meeting is recommended as this can be a complex
topic and having such meeting formats can allow for more efficient and precise communication between
you and the City on this such topic. If a meeting is desired for further discussion, feel free to let me know
by email at KBiiss@jeffersoncitymo.gov or by phone at 573-634-c6573.
Kind Regards,
A<J~ ~&44
Planner 1
Planning and Zoning Division
City of Jefferson I 320 E. McCarty St. I Jefferson City, MO 65101
From: JC Planning
Sent: Friday, April 01, 2022 10:42 AM
To: Barron, Eric <EBarron@jeffersoncitymo.gov>; Bliss, Kortney <KBiiss@jeffersoncitymo.gov>
Subject: FW: 101 Jackson St
From: amanda b <blueoctavia@yahoo.com>
Sent: Friday, April1, 2022 8:50 AM
To: JC Planning <JCPianning@jeffersoncitymo.gov>
Subject: 101 Jackson St
Good morning,
I see there is a plan to change the zoning of 101 Jackson which is adjacent to my property from MU-1 to
PUD. I am trying to understand what this change means and if I have any concerns related to the
change. Would it be possible to get some information regarding the switch and maybe a copy of the
plan for that site?
Thank you,
Amanda Burke Williams
View our preservation project at
https://outstandishpreservation.weebly.com/
2
I
f
BILL SUMMARY
BILL NO: 2022-006
SPONSOR: Councilmember Fitzwater
SUBJECT: Authorizing the Mayor and City Clerk to Execute a Professional Services
Agreement in the Amount of $125,000 with Crafton Tull for the Capital
Area Active Transportation Plan , Formerly Known as the Capital Area
Pedestrian & Bicycle Plan
DATE INTRODUCED: May 2 , 2022
DEPARTMENT DIRECTOR:~~~~~~~~~~~---------------
Staff Recommendation: Approve .
Summary: The agreement is a standard professional services contract. A scope of
services will govern the consulting work.
Origin of Request: Capital Area MPO I Department of Planning and Protective
Services
Department Responsible: Department of Planning and Protective Services
PERSON RESPONSIBLE: SONNY SANDERS I Eric Barron
Background Information : Crafton Tull is recommended as the consultant for the
Capital Area Active Transportation Plan . The plan is a combined update of the Capital
Area Pedestrian & Bicycle Plan (20 16), the Jefferson City Sidewalk Plan (20 1 0), the
Jefferson City Area Greenway Master Plan (2007), the and the Holts Summit Bicycle,
Pedestrian, and Transit Plan (2014).
Consulting services would include the following:
• Evaluation of existing conditions
• Development of a robust public and stakeholder involvement campaign
• Analysis of existing plans
• Development of a comprehensive set of strategies to ensure better options for
walking, biking, and transit
• A prioritized list of infrastructure improvements
• Recommendations for new policies , processes, and best practices
Upon completion , the f inal plan may be adopted by participating jurisdiction in the
CAMPO planning area . This project is included in the FY22 and FY23 CAMPO Unified
Planning Work Programs and budgets . City Council approved a budget adjustment in
January 2022 to accommodate the execution of this project. The project will begin
immediately upon approval.
Consultant Selection. The consultant selection process was conducted in accordance
with the City’s procurement rules. The consultant selection committee, appointed by the
CAMPO Board of Directors consisted of Hannah Thomas, Holts Summit City
Administrator, Todd Spalding, JC Parks Director, Eric Landwehr, Cole County Public
Works Director; and City Staff members, Sonny Sanders, Director of Planning and
Protective Services, and David Bange, City Engineer. The committee reviewed
qualifications and expressions of interest from six firms. The committee selected Crafton
Tull as the most qualified firm.
Fiscal Information: The fee negotiated for this contract is not to exceed $125,000. The
Missouri Highways and Transportation Commission will provide 80% grant funding for
this contract, as part of the Consolidated Planning Grant Agreement with the Capital
Area MPO and City of Jefferson. This project was included in the FY22 and FY23
unified planning work programs and budgets. The contribution from the City of Jefferson
will be $0. JC Parks will provide the $25,000 local match requirement.
BILL NO. 2022-006
SPONSORED BY Councilmember Fitzwater
ORDINANCE NO. _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CRAFTON TULL
FOR THE CAPITAL AREA ACTIVE TRANSPORTATION PLAN , FORMERLY KNOWN
AS THE CAPITAL AREA PEDESTRIAN & BICYCLE PLAN.
WHEREAS , Crafton Tull has been selected as the firm best qualified to provide
professional services related to the update and development of the Capital
Area Active Transportation Plan .
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , AS FOLLOWS:
Section 1. Crafton Tull is hereby approved as the best qualified firm to provide
professional services and its proposal is hereby accepted.
Section f.. The Mayor and City Clerk are hereby aut hori zed to execute an
agreement with Crafton Tull .
Section ~· Th e agreement sha ll be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section 1. This Ordinance shall be in full force and effect from and after th e date
of its passage and approval.
Passed : __________ _ Approved : _______ _
Presiding Officer Mayor Carrie Tergin
ATIEST: APPROVED AS TO FORM :
City Clerk City
FINANC E DEPA R TMENT
PURC H ASING D IVISIO N
SUBJECT: Bid RFSQ4016-CAMPO Pedestrian Bicycle P lan
Pub lic Works -Opened February 15 , 2022
RECOMMENDATION:
Staff recommends the award of the request for quali ficat ions RFSQ40 16 for th e CAMPO Pedestrian
Bicycle Pan to Cr afton T ull of Rogers, Arkansas . T hi s bid was evaluated by a committee appointed by t he
CAMPO Board of Directors consis tin g of City s taff, Cole County Commi ss ion members, a nd City of
Ho lts Summit staff and was awarded to the mo st qualified vendor. The contract amount is for a not-to -
exceed amount of$125 ,000.00.
BIDS RECEIVED:
Crafton Tull , Rogers , AR
Lochmueller Group, St Louis, MO
DG2 Design, Eurka, MO
SWT Design, StLouis, MO
CBB Transportation Engineers and Planners, St Loui s, MO
CFS Engineers, Jefferson City, MO
Thi s bid was posted on Bonfire. Bid notifica tions were sent to 1,599 vendors of which 11 were
recommended vendors by the Department.
F ISCAL NOTE:
Expended or
Account Number De scription FY 2022 Encumber ed Bid Amount Bal ance
Budget Amount
Profess io na l Service s-
Planning and Protective
10-522-522020 Services $108,000.00 $8,000.00 $100,000.00 $0.00
Gr eenway Acq uisit io n
and Deve lopme nt, Parks
21-990-574003 Funds $2 5,000.00 $0 $25,000.00 $0.00
Bid Total $125,000.00
ATTACHMENTS -SUPPORTING DOCUMENTATION
RFSQ4016-01/22-Request for Qualifications-CAMPO
Pedestrian Bicycle Plan
Scoring Summary
Active Submissions
i . : I l
I 'E . dT h. l r · P R d f T t 1 , xpenence an ec mea , C .t d C b Tty ; ast ecor o : o a ; apac1 y an apa 1 1 . ; ; Competence ! ! Performance
! . i ! --------. -·--·---'---------------------!----------·----------+--------------------
Supplier /1 00 pts ! I 35 pts ; I 30 pts ! I 35 pts
Crafton Tull 95
Lochmueller Group 88
DG2 Design 84
SWT Design 83
CBS Transportation 81 Engineers + Planners
CFS Engineers 80
34 29
33 28
28 26
27 25
25 25
27 25
Generated on Apr 25. 2022 9:53 AM COT -Leigh Ann Corrigan
Page 1 of 2
32
27
30
31
31
28
Corrigan, Leigh Ann
From:
Sent:
To:
Cc:
Subject:
Leigh Ann,
Bange, David
Monday, March 7, 2022 12:02 PM
Corrigan, Leigh Ann
Vaughan, Craig; Williams, Katrina
Consultant selection for the Pedestrian and Bicycle Plan
The selection committee met again today and as a group evaluated and ranked the responses that we received from the
Pedestrian and Bicycle RFQ. It was the conscientious of the committee that we enter the scores as a group rather than
individually. To that end I have entered the scores into Bonfire under my name. At this time we would like to move
forward with contacting Crafton Tull and beginning the process of defining the scope and fee.
Please let me know if you have any questions. Thanks.
David Bange, P.E.
City Engineer
City of Jefferson
320 E. McCarty Street
Jefferson City, MO 65101
Phone(573)634-6433
1
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT, made and entered into the date last executed by a party as indicated below, by and
between the City of Jefferson, a municipal corporation of the State of Missouri, hereinafter referred to as
“City”, and Crafton, Tull & Associates, Inc., hereinafter referred to as “Contractor”.
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render certain services for the
Update of the Capital Area Pedestrian & Bicycle Plan (Active Transportation Plan) for the Capital
Area Metropolitan Planning Organization (CAMPO) , hereinafter described in Exhibit A.
WHEREAS, Contractor has made certain representations and statements to the City with respect
to the provision of such services and the City has accepted said proposal to enter into a contract with the
Contractor for the performance of services by the Contractor.
NOW THEREFORE, for the considerations herein expressed, it is agreed by and between the City
and the Contractor as follows:
1. Scope of Services.
Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for the Update
of the Capital Area Pedestrian & Bicycle Plan (Active Transportation Plan), as set forth in Exhibit A. In
the event of a conflict between this agreement and any attached exhibits, the provisions of this agreement
shall govern and prevail.
2. Payment.
The City hereby agrees to pay Contractor for the work done pursuant to this contract and in accordance
with the attached Exhibit C. Contractor's standard hourly rates are attached as Exhibit B. Contractor shall
prepare invoices in accordance with its standard invoicing practices and submit the invoices to the City on
a monthly basis. Invoices are due and payable upon receipt. No partial payment to Contractor shall operate
as approval or acceptance of work done or materials furnished hereunder. No change in compensation
shall be made unless there is a substantial and significant difference between the work originally
contemplated by this agreement and the work actually required. The total amount for services rendered
under this contract shall not exceed One Hundred Twenty-Five Thousand Dollars ($125,000).
3. Term.
This contract shall commence on the date last executed by a party as indicated below. The Contractor shall
substantially complete the project, as set forth in Exhibit A, by eighteen (18) months from the Notice to
Proceed.
4. Additional Services.
The City may add to Contractor services or delete therefrom activities of a similar nature to those set forth
in Exhibit A. The Contractor shall undertake such changed activities only upon the direction and duly
authorized Amendment to this Agreement by the City. All such directives and changes shall be in written
form and approved by the City and shall be accepted and countersigned by the Contractor or its agreed
representatives.
5. Personnel to be Provided.
The Contractor represents that Contractor has or will secure at its expense all personnel required to perform
the services called for under this contract by the Contractor. Such personnel shall not be employees of or
2
have any contractual relationship with the City except as employees of the Contractor. All of the services
required hereunder will be performed by the Contractor or under the Contractor’s direct supervision and all
personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to
perform such services. None of the work or services covered by this contract shall be subcontracted except
as provided in Exhibit A without the written approval of the City.
6. Contractor’s Responsibility for Subcontractors.
It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its
subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts
and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted
in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set
forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding
termination of any subcontract as the City may exercise over Contractor under any provisions of this
contract. Nothing contained in this contract shall create any contractual relations between any
subcontractor and the City or between any subcontractors.
7. Independent Contractor.
The Contractor is an independent contractor and nothing herein shall constitute or designate the Contractor
or any of its employees as agents or employees of the City.
8. Benefits not Available.
The Contractor shall not be entitled to any of the benefits established for the employees of the City and
shall not be covered by the Workmen’s Compensation Program of the City.
9. Nondiscrimination.
The Contractor agrees in the performance of the contract not to discriminate on the grounds or because of
race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against
any employee of Contractor or applicant for employment and shall include a similar provision in all
subcontracts let or awarded hereunder.
10. Illegal Immigration.
Prior to commencement of the work:
a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment
and participation in a federal work authorization program with respect to the employees
working in connection with the contracted services.
b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person
who is an unauthorized alien in connection with the contracted services.
c. If Contractor is a sole proprietorship, partnership, or limited partnership, Contractor shall
provide proof of citizenship or lawful presence of the owner.
11. Notice to Proceed.
The services of the Contractor shall commence upon execution of this Agreement, and shall be undertaken
and completed in accordance with the schedule contained in Exhibit A.
12. Termination.
If, through any cause, the Contractor shall fail to fulfill in timely and proper manner its obligations under
this contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this
contract, the City shall thereupon have the right to terminate this contract by giving written notice to the
Contractor of such termination and specifying the effective date thereof, at least five (5) days before the
3
effective day of such termination. The City reserves the right to terminate this contract for convenience
by giving at least fourteen (14) days prior written notice to Contractor, without prejudice to any other rights
or remedies of the City, provide Contractor shall be entitled to payment for all work completed by
Contractor through the date of termination. The Contractor may with cause terminate this contract upon
30 days prior written notice. In either such event all finished or unfinished documents, data, studies,
surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Contractor
under this contract shall, at the option of the City, become its property, and the compensation for any
satisfactory work completed on such documents and other materials shall be determined. Notwithstanding
the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by
virtue of any such breach of contract by the Contractor.
13. Waiver of Breach.
Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be
deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be
deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or
conditions herein.
14. Authorship and Enforcement.
Parties agree that the production of this document was the joint effort of both parties and that the contract
should not be construed as having been drafted by either party. In the event that the City successfully
enforces the terms of this contract through litigation, the City shall be entitled to receive, in addition to any
other relief, its reasonable attorney’s fees, expenses and costs.
15. Severability.
If any section, subsection, sentence, or clause of this contract shall be adjudged illegal, invalid, or
unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or
enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not
so adjudged.
16. Assignment.
The Contractor shall not assign any interest in this contract, and shall not transfer any interest in the same
(whether by assignment or novation), without prior written consent of the City thereto. Any such
assignment is expressly subject to all rights and remedies of the City under this agreement, including the
right to change or delete activities from the contract or to terminate the same as provided herein, and no
such assignment shall require the City to give any notice to any such assignee of any actions which the City
may take under this agreement, though City will attempt to so notify any such assignee.
17. Existing Data.
All information, data and reports as are existing, available and necessary for the carrying out of the work,
shall be furnished to the Contractor without charge by the City, and the City shall cooperate with the
Contractor in every reasonable way in carrying out the scope of services. The Contractor shall not be liable
for the accuracy of the information furnished by the City.
18. Confidentiality.
Any reports, data or similar information given to or prepared or assembled by the Contractor under this
contract which the City requests to be kept as confidential shall not be made available to any individual or
organization by the Contractor without prior written approval of the City.
19. Indemnity.
4
To the fullest extent permitted by law, the Contractor will defend (except for occurrences related to
professional liability), indemnify and hold harmless the City, its elected and appointed officials, employees,
and agents from and against any and all claims, damages, losses, and expenses including reasonable
attorneys’ fees arising out of or resulting from the performance of the work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or
destruction of tangible property (other than the work itself) including the loss of use resulting therefrom
and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor,
anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.
Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation
of indemnity which would otherwise exist as to any party or person described in this paragraph.
20. Insurance.
Contractor shall provide, at its sole expense, and maintain during the term of this agreement commercial
general liability insurance with a reputable, qualified, and financially sound company licensed to do
business in the State of Missouri, and unless otherwise approved by the City, with a rating by Best of not
less than “A,” that shall protect the Contractor, the City, and the City’s officials, officers, and employees
from claims which may arise from operations under this agreement, whether such operations are by the
Contractor, its officers, directors, employees and agents, or any subcontractors of Contractor. This liability
insurance shall include, but shall not be limited to, protection against claims arising from bodily and
personal injury and damage to property, resulting from all Contractor operations, products, services or use
of automobiles, at a limit of $1,000,000 Each Occurrence, $2,000,000 General Aggregate with a
$10,000,000 umbrella policy on the Commercial General Liability insurance; provided that nothing herein
shall be deemed a waiver of the City’s sovereign immunity. An endorsement shall be provided which
states that the City is named as an additional insured on the Commercial General Liability and Automobile
Liability policy and stating that the policy shall not be cancelled or materially modified so as to be out of
compliance with the requirements of this section, or not renewed without 30 days advance written notice
of such event being given to the City. Contractor shall provide Professional Liability insurance at limits of
$5,000,000 per claim and $5,000,000 aggregate.
21. Documents.
Reproducible copies of tracings and maps prepared or obtained under the terms of this contract shall be
delivered upon request to and become the property of the City upon termination or completion of work.
Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under
this contract shall be made available, upon request, to the City without restrictions or limitations on their
use. When such copies are requested, the City agrees to pay the Contractor its costs of copying and
delivering same.
22. Books and Records.
The Contractor and all subcontractors shall maintain all books, documents, papers, accounting records and
other evidence pertaining to costs incurred in connection with this contract, and shall make such materials
available at their respective offices at all reasonable times during the contract and for a period of three (3)
years following completion of the contract.
23. Nonsolicitation.
The Contractor warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the Contractor, to solicit or secure this contract, and that they have not
paid or agreed to pay any company or person, other than a bona fide employee working solely for the
Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent
upon or resulting from the award or making of this contract. For breach or violation of this warranty, the
5
City shall have the right to annul this contract without liability, or, in its discretion, to deduct from the
contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage,
brokerage fee, gifts, or contingent fee.
24. Delays.
That the Contractor shall not be liable for delays resulting from causes beyond the reasonable control of the
Contractor; that the Contractor has made no warranties, expressed or implied, which are not expressly set
forth in this contract; and that under no circumstances will the Contractor be liable for indirect or
consequential damages.
25. Amendments.
This contract may not be modified, changed or altered by any oral promise or statement by whosoever
made; nor shall any modification of it be binding upon the City until such written modification shall have
been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may
not be responsible for paying for changes or modifications that were not properly authorized.
26. Governing Law.
The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri
shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit
and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce
this contract, the City shall be entitled to recover its attorney’s fees and expenses incurred in such action.
27. Federal Funds.
The City of Jefferson is a recipient of federal grant funds. Therefore, the grant requirements in Exhibit D
shall be fully considered in preparing responses and performing work under any resulting award.
28. Notices.
All notices required or permitted hereinunder and required to be in writing may be given by first class mail
addressed to the following addresses. The date and delivery of any notice shall be the date falling on the
second full day after the day of its mailing.
If to the City: If to the Contractor:
City of Jefferson Crafton Tull
Department of Law Attn: Julie Luther Kelso, AICP, ASLA
320 East McCarty Street 10825 Financial Centre Parkway, Ste 300
Jefferson City, Missouri, 65101 Little Rock, AR 72211-3554
CITY OF JEFFERSON, MISSOURI
Ca r r ie Tergin, Mayo r
Date: ----
ATTEST:
City C lerk
APPROVED AS TO FORM:
CONTRACTOR
T itle:
Date: ___ _
ATTEST:
T itle:
CITY OF JEFFERSON, MISSOURI
C ity Administrator
Date: ----
ATTEST:
C ity C lerk
APPROVED AS TO FORM:
City Attorney
6
CONTRACTOR
ATTEST:
__________________________________________________________________________________________
www.craftontull.com 1
Exhibit “A”
Scope of Basic Services For:
Project: CAMPO Active Transportation Plan
Client: Capital Area Metropolitan Planning Organization
Location of Project: City of Jefferson, MO
Discipline: Planning
Discipline Manager: Julie Luther Kelso
Project Manager: Julie Luther Kelso
Proposal Date: 04/18/22
Billing Type: Fixed Fee
Fee/Estimate: $125,000
Description of the Planning Project: Active Transportation Planning Services
TASK 1: PROJECT KICK-OFF, EXISTING FACILTIES, VISIONING, AND ONGOING COORDINATION
At the outset of the project, Crafton Tull (Consultant) will work with the Capital Area Metropolitan Planning
Organization (Client) to refine the overall project strategy and initiate coordination with past or ongoing studies
and projects in the study area.
