HomeMy Public PortalAbout2022-06-06 packetiPad Packets: Click to open “NOTES”
NOTICE OF MEETING AND CITY COUNCIL AGENDA i
MONDAY, JUNE 6, 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=mfdd64a8a8d6ac6f4e0796231428f4090
CALL-IN PARTICIPATION AVAILABLE AT: 1-404-397-1516
MEETING NUMBER: 2489 412 4013 MEETING PASSWORD: 1234
TENTATIVE AGENDA
PRAYER – Councilmember Hensley
PLEDGE OF ALLEGIANCE
1. CALL TO ORDER
2. ROLL CALL
3. ADOPTION OF AGENDA
4. MISCELLANEOUS AGENDA ITEMS
a. Richard Cross to Announce “Black Men Thrive” Tie Drive Fundraiser
b. Mayor’s Sketch Day Winner Presentation to Laura Moody (Sarah Scheffer with Capital
Arts and Mayor Tergin)
5. PUBLIC HEARINGS
6. APPOINTMENTS BY THE MAYOR
7. PRESENTATIONS FROM STAFF, CONSULTANTS & INVITED GUESTS
a. Presentation from Nicholas Tietsort, Director, Emergency Management Agency, Cole
County/Jefferson City Regarding Staffing Grant Opportunity
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
iv. Public Works & Planning
City Council Agenda – June 6, 2022
✓ = Request to suspend rules
iPad Packets: Click to open “NOTES”
2
9. 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.)
10. CONSENT AGENDA
a. Minutes of City Council Meetings: May 16
b. Approving a Contract with SHI for Network Administrator Services in the Amount of
$39,000
c. Authorizing a Cooperative Procurement Agreement with O’Reilly Auto Parts and NAPA to
Purchase Auto Parts and Supplies
d. Accepting a State Community Development Block Grant – CARES (CDBG-CV) in the
Amount of $2,000,000 for the Cole County EMS Station at 319 Adams St.
e. Awarding $50,000 Bid to Capital Materials and Christensen Brothers Asphalt for Paving
Materials for all City Departments
11. BILLS INTRODUCED
a. 2022-011 Authorizing a $93,989.20 Cooperative Procurement Agreement with
Corrective Asphalt Materials for the 2022 Street Seal Coating Project
(Fitzwater) Staff: Matt Morasch
b. 2022-012 Authorizing a $202,735.57 Sole Source/Cooperative Procurement
Agreement with Donelson Construction for PressurePave Services
(Fitzwater) Staff: Matt Morasch
c. 2022-013 Authorizing a $831,178.50 Construction Contract with Jefferson Asphalt for
the 2022 Streets Mill and Overlay Project (Fitzwater) Staff: Matt Morasch
d. 2022-014 Authorizing a $79,800 Contracting with Kilmore Siding, Gutters & More
for Fire Station 3 Replacement Siding (Schreiber) Staff: Matt Schofield
e. 2022-015 Approving a $67,092.09 Contract with BusComm, a Sole Source Provider,
for the Purchase, Installation, and Training on the Upgraded PD Recording
System (Schreiber) Staff: Roger Schroeder
f. 2022-016 Approving a Final Subdivision Plat of AZ Jefferson City Subdivision and
Approving a Preliminary PUD Plan for Lot 2 of AZ Jefferson City,
Addressed as 839 Eastland Dr. (Lester) Staff: Sonny Sanders
12. BILLS PENDING
a. 2022-007 Authorizing the Vacation of an Unnamed Alley to the Rear of the Properties
in the 1600 Block of W. Main Street (Fitzwater) Staff: Matt Morasch
b. 2022-008 Amended - Amending Article 11, Paid Holidays, of the Personnel Policy
Manual to include Juneteenth and Amending the FY2022 Budget to
Appropriate Funds from the General Fund for the Additional Holiday
(Wiseman) Staff: Gail Strope
City Council Agenda – June 6, 2022
✓ = Request to suspend rules
iPad Packets: Click to open “NOTES”
3
c. 2022-010 Approving the Fraternal Order of Police Labor Agreement and Amending
the FY2022 Budget by Supplementally Appropriating Funds within the
Various City Funds (Schreiber) Staff: Steve Crowell
i. Substitute 2022-010
d. 2022-009 Authorizing a 5% Salary Increase for all City Employees with the Exception
of Police Officers Covered by the FOP Labor Agreement and the City
Administrator (Wiseman) Staff: Steve Crowell
e. 2021-075 Amended - Amending Chapter 3 (Advertising and Signs), Article III
(Murals) Pertaining to Murals and Mural Permit Processing (Lester) Staff:
Sonny Sanders
i. 2021-075 Committee Amendment (Lester)
ii. 2021-075 Substitute (Lester, Kemna, Ward, and Deeken)
13. INFORMAL CALENDAR
a. 2022-003 Authorizing a $141,140 Engineering Design Contract with Engineering
Surveys and Services for the Ohio Street Bridge Project (Fitzwater)
Staff: Matt Morasch (Expires on Informal Calendar after 6/20/22 Meeting)
14. RESOLUTIONS
a. RS2022-07 Authorizing the Loan and Grant Application for the State Revolving Loan
Fund and Establishing and Authorized Representative (Fitzwater)
Staff: Matt Morasch
b. RS2022-08 Authorizing the Filing of Grant Applications for Stormwater and
Wastewater for ARPA and Establishing and Authorized Representative
(Fitzwater) Staff: Matt Morasch
c. RS2022-09 Supporting MPCA (Missouri Primary Care Association) and MBHC
(Missouri Behavioral Health Council) Building and Relocating to MSP
Redevelopment Site (Fitzwater) Staff: Ryan Moehlman
d. RS2022-10 Approving a Change Order to the Wallstreet Broker Services Contract for a
1-Year Renewal (Wiseman) Staff: Gail Strope
15. 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.)