Task 1.1 Virtual Kick-off Meeting and Project Management
The CTA Team will begin the project with a virtual kick-off meeting with the Client to confirm the objectives for
the project. As necessary, the kick-off meeting will address the following key project issues:
1. Provide a forum for meeting participants to identify opportunities and challenges that this project
will face, and to establish the objectives that must be accomplished through this work.
2. Discuss the project schedule, including the key milestones, deliverables and meetings.
3. Discuss the availability of GIS and/or other base data and plan documents that will be needed for
the project.
It is understood that CAMPO staff will subsequently meet with individual jurisdictions to present the project
process and timeline.
Task 1.2 Ongoing Project Coordination
Throughout the project, Crafton Tull will coordinate progress, decision points, and next steps with the client or
client team. Monthly project update meetings will be held to discuss these and any project issues as they arise.
__________________________________________________________________________________________
www.craftontull.com 2
Task 1.3 Public Engagement Plan
Crafton Tull will outline a public engagement plan based on this scope of services that specifies workshop
agendas, focus groups, and outreach efforts that may be completed by the consultant team or client throughout
the planning process.
Task 1.4 Previous Plans Review and Assessment
The CTA Team will review all previous plans relevant to this study and assess major themes, identify areas of
consensus and areas of contradiction, and compile a summary document to be utilized during the visioning
process with the steering committee and the public to confirm which components have been achieved, which
ones carry forward with continued relevance, and which ones no longer apply. This assessment will determine
the framework of the consolidated Active Transportation Plan. The Crafton Tull Team will conduct a virtual
meeting with the client to review the assessment and key outcomes of existing plans.
Task 1.5 Collect Existing GIS Data and Develop Base Maps
To conduct the analyses described in this scope, the Consultant will need a wide variety of GIS and base data,
including street attribute data, built and natural environment components, planning and parcel data, and
analytical and planning outputs from previous planning efforts.
The following GIS data is requested to conduct the project:
• Roadway centerline files with road name, classification, posted speed limit, ADT, number of travel
lanes, lane widths and overall roadway width, direction (one-way vs. two way)
• Existing bicycle and pedestrian traffic counts
• Locations and descriptions of planned transportation infrastructure improvements
• Existing and planned trails and greenways, sidewalks, and on- and off-road bicycle facilities
• Right of way extents
• Bicycle and pedestrian crash data over the past 5 years
• Travel Demand Model and Scenario Planning Outputs
• Locations of signalized intersections, midblock crossings, rail crossings
• Analysis data previously completed for this project
• Transit routes and stops
• Contours
• Locations of physical barriers such as sidewalk disconnects, major highways, rail lines, rivers and
streams, steep terrain, and other barriers
• On-street parking restrictions
• Sidewalk deferrals
• Parcel layers indicating public or private land ownership
• Major employment and activity centers
• Locations of major bicycle and pedestrian destinations (including schools, colleges, libraries, parks
and open spaces, senior centers, social service sites, community centers, sporting venues, tourist
destinations, hospitals, and other activity centers)
• Locations of planned residential or commercial development
__________________________________________________________________________________________
www.craftontull.com 3
• Land use (current and proposed)
• Zoning
• Population, employment, and travel data (by census block group and traffic analysis zone)
• Aerial photography of the study area
Under guidance of the Client, Crafton Tull will use data provided by Client and request additional data through
contact with planning, transportation, park and/or public data management.
Task 1.6 Existing Facilities and Existing Conditions Analysis
Using the base data obtained in Task 1.5, Crafton Tull will develop or revise a map of existing on- and off-road
bicycle (not including unpaved trails, other than the pedestrian bridge to Katy Trail connector) and pedestrian
facilities across the study area (to the extent data is available). The map will show locations and types of
facilities, and will include supplementary information such as locations of parks, schools, transit routes and
other key generators of bicycling and walking trips.
Road suitability analysis maps as well as trip generator analysis maps will also be produced, which assist in the
determination of future network recommendations.
Task 1.7 Sidewalk Inventory
CAMPO staff will provide an inventory of existing sidewalks within the study area, including locations of
continuous existing sidewalks in good or suitable condition, locations of deteriorating sidewalks or major
sidewalk gaps, and completeness of the sidewalk on one or both sides of the street as generalized on a per-block
basis.
Task 1.8 WORKSHOP 1: Envisioning the Future
The Crafton Tull Team will conduct a three-day workshop with the steering committee, stakeholders, and the
public to confirm previous public engagement outcomes as well as identify new goals and strategies that will be
carried forward through the CAMPO Active Transportation Plan. The Crafton Tull Team will be responsible for
developing meeting materials, handouts and presentations. The Client will be responsible for arranging the
meeting venue and logistics, as well as distributing meeting notifications.
• Client and Consultant Site Tour
The Crafton Tull Team will participate in a half day site tour with CAMPO staff to visit key locations
within the study area. These may include recent infrastructure projects, areas of concern, key
destinations within the community, major connectivity barriers, and/or areas of high pedestrian or
bicycle use. CAMPO staff will be responsible for organizing this overview.
• Steering Committee Meeting 1: Vision & Goals
The Crafton Tull Team will conduct a visioning session with the Project Steering Committee to define the
overall vision and goals for bicycling and walking in the CAMPO region, including existing and desired
routes for active transportation and important destinations within the community. During this
discussion, the Steering Committee will help the Consultant understand the City’s transportation policy,
land use policy, development patterns, existing programs and other factors that will contribute to a high
__________________________________________________________________________________________
www.craftontull.com 4
quality bicycle and pedestrian environment in the community. Crafton Tull will develop the draft vision
and goals statement based on this discussion.
• Stakeholder Group Meetings
The Crafton Tull Team will conduct six stakeholder group meetings over a period of one morning and
one afternoon to discuss opportunities and barriers to walking and cycling, efforts to build a culture of
walking and bicycling, existing efforts underway that affect the active transportation network, and
desired outcomes of the project as well as the network. It is anticipated that these groups will include:
• Healthcare
• Education
• Public Safety
• Chamber/CVB and Business Owners
• Bicycle/Pedestrian Advocates and Transit Providers
• Elected Officials & Government Staff
• Public Meeting 1
The first Public Meeting will be used to gather insight from the general public and interested
stakeholders. The meeting will have the following objectives:
• Provide an overview to the benefits of providing a culture for active transportation
• Provide input into the vision/goals for walkability, bikeability, and trails in the community, including
those identified in previous planning efforts
• Solicit input on issues and concerns regarding pedestrian access, bicycle connectivity, and safety
throughout the City
• Offer an opportunity for participants to document bicycle and pedestrian issues they are aware of in
their community or routes they currently travel or would like to travel
• Discuss important current and future destinations in the community
Task 1 Deliverables:
• Kick-off meeting materials
• Draft Vision and Goals for the project
• Existing Facilities map(s)
• Public Meeting 1 maps, graphics, presentation, and outcomes
TASK 2: PRELIMINARY NETWORK, CONDITIONS ASSESSMENT, AND RECOMMENDATIONS
This task includes an assessment of existing infrastructure, as well as plan to establish a baseline for active
transportation across the study area considering both on-street facilities, sidewalks, and paved trails.
__________________________________________________________________________________________
www.craftontull.com 5
Task 2.1 Develop Study Network
Crafton Tull will define a preliminary network for field assessment based upon the analysis and input received in
Task 1. The Consultant will identify critical gaps in the community bicycle and pedestrian network. This analysis
will include:
• locations where bike and pedestrian facilities end prior to key destinations, or do not sufficiently
connect to other facilities (such as trail entrances)
• relevant locations in the study area that are not currently served by the pedestrian and bicycle network,
• existing pedestrian and bicycle locations where a significant safety issue exists,
• major barriers to bicycle and pedestrian travel, such as wide arterial streets, rail lines, water bodies, etc.
Task 2.2 Assess Study Network
Crafton Tull will evaluate the route network to define barriers and opportunities as well as general connectivity
issues throughout the study area. The Consultant will assess connectivity in the proposed network through
detailed field assessments and documentation. Crafton Tull will develop specific recommendations to create an
active transportation network.
The Project Team will incorporate the findings from the field work into a project database. Maps will be
developed illustrating recommended facility types.
Task 2.3 Preliminary Active Transportation Network Development
Based on the information gathered in previous task, field work, and review of relevant local and regional plans,
Crafton Tull will develop recommendations for the active transportation network. These recommendations will
consist of the following:
• key linkages for bicycle and pedestrian connectivity,
• major bicycle and pedestrian facilities (including paved off road trails, greenways, etc.),
• any other facilities that have been determined to be of significance
• specific facility type recommendations for each proposed route
• general intersection treatments necessary to accommodate the active transportation network
Task 2.4 Client Review of Preliminary Network
The Crafton Tull Team will conduct a virtual meeting with the Client to review the preliminary network.
Task 2.5 Workshop 2: The Path Forward
The Crafton Tull Team will conduct a second workshop to present the preliminary active transportation network
and gather feedback, and conduct walk audits with the steering committee and stakeholders to evaluate
walkability in key areas of the CAMPO region.
The Crafton Tull Team will be responsible for developing meeting materials, handouts and presentations. The
Client will be responsible for arranging the meeting venue and logistics, as well as distributing meeting
notifications.
__________________________________________________________________________________________
www.craftontull.com 6
• Steering Committee Meeting
The Steering Committee will meet to review Network Recommendations as well as Case Study
alternatives and provide input for developing prioritization criteria and action steps.
• Walk Audits
The Crafton Tull Team will conduct a series of three interactive walk audits (one in conjunction with the
steering committee, one with stakeholders, and one with elected officials) to develop placemaking
concepts and solutions for circulation (vehicular, pedestrian and bicycle), parking, universal access, low
impact development concepts, wayfinding, beautification, and community character improvement. A
brief summary of the walk audits will be prepared that includes a list of opportunities and constraints
identified at the event.
• Public Meeting 2
The second meeting will be used to share the preliminary active transportation network. The meeting
will have the following objectives:
• Discuss best practices in facility type selection, design, and application and how these practices are
applied within the CAMPO study area
• Educate local citizens and stakeholder groups about successful solutions to common pedestrian and
bicycle deficiencies
• Share information discovered during analysis and field assessments, and discuss bicycle and
pedestrian concepts for a communitywide network
• Present the draft active transportation network for public feedback
Task 2 Deliverables:
• Study network map
• Field assessment of critical connections in the study area
• Map(s) of draft network and associated databases
• Summary of the draft network
• Steering Committee meeting materials
• Walkshop summary
• Public Meeting 2 maps, graphics, and presentation
TASK 3: PRIORITIZATION AND IMPLEMENTATION PLAN
Crafton Tull will develop an implementation plan that identifies short-, medium- and long-term projects, as well
as a methodology for project prioritization, and general opinions of probable cost.
__________________________________________________________________________________________
www.craftontull.com 7
Task 3.1 Preliminary Estimates of Probable Cost (Planning-level)
Crafton Tull will develop a spreadsheet-based cost estimate to determine planning level costs for various
improvements (i.e. cost per foot of sidewalk). Total project estimates will not be provided, as bike & pedestrian
components are often only one part of an overall infrastructure project (i.e. a roadway design project that
include bike lanes but costs for road design options may vary). This task is intended to provide a comparison of
order of magnitude costs for specific routes or route segments.
Task 3.2 Project Prioritization Methodology
Crafton Tull will create a list of prioritized projects based on need, cost, ease of implementation, completing
network gaps, and other community-specific goals, as prioritized by the steering committee. The Consultant will
work with Client to develop criteria that will be used to determine project priority. Factors that could be
considered for prioritizing projects may include:
• Project feasibility/ease of implementation
• Relative planning-level costs
• Safety
• Completing gaps within the active transportation network
• Potential to improve access in areas with high user volumes and other key activity locations
• Public support (improvements suggested by citizens in the public meetings, Client input, and Steering
Committee discussions)
• Opportunities to provide facilities as a part of previously planned or upcoming projects (repaving and
reconstruction projects)
• Other priorities as identified during the public input process
Task 3.3 Implementation Strategy
The pedestrian and bicycle recommendations from Task 2 will be scored and prioritized into short-,
intermediate-, and long-term projects based on the prioritization methodology established in Task 3.2. Projects
will be phased, and potential funding sources will be outlined. This approach provides guidance for sequenced
project rollout, while allowing flexibility to adapt as implementation opportunities arise. This strategy will
include the regional list as well as a map and project list for each community in the study area.
Task 3.4 Policy Development and Code Reform Recommendations
The Crafton Tull Team will provide recommendations on municipal policies and code regarding sidewalk,
greenway, and other active transportation modes, including development triggered construction requirements.
Policy and program recommendations will also be provided that encourage the use of walking, biking, and
transit as viable modes of transportation. These may include, but are not limited to, complete streets as well as
bicycle and pedestrian accommodation policies for last-mile connectivity.
Task 3.5 Virtual Client and Steering Committee Review (see Additional Services for a third in-person workshop)
The Crafton Tull Team will conduct virtual meetings with staff and the Steering Committee to review project
prioritization, implementation strategies, as well as code and policy recommendations.
__________________________________________________________________________________________
www.craftontull.com 8
Task 3 Deliverables:
• Project cost estimating tool for unit prices
• Project prioritization
• Implementation strategies
• Steering Committee meeting materials
• Public Meeting 3 maps, graphics, and presentation
TASK 4: MASTER PLAN DOCUMENTATION
The Crafton Tull Team will prepare draft and final versions of the CAMPO Active Transportation report. The final
report for the project will pull together the findings and public input generated in Tasks 1 through 3.
Task 4.1 Draft Report Development
The Draft Active Transportation Plan document will include written sections as well as maps that show the
locations of proposed projects. It will outline outcomes and recommendations from each of the tasks listed
above, and will include data on safety, accessibility, and efforts to increase use. The report will be illustrated
with graphic maps, photographs, charts and drawings as needed to support the text. It is anticipated that a local
map and project list for each community will be provided as part of the document.
Task 4.2 Client Review
The Draft Report will be made available for Client and Steering Committee review. If desired, a virtual meeting
will be held to review the plan document.
Task 4.3 Public Comment
The CAMPO Active Transportation Plan will be available for public comment. CAMPO staff will review comments
and indicate what sentiments should be reflected in the final plan.
Task 4.4 Final Report Development
Upon approval of the draft by the Client and Steering Committee, including comments from the public as
directed by CAMPO staff, the Crafton Tull Team will revise the draft document per such comments and prepare
a Final Report.
Task 4.5 Virtual Presentation to the CAMPO Board of Directors (Adoption Hearing)
Once the final plan has been completed, the Crafton Tull Team will prepare and deliver a virtual presentation for
the CAMPO Board of Directors, City of Jefferson City Council, and Holt’s Summit City Council for plan adoption.
The presentation will incorporate major themes, key highlights and summarize plan recommendations.
__________________________________________________________________________________________
www.craftontull.com 9
Task 4.6 Local Jurisdiction Adoption
CAMPO staff will complete the Active Transportation Plan process by presenting the document to local
jurisdictions for adoption.
Task 4 Deliverables:
• Draft plan report with network maps (digital copies)
• Final plan report and executive summary (digital copies and 10 printed copies)
• Adoption presentation materials
ADDITIONAL SERVICES
The following tasks can be provided as additional services for the fees indicated.
Task 3.5 Workshop 3: Building Success – IN PERSON (Additional $5,000)
The Crafton Tull Team will conduct the third and final workshop to review the active transportation plan
recommendations.
The Crafton Tull Team will be responsible for developing meeting materials, handouts and presentations. The
Client will be responsible for arranging the meeting venue and logistics, as well as distributing meeting
notifications.
• Steering Committee Meeting
The Steering Committee will meet to review project prioritization and implementation strategies.
• Public Meeting 3
This final public meeting will be used to garner feedback on the active transportation network and its
affiliated implementation strategies and phasing.
NOTE: No construction plans or details are included in this contract. Construction documents can be provided
as an Additional Service or as part of a separate contract. Boundary and topographic surveys may be
completed as an additional service if adequate information is unavailable.
Should there be additions to this scope of services, those services shall be compensated for additional fee.
Effective January 1, 2022
Hourly Hourly
Category Rate Category Rate
ARCHITECTURE LANDSCAPE ARCHITECTURE
VICE PRESIDENT OF ARCHITECTURE ……………..185$ SR. LANDSCAPE ARCHITECT ………………………………..145$
DIRECTOR OF ARCHITECTURE ……………………….175$ PROJECT LANDSCAPE ARCHITECT ……………………..110$
SR. PROJECT MANAGER ……………………………….160$ LANDSCAPE ARCHITECT INTERN II ……………………….85$
PROJECT MANAGER ………………………………………150$ LANDSCAPE ARCHITECT INTERN I ……………………….75$
SR. PROJECT ARCHITECT ……………………………….140$ LANDSCAPE ARCHITECTURE DESIGNER ………………………..80$
PROJECT ARCHITECT …………………………………130$ PLANNING
INTERN ARCHITECT III …………………………………..100$ PLANNING MANAGER …………………………………..170$
INTERN ARCHITECT II ………………………………………90$ SR. PLANNER ………………………………………………..155$
INTERN ARCHITECT I ………………………………………..80$ PROJECT PLANNER …………………………………….120$
SR. DESIGNER …………………………………………………….120$ PLANNER II …………………………………………………..100$
DESIGNER III …………………………………………………105$ PLANNER I ………...……………………………………………..85$
DESIGNER II ……………………………………………..85$ INSPECTION
DESIGNER I ……………………………………………….75$ SR. INSPECTOR …………………………………………..110$
BIM COORDINATOR III …………………………………..70$ INSPECTOR II …………………………………………………….95$
BIM COORDINATOR II ………………………………………55$ INSPECTOR I ………………………………………………….65$
BIM COORDINATOR I …………………………………….45$ SURVEYING
CIVIL ENGINEERING PROFESSIONAL SURVEYOR PRINCIPAL ……………………………190$
ENGINEERING PRINCIPAL ……………………………..210$ SR. PROFESSIONAL SURVEYOR ……………………………150$
SR. ENGINEERING MANAGER …………………………195$ PROFESSIONAL SURVEYOR ………………………….120$
ENGINEERING MANAGER ………………………………..175$ SURVEY PROJECT MANAGER ………………………..115$
SR. PROJECT ENGINEER ……………………………….155$ SURVEY COORDINATOR ……………………………………95$
PROJECT ENGINEER …………………………………….130$ SURVEYOR INTERN ………………………………………..85$
ENGINEER INTERN III ……………………………………..120$ SURVEY PARTY CHIEF II …………………………………………..85$
ENGINEER INTERN II ……………………………………..110$ SURVEY PARTY CHIEF I …………………………………………..75$
ENGINEER INTERN I ……………………………………….100$ SURVEY TECHNICIAN III …………………………………..65$
SR. ENGINEERING DESIGNER …………………………..140$ SURVEY TECHNICIAN II ……………………………………..55$
ENGINEERING DESIGNER III …………………………….110$ SURVEY TECHNICIAN I ……………………………………..45$
ENGINEERING DESIGNER II ……………………………..90$ GEOGRAPHIC INFORMATION SYSTEMS
ENGINEERING DESIGNER I ………………………………80$ GIS MANAGER ………………………………………………..110$
ENGINEERING CAD TECHNICIAN III ………………………..75$ GIS ANALYST …………………...……………………………..90$
ENGINEERING CAD TECHNICIAN II ……………………..65$ GIS TECHNICIAN II ………………………………………………65$
ENGINEERING CAD TECHNICIAN I ………………………50$ GIS TECHNICIAN I ……………………………………………50$
ENVIRONMENTAL REIMBURSABLE EXPENSES
ENVIRONMENTAL MANAGER ……………………….185$ GPS Equipment………...….....….………..…....$35/Hour
SR. ENVIRONMENTAL SCIENTIST ……………………….145$ Robotic Survey Equipment…….………........…$20/Hour
PROJECT ENVIRONMENTAL SCIENTIST …………120$ LiDAR Scanning Equipment ……………….…..$35/Hour
ENVIRONMENTAL SCIENTIST II ……………………….100$ UAV …………………………………….………$1000/Unit
ENVIRONMENTAL SCIENTIST I ……………………….80$ Job Related Mileage……….....................……$0.58/Mile
ADMINISTRATIVE Per Diem for Out of Town Crews…..Per GSA Allowable
ADMINISTRATIVE PRINCIPAL ……………………………….185$ Airfare and other travel related expenses……….At Cost
ADMINISTRATIVE MANAGER ………………………………..145$ Black and white 8.5"x11" Copies ….…....... $0.15/sheet
ADMINISTRATIVE IV ………………………………………..100$ Color 8.5"x11" Copies …….…….…...….…. $1.50/sheet
ADMINISTRATIVE III …………………………………………..80$ Photo Paper Color Plan Sheet Copies …... $0.75/sq. ft.