16. COUNCIL AND STAFF DISCUSSION OF PRESENTATION TOPICS
17. NEW BUSINESS
18. UNFINISHED BUSINESS
19. 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, JUNE 6, 2022
5:45 P.M.
AGENDA
1. Discussion of June 6, 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.
Honorable Jefferson City Council,
I write you today and ask for your approval to increase the staff of emergency management. As
some of you know, emergency management's primary role in a disaster is to operate the emergency
operations center and be the liaison with to local, state, and federal governments. When in normal
operations emergency management assesses community threats, information shares with non -
government agencies, prepares documentation, maintains emergency plans, and applies for grants and
federal assistance, works in coordination with governmental organizations, emergency responders and
stakeholders, plans recovery efforts, and more.
Since 1989, Cole County and Jefferson City shared Cole County's Emergency Management services and
equipment by establishing a memorandum of understanding (MOU). The director of emergency
management has been the sole emergency manager for the county and city since 1989. Emergency
management has added one administrative assistant that started part-time five years ago and has
become full-time member of staff.
Currently, the Emergency Management Performance Grant (EMPG) funds 50% of emergency
management's salaries, benefits, and some budget costs. Cole County and Jefferson City split the
remaining budget of 50% to a 25%/25% match.
Emergency Management
The EMPG, allows for agencies to apply for three full-time positions. A director, deputy director, and
administrative assistant. I propose using EMPG to the fullest by applying for a deputy director and if
successful add the position to the current staff.
Emergency management needs to be involved in more event planning, training, exercises, volunteer and
equipment management, grant writing/implementation, and most of all community engagement. With
current staffing we fall short of our potential. I ask for your support as I apply for a deputy director
position in the 2022 EMPG grant cycle.
7Nich las TjetsortDirector
ole County/ Jefferson City
Emergency Management
CITY COUNCIL “PRE-MEETING” WORK SESSION, MAY 16, 2022
CALL TO ORDER
In Mayor Carrie Tergin’s absence, Mayor Pro-Tempore Ron Fitzwater called the May 16, 2022
City Council “Pre-Meeting” to order at 5:46 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
Wiseman
Absent: None
DISCUSSION OF AGENDA ITEMS
Councilmember Fitzwater will lead the prayer.
Miscellaneous
- Penny Smith will provide an update on Salute to America.
- Councilmember Fitzwater will present the National Pet Rescue Day Proclamation to
Police Captain Eric Wilde.
- Michelle Brooks and Nancy Thompson will present their recently published book, Buried
Jefferson City History.
Public Hearings
- There will be a public hearing on bill 2022-005.
Appointments
- Human Resources Director Gail Strope will present the recommended appointments.
Consent Agenda
- There were no questions at this time.
Bills Introduced
- City Staff presented their introduced bills.
- Councilmember Lester intends to amend bill 2022-008.
Bills Pending
- City Staff presented their pending bills.
CITY COUNCIL “PRE-MEETING” WORK SESSION, MAY 16, 2022
Informal Calendar
- Based on discussions at the May 12th Public Works Committee meeting,
Councilmember Fitzwater intends to leave bill 2022-013 on the informal calendar where
it will expire after the June 20th City Council meeting.
Resolutions
- City Staff presented their resolutions.
ADJOURNMENT
The meeting adjourned at 5:55 P.M.
1
REGULAR COUNCIL MEETING, MAY 16, 2022
CALL TO ORDER
In Mayor Carrie Tergin’s absence, Mayor Pro-Tempore Ron Fitzwater called the May 16,
2022 City Council meeting to order at 6:02 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
Councilmember Wiseman motioned and Councilmember Ward seconded the motion to
adopt the agenda. The motion passed unanimously.
MISCELLANEOUS AGENDA ITEMS
a. Penny Smith provided an update on Salute to America. This year’s event will be July
3rd and 4th. They are currently looking for a main stage sponsor. A new company has
been hired for the carnival.
b. Councilmember Fitzwater presented the National Pet Rescue Day Proclamation to
Police Captain Eric Wilde. Councilmember Fitzwater and Captain Wilde thanked City
Staff and Foster Families for their hard work and assistance with the Animal Shelter
and animals.
c. Michelle Brooks and Nancy Thompson presented their recently published book,
Buried Jefferson City History, about the Woodland Old City Cemetery. They also
announced May as Historic Preservation Month. A portion of the book sales will go
towards the “Gone But Not Forgotten Memorial”, to pay for engraving.
PUBLIC HEARINGS
a. 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
i. Associated Pending Bill 2022-05
A Staff presentation was made by Sonny Sanders, Director of Planning and
Protective Services.
John Blosser with Transformational Housing spoke in favor of the bill.
Transformational Housing’s contracted engineer and architect Larry Burkhart also
spoke in favor of the bill.
2
REGULAR COUNCIL MEETING, MAY 16, 2022
There being no one else to speak on the bill, Councilmember Fitzwater declared
the evidentiary portion of the public hearing concluded.
2022-005 sponsored by Councilmember Lester, entitled
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.
Bill 2022-005 was read third time by title, placed on final passage, and passed by
the following roll-call vote as Ordinance 16222.
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward and Wiseman
Nay: None
APPOINTMENTS BY THE MAYOR
Human Resources Director Gail Strope presented the recommended appointments to the
following boards and commissions:
Board or Commission Recommended
Appointment
New
Term
Expires
Term
Full/Partial
Environmental Quality Commission Mackenzie Walker Nov 2022 Partial
Historic Preservation Commission Christine Boston Dec 2024 Partial
Jefferson City Industrial Dan Westhues* May 2025 Full
Development Authority Bob Gilbert* May 2025 Full
Bernie Fechtel* May 2025 Full
Larry Vincent* May 2025 Full
Beth Utrecht* May 2025 Full
Diane Gillespie* May 2025 Full
Hank Vogt May 2025 Full
Parks & Recreation Commission Andre Grinston* May 2025 Full
Alicia Edwards May 2025 Full
Stu Murphy* May 2025 Full
Planning & Zoning Commission Greg Butler May 2026 Full
Blake Markus May 2026 Full
Dale Vaughan* May 2026 Full
Spencer Hoogveld May 2026 Full
Treaka Young May 2023 ALT
Hank Vogt May 2023 ALT
Jacob Robinett May 2023 ALT
*Requires 2/3 majority vote
Councilmember Wiseman motioned and Councilmember W ard seconded the motion to
approve the recommended appointments. The motion passed by the following roll-call
vote:
3
REGULAR COUNCIL MEETING, MAY 16, 2022
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward and Wiseman
Nay: None
PRESENTATIONS FROM STAFF, CONSULTANTS & INVITED GUESTS
There were no presentations at this time.
ANNOUNCEMENTS BY MAYOR, COUNCIL, AND STAFF
Sonny Sanders, Director of Planning and Protective Services announced the 2022
Annual Action Plan Public Meeting on May 25th at 4:00 P.M. in the Boone-Bancroft Room
at City Hall.
City Council committee announcements:
• Committee on Administration – The next meeting is scheduled for Wednesday,
June 1st, 7:30 A.M. in the Boone-Bancroft Room.
• Finance Committee – The May meeting has been cancelled.
• Public Safety Committee – The next meeting will be May 26th at 7:30 A.M. in the
Police Training Room.
• Public Works & Planning Committee – A meeting was held on May 12th. The next
meeting is June 9th at 7:30 A.M. in the Boone-Bancroft Room.
PRESENTATIONS FROM THE GALLERY ON SPECIFIC BILLS OR RESOLUTIONS
There were no presentations at this time.
CONSENT AGENDA
a. Minutes of City Council Meetings: May 2
b. Authorizing a $26,453.05 Estimated CoProcure Contract with Gillig LLC for Gillig Bus
Parts and Supplies
Councilmember Lester motioned and Councilmember Wiseman seconded the motion to
approve the above items on the Consent Agenda. The motion passed unanimously.
BILLS INTRODUCED
2022-007 sponsored by Councilmember Fitzwater
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, VACATING AND
DISCONTINUING THE RIGHT-OF-WAY OF AN UNNAMED ALLEY TO THE REAR OF
THE PROPERTIES IN THE 1600 BLOCK OF W. MAIN STREET.
2022-008 sponsored by Councilmember Wiseman
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI AMENDING ARTICLE 11,
PAID HOLIDAYS, OF THE PERSONNEL POLICY MANUAL TO INCLUDE
JUNETEENTH HOLIDAY AND AMENDING THE FY2022 BUDGET BY
4
REGULAR COUNCIL MEETING, MAY 16, 2022
APPROPRIATING FUNDS FROM THE PUBLIC SAFETY TAX FUND TO THE
GENERAL FUND.
Councilmember Lester motioned and Councilmember Wiseman seconded the motion to
amend the bill, taking out the funds appropriated from the Public Safety Tax Fund to pay
for the holiday, and using the General Fund. The motion passed by the following roll-call
vote:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
Nay: None
2022-009 sponsored by Councilmember Wiseman
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, APPROVING A SALARY
ADJUSTMENT AND AMENDING THE FY2022 BUDGET OF THE CITY OF
JEFFERSON, MISSOURI, BY SUPPLEMENTALLY APPROPRIATING FUNDS WITHIN
THE VARIOUS CITY FUNDS OUTLINED IN EXHIBIT A.
Councilmember Wiseman asked City Staff to provide a breakdown of the Fire Department
and Dispatch Communicators percentage of the total cost of the proposed salary
adjustment.
2022-010 sponsored by Councilmember Schreiber
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, APPROVING THE
FRATERNAL ORDER OF POLICE LABOR AGREEMENT AND AMENDING THE
FY2022 BUDGET OF THE CITY OF JEFFERSON, MISSOURI, BY SUPPLEMENTALLY
APPROPRIATING FUNDS WITHIN THE VARIOUS CITY FUNDS OUTLINED IN
EXHIBIT A.
Police Detective Jeremy Bowman, President of the FOP and Police Detective Jason
Ambler, Vice-President of the FOP presented the proposed pay plan.
City Attorney Ryan Moehlman indicated there will be a substitute bill distributed before
the next City Council meeting. The packet materials for this City Council meeting
erroneously did not include the bill language to approve the agreements.
BILLS PENDING
2022-004 sponsored by Councilmember Schreiber
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, ESTABLISHING
AUTOMATIC AID AGREEMENTS WITH FOUR (4) FIRE PROTECTION DISTRICTS.
Bill 2022-004 was read third time by title, placed on final passage, and passed by the
following roll-call vote as Ordinance 16223:
5
REGULAR COUNCIL MEETING, MAY 16, 2022
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
Nay: None
2022-005 Taken Up Under 5(a.)
2022-006 sponsored by Councilmember Fitzwater
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.
Bill 2022-006 was read third time by title, placed on final passage, and passed by the
following roll-call vote as Ordinance 16224:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
Nay: None
INFORMAL CALENDAR
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.
Councilmember Fitzwater stated that he intends to leave bill 2022-003 on the informal
calendar based on discussion in the Public Works and Planning Committee meeting and
increased costs in construction materials.
RESOLUTIONS
RS2022-04 sponsored by Councilmember Schreiber
A RESOLUTION AUTHORIZING THE CITY OF JEFFERSON TO APPLY FOR THE
BUREAU OF JUSTICE ASSISTANCE BODY-WORN CAMERA POLICY AND
IMPLEMENTATION PROGRAM GRANT
Police Captain Eric Wilde presented the resolution.
Councilmember Lester motioned to adopt RS2022-04. Councilmember Spicer seconded
the motion.
The motion passed by the following roll-call vote:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
6
REGULAR COUNCIL MEETING, MAY 16, 2022
Nay: None
RS2022-05 sponsored by Councilmember Wiseman
A RESOLUTION AUTHORIZING AN AGREEMENT WITH GALLAGHER BENEFIT
SERVICES, INC., FOR EMPLOYEE BENEFITS BROKER SERVICES
Director of Human Resources Gail Strope presented the resolution.