ADMINISTRATIVE II …………………………………………..55$ Reproducible Plan Copies (Vellum) …........ $1.50/sq. ft
ADMINISTRATIVE I …………………………………………….45$ Reproducible Plan Copies (Bond) …......…. $0.35/sq. ft.
All rates are subject to change without notice.
Exhibit "B"
Standard Hourly Rate Schedule
EXHIBIT C PROJECT SCHEDULE
CAMPO Active Transportation Plan
C-1
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15
Task 1 Kickoff, Existing Facilities, Visioning, Coordination
1.1 Virtual Kickoff Meeting
1.2 Ongoing Coordination
1.3 Public Engagement Plan
1.4 Previous Plans Review & Assessment
1.5 Data Collection & Base Mapping
1.6 Existing Facilities & Existing Conditions Analysis
1.7 Sidewalk Inventory (by CAMPO)
1.8 Workshop 1:Site Tour, Steering Committee Meeting, (6)
Stakeholder Group Meetings, Public Meeting WS 1
Task 2 Preliminary Network, Assessment, Recommendations
2.1 Develop Study Network
2.2 Assess Study Network
2.3 Preliminary Network Development
2.4 Client Review
2.5 Workshop 2: Steering Committee, Walk Audits, Public Meeting 2 WS 2
Task 3 Prioritization & Implementation Plan
3.1 Preliminary Estimates of Probable Cost
3.2 Project Prioritization
3.3 Implementation Strategy
3.4 Policy Development & Code Reform Recommendations
3.5 Virtual Client & Steering Committee Review
Task 4 Master Plan Documentation
4.1 Draft Report Development
4.2 Client Review
4.3 Public Comment
4.4 Final Report Development
4.5 Virtual Adoption Hearings (CAMPO, City of Jefferson, City of
Holt's Summit
4.6 Other Local Jurisdiction Adoption (by CAMPO)
Months from Notice to Proceed
Exhibit D – Federal Terms and Conditions
No Government Obligation to Third Parties –
(1) The City and contractor acknowledge and agree that, notwithstanding any concurrence by the US
Government in or approval of the solicitation or award of the underlying contract, absent the express written
consent by the US Government, the US Government is not a party to this contract and shall not be subject to
any obligations or liabilities to the City, the contractor, or any other party (whether or not a party to that
contract) pertaining to any matter resulting from the underlying contract.
(2) The contractor agrees to include the above clause in each subcontract financed in whole or in part with
FTA assistance. It is further agreed that the clause shall not be modified, except to identify the subcontractor
who will be subject to its provisions.
Program Fraud and False or Fraudulent Statements or Related Acts –
(1) The contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as
amended, 31 USC 3801 et seq. and USDOT regulations, "Program Fraud Civil Remedies," 49 CFR 31, apply
to its actions pertaining to this project. Upon execution of the underlying contract, the contractor certifies or
affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be
made, pertaining to the underlying contract or FTA assisted project for which this contract work is being
performed. In addition to other penalties that may be applicable, the contractor further acknowledges that if it
makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submittal, or certification, the
US Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act (1986)
on the contractor to the extent the US Government deems appropriate.
(2) If the contractor makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submittal,
or certification to the US Government under a contract connected with a project that is financed in whole or
in part with FTA assistance under the authority of 49 USC 5307, the Government reserves the right to
impose the penalties of 18 USC 1001 and 49 USC 5307(n)(1) on the contractor, to the extent the US
Government deems appropriate.
(3) The contractor shall include the above two clauses in each subcontract financed in whole or in part with
FTA assistance. The clauses shall not be modified, except to identify the subcontractor who will be subject to
the provisions.
Access to Records and Reports – The following access to records requirements apply to this contract:
1. Where the City is not a State but a local government and is an FTA recipient or a subgrantee of FTA
recipient in accordance with 49 CFR 18.36(i), the contractor shall provide the City, the FTA, the US
Comptroller General or their authorized representatives access to any books, documents, papers and
contractor records which are pertinent to this contract for the purposes of making audits, examinations,
excerpts and transcriptions. The contractor shall also, pursuant to 49 CFR 633.17, provide authorized FTA
representatives, including any PMO contractor, access to the contractor's records and construction sites
pertaining to a capital project, defined at 49 USC 5302(a)1, which is receiving FTA assistance through the
programs described at 49 USC 5307, 5309 or 5311.
2. Where a City which is an FTA recipient or a subgrantee of FTA recipient in accordance with 49 USC
5325(a) enters into a contract for a capital project or improvement (defined at 49 USC 5302(a)(1)) through
other than competitive bidding, the contractor shall make available records related to the contract to the City,
the Secretary of USDOT and the US Comptroller General or any authorized officer or employee of any of
them for the purposes of conducting an audit and inspection.
3. The contractor shall permit any of the foregoing parties to reproduce by any means whatsoever or to copy
excerpts and transcriptions as reasonably needed.
4. The contractor shall maintain all books, records, accounts and reports required under this contract for a
period of not less than three (3) years after the date of termination or expiration of this contract, except in the
event of litigation or settlement of claims arising from the performance of this contract, in which case
contractor agrees to maintain same until the City, FTA Administrator, US Comptroller General, or any of
their authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related
thereto. Re: 49 CFR 18.39(i)(11).
Federal Changes – The contractor shall comply with all applicable FTA regulations, policies, procedures
and directives, including without limitation those listed directly or by reference in the Master Agreement
between the City and FTA, as they may be amended or promulgated from time to time during the term of the
contract. The contractor's failure to comply shall constitute a material breach of the contract.
Civil Rights Requirement – Use this one. The one below is the wording from FTA and it is very long and
confusing to figure out what actually applies to a contractor.
The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d,
section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the
Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and federal transit law at 49 U.S.C. § 5332, the
contractor agrees that it will not discriminate against any employee or applicant for employment because of
race, color, creed, national origin, sex, age, or disability. In addition, the contractor agrees to comply with
applicable federal implementing regulations and other implementing requirements FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the
underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act,
as amended, 42 U.S.C. § 2000e, and federal transit laws at 49 U.S.C. § 5332, the contractor agrees to
comply with all applicable equal employment opportunity requirements of U.S. Department of Labor
(U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor," 41 CFR Parts 60 et seq., (which implement Executive Order No.
11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and
with any applicable federal statutes, executive orders, regulations, and federal policies that may in
the future affect construction activities undertaken in the course of the Project. The contractor agrees
to take affirmative action to ensure that applicants are employed, and that employees are treated
during employment, without regard to their race, color, creed, national origin, sex, or age. Such
action shall include, but not be limited to, the following: employment, upgrading, demotion or
transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. In addition, the contractor agrees
to comply with any implementing requirements FTA may issue.
(b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as
amended, 29 U.S.C. § § 623 and federal transit law at 49 U.S.C. § 5332, the contractor agrees to
refrain from discrimination against present and prospective employees for reason of age. In addition,
the contractor agrees to comply with any implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended,
42 U.S.C. § 12112, the contractor agrees that it will comply with the requirements of U.S. Equal
Employment Opportunity Commission, "Regulations to Implement the Equal Employment
Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of
persons with disabilities. In addition, the contractor agrees to comply with any implementing
requirements FTA may issue.
(3) The contractor also agrees to include these requirements in each subcontract financed in whole or in part
with federal assistance provided by FTA, modified only if necessary to identify the affected parties.
Termination –
a. Termination for Convenience (General Provision) the City may terminate this contract, in whole or in part,
at any time by written notice to contractor when it is in the City's best interest. The contractor shall be paid
its costs, including contract close-out costs, and profit on work performed up to the time of termination. The
contractor shall promptly submit its termination claim to the City. If the contractor is in possession of any of
the City’s property, the contractor shall account for same, and dispose of it as the City directs.
b. Termination for Default [Breach or Cause] (General Provision) If the contractor does not deliver items in
accordance with the contract delivery schedule, or, if the contract is for services, and the contractor fails to
perform in the manner called for in the contract, or if the contractor fails to comply with any other provisions
of the contract, the City may terminate this contract for default. Termination shall be affected by serving a
notice of termination to the contractor setting forth the manner in which contractor is in default. The
contractor shall only be paid the contract price for supplies delivered and accepted, or for services performed
in accordance with the manner of performance set forth in the contract.
If it is later determined by the City that contractor had an excusable reason for not performing, such as a
strike, fire, or flood, events which are not the fault of or are beyond the control of contractor, the City, after
setting up a new delivery or performance schedule, may allow the contractor to continue work, or treat the
termination as a termination for convenience.
c. Opportunity to Cure (General Provision) the City in its sole discretion may, in the case of a termination for
breach or default, allow the contractor an appropriately short period of time in which to cure the defect. In
such case, the notice of termination shall state the time period in which cure is permitted and other
appropriate conditions.
If the contractor fails to remedy to the City's satisfaction, the breach or default or any of the terms, covenants,
or conditions of this contract within ten (10) days after receipt by the contractor or written notice from the
City setting forth the nature of said breach or default, the City shall have the right to terminate the contract
without any further obligation to the contractor. Any such termination for default shall not in any way
operate to preclude the City from also pursuing all available remedies against contractor and its sureties for
said breach or default.
d. Waiver of Remedies for any Breach In the event that the City elects to waive its remedies for any breach
by contractor of any covenant, term or condition of this contract, such waiver by the City shall not limit its
remedies for any succeeding breach of that or of any other term, covenant, or condition of this contract.
e. Termination for Convenience (Professional or Transit Service Contracts) The City, by written notice, may
terminate this contract, in whole or in part, when it is in the City’s interest. If the contract is terminated, the
City shall be liable only for payment under the payment provisions of this contract for services rendered
before the effective date of termination.
f. Termination for Default (Supplies and Service) If the contractor fails to deliver supplies or to perform the
services within the time specified in this contract or any extension or if the contractor fails to comply with
any other provisions of this contract, the City may terminate this contract for default. The City shall
terminate by delivering to contractor a notice of termination specifying the nature of default. The contractor
shall only be paid the contract price for supplies delivered and accepted, or services performed in accordance
with the manner or performance set forth in this contract.
If, after termination for failure to fulfill contract obligations, it is determined that the contractor was not in
default, the rights and obligations of the parties shall be the same as if termination had been issued for the
City’s convenience.
g. Termination for Default (Transportation Services) If the contractor fails to pick up the commodities or to
perform the services, including delivery services, within the time specified in this contract or any extension
or if the contractor fails to comply with any other provisions of this contract, the City may terminate this
contract for default. The City shall terminate by delivering to the contractor a notice of termination
specifying the nature of default. The contractor shall only be paid the contract price for services performed in
accordance with the manner of performance set forth in this contract.
If this contract is terminated while the contractor has possession of the City’s goods, the contractor shall, as
directed by the City, protect and preserve the goods until surrendered to the City or its agent. The contractor
and the City shall agree on payment for the preservation and protection of goods. Failure to agree on an
amount shall be resolved under the Dispute clause. If, after termination for failure to fulfill contract
obligations, it is determined that the contractor was not in default, the rights and obligations of the parties
shall be the same as if termination had been issued for the City’s convenience.
h. Termination for Default (Construction) If the contractor refuses or fails to prosecute the work or any
separable part, with the diligence that will insure its completion within the time specified, or any extension,
or fails to complete the work within this time, or if the contractor fails to comply with any other provisions of
this contract, the City may terminate this contract for default. The City shall terminate by delivering to
contractor a notice of termination specifying the nature of default. In this event, the City may take over the
work and compete it by contract or otherwise, and may take possession of and use any materials, appliances,
and plant on the work site necessary for completing the work. The contractor and its sureties shall be liable
for any damage to the City resulting from the contractor's refusal or failure to complete the work within
specified time, whether or not the contractor's right to proceed with the work is terminated. This liability
includes any increased costs incurred by the City in completing the work.
The contractor's right to proceed shall not be terminated nor shall the contractor be charged with damages
under this clause if:
1. Delay in completing the work arises from unforeseeable causes beyond the control and without the
fault or negligence of the contractor. Examples of such causes include: acts of God, acts of the City,
acts of another contractor in the performance of a contract with the City, epidemics, quarantine
restrictions, strikes, freight embargoes; and
2. Contractor, within 10 days from the beginning of any delay, notifies the City in writing of the
causes of delay. If in the City’s judgment, delay is excusable, the time for completing the work shall
be extended. The City’s judgment shall be final and conclusive on the parties, but subject to appeal
under the Disputes clauses.
If, after termination of the contractor's right to proceed, it is determined that the contractor was not in default,
or that the delay was excusable, the rights and obligations of the parties will be the same as if termination had
been issued for the City’s convenience.
i. Termination for Convenience or Default (Architect & Engineering) The City may terminate this contract in
whole or in part, for the City's convenience or because of the contractor’s failure to fulfill contract
obligations. The City shall terminate by delivering to the contractor a notice of termination specifying the
nature, extent, and effective date of termination. Upon receipt of the notice, the contractor shall (1)
immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the City
all data, drawings, specifications, reports, estimates, summaries, and other information and materials
accumulated in performing this contract, whether completed or in process. If termination is for the City’s
convenience, it shall make an equitable adjustment in the contract price but shall allow no anticipated profit
on unperformed services. If termination is for the contractor’s failure to fulfill contract obligations, the City
may complete the work by contact or otherwise and the contractor shall be liable for any additional cost
incurred by the City.
If, after termination for failure to fulfill contract obligations, it is determined that the contractor was not in
default, the rights and obligations of the parties shall be the same as if termination had been issued for the
City’s convenience.
j. Termination for Convenience or Default (Cost-Type Contracts) The City may terminate this contract, or
any portion of it, by serving a notice or termination on the contractor. The notice shall state whether
termination is for convenience of the City or for default of the contractor. If termination is for default, the
notice shall state the manner in which the contractor has failed to perform the requirements of the contract.
The contractor shall account for any property in its possession paid for from funds received from the City, or
property supplied to the contractor by the City. If termination is for default, the City may fix the fee, if the
contract provides for a fee, to be paid to the contractor in proportion to the value, if any, of work performed
up to the time of termination. The contractor shall promptly submit its termination claim to the City and the
parties shall negotiate the termination settlement to be paid to the contractor. If termination is for the City’s
convenience, contractor shall be paid its contract close-out costs, and a fee, if the contract provided for
payment of a fee, in proportion to the work performed up to the time of termination.
If, after serving a notice of termination for default, the City determines that the contractor has an excusable
reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the
control of the contractor, the City, after setting up a new work schedule, may allow the contractor to continue
work, or treat the termination as a termination for convenience.
Disadvantaged Business Enterprise (DBE) –
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation
by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The
national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The City’s overall goal
for DBE participation is listed elsewhere. If a separate contract goal for DBE participation has been
established for this procurement, it is listed elsewhere.
b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance
of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of this contract. Failure by the contractor to carry out these requirements is a material breach
of this contract, which may result in the termination of this contract or such other remedy as the municipal
corporation deems appropriate. Each subcontract the contractor signs with a subcontractor must include the
assurance in this paragraph (see 49 CFR 26.13(b)).
c. Since no separate contract goal has been established, the contractor will be required to report its DBE
participation obtained through race-neutral means throughout the period of performance.
d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory
performance of that work no later than 30 days after the contractor’s receipt of payment for that work from
the City. In addition, the contractor may not hold retainage from its subcontractors or must return any
retainage payments to those subcontractors within 30 days after the subcontractor's work related to this
contract is satisfactorily completed or must return any retainage payments to those subcontractors within 30
days after incremental acceptance of the subcontractor’s work by the City and contractor’s receipt of the
partial retainage payment related to the subcontractor’s work.
e. The contractor must promptly notify the City whenever a DBE subcontractor performing work related to
this contract is terminated or fails to complete its work, and must make good faith efforts to engage another
DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE
subcontractor and perform that work through its own forces or those of an affiliate without prior written
consent of the City.
Incorporation of Federal Transit Administration (FTA) Terms – All USDOT-required contractual
provisions, as stated in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the
contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict
with other provisions contained in this contract. The contractor shall not perform any act, fail to perform any
act, or refuse to comply with any request that would cause the City to be in violation of FTA terms and
conditions.
Government-wide Debarment and Suspension (Nonprocurement) – The City agrees to comply with the
requirements of 2 C.F.R. part 180, subpart C, as adopted and supplemented by U.S. DOT regulations at 2
C.F.R. part 1200, which includes the following: (a) It will not enter into any arrangement to participate in the
development or implementation of contracts with any contractor that is debarred or suspended except as
authorized by: 1 U.S. DOT regulations, “Nonprocurement Suspension and Debarment,” 2 C.F.R. part 1200, 2
U.S. OMB, “Guidelines to Agencies on Government-wide Debarment and Suspension (Nonprocurement),” 2
C.F.R. part 180, including any amendments thereto, and 3 Executive Orders Nos. 12549 and 12689,
“Debarment and Suspension,” 31 U.S.C. § 6101 note, (b) It will review the U.S. GSA “System for Award
Management,” https://www.sam.gov, if required by U.S. DOT regulations, 2 C.F.R. part 1200.