Councilmember Lester motioned to adopt RS2022-05. Councilmember Kemna seconded
the motion.
The motion failed by the following roll-call vote:
Aye: Deeken, Kemna, Lester, Ward
Nay: Fitzwater, Hensley, Schreiber, Spencer, Spicer, Wiseman
RS2022-06 sponsored by Councilmember Fitzwater
A RESOLUTION SUPPORTING THE COUNTY COMMISSION’S SUBMISSION OF AN
APPLICATION TO THE MISSOURI DEVELOPMENT FINANCE BOARD’S TAX CREDIT
FOR CONTRIBUTION PROGRAM
City Attorney Ryan Moehlman presented the resolution.
Councilmember Wiseman motioned and Councilmember Spencer seconded the motion
to adopt RS2022-06. The motion passed by the following roll-call vote:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
Ward, and Wiseman
Nay: None
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
Councilmember Spencer requested additional information on the City’s Self-funded
Insurance Program.
APPROVAL OF MAY 2, 2022 CLOSED SESSION MINUTES
Councilmember Spicer motioned and Councilmember Lester seconded the motion to
approve the May 2, 2022 closed session minutes. The motion passed by the following
roll-call vote.
7
REGULAR COUNCIL MEETING, MAY 16, 2022
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Schreiber, Spencer, Spicer,
and Ward
Nay: None
Abstain: Wiseman (She was not at the May 2, 2022 meeting.)
UNFINISHED BUSINESS
There was no unfinished business at this time.
ADJOURNMENT
A motion to adjourn was made by Councilmember Wiseman, seconded by
Councilmember Spicer, and approved unanimously at 7:07 P.M.
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item B
SUBJECT: Approve a Contract with SHI. Procured via Cooperative Procurement from
an Office of Administration Issued Statewide Contract
DATE CONSIDERED: June 6, 2022
(// '
DEPARTMENT DIRECTOR(S): ·Vt d.ec --< pt.{_~
CITY ADMINISTRATOR: k= ¥ · .
Staff recommends utilizing the statewide Prime Vendor contract awarded by the Office
of Administration, CT16091 0001, with SHI for network administrator services.
Approval of this consent agenda item would allow the City to outsource portions of the
network administration functions. Procurement of at least the services to be provided
under this contract is necessary, since the City has been unsuccessfu l in hiring for the
full-time Network Administrator position . Other duties of this position have been
temporarily reassigned to remaining ITS staff.
Funds to pay for these services will be taken from account 10-190-522020 .
The annual cost is $39,900 .00 which includes a one-tim e cost of $5 ,250 .00 for a
network audit/assessment.
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Cooperative Procurement-Office of Administration Prime Vendor Contract
Information Technology-Opened November 14, 2017 by the Office of
Administration
RECOMMENDATION:
Staff recommends utilizing the statewide Prime Vendor contract awarded b y the Office of
Administration (OA). The Prime Vendor contract was awarded by OA to SHI of Somerset,
New Jersey for network administration services. The City has posted the n etwork administrator
position twice and has not successfully been able to h ire for thi s position. This statewide contract
will allow us to hire an outside contractor to perform services for the City that had previously
been performed as part of the network administrator position. The annual cost for these services
is $39,900 .00 which also includes an initial assessment/audit of our network.
FISCAL NOTE:
Expended or
Account Number Description FY 2022 Encumbered Bid Amount Balance
Budget Amount
10-190-522020 Professiona l Services $44,195.71 $0 $39,900 $4,295.71
Bid Total $39,900
PAST PERFORMANCE:
The City has utili zed InfiniTech for projects in the past and the vendor has provided services
satisfactorily to the Department.
ATTACHMENTS-SUPPORTING DOCUMENTATION
Signature: ~l !l f~ -
u ing Agent 3/22
City of Jefferson, MO
Richard Gerling
320 E McCarty St
Jeffe rson City , MO 65101
United States
Phone : 5 73-634-6412
Fax:
Emai: RGerli ng@jeffersoncitymo.gov
All Prices are in US Dollar (U SD)
Product
Network Administratio n: Annual Subscript ion Fee.
lnfiniTech Consulting -Pa rt#: npn
Contract Name: PC Prime Vendor Services
Contract#: CT16091 0001
Note: Monitor, support, troubleshoot, and maintenance of th e wire d network
switches, w ireless infrastru cture, and network firewall. Performance tuning and
required configuration changes to all covered systems. Excludes ph ysica l cabling
infrastructure and connected device troubleshooting .
2 Afterhours and Weekend Availability Annual Subscription Fee
l nfiniTech Consulting -Part#: npn
Contract Name: PC Prime Vendor Services
Contract#: CT16091 0001
3 Initia l Onboarding , Network Audit, and Baseline Network Security Assessment One
Time Fee
lnfiniTech Consulting -Part#: npn
Contract Name: PC Prime Vendor Services
Contract#: CT16091 000 1
Additional Comments
Pricing Proposal
Quotation#: 2 1975448
Created On: 5/4/2022
Valid Until: 6/3/2022
Inside Account Manager
Carlos Benitez
290 Da vidson Avenue
Somerset, NJ 08873
Phone : 732-868-8974
Fax:
Email: carlos_benitez@shi.com
Qty Your Pri c e Total
$27,090.00 $27,090.00
$7,560.00 $7 ,560.00
$5,250.00 $5,250.00
Total $39,900.00
Please note : There are items on th is quote that are ava ilable under contract# CT16091 0001 . These items are marked on the l ine
ite m level. Please note, if Emergency Connectivity Funds (ECF) wi ll be used to pay for all or part of this quote, please let us know as
we w ill need to ensure compliance with the funding program .
Hardware items on this quote may be updated to reflect cha nges due to industry wide constrai nts and fluctuations.
Thank you for choosing S HIInternational Corp! T he pricing offered on t his q uote proposal is val id through the expiration date listed
above. To ensure the best level of service, please provide End User Name, Phone Number, Email Address and applicable C ontract
Number whe n submitting a Purchase Order. For an y additional informatio n including Hardware, Software and Services Contracts,
please contact an SHIInside Sales Representative at (888) 744-4084. SHIInternational Corp. is 100% Minority Ow ned , Woman
Owned Business. TAX ID# 22-3009648; DUNS# 61-1429481 ; CCR# 61-243957G; CAGE 1 HTFO
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 SHI International Corporation, hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render certain services for
InfiniTech network administration, 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 InfiniTech
network administration, 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 Information Technology Department, and in accordance with the rates and/or amounts stated
in the bid of Contractor dated May 4, 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-Nine Thousand Nine Hundred Dollars and
Zero Cents ($39,900.00).
3. Term.
This contract shall commence on the date last executed by a party as indicated below. The Contractor
shall perform the services set forth in Exhibit A, for one ( 1) year 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
have any contractual relationship with the City except as employees of the Contractor. All of the services
2
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
effective day of such termination. The City reserves the right to terminate this contract for convenience
3
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.
To the fullest extent permitted by law, the Contractor will defend, indemnify and hold harmless the City,
4
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 performance of the work,
provided that any such claim, damage, loss or expense (I) 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. Delavs.
That the Contractor s ha ll n ot b e li ab le for delays resulting from causes beyond the reasonab le contro l of t he
Contractor; that t he Contractor has m ad e n o wa rranties, expressed o r im p li e d , wh ic h are n ot ex press ly set
fo rth in thi s con tract; and that und e r no c ircumstances w ill th e Contractor be li ab le for indirect or
consequ e ntial dam ages.
25 . A m e ndm ents.
This contract m ay not be modified , c ha n ged or a ltered by a ny ora l prom ise or statement by whosoever
m ade; nor sha ll any m odification of it be binding upon t he C ity until s uch written modification s ha ll have
b een approved in writing by a n a uth orized office r of the C ity. Con tractor acknowledges that the City m ay
n ot be re s pons ible fo r paying fo r chan ges o r modification s that were not prope rl y autho ri zed.
26. Goveming Law.
T he contract shall be govern ed by t he laws of the State of Missou ri . The cou rts of the State of M issouri
s hall have jurisd iction over any d is pute w hi c h a ri ses under thi s contract, a nd each of the parties s hall s u bm it
a nd h ereby consents t o s u ch courts exercise of jurisdiction. In any s u ccessful action by the C ity to enforce
th is contract , the C ity s ha ll b e e ntitl ed to recover its attorn ey's fees and expenses in curred in s uc h action.
27. N otices.
A ll notices required or permitted he re inu nde r and required to be in writing m ay be g iven by first class mai l
addressed to the fol lowing addresses. T he d a te and delivery of any notice s h a ll be the date fa llin g on t he
second full day after the day of its m a ilin g.
If to the C ity:
City of J efferson
Departme nt of Law
320 East McCarty Street
Jeffe rso n City, Missouri , 65 I 0 I
CITY OF JEFFERSON, MISSOURI
C ity Admin istrat o r
Date: -----
ATTEST:
C ity C le rk
APPROVED AS TO FORM :
C icy~--
If to t he Con tractor:
SH II ntem ational Corporation
Attn: Carlo s Benitez
290 Dav id son A venue
Som ers et, NJ 08873
SHI INTERNATIONAL CORPORATION
Titl e:
Date: -----
ATTEST:
Titl e:
SHI
City of Jefferson, MO
Richard Gerling
320 E McCarty St
Jefferson City, MO 65101
United States
Phone: 573-634-6412
Fax:
Emai: RGerling@jeffersonci tymo.gov
All Prices are in U S Dollar (USD)
Product
Network Admini stration : Annual Subscription Fe e.
lnfiniTech Consulting -Part#: npn
Contract Name: PC Prime Vendor Services
Cont racl #: CT160910001
Note: Monitor, support, troubleshoot, and maintenance of the w ired networ k
switches, wireless infrastructure, and network firewal l. Performance tuning and
required configuration changes to all covered syslems. Excludes physical cabling
infrastructure and connected device troubleshooting.
2 Afterhours and Weekend Availability Annual Subscription Fee
lnfiniTech Consulting -Part#: npn
Contract Name : PC Prime Vendor Services
Contract#: CT160910001
3 Initial Onboardi ng , Network Audit, and Baselin e Network Security Assessment One
Time Fee
lnfiniTech Consulting -Part#: npn
Contract Name: PC Prime Vendor Services
Contract#: CT160910001
Addition al Comme nts
Pricing Proposal
Quotation#: 21975448
C r eated On: 5/4/2022
Valid Until : 6/3/2022
Exhibit A
Inside Account Manager
Carlos Beni tez
290 Davidson Avenue
Somerset, NJ 08873
Phone: 732-868-8974
Fax:
Emai l: carlos_benitez@shi.com
Qty Your Price T otal
$27,090.00 $27,090.00
$7,560.00 $7,560.00
$5,250.00 $5,250.00
Total $39,900.00
Please note: There are items on this quote that are available under contract# CT16091 0001. These items are marked on the line
item level. Please note, i f Emergency Connectivity Funds (ECF) will be used to pay for all or part of this quote, please let us know as
we will need to ensure compliance with the funding program.
Hardware items on this quote may be updated to reflect changes due to industry wide constraints and fluctuations.