The contractor also will comply with federal debarment and suspension requirements when hiring
subcontractors, and will review the “System for Award Management” at https://www.sam.gov, if necessary,
to comply with U.S. DOT regulations, 2 C.F.R. part 1200, and (2).
Energy Conservation – The contractor shall comply with mandatory standards and policies relating to
energy efficiency, stated in the state energy conservation plan issued in compliance with the Energy Policy &
Conservation Act.
Access Requirements for Persons with Disabilities – The contractor shall comply with 49 USC 5301(d),
stating federal policy that the elderly and persons with disabilities have the same rights as other persons to
use mass transportation services and facilities and that special efforts shall be made in planning and
designing those services and facilities to implement that policy. The contractor shall also comply with all
applicable requirements of Sec. 504 of the Rehabilitation Act (1973), as amended, 29 USC 794, which
prohibits discrimination on the basis of handicaps, and the Americans with Disabilities Act of 1990 (ADA),
as amended, 42 USC 12101 et seq., which requires that accessible facilities and services be made available to
persons with disabilities, including any subsequent amendments thereto.
Prompt Payment – The prime contractor agrees to pay each subcontractor under this prime contract for
satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime
contract receives from the City. The prime contractor agrees further to return retainage payments to each
subcontractor within 30 days after the subcontractor’s work is satisfactorily completed. Any delay or
postponement of payment from the above referenced time frame may occur only for good cause following
written approval of the City. This clause applies to both DBE and non-DBE subcontracts.
AFFIDAVIT
The State of Arkansas )
) S.S.
County of Benton )
I, Robert M. Crafton, President & CEO of Crafton, Tull & Associates, Inc. of Rogers, Arkansas,
MAKE OATH AND SAY THAT:
1 . Crafton, Tull & Associates, Inc. participates in E-Verify, the federal program for electronic
verification of employment eligibility.
2. Crafton, Tull & Associates, Inc. does not knowingly employ any person who IS an
unauthorized alien.
STATE OF ARKANSAS
COUNTY OF BENTON
SUBSCRIBED AND SWORN TO BEFORE ME, on
the 21 st day of April 2022.
Signature l1 vd{t~ W\D k.._ (Seal)
NOTARYPUBLIC I ~
My Commission expires: --"-!+-f ..... 3~!-IL~5_,0"--------7 I
CYNTHIA MURPHY
BENTON COUNlY
NOTARY PUBUC-ARKANSAS
My Commission Expires January 31, 2030
Commission No. 12374387
BILL SUMMARY
BILL NO: 2022-001
SPONSOR: Councilmember Fitzwater
SUBJECT: Vacation of Various Sanitary Sewer Easements on Property Addressed as
21 06 Jefferson Street
DATE INTRODUCED: April18, 2022
Staff Recommendation: Approve.
Summary: When approved this item will authorize the vacation of sanitary sewer
easements on the property addressed as 2106 Jefferson Street , in the City of Jefferson,
Missouri.
Origin of Request: City of Jefferson Sewer Division
Department Responsible: Public Works
PERSON RESPONSIBLE: MATTHEW J. MORASCH, P.E./Eric Seaman, P.E.
Background Information: Various sanitary sewer easements have been found to be
unnecessary within the property at 2106 Jefferson Street as a result of the demolition and
reconfiguration of structures on the site. New private laterals have been constructed
replacing what had been sewer mains within the property. This vacation will also
relinquish a sewer easement near Southridge and Red Oak Drives, which does not
contain a sewer line. A new sewer main easement for the newly constructed sewer has
been granted to the City of Jefferson. When this vacation is approved, the City will have
less sewer infrastructure to maintain than it did previously.
Fiscal Information: The cost of this action will equal the recording fee.
BILL NO . 2022-001
SPONSORED BY Councilmember Fitzwater
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI , VACATING AND
DISCONTINUING VARIOUS SANITARY SEWER EASEMENTS ON THE PROPERTY
ADDRESSED AS 2106 JEFFERSON STREET, IN THE CITY OF JEFFERSON,
MISSOURI.
WHEREAS, it has been shown to the Council of the City of Jefferson , Missouri, that the
owners of 2106 Jefferson Street in the City , have petit ioned the City Council
to vacate various sanitary sewer easements ; and
WHEREAS , it has further been shown that it would not inconvenience the publ ic or the
citizens of the City to discontinue the sanitary sewer easements for public
use as described in Section 1 of this Ordinance .
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI , AS FOLLOWS :
Section 1. The Council of the City of Jefferson, Missouri, hereby declares it
necessary , reasonable and proper to discontinue sanitary sewer easements in the areas
described as portions of property addressed as 2106 Jefferson Street in the City of
Jefferson , Missouri and forever vacate the following described sanitary sewer easement
in said City:
See attached discriptions .
Section .f.. The statutory right of reversion in the owners of the abutti ng property
is hereby confirmed , as is provided by the laws of the State of Missou ri, and the Mayor
and the Clerk of the City are hereby authorized to execute al l necessary instruments
required to confirm the reversionary rights of the owners of property abutting on the area
vacated, as described in Section 1 of this ordinance, in the right-of-way vacated.
Section ~. This Ordinance shall take effect and be in full force from and after its
passage .
PASSED __________________ __ APPROVED ________________ __
Presiding Officer Mayor Carrie Tergin
ATIEST: APPROVED AS TO FORM :
City Clerk
311-408
A strip of land 10.00 feet of even width across a part of a tract of land conveyed to Central Electric
Power Co-op, a corporation per Deed of Record in Book 181, Page 409, Cole County Recorder's Office
also, being a part of the Southeast Quarter of the Northeast Quarter of Section 23, Township 44, Range
12, in the City of Jefferson, County of Cole, Missouri, the centerline of said 10.0 foot strip of land being
more particularly described as follows:
Beginning at a point on the southerly line of a tract of land conveyed to Central Electric Co-op, described
above, and the northerly line of a tract of land conveyed to Ralph H. Linden busch and wife per deed of
record in Book 217, Page 310, Cole County Recorder's Office, said point being 34.0 feet east ofthe
northwesterly corner thereof; thence North 51 degrees, 10 minutes, 34 seconds East, 28.0 feet, more or
less, to the point of termination of this description.
311-410
A strip of land 10. DO feet of even width, across a part of a tract of land conveyed to Ralph H.
Linden busch and wife, per Deed of Record in Book 217, Page 310, Cole County Recorder's Office also,
being a part of the Southeast Quarter of the Northeast Quarter of Section 23, Township 44 North, Range
12 West, in the City of Jefferson, County of Cole, Missouri, the centerline of said 10.0 foot strip of land
being more particularly described as follows:
Beginning at a point on the southerly line of a tract of land conveyed to Ralph H. Linden busch and wife
described above, said point being 13. 50 feet, more or less, east of the most south westerly corner
thereof; thence north 51 degrees, 10 minutes, 34 seconds East, 165.50 feet, more or less, to a point on
the northerly line of said tract said point being 34.0 feet, more or less, east of the most northwesterly
corner thereof, and the point of termination of this description.
244-252
A strip of land 10 feet of even width, in the southeast quarter of the northeast quarter of Section 23,
Township 44, Range 12., in the City of Jefferson, County of Cole, Missouri, the centerline of said 10 foot
strip being more particularly described as follows:
From the southeast corner of the northeast quarter of said Section 23, thence north along the section
line, 1372.47
feet; thence west parallel with the north line of said section 187.6 feet to the southerly right-of-way
line of Cole County Route "C"; thence southwesterly along said southerly right-of-way line, 130 feet;
thence south r 12' west, 125 feet to the beginning point of this description; thence 87" 0' right, 100 feet
to the termination of this description.
244-254
A strip of land 10 feet of even width, in the southeast quarter of the northeast quarter of Section 23,
Township 44, Range 12, in the City of Jefferson, County of Cole, Missouri, the centerline of said 10 foot
strip being more particularly described as follows:
From the southeast corner of the northeast quarter of said Section 23, thence north along the section
Hne 1372.47 feet; thence west parallel with the north line of said Section 187.6 feet to the southerly
right-of-way line of Cole County Route "C", thence southwesterly along said southerly right-of-way line
130 feet; thence south 7 degrees 12 minutes west, 125 feet, to the beginning point ofthis description,
thence 93 degrees 0 minutes left, 15 feet to the termination ofthis description.
244-255
A strip of land 10 feet of even width in the southeast quarter of the northeast quarter of Section 23,
Township 44, Range 12, in the City of Jefferson, County of Cole, Missouri, the centerline of said 10 foot
strip being more particularly described as follows:
From the southeast corner of the northeast quarter of said Section 23; thence north along the section
line, 1372,.47 feet; thence west parallel with the north line of said section, 187.6 feet to the southerly
right-of-way line of Cole County Route "C"; thence southwesterly along said southerly right-of-way line,
293.4 feet; thence south 2 degrees 11 minutes east, 95 feet to the beginning point ofthis description;
thence 94 degrees 30 minutes left, 60 feet to the termination of this description.
1 inch = 30 Feet
15 30 60 90
( Graphic Seale -Feet )
____ \_ __________ --~ ..... -------------__ :; ____ _
VACATION OF EASEMENTS
BK. 311, FG408, BK. 311, PG-410
1 inch = 30 Feet
15 30 eo 90
( Graphic Scale -Feet )
Rodrigo &: Alico D. Guillen
2013 Southridae Dr.
Sk-702, pg.:055
P.S. ~io-uoe A~ I T0.812.81
FL=8D7.91 I c:.::=:::,:='rl
-----I
I
N:S Development 1 i::
Corp~:~Gary ,' f
2016 Red Ook Dr. I f
lot 18 I I Ook Leof l=s See. 1
Bk-500, pg-447 //
I
VACATION OF EASEMENTS
BK. 244, PG 255, BK. 244, PG-252, BK. 244, PG-254
PRINTS ISSUED
11/3/2020
REVISIONS:
?atm:k P. Kremer. ?E-Engineer
MD# PE-2012018094
w >
C/) !-a: t-<(
0:::: ::::l z w 0 w c.. CJJ
CJJ
~ 0 ~-~ 0 w () w~~ WI-
C/)t-0:::: O::z
1-::::l <( _ w cnO wco ~ Z(.)
0 Ow
LLJ: c.. CJJ_; e:::o ox () l±:o
zW 0:::: LL. -w>-!--,1-
0 () coO w S:z
t--I NO w CJJ <( -I 0:: w u <( LL.
<( 0:::: LL.
!-w > z ....,
w
()
CMPS J08 No. 98-28BS
DRN. BY: CKD. BY:
PPK RMB
SCALE: AS INDlCATED
SHEET TI1'LE
EASEMENT
VACATION
EXHIBIT
SHEET NUMBER
1
OF 1 SHEETS
APPLICATION FOR VACATION OF RIGHT-OF-WAY/ALLEY/EASEMENT
PUBLIC WORKS & PLANNING COMMITTEE
Citv of Jefferson -Department of Public Works
320 East McCarty Street, Jefferson City, Missouri 65101
Phone (573) 634-6410 Fax (573) 634-6562
Date of application:_----!J~u~n~e-=2=-"'9~20~2""0'--------------
We, the undersigned property owners, hereby petition the City Council to vacate the following right-of-way/alley/easement:
See attached description and exhibits.
(Attach legal description of property to be vacated)
PRINTED NAME SIGNATURE ADDRESS OF PROPERTY MAILING ADDRESS PHONE NO.
ABUTTING VACATION
Janice Coffelt Cl -Nc~ 21 06 Jefferson Street P.O. Box 269 573-761-2878
,7"' Jefferson City, MO 65109 Jefferson City, MO 65102
Primary Contact(s)_..!..P~a'-'!tr.!.::ic~k.!..K~re~m~er~------------------------------------------
Address: 2500 East McCarty Street. Jefferson Citv. MO 65101
Telephone Number(s),_.:>t_5~73"'---"'6""'34:o:.-_,3""'4""55"'------------------------------------------
Fee for submitting requests for vacation of easements or rights-otway as per Appendix Y of the City Code $136 (June ;m,_ 2018)
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans with Disabilities Act.
Please allow 72 business hours to process the request.
...... -----------·---·------·
BILL SUMMARY
BILL NO: 2022-002
SPONSOR: Councilmember Fitzwater
SUBJECT: Vacation of Sanitary Sewer Easements on Property Addressed as 3031 and
3101 South Ten Mile Drive
DATE INTRODUCED: April 18 , 2022
DEPARTMENT DIRECTOR(S):-=---+-~74.:..=...._~--,t---=:-.-------
Staff Recommendation: Approve .
Summary: When approved this item will authorize the vacation of sanitary sewer
easements on the properties addressed as 3031 and 3101 South Ten Mile Drive, in the
City of Jefferson , Missouri.
Origin of Request: Property owner
Department Responsible: Public Works
PERSON RESPONSIBLE: MATTHEW J . MORASCH, P.E./Eric Seaman, P.E .
Background Information: Two sanitary sewer main relocation projects have occurred
on the referenced properties to accommodate building expansion and redevelopment.
New sewer easements have been dedicated for the new sewer main lines that were built.
The new line and dedicated easement render the old lines and existing easements
unnecessary .
Fiscal Information: The cost of this action will equal the recording fee.
BILL NO . 2022-002
SPONSORED BY Councilmember Fitzwater
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI , VACATING AND
DISCONTINUING VARIOUS SANITARY SEWER EASEMENTS ON THE PROPERTIES
ADDRESSED AS 3031 AND 3101 SOUTH TEN MILE DRIVE , IN THE CITY OF
JEFFERSON , MISSOURI.
WHEREAS, it has been shown to the Council of the City of Jefferson , Missouri , that the
owners of 3031 and 3101 South Ten Mile Drive in the City , have petitioned
the City Council to vacate various sanitary sewer easements ; and
WHEREAS , it has further been shown that it would not inconvenience the public or the
citizens of the City to discontinue the sanitary sewer easements for pub lic
use as described in Section 1 of this Ordinance .
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , AS FOLLOWS:
Section 1. The Council of the City of Jefferson , Missouri, hereby declares it
necessary, reasonable and proper to discontinue sanitary sewer easements in the areas
described as portions of properties addressed as 3031 and 3001 South Ten Mile Drive in
the City of Jefferson , Missouri and forever vacate the following described sanitary sewer
easements in said City :
See attached descriptions .
Section~· The statutory right of reversion in the owners of t he abutting property is
hereby confirmed , as is provided by the laws of the State of Missouri , and the Mayor and
the Clerk of the City are hereby authorized to execute all necessary instruments required
to confirm the reversionary rights of the owners of property abutting on the area vacated,
as described in Section 1 of this ordinance, in the right-of-way vacated.
Section ~· This Ordinance shall take effect and be in full force from and after its
passage .
PASSED _________ __ APPROVED _________ __
Presiding Officer Mayor Carrie Tergin
ATIEST: APPROVED AS TO FORM :
City Clerk City#
EXHIBIT A
PORTION OF 15' PERMANENT SANITARY SEWER EASEMENTS TO BE VACATED (B-684. P-229 & B-684. P-230)
A 15.00 foot wide strip of land across port of the Southeast Quarter of the Northwest Quarter of Section
10, Township 44 North, Range 12 West, in the City of Jefferson, Cole County, Missouri, the centerline being
more particularly described as follows:
From an Iron Pin on the westerly right-of-way line of Weotherhill Road, being the southeasterly corner of
the property described in Book 306, page 459, Cole County Recorder's Office; thence N39'05'00"E along the
westerly right-of-way line of said Weotherhill Road, being the southeasterly line of said property described in
Book 306, page 459, 44.65 feet to a point on the centerline of an existing 10 foot Sanitary Sewer
Easement, as described in Book 222, page 463 & Book 222, page 477; thence N8133'50"W, along the
centerline of said 10 foot Sanitary Sewer Easement, 31.87 feet to the centerline of the 15 foot wide
Sanitary Sewer Easement described in Book 684, page 230, Cole County Recorder's Office; thence along the
centerline of said 15 foot wide Sanitary Sewer Easement described in Book 684, page 230 the following
courses: S65'51 '32''w, 66.64 feet; thence N88'53'0Q"W, 90.95 feet to the POINT OF BEGINNING of the
following described centerline; thence leaving the centerline of said 15 foot wide Sanitary Sewer Easement
described in Book 684, page 230, N18'01'30"W, along the centerline of said 15 foot wide Sanitary Sewer
Easement described in Book 684, page 229, 117.65 feet to a point on the centerline of said 1 0 foot
Sanitary Sewer Easement described iri Book 222, page 463 & Book 222, page 477 and the point of
termination.
EXCEPT any of the above Easement Vacation that lies within the Sanitary Sewer Easement described in Book
684, page 230, Cole County Recorder's Office and the easterly connection thereof to the new Sanitary Sewer
Easement to replace this Vacated Portion.
TITl..E
Central Missouri Professional Services, Inc
ENGINEERING -SURVEYING -MATERIALS TESTING
2500 E. McCARTY Phone (573) 634-3455
JEFFERSON CITY, MISSOURI 65101 FAX (573) 634-8898
SANITARY SEWER EASEMENT TO BE VACATED
SE 1/4 NW 1/4 SEC. 10, T44N, R12W
NEW HORIZONS COMMUNITY SUPPORT SERVICES INC
DRN. BY J.B.R. BOOK
CKD. BY SHEET 1 OF 2 JOB NO. 88-296
I
I
I
~ , ' EXHIBIT 8
I "--..-._ ~ ~ i'.
I -..........._ --.. ' (3\r. --' "".( 4ti·
New Horizons 9ommunity Support -----~ -·-#.J/ (31 ./)
Services Inc. '" ~ ~ './'> •
8-678, p-101 --..........._ ' :!};>;
3101 S. Ten lolile Drive -..........._ --... (31
1 0' Sanitary Sewer Easement
Book 222, page 477
SE 1/4, NW 1/4
SEC. 10, T44N, R12W
Book 222, page 463
"'"""'"'""
/
/
/
/
/
/
/
W.8. Price Inc
8-306, p-459
3031 S. Ten Mile Drive
' / 5 Permanent Sanitary Exist. 10' Sanitary Sewer Easement
Book 222, page 477 Sewer Easement
8-684, P-229 Jrl'8e Vacated
15' Permanent Sonita!y
Sewer Easement
B-684, P-230
90.95'
N88"53'00"W -
JBJC Properties UC
8-495, p-464
710 Weatherhill Road
Book 222, page 463
Fd lp
/
/
Central Missouri Professional Services, Inc.