Th ank you for choosing SHIInternational Corp! The pricing offered on this quote proposal is valid through the expiration date listed
above. To ensure the best level of service , please provide End User Name, Phone Number, Ema il Address and applicable Contract
Number when subm itti ng a Purchase Order. For any addition al infonnation includin g H ardware, Software and Services Contracts,
please contact an SH I Inside Sales Representative at (888) 744-4084. SHI Int ernaliona l Corp. is 100% Minority Owned, Woman
Owned Business. TAX ID# 22-3009648; DUNS# 61 -1 429481: CCR# 61-243957G: CAGE 1 HTFO
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item C
SUBJECT: CoProcure . Contract 032521-0RA with O'Reilly Auto Parts and 032521-
GPC with NAPA (Ed Miller Auto Supply), both Located in Jefferson City,
Missouri for the Purchase of Immediately Needed Auto Parts and Supplies
DATE CONSIDERED: June 6, 2022
DEPARTMENT DIRECTOR(S): __ --fl-.!...fZJ,JJ.J...::....:_:;L-~----!:...::............,t---:-==------
CITY ADMINISTRATOR:~tz12:.:::::::=-;-Lf;c4~~~--------
Staff recommends approval to utilize the CoProcure contacts 032521-0RA with O'Reilly
Auto Parts and 03251-GPC with NAPA (Ed Miller Auto Supply), both located in
Jefferson City , Missouri for auto parts and supplies.
Approval of this consent agenda item would allow the Central Maintenance Division to
purchase immediately needed auto parts and supplies.
Funds will be taken from various accounts throughout the City Departments .
PA ST PERFORMANCE :
These vendors have provided automotive parts and supp lies in the past.
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Cooperative Procurement-Sourcewell Contracts for Auto Parts
City Wide-Expiration Date: May 18 and May 19 , 2025
RECOMMENDATION:
Staff requests approval to utilize the Sourcewell contracts 032521 -0RA with O 'Reilly Auto
Parts and 032521-GPC with NAPA (Ed Miller Auto Supply), both located in Jefferson City,
Missouri for the purchase of immed iate needed auto part s and supplies.
In the past, the City has utili ze d a cooperative contract that was approved by the Office of
Administration (OA). Contracts with both suppliers are expired.
The Sourcewell contract was competitively bid and evaluated. Sourcewell awarded 17 contracts.
NAPA was ranked #1 and O 'Reilly 's was ranked #4. The #2 and #3 vendors were IEH Auto
Parts and Jasper Engine Exchange, neither of which are located in Jeffe r son City and cannot
provide parts for the City's immediate needs.
O'Reilly 's offers a discount off the list price of 41% or better to the City. NAPA offers a variety
of discounts ranging from 46% to 72% off list price depending on the category.
The average spend amount with O 'Reilly's for the past 5.5 years is $5 1,159.69 for the City with
the largest user being Public Works, spending a 5.5-year average of$35,798. The average spend
amount with NAPA for the pas t 5.5 years is $25 ,301.52 for the City with the largest user being
Public Works, spending a 5 .5-year average of$16,992.
The City is asking permission to u se these Sourcewell cooperative contracts rather than go ing
through a bid process.
FISCAL NOTE:
The expenses for automotive parts and supplies will be paid with various General Ledger
accounts throughout the City Departments.
ATTACHMENTS-SUPPORTING DOCUMENTATION
signature: "a_ ~~
urcha · g Agent 5/ /22
DocuSign Envelope ID: 36B2AC61-E602-492C-8664-55960C4CBAC4
032521-0RA
Sou rcewell ~
Solicitation Number: RFP #032521
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and O'Reilly Auto Enterprises LLC dba O'Reilly Auto Parts, 233 South
Patterson Ave., Springfield, MO 65802 (Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Aftermarket Vehicle Parts and Supplies from which
Vendor was awarded a contract.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires May 19, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional
one-year period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
Rev. 10/2020 1
DocuSign Envelope ID: 36 B2AC6 1-E 602-492C-8664-559 60C4CBAC4
Table 11: Pricing and Delivery
Provide detailed prici ng information in the questions that follow below. Keep in mind that reasonable price and product adjustments can
be made during the term of an awarded Contract as des ribed in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form .
Line Question a ~
Response • Item
53 Describe your pricing mode l (e.g., line-item discounts or We offer a produ ct-ca teg ory discou nt pricing mode l. Th e proposed
product-category disco unts). Pro vi de d etai led pricing data discount for Sourcewe ll will be O'Reilly List Pri ce less 41 % or
(including standard or l is t pricing and the Sou rcewell be tte r. This discount will cover every ite m we offer. Due to the
discounted price) on all of the item s that yo u want numb er of ite ms O'Reilly offers, an individual li sting of every item is .
Sourcewell to co ns ide r as part of your RFP response . If not ava ilable . We do hav e attached th e listing of every prod uct
applicab le, provid e a SKU for each item in your proposal. category , subcategory, a nd segment on items we are proposing with
Upload your pricing materials (if applicab le) in the th e stated discount.
document upl oad section of yo ur response.
54 Quantify the pricing d iscount represented by the pricing Sourcewell's ca talog disco unt will be O'Reilly List Pri ce less 41 % or
proposal in th is response . For example, if the pricing in better. Fo r 2020, Sourcewell members total purchases came out to .
your response represents a percentage d iscou nt from be 21% less than if the y we re to pay O'Reilly retail price.
MSRP or l ist, state the percentage or percentage rang e.
55 De scribe any quantity or vo lume discounts or rebate Any qu antity discounts are evaluated on a case by case basis. .
programs that yo u offer.
56 Prop ose a me th od of fa cilitati ng "sourced" produ cts or In the event an agency wou ld li ke to procure an item that is from
relate d services , which ma y be referred to as "open an ou ts ide so urce it woul d be subject to a slid ing scale m ark-up
marker items or "nonstandard optio ns". For example, you from cost. .
may supply such items "at cosr or "at cost plus a
percentage,· or you may supply a quote for each such
reque st.
57 Identify any element of the tota l cost of acquisition that is Not app l icable.
NOT included in the pricing submitted with your re sponse.
Th is in cludes all additiona l charges associated w ith a
purchase that are not directl y identified as freight or .
shipping charges . For examp le , list costs for items like pre -
delivery inspection, installatio n, set up, mand atory tra ining,
or in itial inspec tion . Identify any parties th at impose such
cos ts and the ir relationship to the Proposer.
58 If freight, delivery, or shipping is an additional cost to the FreighVDelivery/S hipping cos ts will only be applicable on
Sourcewell participating entity, describe in detail the factory/special order si tuations . These cos ts wi ll be co mmunica ted to .
complete freight, shipping, and delivery prog ram . and approved by the agency at the time of the order. We do no t
mark up shipp ing costs .
59 Spec ifica ll y describe freight , shippi ng, and delivery terms or FreighVDelivery/Shipping costs to Alaska and Hawaii will on ly be
programs ava ilable for Alaska, Haw ai i, Canada , or any applicab le for factory/special order items . Canada and offshore .
offshore delivery. delivery is not available at this time .
60 Describe any un iq ue distribution and/or delivery methods or Delivery is made by O'Reilly delivery team members in company
opt ions offered in your proposal. owned vehicles. Average delivery time Is 30 minutes to 1 hour for
items stocked in our local sto re . Items that are stocked in our DCs
are available for ne xt day delivery, if not earlier. This serv ice is +
ava ilable to agencies that are within a 5 mile ra dius of an O'Reilly
store location . For agencies just beyo nd this distance, sc heduled
deliveries may be a viable option . The se situations wou ld be
addressed on a case by case basis.
Table 12: Pricing Offered
Line The Pricing Offered In this Proposal is: * Comments Item
61 b . the same as the Prop oser typica lly offers to GPOs, coope ra ti ve pro curement organizations, or state purchasing
departments .
Bid Number: RFP 032521 Vendor Name: O'Reilly Auto Enterprises LLC
DocuSign Envelope 10: 6BEC61 CF-A289-4E75-8558-9EBBBC8A9C9D
032521-GPC
Sourcewell ~
Solicitation Number: RFP #032521
CONTRACT
This Contract is between Sourcewell, 20212th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Genuine Parts Company dba NAPA Auto Parts, 2999 Wildwood
Parkway, Atlanta, GA 30339 (Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Aftermarket Vehicle Parts and Supplies from which
Vendor was awarded a contract.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires May 19, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional
one-year period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
Rev.l0/2020 1
NAPA Auto Parts Sourcewell Pricing Discount 111 /2022
Category Description Category Discounts
1. Air Conditioning 52 %
2 . Alternators and Starters 53 %
3. Batteries 46%
4 . Bearings, Ball and Roller 55 %
5. Belts and Hoses 48%
6. Brakes 56 %
7. Electrical and Ign ition 52 %
8. Emissions , Sensors and Ex haust 54 %
9. Engine and Drive Train 52 %
10 . Filters, Oil, Gas, Air and Transmission 72 %
11 . Gaskets and Seals 50%
12. Heating and Cooling (Engine) 53 %
13 . Lamps, Lighting and Mirrors 53 %
14. Oils, Chem icals, Fluids and Lubricants 52 %
15. Pumps , Fuel and Water 52 %
16. Suspension, Shocks , Struts and Steering 52 %
17. Wipers/Washers 59 %
18. Winter Accessories 54 %
19. General Automotive Parts 50%
20. Automotive Repair Shop Supplies and Equipment/Tools
46% (e .g., cleaning supplies, wrenches, etc .)
Pr oposal Evaluati on
Aftermarket Vehicl e Parts and Supplies RFP #032521
:~:~.:~; . -. ~;..~; Automotive P.-rts SeMen k~cher EmhJJon SoluHon Gf:nuiM PMU Compan y dba ....... '
Group (TM Group) Auto-W,ues Inc. TechnoloJies,. UC ~piUI Altr~t lons Inc Dtntl U "'op" UC ElliOTT AUTO SUPP\ Y CO INC G•Mral ~on ACDelc.o NAPA Auto Parts IEH Alllo Pans UC
Possi ble Polnh
Conformance to RFP
Rrqulremcnts 50 39 33 38 37 33 40 40 .. ..
Pridnc 400 323 281 291 311 261 326 311 JlS J3D
Flnlndtl VI ability 1nd
~rbtp&au SuctHI 75 sa 53 51 5 1 55 sa 61 68 65
Ability to Sell MMI Dtllwr
"'"""' 100 n .. 68 59 69 79 OJ 110 OJ
MmctlncPbn 50 34 31 J6 34 33 39 Ja 48 ...
v.eU«Addfl~Attribv1u 1S 55 51 53 sa ... 50 50 .. ...
Wln>ftiV 50 42 39 .. 39 36 42 4 2 41 43
Depth tnd Brudth o l Offettd
Equfpnwnt. Produc:U. ot
"""""' 200 181 165 131 139 lOS 113 163 184 175
Tot.M Pofnta 1,000 809 111 708 726 636 813 708 an ...
R41AAOtdfl 7 " .. " 11 • , 2
Wutebuih (IWlronmentaf Whc .. n rnctne•f'int: Company
·~· Su~ift Ko&dinp tnc: lntcDUtc lbttcrlu, INC. Jaspc:r £ncinc-E..u.Nrcc New Yorltlkn ~l«.llC O'Re•lty Au\o £ntctpri1es llC PkOt P.VU (PACCAR.Inc..) SolutioMUC Inc.
Pouibh Pofnts
Conformance to ft FP
Requirements .. 40 3<1 42 43 .. 39 35 37
Pridnc 400 334 334 JJa 326 333 281 312 321
Rn.tndal Vl•bUlty and
M.1rketplace Succen 1S 64 sa ... 57 59 64 57 ..