ENGINEERING -SURVEYING -MATERIALS TESTING
2500 E. McCARTY Phone {573) 634--3455
JEFFERSON CITY, MISSOURI 65101 FAX (573) 634--8898
lTTlE SANITARY SEWER EASEMENT TO BE VACATED
SE 1/4 NW 1/4 SEC. 10, T44N, R12W
FOR NEW HORIZONS COMMUNITY SUPPORT SERVICES INC J. Brian Rockwell, MO. PLS #2524
CENTRAL MISSOURI 1--------,------....-----~.----------1
PROFESSIONAL SERVICES DAlE 04/02/2020 DRN. BY J.B.R. SCALE 1" = 40' BOOK
MISSOURI STATE CERllACAlE
OF AUTHORITY CKD.BY SHEET 2 OF 2 JOB NO. 88-296
EXHIBIT A
PORTION OF 10' PERMANENT SANITARY SEWER EASEMENTS TO BE VACATED (B-222. P-463 & B-222, P-477)
A 10.00 foot wide strip of land across part of the Southeast Quarter of the Northwest Quarter of Section
10, Township 44 North, Range 12 West, in the City of Jefferson, Cole County, Missouri, the centerline being
more particularly described as follows:
From an Iron Pin on the westerly right-of-way line of Weatherhill Road, being the southeasterly comer of
the property described in Book 306, page 459, Cole County Recorder's Office; thence N39'05'00"E, along
the westerly right-of-way line of said Weatherhill Road, being the southeasterly line of said property
described in Book 306, page 459, 44.65 feet to a point on the centerline of an existing 1 0 foot Sanitary
Sewer Easement described in Book 222, page 463 & Book 222, page 477; thence N87'33'50"W, along the
centerline of said 10 foot Sanitary Sewer Easement described in Book 222, page 463 & Book 222, page
477, 31.87 feet to the POINT OF BEGINNING for this Centerline; thence N65'20'11 "W, along the centerline of
said 1 0 foot Sanitary Sewer Easement, 244.23 feet to the point of termination.
EXCEPT any of the above Easement Vacation that lies within the Sanitary Sewer Easement described in
Book 684, page 230, Cole County Recorder's Office and the easterly connection thereof.
FOR
SANITARY SEWER EASEMENT TO BE VACATED
SE 1/4 NW 1/4 SEC. 10, T44N, R12W
NEW HORIZONS COMMUNITY SUPPORT SERVICES INC J. Brian Rockwell, MO. PlS #2524
CENTRAl MISSOURI 1-------,--------,-------..,.---------f
PROFESSIONAL SERVICES DATE 04/02/2020 DRN. BY J.B.R. SCALE 1" = 40' BOOK
MISSOURI STATE CERTIFICATE ._R __ EV-. -...!.-...!.--+-_,_.;..;.,.:.;__,_+-SH_EET_:_1_.:...:0F_2--If...:JOB~NO-. -8-8---2-9-6---1
OF AUTHORITY #000355 DATE CKD. BY
\
I
I
\
\
I
~',
I '-...----.._ ~ ~ i'.
1 , -.... e.Q -... ...... .At;·
EXHIBIT B
New Horizons ~ommunity Support -------~ -·~'.l} 8 /)
Services Inc. ..._ _ ~ './"' •
B-678, p-101 .._ -....__ -.... :/J>;
3101 S. Ten Mile Drive -............ -.... 8
Exist. 1 0' Sanitoty Sewer Easement
Book 222, page 4n
Book 222, page 463 I
/
/
-
SE 1/4, NW 1/4
SEC. 10, T44N, R12W
', ~/
/ /
/
/
/
W.B. Price Inc
B-306, p-459
3031 S. Ten t.lUe Drive
\ \ <
// 10' Sanitary Sewer Easement
Book 222, page 477
Book 222, page 463
\ \ '~\ 15' Perm9rf~nt
\ \
.~ sewer
To Be Vacated
Exist. 1 0' Sanitary Sewer En,..,n\l!nt-.
Book 222, page 477
Book 222, page 463 \ / B-684, P-229
\ '-..n / / /
" \J /
" "
J. I
15' Permanent Sanitary
Sewer Easement
B-684, P-230
90.95' ~>~ ~~-N88'53'00"W -
JBJC Properties LLC
8-495, p-464
71 0 Weatherhill Road /
[jCentral Missouri Professional Services, Inc.
ENGINEERING -SURVEYING -MATERIALS TESTING
2500 E. McCARTY Phone (573) 634-3455
JEFFERSON CITY, MISSOURI 65101 FAX (573) 634-8898
SANITARY SEWER EASEMENT TO BE VACATED
SE 1/4 NW 1/4 SEC. 10, T44N, R12W
NEW HORIZONS COMMUNITY SUPPORT SERVICES INC
DRN. BY J.B.R. SCALE 1" = 40' BOOK
CKD. BY SHEET 2 OF 2 JOB NO. 88-296
APPLICATION FOR VACATION OF RIGHT -OF-WAY/ALLEY/EASEMENT
PUBLIC WORKS & PLANNING COMMITTEE
Citv of Jefferson -Department of Public Works
!20 East McCarty Street, Jefferson City, Missouri 65101
Phone (573) 634-6410 Fax (573) 634-6562 ·
Date of application: ____ _....:..../..z./___.:_1_2__:_/_2_0.::....:..../8~·:..__ ___ _
We, the undersigned property owners, hereby petition the City Council to vacate the following right-of-way/alley/easement:
See Attached Exhibit A and B
(Attach legal description of property to be vacated)
PRfl'li.TED NAME AOBiiE8B~O'f 'PRGPERTY
AB011ifi!IG?\1ACJtT~
PHONE NO.
Primary Contact(s), ______________________________________________ _
Address:. _________________________________________________________________________ __
Telephone Number(s) ______________________________________________________________________ _
F£!e for submitting reguests for vacation of easements .2! rights-of-way as per Appensti.x y 2f the City Code $133 (June ag. 2.Q1 5)
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans with Disabilities Act.
Please allow three business days to process the request.
VACATION ROW form 071715 Revised June 30,2015
BILL SUMMARY
BILL NO: 2022-003
SPONSOR: Councilmember Fitzwater
SUBJECT: An Engineering Design Contract with Engineering Surveys and Services for
the Ohio Street Bridge, Project No. 32174, RFQ No. 4018
DATE INTRODUCED: April 18, 2022
Staff Recommendation: Approve .
Summary: When approved this bill will authorize a contract with Engineering Surveys
and Services in the amount of $141 ,140.00 for the design of the Ohio Street Bridge.
Origin of Request: City Staff
Department Responsible: Public Works
PERSON RESPONSIBLE: MATTHEW J . MORASCH , P.E./David Bange , P.E .
Background Information: At the time of its last inspection , the Oh io Street Bridge was
closed to vehicular traffic after its load rating was reduced, and it remains c losed today .
At the January Public Works and Planning Committee meeting the committee directed
Staff to look into the replacement of this bridge . To that end , an RFQ was sent out and
Engineering Surveys and Services was selected for the design of this project and we are
now looking to enter into a contract with them. Funding for the des ign of the bridge is
proposed to be taken from the monies remaining in the contingency category of Sa les
Tax G.
Fiscal Information :
I Account I Available ·Required Remaining
I 45-99 0-578063 I $166 ,153 .22 $141 ,140 .00 $25,013 .22
BILL NO. 2022-003
SPONSORED BY Councilmember Fitzwater
ORDINANCE NO. _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH ENGINEERING
SURVEYS AND SERVICES, IN THE AMOUNT OF $141,140.00 FOR THE OHIO
STREET BRIDGE PROJECT.
WHEREAS, Engineering Surveys and Services has been selected as the firm best
qualified to provide professional services related to the Ohio Street Bridge
project.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , AS FOLLOWS :
Section 1 . Engineering Surveys and Services is hereby approved as the best
qualified firm to provide professional services and its proposal is hereby accepted .
Section ~-The Mayor and City Clerk are hereby authorized to execute an
agreement with Engineering Surveys and Services for the Ohio Street Bridge project.
Section ~-The agreement shall be substantia lly the same in form and content as
that agreement attached hereto as Exhibit A.
Section 1_. This Ordinance shall be in full force and effect from and after the date
of it s passage and approval.
Passed : ---------------------Approved : ____________________ _
Presiding Officer Mayor Carrie Tergin
ATTEST : APPROVED AS TO FORM :
City Clerk City A~---
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid RF SQ4018 -Ohio Stree t Bridge Proj ect
Public Works -Opened February 10 , 2022
RECOMMENDATION:
Staff recommends the award of the request for qualifications RFSQ40 18 for the Ohio Bridge Project
(desi gn and construction services to rep lace the Ohio Street bridge over Wears Creek an d improvements
t o the brid ge approaches) to Engineering Surveys and Serv ices of Jefferson City, MO. This bid was
evaluate d by Public Work's staff and was awarded to the most quali fied vendor. The contr act amount is
for $141,140.00.
BIDS RECEIVED:
Engineering Surveys and Services, J efferson City, MO
Bartlett and West, Jefferso n C i ty, MO
CFS Engin eers, Jefferson City, MO
This bid was posted on B o nfire . Bid notification s we re sent to 1,747 vendors ofwhi ch 10 were
recommended vendors by t h e D e partment.
FISCAL N OTE:
Expend ed or
Acco unt Nu mb er Descri ption FY 2022 Encumbered Bid Amo unt Balance
Budget Am ou nt
Contingency-Sales Tax
G Funds-Capita l
45-990-578063 * Improvements $166,153.22 $0 $141,140.00 $25,013.22
Bid Total $141,140 .00
*A new account number w ill be created upon approval of the contract for this specific project.
ATTACH MENTS-SUPPORTING DOCUMENTA TION
Signarure: ~ti . a ~~4 '--.-
mch mg Agent 11 22
From:
To:
Subject:
Date:
Leigh Ann,
Bange Dayjd
Corrjgan Lejgh Ann
Ohio Street Bridge RFQ
Thursday, February 17, 2022 9:04:47 AM
Our Committee met and discussed the three submittals that we received. I have scored the three
responses in Bonfire based on the consensus that was reached at that meeting. We believe that
ES&S would be best suited for this project. Since this is a new process I am not sure what the next
step should be but we would like to move begin the development of the scope and fee with ES&S
when we reach that point. Thanks.
David Bange, P .E.
City Engineer
City of Jefferson
320 E. McCarty Street
Jefferson City, MO 65101
Phone(573)634-6433
.l ft.}• E l\S 0 N
RFSQ4018-01/22-Ohio Street Bridge Project
Scoring Summary
Active Submissions
1 T t 1 l T h : 1 Capactty and l Past Record of · 1 ! Experience and I . I · ·
• 1 ° a ! ec ntca Ca ability P f I I Competence p ~ -·----·-------1-----·--------1--·--~-------
Supplier . I /100 pts I /40 pts .•_. . I /30 pts p
Engineering Surveys
& Services
Bartlett & West
CFS Engineers
92
91
89
36 28
36 27
35 27
Generated on Apr 11 , 2022 3:30 PM COT -Leigh Ann Corrigan
Page 1 of 1
28
28
27
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT, made and entered into the date last executed by a party as indicated below, by and
between the City of Jefferson, a municipal corporation of the State of Missouri, hereinafter referred to as
"City", and Engineering Surveys and Services, hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render certain services for the
design of the Ohio Street bridge and related improvements, hereinafter described in Exhibit A.
WHEREAS, Contractor has made certain representations and statements to the City with respect
to the provision of such services and the City has accepted said proposal to enter into a contract with the
Contractor for the performance of services by the Contractor.
NOW THEREFORE, for the considerations herein expressed, it is agreed by and between the City
and the Contractor as follows:
1. Scope of Services.
Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for the design
of the Ohio Street bridge and related improvements, as set forth in Exhibit A. In the event of a conflict
between this agreement and any attached exhibits, the provisions of this agreement shall govern and prevail.
2. Payment.
The City hereby agrees to pay Contractor for the work done pursuant to this contract according to the
payment schedule set forth in the contract documents upon acceptance of said work by an Agent of the City
of Jefferson's Public Works Department and in accordance with the rates and/or amounts stated in the bid
of Contractor, which are by reference made a part hereof. No partial payment to Contractor shall operate
as approval or acceptance of work done or materials furnished hereunder. No change in compensation
shall be made unless there is a substantial and significant difference between the work originally
contemplated by this agreement and the work actually required. The total amount for services rendered
under this contract shall not exceed One Hundred Forty-One Thousand One Hundred Forty Dollars and
Zero Cents ($141, 140.00).
3. Term.
This contract shall commence on the date last executed by a party as indicated below. The Contractor
shall perform professional services for the design of the Ohio Street bridge and related improvements, as
set forth in Exhibit A, within four hundred twenty-five (425) calendar days from the date last executed by
a party as indicated below.
4. Additional Services.
The City may add to Contractor services or delete therefrom activities of a similar nature to those set forth
in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified
in paragraph 2 hereof. The Contractor shall undertake such changed activities only upon the direction of
the City. All such directives and changes shall be in written form and approved by the City and shall be
accepted and countersigned by the Contractor or its agreed representatives.
5. Personnel to be Provided.
The Contractor represents that Contractor has or will secure at its expense all personnel required to perform
the services called for under this contract by the Contractor. Such personnel shall not be employees of or
2
have any contractual relationship with the City except as employees of the Contractor. All of the services
required hereunder will be performed by the Contractor or under the Contractor's direct supervision and all
personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to
perform such services. None of the work or services covered by this contract shall be subcontracted except
as provided in Exhibit A without the written approval of the City.
6. Contractor's Responsibility for Subcontractors.
It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its
subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts
and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted
in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set
forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding
termination of any subcontract as the City may exercise over Contractor under any provisions of this
contract. Nothing contained in this contract shall create any contractual relations between any
subcontractor and the City or between any subcontractors.
7. Independent Contractor.
The Contractor is an independent contractor and nothing herein shall constitute or designate the Contractor
or any of its employees as agents or employees of the City.
8. Benefits not Available.
The Contractor shall not be entitled to any of the benefits established for the employees of the City and
shall not be covered by the Workmen's Compensation Program of the City.
9. Nondiscrimination.
The Contractor agrees in the performance of the contract not to discriminate on the grounds or because of
race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against
any employee of Contractor or applicant for employment and shall include a similar provision in all
subcontracts let or awarded hereunder.
10. Illegal Immigration.
Prior to commencement of the work:
a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment
and participation in a federal work authorization program with respect to the employees
working in connection with the contracted services.
b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person
who is an unauthorized alien in connection with the contracted services.
c. If Contractor is a sole proprietorship, partnership, or limited partnership, Contractor shall
provide proof of citizenship or lawful presence of the owner.
11. Notice to Proceed.
The services of the Contractor shall commence upon execution of this Agreement, and shall be undertaken
and completed in accordance with the schedule contained in Exhibit A.
12. Termination.
If, through any cause, the Contractor shall fail to fulfill in timely and proper manner its obligations under
this contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this
contract, the City shall thereupon have the right to terminate this contract by giving written notice to the
Contractor of such termination and specifying the effective date thereof, at least five (5) days before the
3
effective day of such termination. The City reserves the right to terminate this contract for convenience
by giving at least fourteen (14) days prior written notice to Contractor, without prejudice to any other rights
or remedies of the City, provide Contractor shall be entitled to payment for all work completed by
Contractor through the date of termination. The Contractor may with cause terminate this contract upon
30 days prior written notice. In either such event all finished or unfinished documents, data, studies,
surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Contractor
under this contract shall, at the option of the City, become its property, and the compensation for any
satisfactory work completed on such documents and other materials shall be determined. Notwithstanding
the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by
virtue of any such breach of contract by the Contractor.
13. Waiver of Breach.
Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be
deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be
deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or
conditions herein.
14. Authorship and Enforcement.
Parties agree that the production of this document was the joint effort of both parties and that the contract
should not be construed as having been drafted by either party. In the event that the City successfully
enforces the terms of this contract through litigation, the City shall be entitled to receive, in addition to any
other relief, its reasonable attorney's fees, expenses and costs.
15. Severability.
If any section, subsection, sentence, or clause of this contract shall be adjudged illegal, invalid, or
unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or
enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not
so adjudged.
16. Assignment.
The Contractor shall not assign any interest in this contract, and shall not transfer any interest in the same
(whether by assignment or novation), without prior written consent of the City thereto. Any such
assignment is expressly subject to all rights and remedies of the City under this agreement, including the
right to change or delete activities from the contract or to terminate the same as provided herein, and no
such assignment shall require the City to give any notice to any such assignee of any actions which the City
may take under this agreement, though City will attempt to so notify any such assignee.
17. Existing Data.
All information, data and reports as are existing, available and necessary for the carrying out of the work,
shall be furnished to the Contractor without charge by the City, and the City shall cooperate with the
Contractor in every reasonable way in carrying out the scope of services. The Contractor shall not be
liable for the accuracy of the information furnished by the City.
18. Confidentiality.
Any reports, data or similar information given to or prepared or assembled by the Contractor under this
contract which the City requests to be kept as confidential shall not be made available to any individual or
organization by the Contractor without prior written approval of the City.
4
19. Indemnity.
To the fullest extent pennitted by law, the Contractor will defend, indemnify and hold hannless the City,
its elected and appointed officials, employees, and agents from and against any and all claims, damages,
losses, and expenses including attorneys' fees arising out of or resulting from the perfonnance of the work,
provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease,
or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of
use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,
any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.
Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation
of indemnity which would otherwise exist as to any party or person described in this paragraph.
20. Insurance.
Contractor shall provide, at its sole expense, and maintain during the tenn of this agreement commercial
general liability insurance with a reputable, qualified, and financially sound company licensed to do
business in the State of Missouri, and unless otherwise approved by the City, with a rating by Best of not
less than "A," that shall protect the Contractor, the City, and the City's officials, officers, and employees
from claims which may arise from operations under this agreement, whether such operations are by the
Contractor, its officers, directors, employees and agents, or any subcontractors of Contractor. This
liability insurance shall include, but shall not be limited to, protection against claims arising from bodily
and personal injury and damage to property, resulting from all Contractor operations, products, services or
use of automobiles, or construction equipment at a limit of $500,000 Each Occurrence, $3,000,000 Annual
Aggregate; provided that nothing herein shall be deemed a waiver of the City's sovereign immunity. An
endorsement shall be provided which states that the City is named as an additional insured and stating that
the policy shall not be cancelled or materially modified so as to be out of compliance with the requirements
of this section, or not renewed without 30 days advance written notice of such event being given to the City.
21. Documents.
Reproducible copies of tracings and maps prepared or obtained under the tenns of this contract shall be
delivered upon request to and become the property of the City upon tennination or completion of work.
Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under
this contract shall be made available, upon request, to the City without restrictions or limitations on their
use. When such copies are requested, the City agrees to pay the Contractor its costs of copying and
delivering same.
22. Books and Records.
The Contractor and all subcontractors shall maintain all books, documents, papers, accounting records and
other evidence pertaining to costs incurred in connection with this contract, and shall make such materials
available at their respective offices at all reasonable times during the contract and for a period of three (3)
years following completion of the contract.
23. Nonsolicitation.
The Contractor warrants that they have not employed or retained any company or person, other than a bona
fide employee working solely for the Contractor, to solicit or secure this contract, and that they have not
paid or agreed to pay any company or person, other than a bona fide employee working solely for the
Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent
upon or resulting from the award or making of this contract. For breach or violation of this warranty, the
City shall have the right to annul this contract without liability, or, in its discretion, to deduct from the
contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage,
5
brokerage fee, gifts, or contingent fee.
24. Delays.
That the Contractor shall not be liable for delays resulting from causes beyond the reasonable control of the
Contractor; that the Contractor has made no warranties, expressed or implied, which are not expressly set
forth in this contract; and that under no circumstances will the Contractor be liable for indirect or
consequential damages.
25. Amendments.
This contract may not be modified, changed or altered by any oral promise or statement by whosoever
made; nor shall any modification of it be binding upon the City until such written modification shall have
been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may
not be responsible for paying for changes or modifications that were not properly authorized.
26. Governing Law.
The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri
shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit
and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce
this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action.
27. Notices.
All notices required or permitted herein under and required to be in writing may be given by first class mail
addressed to the following addresses. The date and delivery of any notice shall be the date falling on the
second full day after the day of its mailing.
If to the City:
City of Jefferson
Department of Law
320 East McCarty Street
Jefferson City, Missouri, 6510 I
If to the Contractor:
Engineering Surveys and Services
Attn: Chris Y ameli
802 El Dorado Drive
Jefferson City, MO 65101
[Signatures to Follow on Next Page]
6
CITY OF JEFFERSON, MISSOURI ENGINEERING SURVEYS & SERVICES
Carrie Tergin, Mayor Title:
Date: ___ _ Date: ----
ATIEST: ATIEST:
City Clerk Title:
APPROVED AS TO FORM:
Exhibit A
Estimate or NTE
000 Proposal $
100 Research $
200 Survey (Topo/Boundry/AlTA) $
210 Survey (Staking & layout) $
220 Survey(As-Built)
230 Machine Control $
300 Design Engineering $ 135,140.00
400 All Things lab
407 Drilling I Geo Report $ 6,000.00
$ 141,140.00 $ 74,000 KEG
$ 5,300 Timberlake
Notes
Touk
Dcsiqn Enqinoerinq
Schematic Des!lln
S<:oolnA w Client
Preparinq Propos.:~ll ~pe of Services
ConS1ruction Ooeuments
TASK A DaHl Coll ection 3nd Concept Pl ans
I Prchnin.::lry Site Visit
2. Design Tc.:~.m seeping meeting with City St.:11T
3, Prep:lre Meeting Minutes
4 Collect Md re\'iew :av.:1ibblc d.:1tn:
4 .1. City LIDAR. ocrial photo. GIS d:uo
-l .2. Exis tinu utilit y data
Total
4.3. 1\\ail.:~.blc City drnin.:1gc ca.lcubtions, floodplain HEC·
RAS models, No·Rlse ccrtific:uions in the Qre.l
4 4. Pro~rt ~ Q,,ncrship lnfornl:lti on (Sec GIS)
4 5. Prep:trc Suney scope ofwod.;: for City
(, Prcp:are l'rchmin:uy Concept PIJ.ns
61 Orid ge T~-pic.:tl CrOS1 Section
6 2 OH~rall plan Yiew df3\\U1SS showing project lin'Ats
6.3 Pl:tn 'iew dnm mgs showing initi.ll gr.tding limits
6 4 Profile dm\\ings sho,,ing ,·ertic3.1 :ilignm:.'Tl1 \\ith
gr:wJes Md curve lengths
6 S. Prcp:lf'e pl.:1n \iew aerial photo exhibits for Interested
Parties Meeti ng
6.6 Opini on of Prob:lble Construction Cost
6. 7 Desi&n te:tnt intern:>.! re\ iew
6.8 Pro Bress meeting "ith J efferson City Public Works
(JCPW)st:tfl'
6 'J l'rep:lfe progress meeting minutes
6 10 Address JCPW Conuncnts
7. Public McetinHS
7.1. l)rcp:vc nil displays nnd documents needed for :m open
house-style Interested PJrtil."S (W) meetin g. P~1rk Bonrd
meeting, :md Pu blic Works Doard meeting. Int erested
P:u1ies (:llso referenced o.s stlkeholders) include O\mcrs :md
residents of proper1i es on :md :1dj::acent to the project 3nd
ot her stnl..eholdcrs identified "ith the concurrence of JCPW
s t:tfl'
7 2 Open House IP Mectiny
7.2 I. Prc:p:uc: dtspk1ys a.nd documents needed for meetlng.
7.2 2 Assist the: City in conducting :md nttmd :ln open
houk·.S I)Ie IP ~ling.
7.3 Par\. Do:ud ~l cetinu
7.3 I. PIJn :md prcpnre dis pl3)" :u~d documents needed for
nledmg
7 3 2 Assis t the City m presenting the pi~ to the P:1rk
llo:1rd
7 4 Publ1c Wor-Ls :md Oc\·domc:nt Commillcc Meeting
7 4.1. Pl:tn and prepare dlspbys :u1d documents need ed for
ntectmg
7.4.2 Assist th e: City in presenting the plans to the Publ1c
Worl..s Uonrd
8 City Council l~ublic Bearing
8, I Prep:ve prcscntotion m.1tcri:ds for .:1 briefing to
Ci ty COlu lcil describing the project develo pment to d:ue,
includ ing:\ summary o f the public in\'OI\·ement process .
TAS K D. l'llf:l.IMINA ilY PLANS
I 0, Utility Coordmntion Mcc1 ing
10 I Prep:ue Concepl Plan Dra\\ings to be sent to
utility reprcsent:ui,·es as PDFs and/or h:lrd copies.
10 2 , Conduct one (I) uttlity coordination lllee'ting
IU 3 Prcp:lre meetmg minutes
I I. Pu.•p:uc Prdunin~· Pl ans
II I Emironmental Cle:tr:mces
II 1.1 SHPO
) II I 2 USACE 404 pcmut (Assumes N::~.tion\\ide Permit
II 1.3 ThreJtcned :md End.:1ngered Species
II I A . FE~I.t\ Floodpl:t.in (scope :l.Ssumes City .:~.ppro,·ed
No-R1.sc and C11y f-l oodplain Dcvclopmc:nt pern'At only. othc: r
FEll. lA leiters ofm.1p ch:Jngc not included)
11.2
11.3
11.4.
Title s heet
General notes sheet
Survey conlrolt><>ints and l.:1yout shl.-et
Prinei le PLS
t58 t 36
0 0
SurvPM PElt PE I El
95 ! s 147 Is t 36
0 0 0 0
I t
t t
t
0.5
0.5
I
2
2
0.5
t
I 2
0.5
I •
t
2 2
t
2 4
8
0
0 0
0
0
0
0.5
2 2
I
t •
2 8
t 2
t6 8
0.5
t
CAD Tech Field Tech
95 s 72 $ 64
0 0
2
2
2
2
4
0
2
4
1
t
2
Admin
64
0
s
s
s
s
s
s
$
$
$
$
$
s
s
$
s
s
$
$
s
$
$
s
$
$
242.00
242.00
147.00
73.50
73.50
t47.00
294 .00
294 .00
2t7.50
291.00
481 .00
217 .50
527 .00
147.00
484 .00
95.00
962.00
760.00
217.50
464.00
95.00
527.00
1.342.00
337 .00
3,1t2.00
t 45.50
2t900
144.00
Trips
ll.:S T~pic:~.l cross sections
11.6 o,em/1 Plan View Sheet 0.5
11.7. Ohr o Street Pl3n·Profde Sheet s \\lth gr::tding
lirrits
0.5
II 8. Intersecti on layouts
ILK. I. Side S1rec1S
I I.K2. Trail crossings
11.8.3. Dri\·cw:tys
11.9. P:wemcm m.'Vking ;Uld si1!,11:1 J:!~ pbn (CrosswaJk r--t---t---f--T--f----f.----f.--4 ---+---j
s•sn "ith sobr JX)\\ered be:1eon)
11.1(1 P:n erncnt dr:tin:1gc S)o'Stcm b~out :u1d profiles
II II l.igluong pl:m
11 .12. Dnd ge Pl:w
11.13 Tempor:uyTrnffic Comrol per MUTCD
11.14 City of Jefferson Stand:trd Dct:lil.s
11.15. Cross sections c,·cry 50 feet nnd
intcrseclions/dri' C\\ :-~ys
II.J6. Fr eid rc\icw
11 .17. Oprm on of Probable Cost
II.IK
II 19
Design Te:un lntcmnll~ene\\
Address JCPW Comments
TA SK C. Jti G II T-OF-W,\ Y rt.,~\NS
12 E:tScment Oesenpt•ons
Property desc riptions :md dispb.y dr:1win~s for nil needed
peml.'l.nC'nt :l.nd tempomry e:tSemcniS (c:stim."''tc 4
dcscriphons ) ·n,e Ci ty will ::1cquirc the needed e3.Scmcnts.
13 Prcp:uc R1gh t-of-W:ay P13nS
13.1. Title Sheet
13.2 Qq:r:lll Pl:\n Vie\\-Shec1
I 33 Pnrc:c l Tabul:uion
13.4. fllrul J'1rofile Sheet s '' ith c:tSemen t tu1d right -of-
'':I.Y l.1bcls
13.5.
prof1les
13.6.
13 7
13.8 .
Fuul P."'~' eme nt drainage system byout nnd
No-Rise DocumentJtion
Design Te:'lm lntem;tl RC\IC'\\
Address JCPW C onuncnts
T AS K D. FINA L I'LA NS, SI'ECS & ESTIMATt:S
(PS .~E)
I
1-t Prep:uc F1nll Plans (Afier rig_ht Of\\a)/cascmcnts :~.re
::1cquncd)
1.1 I Title sheet
14 2 General notes sheet
I~ 3 QuJ.niiiY sheets
14 .4 Suncy comrol poims :md b you1 sheet
14.5. Typical cross sections
14.6. 0 \cr:tll Pl:~.n View Sheet
14. 7. JlJan-Pr ofile Sheets ''ith gr:Kiing hnuts
14 8 Spccml in tersection b) out sheds
14 9 Pa,cmentjomt plan
14.10 Pa\emcnt n'l.'lfking and srgnage pbn (Crosswllk
sign mth solar po\\Cred beacon)
14 .11. Jla,ement drain:tgc sys tem In~ out nnd profiles
14 .12. Rct:timng wall plans
14.12.1 Loc:uion design :uul profiles
14.12.2. S tructural details
14.13 . L1ghtmg pl.m
14.14. Ondge l'bns
14.15 TempomryTr:UficCo ntrol per M UTCD
14 16 Eros ten C'o n1rol D nm mgs an dct:trls
1-1.17 C rt) of Jefferson St:md:ud Oct:trl s
I ~.IK Crou sechons c,·c~' 50 f«t :tnd
mtcrsccttons/dri ' cw.ays
l .J.I'J. FieltlHc,icw
14.20. Send Final Pl:m POFs to utihty rcprcscnt:tii\'CS
for coordination
1.J 21 Op1mon of ))rob:J.ble Cost and 01d Form
14.22. Tedtruc.ll specs~ specLl lJHO\lSIOns
14.23. Desrgn Te!\m l nt em!ll Rc' rew
14.2-1 Address JCPW Comments
12
0.5 05
05
12
0 .5
0.5 0.5
0.5
05
05
0 5
0 ,5
291.00
2 17.50
361.50
962.00
962.00
772.00
1,342 ,00
1.630.00
<:18.00
876.00
<35.00
<35.00
8 70.00
484.00
527.00
588.00
1,5«.00
962.00
1.728.00
294.00
962 .00
109 .50
36.00
1,391.00
36.00
109.50
145 .50
625 .00
1,486.00
312.50
217 .50
29 1.00
294 .00
294 .00
484 .00
219.00
1'5.50
72 .00
217 .50
95.00
95.00
527.00
1.3-48.00
588.00
962.00
W:ltor Quality Documcnt1
SWPPP
Hydt:aufic Rcpcwt
Elosion and Sediment Conrrol Oesig'l (lypeln••<itlonali<cm )r~]~~~~~~~[~[~[~~~~]~~~-05
(type in additional item)
(tYPe in addllonaJ item)
(type in add tiona! item)
(type in additional item)
833.50
Outside Oo.slQn Team Coordination
Bridge OcsiWl by Kas kaskia
Site UQhting
Landscape Oesi~
Total 0
Bidding ProC\Il!!!!lfll
Soec:ifications.
Contract Documents
Pte bid meetin~
Ou~ons. Addenda. etc.
Bid Comparision and Bid T abuJa!3on, R
Altend Bid ()pcninR
ecommcnd Award
(type in ad(ftional ilcm)
(type in addtlonlllllcml
(type in ad(ftional it em)
Total 0
Construction Admini,tration
Pte-Construction Meeting
Shop Orev.inQS Celeetrieal)
Shop Ora\'AAQS (&tructural)
Shop OraWnps {sewef)
Shop Orav.inps (plumbinQ)
etabons Construction Questions I OraWnn lntercx
Ens;neeri~ Supplimentallnstructioos or Proposal Requests
Site Vis.its (0 v isits)
nch U st Substanti al Completion Site Vi si t and Pu
Review Monthly pay apps
As-buiUs and Final Inspection
idQe Submittal to MoOOT
(type in additional it em)
(type in addtionaf it em)
(type i n addtionaf item)
Tot~tl 0
Expendllbles
Plotting, Postage, Etc (5 copies of pf'o}e ct manual)
Lodging
As·Bult Survey
~i:>neous~:;---==== r.t.reage (rOllld trip)
TitUeWork.
a•butll
ftvD e in addtionN Item)
(rype in addtionBI Item)
Total 0
'[rips_
0 112 0
2 1
2
'
0 0 8 1
2
8
0 0
' 2
0 0 10 6
0 0 0 0
M.des
1 0 0.6
$ 5,300.00
$
139 132 0 0 $ 119.2 33.00
8 $ 1,190.00
$
1 $ 389.00
$ 588.00
$ -$
$
$
$
9 0 0 0 $ 2,1 67.00
$ 294.00
0.5 $ 47.50
0.5 $ 47.50
05 $ 47.50
$
$ 1,176.00
$
$
$
$
8 $ 1,120.00
2 $ 416.00
$
$
$
1.5 10 0 0 $ 3,1 48.50
i
0 0 0 0 $
0
$ 124,548.50 SubtotJI
ContingenC'I 9% $ 10.586.62 Contingency
$ 135,135.12 Total
Estimate s 13S,l40.00
NTE s 135,130.00
Uno
Item
400
Task Pr!nclplo PE I El CAD Tech Field Tech Admin Trips
s 158 s 136 95$ 72$ 84$84
402 · ---~~=:s::.j,;.,.'0~,::.,6:l&a.-:o_;c±~iti~r::.i:;ikE~·-=-~~~~~~~~t1::TI~:;~~~~~~~~ml]lt21~~~§
Drill Rig
Excavator
Skid Steer-Mobilization/load/unload
Skid Steer-Operation
mileage
Load & Unload
MobUizationnoad/unload
Support Vehicle (per day)
Feel Auger DrUiing -No SampUng
Feet Auger DrUling -Sampftng
Coring
403fT~-·.:_.::·;~-,_-~ .. }~:~;'·'~~.:-: =~~c~:,:':J~"'t.iiu_a· · ··--.. ····-~·····-
__ ·...:.~.-.:...-.:.:--·:.-.
MobHizationnoadlunload
308 Mini (12' depth)
320 exc. ($189 add $21 for grapple)
Skidstcer (w/1 operator and 1 laborer)
Trucldng
Drill Rig
Over Night Per Diem
406!!l...mP~~~9~-:Z.i:=~~--
Jars
Shelby Tubes
Moisture Conten1
Particle-Size Analysis, Wei Sieve
Hydrometer Analysis
Material Finer Than #200 Sieve
Specific Gravity
Alterberg Limits (LL,PL&PI)
Shrinkage Limit
Dry Density of Undisturbed Sample
Unconfined Compression
Triaxial (Q), Multistage
Consolidation Test
Swell
Proctor-Standard
Proctor-Modified
Relative Density
Califomia Bearing Ration
Flex WaD Perm.
FaUing Head Perm.
pH and sulfates
Time Creating Report
Bound Reports
Proctor Samples (agg)
Sieve and PI
Fine Aggregate Testing
Sieve, -200, SG, Del, Lightweight, Clay
Coarse Aggregate Testing MoOOT
•'--
Sieve. -200, SG. Del, Tor E Pieces
Samplo Pick up
Reporting
408 Total
s 112
s 150
$ 210
$ 170
$ 120
$ 140
$ 100
18
10
98
84
70
70
56
80
34
53
350
450
205
140
170
385
300
320
260
Hr
Hr
Hr
Hr
Hr
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Ea
Subtotal
$ s
$
$
~~~~Pv~~ill~~~~iiiiiim: $
$
Subtotal
$
$
$
$
$
$
Is
l£tn.#1'0YI
~
4o9:.~ i~~fcUQrnfflftci'iiil&ttlivif~iic.,·~.-:. .. ::=_.' :::li:~~~SZ2~:2~flliD~~rEJ:~~~~~,:a:z:~~~~~
~~:fi~arthWorl< fill 1---+---+---t---+---+----t :
~~~::,and utilities 1----+----1----l-----+----+----t :
Proof Roll 1---+--+----+---+---+----1 $$ Subgrade
AggBa~ ............ .p~~~~====~~~~~~==~$$ Nudear Density Guage fl
Reporting '----...L...---'-----1---...L...---..1.---..J S -
Profit Total
10% $
409 Tolal S
Subl olal
410 Foun<QUono (lnclud<!s Travel Time)
Subgrade Obs<!IVI\100
F001ings Observallon
P1er Obsetvabon
Repon.ng I I
410 Total S
Subtotal
411 R elnforcement Observations (Includes T~vet nT~==E==E==:t===E===E==3 Foollngs
FoundaUon Walls
Relalnlng Walls
Slab·on·grade
Stairs
Line
hom
Elevated Slab
Beams/Girders
Columns
Loadong Dock
E><1 Stairs/Stoops
Stdewa!k
Pavement
Masonry
Reportl\g
411 Totol s
.t12 Concrete, Mortu, an d Grout (Includes Travel T1
Concreto Plant lnspec:uon
mel
Foot ong s
super spea.l footmg
Foundauan W1Us
Sla~rade
Stan
Elevated Stabs
Beams/Girders
Columns
Loadong Dock
E><lerlor Sto~s/S1oops
Re ta ining Wall
Curb and Guuer 1 Ramps
Pavement
Sidewalk
Monar/Grout
Monar/Grout for CMU
CyiiCube/Prism Potkup
Mortar Cube
GroutPnsm
Cyinder 4 X8 Eoeh
Cyinder 6X12 EaCh
Reporu>g
4 12
413 Aophlft TuUng (Includes Travel Time]
core densdy tesung
413
core dril l generator rental
core drilong
Reponlf\g
Task
Steetlnsoec.tlons
415 Sttuc1urul Sloel
Precast Con nections
Bobs
Shear Studs
Oec.kln g COnnechons
Bar Joists
Weld lnspectoon
Total S
~
Total 0 S
Prin clpte EnQineer
$ 158 s 136
Sets
Sets
Sets
Sell
40
185
s
Eo
Eo
$
Subtot,al
Per5el s 22.00
Per Set s 2400
Per Set $ 15.00
Per Set $ 16.50
78
SubtOIII
0
SubtOI•l
El CAD Ttch SpcllnDCir Admin
95 s 72 $ 85 s 64
Is
Is
s
s
(type In oddotlonolum)
(!ype In o ddiiJOnolum)
(!ype in add110nalcem)
UT Equipment Ren111
Repon.og
175
41 5
416 Fnm1ng
4 16
Shear wall obsetva:Uon
Repon..ng
417 F ire Proonng
-
F•re Rated Walls
Re~'1JnQ
417
Oth or Ta sks
4t8
(type In add~ional hm)
(type In add~lonal dcm)
(type in addition al Jtcm)
(type In addiiJOnal•em)
RepononQ
4t8
4 19 Mlseollanoous
Mol cago (round 1~p)
I
Total 0
Total o
I I
0 0
0
Tnps Rate M ~o a go
0 0.6
Proht 10%
NTE
I I
0 0
Subtotal
0
Subtotal
Estima te
I ~ -I s
s
s s s s
I s
Ll S;;._ ___ __,I Subtota l
I s 6,ooo.oo I
Profit
Total
REPLACEMENT OF THE OHIO STREET BRIDGE OVER WEARS CREEK
KASKASKIA ENGINEERING GROUP, LLC
ESTIMATE OF HOURS
Tasks Manager Principal CPMl Prolocl Eng
ProJIICt Admlnllfratlon
Projoct Man11gement and Coordination 18
Meetings 9
Invoicing. 9
Management Review 2
Quality Assurance 4
Subtotol Hours 2 40 0
Subtotlll Labor COif SBCO.OO $10 cco.oo so. co
Brtttg11 Altomwt~va Anm•,.
COnceptual Design
COncept.levcl Cost Estlmato
Brldgo AltematMis Memo
QualitY contol 8
Subtotal Hours 0 0 8
Subtotlll Labor COif so.oo so.oo $1121).00
BrfdQII Prollmlnary Dulgn
TY!Ie Size and L.ocatlon {TS&L) -Design 2
TY!Ie Site and Location {TS&ll-Plan Development
QualitY COntol 8
Subtotal Hours 0 0 10
Subtotlll Labor Coif so.oo so.oo $1400.00
Brtdge Final Dulgn and Production (Jbsumu sproad box boamJ
S~e Via~ 6
Dock Design 4
Girder/Beam Design 4
Abutment Analysis 8
WinQWeD Analysis & DcteiUng 2
Foundation Analysis 4
SOismlc Design 1
Job SPecial Provisions 1
Quantities/Bar BRI 8
Addro&l QA/QC Comments 4
Address .l'gell_cy Comments 4
correspondence 4
Final Bridge Plans Development 20
Load Rating (Assumes Agency provides AASHTOWARE License) 4
SI&A form preparation 2
Subtotal Hours 0 0 76
Subtotlll Labor COif so.co $0.00 $10,640.00
Blfdlle Pro.l.ettlntl and COnlfnlt:tlon SUDDOn
Pro-Bid COnference Oncludes travel time\ 8
Bridge RFI ReSJ)OniCS (Assumes 1 RFI) 4
Shop Drawing Review of Girders and Bearings 2
As-Built Bridge Plana 2
Subtotal Hours 0 0 16
Subtotlll Labor Coif so.co $0.00 $2240.00
Ratoa (Includes direct labor, proftt and overhead) $300.00 $250.00 $140.00
Direct cost:
Mileage (2 rounds trips from BcDavillo ta Jefferson City) I SOOimUes IS 0.581
Meals I 21daya I$ 28.00 I
TOTAL DIRECT EXPENSES
TOTAL LABOR
Total Hours
TOTAL
31912022
StolfEng Tech IV Admin Hours
18
9
9 18
2
4
0 0 9 51
so. co $0.00 $1125.00 $11 725.00
16 16
4 4
8 8
8
28 0 0 36
$2,940.00 $0.00 so.oo $4,060.00
16 18
24 24
8
16 24 0 50
$1680.00 $3120.00 so.oo sa 2oo.oo
6
8 12
8 12
16 24
4 6
8 12
2 3
2 3
24 32
8 12
8 12
4 8
40 160 220
8 12
4 6
144 160 0 380
$15120.00 $20800.00 so.oo $46560.00
8
4
8 10
4 8 14
12 8 0 36
$1260.00 $1 040.00 so.oo $4,540.00
$105.00 $130.00 $125.00
I $348.00
I $56.00
I $404.00
$73 085.00
5531
I $73,489.00 I
David Bange, PE
City Engin eer
City of Jefferson
320 E McCarty St
Jefferson City, MO. 65101
Dear Mr. Bange:
March 9, 2022
Revised March 29, 2022
RE: Pro f es sional Services Proposa l
Ohio Street Bridge
Thank you for the opportunity to submit this proposal for civil engineering services for the above
referenced project. We understand this project to include design of a single span structure over
Wears Creek. The structure will have a driving surface that is a minimum of 24 feet wide with a
10-foot-wide pedestrian walkway on the downstream side of the structure that is e levated six
inches above the driving surface. The City's desire is to have the structure match the
architectural design of the Dunklin Street Bridge including patterned concrete created with form
liners, railings, and lighting. The request is to design a structure that will improve the existing
hyd raulic capacity of the bridge to the greatest extent possible without causing harm to
downstream structures or negatively impact downstream water surface elevations. The No-Rise
approval will be done through City staff. We are providing a detailed outline for the Scope of
Services in Attachment A.
We will be happy to discuss our scope and fee should you have questions or wish to adjust the
scope. We ask that you review the scope in detail to ensure we are proposing what has been
discussed and we have not added services or neglected any service you wis h . It is our intention
to provide your project as desired at a reasonable fee. We would propose a Not-to-Exceed fee of
$141,130. Bills will be submitted monthly based upon 2022 Standard Fee Schedules ES&S as well
as Kaskaskia Engineering Groups
We will begin work upon Notice-to-Proceed and the survey information being provided to our
team {we are providing a schematic of what we believe will be needed from your survey staff). It
is our understanding that you wish to bid the project in March of 2023 and you will need
approximately 2 months for advertisement and approval process.
Ohio Street Bridge
March 29, 2022
Page 2
We provide many additional services that can be added to this proposal upon request. Examples
include stormwater detention and BMP design, landscape design, and construction quality
control observation/testing.
All hardcopy prints, shipping fees , & permit fee s are a reimbursable expense in addition to the
fees noted above. Invoices will be sent monthly and you agree to pay these invoices within 30
days of the date of the invoice.
If the proposed scope of services, fees, and payment conditions meet your approval, we will
begin preparing a contract. Plea se do not hesitate to co ntact us with any questions or concerns.
Respectfully,
Chris Yarnell, PE
Branch Manager
ATTACHMENT A-SCOPE OF BASIC SERVICES
March 9, 2022
Revised March 29,2022
OHIO STREET BRIDGE
City of Jefferson -Public Works Department
PROJECT DESCRIPTION:
The Ohio Street Bridge project will include replacement of the Ohio Street bridge over
Wears Creek and improvements to the bridge approaches including the intersections with Wears
Creek Greenway, storm water collection system and piping, lighting, and pedestrian and bicycle
accommodations.
Design services will include: geotechnical engineering and pavement design, bridge
design, roadway design, hydraulic analysis and storm water management design, environmental
clearance services/permits, utility coordination, lighting design, limited bid phase and
construction phase services, and as-built bridge plans. Concept plans, preliminary plans, and
final plans, specifications and cost estimates will be produced.
Engineering Surveys and Services will be assisted by Kaskaskia Engineering Group for
structural engineering required for the project. Custom Engineering will provide pedestrian
lighting as a subconsultant on the project.
Surveying information will be provided by the City of Jefferson staff.
TASK SUMMARY
The following is a summary of the tasks associated with the scope of services to be
provided by Engineering Surveys and Services (ES&S) for this project.
A. Data Collection and Concept Plans
B. Preliminary Plans
C. Final Plans, Specifications, and Estimates
D. Bid Phase Services
E. Construction Phase Services
F. As-Built Bridge Plans for submittal to MoDOT Bridge Inventory,
DETAILED SCOPE OF WORK
TASK A. Data Collection and Concept Plans
I. Preliminary Site Visit
2. Design Team scoping meeting with City Staff
3. Prepare Meeting Minutes
4. Collect and review available data:
4.1. City LIDAR, aerial photo, GIS data
liPaoc ::-l::ngiueain,~ SurPeys & Senices
Attachment A-Scope of Services --------5•U!; 1)5-!
OHIO STREET BRIDGE REPLACEMENT
City of Jefferson -Public Works Department
~-· ~-·~ --~~~---~---~~~·----
4.2. Existing utility data
4.3. Available City drainage calculations, floodplain HEC-RAS models, No-Rise
certifications in the area
4.4. Property Ownership Information (provided by City of Jefferson, See GIS data)
4.5. Survey data to be performed by City staff and sealed by Missouri Professional Land
Surveyor in AutoCad format. Reasonable direction will be provided by ES&S for
information to be provided.
5. Prepare Preliminary Concept Plans
5 .1. Bridge Typical Cross Section
5.2. Overall plan view drawings showing project limits
5.3. Plan view drawings showing initial grading limits
5 .4. Profile drawings showing vertical alignment with grades and curve lengths
5.5. Prepare plan view aerial photo exhibits for Interested Parties Meeting
5.6. Opinion of Probable Construction Cost
5. 7. Design team internal review
5.8. Progress meeting with Jefferson City Public Works (JCPW) staff
5.9. Prepare progress meeting minutes
5.10. Address JCPW Comments
6. Public Meetings -not provided at this time
TASK B. PRELIMINARY PLANS
7. Geotechnical Investigation includes two (2) borings at centers of bridge ends
7 .1. Office Preparation
7 .2. Field Reconnaissance
7.3. Collect Soil Boring Samples and Logs
7.4. Drill Rig rental
7.5. Prepare Geotechnical Report
7.6. Design Team Internal Review
7.7. Analysis of the existing historic retaining wall is not included.
8. Utility Coordination Meeting
8.1. Prepare Concept Plan Drawings to be sent to utility representatives as PDFs.
8.2. Conduct one (I) utility coordination meeting
8.3. Prepare meeting minutes
9. Prepare Preliminary Plans
9 .1. Environmental Clearances:
21 P au e :::;.. fngilleerin~.: Surl'eys & Servict!s
Attachment A-Scope of Services --------s,,,., 19).:
OHIO STREET BRIDGE REPLACEMENT
City of Jefferson-Public Works Department
9.1.1. SHPO
9.1.2. USACE 401 & 404 permit ES&S and/or associates to perform if applicable
9 .1.3. Threatened and Endangered Species
9.1.4. FEMA Floodplain (scope assumes City approved No-Rise and City
Floodplain Development permit only, other FEMA letters of map change not
included)
9 .2. Title sheet
9.3. General notes sheet
9.4. Survey control points and layout sheet
9.5. Typical cross sections
9.6. Overall Plan View Sheet
9.7. Ohio Street Plan-Profile Sheets with grading limits
9 .8. Intersection layouts
9.8.1. Side Streets
9.8.2. Trail crossings
9.8.3. Driveways
9.9. Pavement marking and signage plan (Crosswalk sign with rapid flash beacon)
9.1 0. Pavement drainage system layout and profiles
9.11. Lighting plan, including electric conduits and wiring details
9.12. Bridge Plans
9.13. Temporary Traffic Control per MUTCD
9.14. City of Jefferson Standard Details
9.15. Cross sections every 50 feet and intersections/driveways and at points of interest
9 .16. Field review
9.17. Opinion of Probable Cost
9.18. Design Team Internal Review
9.19. Address JCPW Comments
TASK C. RIGHT-OF-WAY PLANS
I 0. Easement Descriptions-not included
11. Prepare Right-of-Way Plans-not included
TASK D. FINAL PLANS, SPECS & ESTIMATES (PS&E)
12. Prepare Final Plans (After right of way/easements are acquired)
12.1. Title sheet
12.2. General notes sheet
12.3. Quantity sheets
31 Page fngilzeerin~ Sun•ey,· & Services
Attachment A-Scope or Services --------5111(1' 1954
OHIO STREET BRIDGE REPLACEMENT
City of Jefferson~ __ P~blic Wo~ks D~partment
12.4. Survey control points and layout sheet
12.5. Typical cross sections
12.6. Overall Plan View Sheet
12.7. Plan-Profile Sheets with grading limits
12.8. Special intersection layout sheets
12.9. Pavement joint plan
12.10. Pavement marking and signage plan
12.11. Pavement drainage system layout and profiles
12.12. Retaining wall plans
12 .12.1. Location design and profiles
12.12.2. Structural details
12.13. Lighting plan, including electrical conduit and wiring details
12.14. Bridge Plans. Scope of work assumes: spread box beam bridge with one tall
abutment and one integral abutment. Significant design variation may require a design fee
amendment.
12.15. Temporary Traffic Control per MUTCD
12.16. Erosion Control Drawings and details
12.17. SWPPP
12.18. City of Jefferson Standard Details
12.19. Cross sections every 50 feet and intersections/driveways/point of interest
12.20. Field Review
12.21.
12.22.
12.23.
12.24.
12.25.
Send Final Plan PDFs to utility representatives for coordination
Opinion of Probable Cost and Bid Form
Technical specs and special provisions
Design Team Internal Review
Address JCPW Comments
TASK E. BID PHASE SERVICES
13. Attend Pre-Bid Conference
14. Respond to Questions/Prepare technical and engineering parts of Addendums
15. The City will provide the administration of bid documents, including distribution of bid
documents, maintaining a bidders list, collection of money and distribution of addenda.
TASK F. CONSTRUCTION PHASE SERVICES
16. Attend Pre-Construction Meeting
17. Review Shop Drawings and Materials Certifications
18. Provide file for project staking in AutoCAD format.
19. Provide answers to questions that may arise during the course of construction.
20. City will provide all other Construction Phase Services
41 Page J:'ngineering SwTe,f" ,~ Services
Attachment A-Scopl! of Services --------s"'"' J:JS-'
OHIO STREET BRIDGE REPLACEMENT
City of Jefferson -Public Works Department
--r-~---~----~-----··---
TASK G. CONSTRUCTION MATERIALS TESTING SERVICES-not included
TASK H. AS-BUILT BRIDGE PLANS
21. As-built survey of the bridge structure
22. Prepare as-built plans and prepare for submittal to MODOT Bridge Inventory
Additional Services upon request.
Utility Potholes for exact location and depth
Special Construction Inspections
51 Page
Attachment A-Sl:opc of Services
E11giueeri11J,t Suneys (~ Services
--------smce 1.?54
NOTES :
Professional Services
Hourly Fee Schedule
January 1, 2022
SERVICE OF: RATE:
:::~:~:(~:~:i:r.:~c ::.:.:·:::::.:::::::::::::.::::.:.:·.:·:.:::::::::::::::::::.::::::::·:::::::::::::·~:.L ~:::::.:::i.~:?.::~:~.~::~?.~.~ .... .
.. ~.~~-~~.~ .. ~!:~.f~.~?.~~.~.~.! .. E.~.~~~.~~.r. ................................................ $. ............. ~~.?. .... /. ... ~.~.U.r. .. ..
Professional Engineer $ 136 I ho ur
:·J~:.~;;t{~~t:.:~~:~:~~i;i.;,::.:,.::::·:: .. :···::-·-::-:::::::::::::::::::.:~::r ::~:::::::::i:r ~:E:~;t:~:::::
... ~.U.r.~~.Y..~r.~).~~.~ .. ~.?.!:l.~~~r. .......................................................... ?. ............... ~.?. .. _L .. ~~-~r .... .
... ~.~~-~~T . .O..~~!.~~ .. !~.~~-~-i-~~~-~ ...................................................... ?. ............... ~.?. .. _.L .. ~<?.~T .... .
... !.~~-~~-~~!~.~-.(~.U.r.'!~.Y. .. ?.r..~~~) ................................................... $. .............. .!.? .. _./._ .. ~C?.UT_ •...
. .. ~~-~~.r~.~.~.!.~~-~-n.!~!.~.~-.............................................................. _ .. $. .. ·-.......... ~.?. .. __ /._. ~<?. ~.r .... .
... ?.?.!!.~ .. !.~.~~-~·i·~-~~-~ ........................................................................... $. ............... ~.~---·1. ... ~<?.~r .... .
... ~P~.~~~-~ .. !.~.~P..~~~~.r. ....................................................................... $. ............... ~.?.. ·-.!. ... ~<?.~.~ .... .
... ~'!!.?..~~-~!f.i.~-~.'!:'..~.1.~ .. 1.~-~.P.~.~t-~.~-.(~.e.~.i.?.~) ............................. $. ............. ~~-~---·/-.. ~<?.~.~-····
... ~'!!.?..~~-~~f.i.~-~-.'!:1..~.~-~ .~.~.s.e ~-~~~-~ ....................................... ··-· $. ... _ .......... ~~-·-.!. _ .. ~<?.~.r .... .
... ~~-~~!.s~ ........................................................................................... $ .............. !.? ..... L .. ~<?.~.r ... .
Adm ini str at ive Ass ista nt $ 64 I hour ············································································································-.. ··-········· ·······-····-· ...... .
... ~~.~.~:..~.~-~.n.~.i-~-~ .. E.'!.U.!J?.~~-~~ ................................................................. ~Y..SU..<?.~.~ .... .
... ~!::.~ .. !.~.~.?.!:l.~t":'J .P..i.!~.t ................................................................ $. ............. ~?.~ .... 1. ... ~<?.~.~---..
... ~.u.r.~.~.Y..~.?~~-~~-~ ......................................................................... $ ........... 9.:~g .. _I __ e:~.~-~ ..
... ~.U.r.~~Y..::-Y<?.~ ~i~~.............. .. .... ......... ......... .. . .. . ..... $ 3 .50 I each
... ~.U.~'!.~Y..-:-:.~~~-~~-P_~s~.s ............................................... $. .... . 7 I each
... l?.r.!!.l .. ~_iJL~.~-~ .. ?.~.~-~r..~.<:J .u.~pf!l.~.~~ ..................................................... ~.Y..S.U..<?.!.~ .......... ..
... ~~.:~~f<?.:.~.~~.S.~.P.i.e:~ ............................................................... $. ....... Ll::9.~ .... L .. ~~-c-~ ... .
... ~-~.?.~~-~~.P.!.~.~-~ ....................................................................................................................... .
.. ~-.~::.~ -~-~:: .. ~i-~~!~.~~!9.~.~! .. ~.~.?.~~--~-'~!.~.~~~-............................ $.. ·-· ...... 9.:~.~-... L .. e.~.~-~ ... .. ... ~ .. ~:: . .x.}.~:: .. s.i.~~!~-~~!9.~.~! .. ~?.1.?.~.............. ... . ..................... .$.. ....... o.:~g .. j ... e.ac h
... ~.~~~ .. X..~.?.~: .. s.i.~~-~-~-~~i -~~-~! .. b..l ~~-k .. ~ .. V:!.~.~t.~ ................................ $. ........... ~.:9.0 .. _./.._ .. e.~.ch .... .
... T~.a-~~-1 .............................................................................................. $ .......... ~:~? .. J ... ~.i_l ~ ... ..
... ~.~r. .. ~.i-~~ ......................................................................................... $ ............... ~.~---·1._· ~~Y ... .
.... ~.?.9.~.i -~~ ........................................................................................................... ~.?.~~ .................. ..
1. Overtime charges at 1.4 times above r ates.
2. Schedu led const r uct io n ph ase se rvi ces and/or field observations wi ll be charge d at a 2-
hour minimum.
3. Weekend work wi ll be charged at 2-hour minimum overtime.
l(aska skia
Eng in ee ring Gro up, LLC
Engineering
Manager
Principal Engineer
Senior Engineer
Project Manager
Project Engineer
Staff Engineer
Support Services
Senior Biologist/Scientist
Biologist/Scie ntist
GIS Manager
Senior Techn icia n
Tech nician
Construction Administrator
Administrative Personnel
Intern
Schedule of Hourly Rates
January 1, 2022
208 East Main Street
Suite 100
Belleville, Illin ois 62220
6 18 .233.5877 phon e
6 18 .2 33.5977 fax
$300.00
$250.00
$195.00
$165 .00
$140 .00
$ 95.00
$135.00
$105 .00
$135.00
$150 .00
$130.00
$ 85.00
$125.00
$ 50 .00
The above hourly rates are effective as of January 1, 2022 , and are subj ect to adj ustment
annually .
Time for Support Services in excess of 8 hours per day on client's project ; work performed on
Saturdays, Sundays, or Holidays; or expert witness depositions and /or testimony wi ll be invoiced
at 1 Y2 times the indicated hourly rat e.
Expenses
Travel per mile Current IRS approved per-mile rate
Outside Services (Subconsultants, Subcontractors or Vendo rs ) Cost + 15%
Commercial Travel , Meals or Lodging At Cost
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-01
SPONSOR: Councilmember Wiseman
SUBJECT: Authorizes the Approval of Successor Directors to the Capital Mall
Community Improvement District
DATE INTRODUCED: May 2, 2022
DEPARTMENT DIRECTOR(S) :iT------=~---;;>..:::::::....._-t--=----------
CITY ADMINISTRATOR :~£1§::=::;~:2~~~d_~£~-----
Staff Recommendation: Approve .
Summary: Authorizes the Approval of Successor Directors to the Capital Mall Community
Improvement District.
Origin of Request: Law.
Department Responsible: Law.
PERSON RESPONSIBLE: RYAN MOEHLMAN
Background Information: The City passed Ordinance 15223 on January 21, 2014, which
approved a certain Petition (the "Petition ") for Establishment of the Capital Mall Community
Improvement District (the "District"). This Petition specified certain Initial Directors to serve
upon the District's Board of Directors, subject to the qualifications, terms , and conditions
set forth in the Petition. The Petition also provided that upon expiration of the terms of such
Initial Directors, that Successor Directors would be appointed by the Mayor with the
consent of the City Council by Resolution , upon the receipt of a slate submitted by the
Executive Director of the District.
The term for three (3) members (Jamie Reed, Gina Thoen en , and Margie Mueller) of the
Board has expired. As a result, the CID's Board of Directors have submitted the following
nominations for Successor Directors, with each term expiring on April 16, 2026: Jamie
Reed, Gina Thoenen, and Shiela Pearre.
Fiscal Information: None.
RESOLUTION
RS2022-01
Sponsor: Councilmember Wiseman
A RESOLUTION AUTHORIZING THE APPROVAL OF SUCCESSOR DIRECTORS
TO THE CAPITAL MALL COMMUNITY IMPROVEMENT DISTRICT
WHEREAS, by approval of Ordinance No. 15223 dated January 21, 2014 (the
"Ordinance") of the City of Jefferson , Missouri (the "City"), the City-
approved a certain Petition (the "Petition") for Establishment of the Capital
Mall Community Improvement District (the "District"); and
WHEREAS , the Petition specified certain Initial Directors to serve upon the District's
Board of Directors, subject to the qualifications, terms, and conditions set
forth in the Petition ; and
WHEREAS , the Petition provided , upon expiration of the terms of such Initial Di rectors ,
that Successor Directors would be appointed by the Mayor with the consent
of the City Council by Resolution , upon the receipt of a slate submitted by
the Executive Director of the District; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , that the Mayor and City Council of the City of Jefferson,
Missouri, hereby approve the following Successor Directors to serve upon the District's
Board of Directors for the terms stated below:
Name Term Endinq
Jamie Reed 4/18/26
Gina Thoenen 4/18/26
Shiela Pearre 4/18/26
Adopted this 2nd day of May, 2022
Mayor Carrie Tergin
ATTEST : APPROVED AS TO FORM:
City Clerk
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-02
SPONSOR: Councilmember Wiseman
SUBJECT: Authorizes the Approval of Successor Directors to the MSP Community
Improvement District
DATE INTRODUCED: May 2, 2022 ~
DEPARTMENT DIRECTOR(S):::-------/----/-------------
CITY ADMINISTRATOR: ~ • !i.. -t4(d
f) //
Staff Recommendation: Approve.
Summary: Authorizes the Approval of Successor Directors to the MSP Community
Improvement District.
Origin of Request: Law.
Department Responsible: Law.
PERSON RESPONSIBLE: RYAN MOEHLMAN
Background Information: The City passed Ordinance 16043 on June 15, 2020 , which
approved a certain Petition (the "Petition") for Establishment of the MSP Community
Improvement District (the "District"). This Petition specified certain Initial Directors to serve
upon the District's Board of Directors , subject to the qualifications, terms , and conditions
set forth in the Petition. The Petition also provided that if the Directors are no longer
authorized representatives of the City and or State of Missouri as property owners within
the District , then Successor Directors would be appointed by the Mayor with the consent of
the City Council by Resolution.
Three (3) original members of the Board are no longer authorized representatives of the
City and/or State of Missouri as property owners within the District. As a result, the Mayor
has submitted the following nominations for Successor Directors to fulfill these unexp ired
terms, with each term expiring on October 31, 2024 : Caroline Coulter, Kenneth Zellers , and
Shiela Pearre.
Fiscal Information: None .
RESOLUTION
RS2022-02
Sponsor: Councilmember Wiseman
A RESOLUTION AUTHORIZING THE APPROVAL OF SUCCESSOR DIRECTORS
TO THE MSP COMMUNITY IMPROVEMENT DISTRICT
WHEREAS, by approval of Ordinance No. 16043 dated June 15 , 2020 , (the "Ordinance")
of the City of Jefferson, Missouri (the "City"), the City approved a certain
Petition (the "Petition") for Establishment of the MSP Community
Improvement District (the "District"); and
WHEREAS, the Petition specified certain Initial Directors to serve upon the District's
Board of Directors, subject to the qualifications , terms, and conditions set
forth in the Petition; and
WHEREAS , the Petition provided , upon a request submitted by the Commissioner of
Administration , that Successor Directors would be appointed by the Mayor
with the consent of the City Council by Resolution if the Directors are no
longer authorized representatives of the City and/or State of Missouri ; and
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , that the Mayor and City Council of the City of Jefferson ,
Missouri , hereby approve the following Successor Directors to serve upon the District's
Board of Directors for the unex pired terms ending as stated below:
Name Term EndinQ
Caroline Coulter 10/31/24
Kenneth Zellers 10/31/24
Shiela Pearre 10 /31/24
Adopted this 2nd day of May , 2022
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
City Clerk
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-03
SPONSORS: Councilmember Spencer
Councilmembers Fitzwater, Hensley, Schreiber, Spicer, and Ward
SUBJECT: Recognizes the Historical Significance of the Battle That Never Was
DATE INTRODUCED: May 2, 2022
DEPARTMENT DIRECTOR(S):
CITY ADMINISTRATOR:
Staff Recommendation: Neutral.
Summary: Recognizes the Historical Significance of the Battle That Never Was.
Origin of Request: Sponsors
Department Responsible:
PERSON RESPONSIBLE:
Background Information: This resolution recognizes the events of October 7, 1864 in the
City of Jefferson as they relate to the American Civil War.
Fiscal Information: None.
RESOLUTION
RS2022-03
Sponsor: Councilmember Spencer
Co-Sponsor: Councilmembers Fitzwater, Hensley
Schreiber, Spicer, and Ward
A RESOLUTION RECOGNIZING THE HISTORICAL SIGNIFICANCE OF THE
BATTLE THAT NEVER WAS
WHEREAS, we as the City Council representing the citizens of the City of Jefferson
recognize the significance of the historical date of October 7th, 1864, as
well as the events and actions taken prior to that important day, including:
• Aware of Confederate movements towards the City of Jefferson during
the first week of October 1864 under General Sterling Price,
townspeople here expended great effort to defend the City from attack;
and
• Union troops, militia members, enslaved and formerly enslaved men,
inmates from the state penitentiary, and other men and boys from the
City of Jefferson constructed nearly six miles of earthworks throughout
town to slow Confederate progress; and
• Union forces were significantly outnumbered, but through strategic
marching maneuvers around – and possibly directly through – the Dulle
Home, once the headquarters of Union General John C. Fremont and
Union Camp Lily, gave the appearance to Confederate scouts that total
Union forces here exceeded Price’s army; and
• Confederate forces approached the City from the southeast, but made
it no closer than the grounds of the current Moreau Heights Elementary
School, separated from the City by Union forces, earthworks, forts,
encampments, cannons, and other artillery; and
• While Price likely maintained affection for our town and its residents from
his time here as Governor, by all historical accounts, he decided that the
City of Jefferson was too well-defended to attack and on October 7th,
1864, abandoned his mission to take the Capital City, despite its central
importance to the overall Confederate strategy.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, that we recognize that through cunning, bravery, hard work,
and unity, this community, the Army of the United States of America, militia members,
enslaved and formerly enslaved men, and state inmates deterred Confederate attack,
saved many lives – and possibly the Union itself - and on October 7, 1864, prevailed
without widespread bloodshed in what has become known as the Battle That Never Was.
BE IT FURTHER RESOLVED that this resolution in no way shall be construed as being
sympathetic to the cause of the Confederacy. This date shall serve as a day of
remembrance and reflection. The City of Jefferson must continue to look forward, but
there are times when we must look back to see where we have been and how far we
have come as a community. This event is a part of our local history that is forever linked
to our Country’s and should be remembered and revered for what it is, a celebration of
life for a community that saved itself from the ravages of war. We encourage everyone to
explore and study the impressive and proud history of Jefferson City, Missouri.
Adopted this 2nd day of May, 2022
_____________________________
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
_____________________________ _____________________________
City Clerk City Attorney
Steven S. Crow ell , Jr. 320 E. McCart y S treet
J e ffe rson C ity, MO 65 10 I
Ph o ne Nu m ber: (573) 634-6306
E m a i I: SCrowe ll@j e fferso nc ity m o .gov
C ity A dmini s tra t o r
MEMORANDUM
T o : M ayor and C ity Coun c il
Fro m: St even S. Crowell , Jr., C it y Admini strb
Date : A pril 22 , 202 2
Re : Organi z atio na l Pe rfo rmance Rev iew: Scop e o f Serv ice
At a recent m eeting o f the Committee o n Ad mini strat io n , th e Com m ittee r ecomm ended t he f u ll
Council di sc u ss furth e r the poss ibl e sc o pe of ser v ices a nd th e t iming fo r conducti ng a
pe r fo rmance rev iew of th e C ity o rga ni zatio n (a ll d e partme nts).
I have attache d som e d ocum e n ts prev io us ly rev iewed by the Commi ttee o n A d m ini stratio n ,
in c ludin g a broad scop e o f serv ices w hi c h t he Commi t tee h as bee n d iscu ss in g . If t h e Counc il
w is hes fo r staff t o pro c eed w ith preparin g a R e quest fo r Pro posals (RF P), s taff ca n d evelop a
f o rm a l Re quest for Pro posa ls o r a Re quest fo r Qualifica ti o n s a nd advertise t he R e quest acco rd in g
to o ur pro p osa l so li c it a ti o n pro c ess .
I d o n o t kn ow the fee fo r su c h a review, no r t he a nti c ip a te d cost sav in gs f ro m s uc h a rev iew. M y
reco ll e c t io n is that th e Committee a nti c ip a te d t he c ost to b e a p p roxim a te ly $5 0,000. Fund in g fo r
the rev iew could co m e fr o m t he Ge ne r a l F und f und b a la nce , w ith app li cable costs a l located
a m o n g t he o th e r a ppro pri a te e nte rpri se fund s a nd the Pa r ks S p ec ia l R evenu e fu nd .
1
Steven S. Crowell, Jr. 320 E . McCarty Street
Jefferson City, MO 65101
Phone Number: (573) 634-6306
Email: SCrowell @jeffcitymo.org
City Administrator
To:
From:
Date :
Re:
MEMORANDUM
Committee on Administration
StevenS. Crowell, Jr., City Administr~~
March 30, 2022
Committee on Administration Discussion Regarding Performance Review
Scope of Service Subjects
At a recent meeting of the Mayor and City Council, the Committee on Administration indicated
they wanted to discuss further the possible scope of services for a performance review of the City
organization.
Attached is a broad scope of services to which the Committee may wish to add items or from
which the Committee may want to delete items. If the Committee wishes to proceed with a
Request for Proposals (RFP), staff can develop a formal Request for Proposals or a Request for
Qualifications and adve11ise the Request according to our proposal solicitation process.
I have enclosed a few examples of performance reviews from other entities. These examples may
not include the full scope of services the Committee is interested in pursuing. I am not
recommending these examples as the model to follow, I only provide the examples for your
information as a different approach some other cities have pursued.
LOUISVILLE: I am familiar with Louisville, Colorado
(https://www.louis villeco .go v/home/s howpublisheddocument/29853 /63 7 460361573 770000 ).
Louisville, CO has a population of approximately 21 , I 63 (20 18) people with approximately 260
employees, so smaller than the City of Jefferson organization. This is for an overall
organizational review. Louisville wants to review all its departments within a two-year period,
this RFP is for the initial three departments.
MEQUON: Mequon, WI has a population of approximately 24,385 (2018). This RFP is only for
one department, but in my view has a fairly good scope (I would say it is a B).
1
1
CITY OF JEFFERSON (MISSOURI)
Organizational Review List of Potential Scope of Services
A. Purpose:
To identify organizational, operational, procedural and functional City service delivery
improvement opportunities in order to maintain or enhance quality of life.
B. Scope of services:
Through this review, the City would like to understand the extent to which its
departmental operations are positioned to meet current and future needs of the
organization and community. This review will require an objective assessment of the
organizational capabilities, structure and culture, and the opportunities and challenges
facing the organization and each of the departments within the City of Jefferson. The project will
assess the environment across the department(s) related to people, policies, processes,
technology performance, and emerging trends.
Generally, the City would like to determine if: (1) the City’s processes, procedures, functions and
technology are optimally and efficiently designed and implemented; (2) the City is using best
practices within the respective department; and (3) City’s compliance with current established
City policies. Reviews should consider the level of service desired by the City Council
(presumably with citizen input).
Review should provide comments and recommendations to improve operational efficiencies for
the following: intra/interdepartmental operations, interagency cooperation and operation, and
service delivery collaboration with Cole County and State of Missouri. Any recommendations
for improvement should include a cost estimate with benefits (cost/service) identified.
The report MUST include an easy to read (understand) Executive Summary, to include
recommendations for improvement and future actions.
C. Review Information from Council:
1. Service expectations of City Council (individual interviews at a minimum).
2. The City’s strategic planning process.
3. City Council customer service philosophy.
4. City Council service implementation expectations.
5. Review of documents/information should include, but need not be limited to: City Charter,
past three years operating budgets and Annual Comprehensive Financial Reports, five most
recent City Council meetings, two most recent City Council committee meetings, citizen
boards and commissions meetings as determined by proposer (consultant), prior discussions
and recommendations for service improvements, City Personnel Manual, committee
summary reports, and ???
6. Department Directors will be interviewed regarding their service improvement
observations, suggestions, challenges, etc. as the proposer deems appropriate.
2
D. Departments (functions): review to include, but not limited to:
1. Staffing (unless completed in a separate analysis)
a. Review current staffing levels and the effectiveness of authorized job classifications.
b. Review current salaries compared to Council selected market.
c. Review current job descriptions.
d. Analyze current staffing levels.
e. Analyze future staffing levels needs.
f. Identify “salary compression” amounts by employee and recommend a policy for
implementation of salaries to minimize compression.
g. Provide an implementation hiring salary policy for new hires.
h. Review and analyze the City’s recruitment and retention efforts.
i. Review the City’s evaluation process for appropriateness, effectiveness, and connection
with organizational culture, goals, desired outcomes.
j. Provide cost estimates for implementation for recommendations.
k. Review Departmental compliance with personnel policies and procedures.
l. Others?
2. Facilities
a. Analyze the overall space needs of the department (may be several departmental
locations).
b. Analyze the overall departmental customer service needs of the department (may be
several departmental locations).
c. Explore opportunities for renewable energy options (i.e., solar for department; may be
several departmental locations).
d. Explore collaborative service delivery opportunities among City department and Cole
County. Want to include State or other public service entities or private sector
organizations?
e. Others?
3. Equipment analysis (to include vehicles, machinery, furniture, telephones, computers and
other electronic devises).
a. Analyze equipment availability, needs, condition and make recommendations on
equipment replacement with cost estimates.
4. Technology (use of technology as a means of service delivery cost savings).
a. Analyze current departmental use of software systems (departmental and organization
wide) to identify gaps or inefficiencies that are not in line with available technology and
coordination with other departments.
b. Analyze opportunities to incorporate existing or emerging field technologies (e.g. laptops,
tablets, headsets, etc.) to improve operations.
c. Review cybersecurity protocols, training, and funding.
d. Provide cost estimates for recommendations.
5. Operations, functions, processes.
a. Review departmental specific operations, functions and processes as to whether
these various elements are optimally managed, coordinated and integrated.
b. Review departmental managerial span of control.
c. Examine options for sharing of services, outsourcing and mergers/regionalization.
3
d. Identify options for efficiency improvements.
e. Identify options and processes for improving internal and external communications.
f. Review and analyze all types and forms of internal and external communications.
(phone, e-mail, website, signage, text, social media, etc.) of the department.
g. Review staffing and make recommendation for “right sizing” staffing levels.
h. Interview staff and City elected officials to identify areas for improvement within and
among departments.
i. Review whether these various functions are optimally managed, coordinated and
integrated among various departments.
j. Do you want satisfaction surveys from the public solicited?
7. Performance measures/indicators analysis.
a. Review existing departmental performance measures for relevance,
appropriateness, compliance (accuracy of information) and use by management and
elected officials of pertinent information. Recommend any changes to measures.
b. Review departmental goal setting, approval, and accomplishment.
8. Emerging trends which may have an impact on future operations.
a. Identify emerging/developing trends (local, regional or national) relevant to the
department and City.
b. The completed review will provide an outline of desired services and service levels
through review and discussion with elected officials, staff, community stakeholders and
other agencies as needed.
E. Analysis of interfund administrative fee.
a. Review and summarize best practices for such fees.
b. Review amounts allocated
c. Analyze service allocations
d. Compliance review
e. Comparison (practice, amounts) with identified cities.
F. Other City functions.
a. Community development process
b. Economic development process (Chamber just went through this though).
c. Citizen engagement
(1). Communication (media, website, public information, etc.)
d. Budget process
Others???