Ablllty to Sell and Dtllvtr
"""'"' 100 83 79 82 " 63 83 79 78
Martetln& """ 50 42 34 43 .. 40 35 .. 33
Value Addtd Attributes 75 64 60 59 60 60 66 39 57
Warr•ntv 50 41 40 41 41 43 39 37 38
Depth ~oN~ arndth of Offered
EqulptMnt, Producu, or
~ces 200 163 134 169 154 175 168 155 141
Tot• P olnlS 1,000 831 773 836 795 833 780 754 765 ...... .,..., • 11 ! I • f I> "
_Q~u~'J_ .. __ _ [T:=:~
Sletl HNIAijo. CPIM. Ptoaoreme« Molyst Tom Shai'Donno, Ptocutement Mllyll
Corrigan, Leigh Ann
From:
Sent:
To:
Subjed:
Rademan, Keith
Thursday, May 26, 2022 8:25 AM
Corrigan, Leigh Ann
RE: O'Reilly Auto Parts
That is fine with me. Please let me know if I need to do something different when ordering. Thanks
From: Corrigan, Leigh Ann <LCorrigan@jeffersoncitymo.gov>
Sent: Wednesday, May 25, 2022 3:41 PM
To: Stumpe, Shawn <SStumpe@jeffersoncitymo.gov>; Rademan, Keith <KRademan@jeffersoncitymo.gov>
Subjed: O'Reilly Auto Parts
In the past, we have purchased parts from O'Reilly by using the Office of Administration's contract. For whatever reason,
they did not renew their contract which I think used a NASPO contract. Sourcewell has a cooperative contract with
O'Reilly that we can use which offers 41% or better discount. We just need to run it through City Council for approval.
If you are ok with this, I will do the paperwork to get it on the next City Council's agenda. You should not see any
difference in how you use O'Reilly .
. Leigh Ann Corrigan
Purchasing Agent
City of Jefferson
Phone: (573) 634-6325
Fax: (573) 634-6329
1
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item D
SUBJECT: Acceptance of State Community Development Block Grant -CARES
(CDBG-CV) in the amount of $2 .000 ,000
DATE CONSIDERED: June 6 , 2022
DEPARTMENT DIRECTOR(S): --~~=..,~L.I::!E.:::;:=,~:::.__-----
CITY ADMINISTRATOR:__.GL---=-----~~~4L---o.L-------------
Approval of this Consent Agenda item would allow acceptance of a State Community
Development Block Grant -CARES Act (CDBG-CV) in the amount of $2 ,000,000 .
Grant funds will be subgranted to Cole County for the construction of an EMS Station at
319 Adams Street.
The total grant award is $2 ,905 ,280 :
Federal $1,910 ,000
Cole County Match $905 ,280
Mid-MO Reg io nal Planning Commiss ion $45 ,000
Admin
City of J efferson Adm in $45 ,000
TOTAL $2,905 ,280
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:
MO Dept. of Economic Development – Community
Development Block Grant Program
The amount of the grant:
$2,000,000
The purpose of the grant:
Subgranting to Cole County for the construction of a new
ambulance facility at 319 Adams 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)
Cole County is responsible for the $905,280 cash match.
No GL Acct will be used for matching funds.
CFDA#:
14.228
Grant Award # (if any):
B-20-DW-29-0001
City Department Responsible:
Planning and Protective Services
Employee assigned as Grant
Administrator:
Rachel Senzee
Revenue account # to be amended:
10-145-430010 Federal Grants
Expense account # to be amended:
$45,000 10-145-501020 Salaries
$1,955,000 10-145-520072 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
573-751-3600 P.O. Box 118
Jefferson City, MO 65102 https://ded.mo.gov/
https://ded.mo.gov/cdbg
Michael L. Parson
Governor
Maggie Kost
Acting Director
May 19th, 2022
The Honorable Carrie Tergin
Mayor City of Jefferson
320 E McCarty St
Jefferson City, MO 65101
Email: ctergin@jeffersoncitymo.gov
Re: City of Jefferson 2020-PF-CV10
Dear Mayor Tergin,
I am pleased to inform you that your Cole County Emergency Medical Services
Facility application on behalf of Mid MO Regional Planning Commission has been
approved by the Community Development Block Grant (CDBG) Program in the
amount of $2,000,000. On behalf of the State of Missouri, we would like to
congratulate City of Jefferson for its efforts to enhance the community and
strengthen its economy.
Attached is the Funding Approval and Grant Agreement for your CDBG project.
Please sign the Grant Agreement and have it attested by the appropriate local
official. Return the signed Agreement to CDBG via email mocdbg@ded.mo.gov.
Upon final signature by Department of Economic Development, an executed
copy will be returned to you for your files. In addition, if there are any changes to
the project timeline already provided, you must complete a Projected
Expenditures form; you can find this form at the following link:
https://ded.mo.gov/sites/default/files/CDBG_ProjectedExpenditures-quarter.pdf
Please note - the U.S. Department of Housing and Urban Development (HUD) has
updated its Section 3 requirements for sub-grantees. You can access information
and materials on the HUD Exchange and/or the Department of Economic
Development (DED) website: https://ded2.mo.gov/cdbg/reporting/section-3.
The period of the grant agreement began 3/10/2022. Eligible administrative costs
can be incurred after this date. Activities not subject to environmental review
procedures may also be incurred. Requests for funds may not be submitted until
the grant agreement has been executed by the state and returned to your office.
Procedures set forth in the “CDBG Administrative Manual” will be in effect for your
grant.
Julianna Kliethermes, your CDBG Compliance Specialist, will be contacting you
soon to arrange a meeting with you to discuss the procedures and requirements
of the program.
We suggest that you begin to select the person(s) or firm who will be responsible
for the administration of your grant, as outlined in the application guidelines.
Grantees and sub-recipients that expend $750,000 or more during the non-Federal
entity’s fiscal year in Federal awards must have a single or program -specific audit
conducted in accordance with the requirements found in 2 CFR 200, Subpart F –
Audit Requirements. This requirement is further explained in the Financial
Management Chapter of the CDBG Administrative Manual.
If you need any assistance or have questions, pl ease contact Julianna Kliethermes
via email at Julianna.Kliethermes@ded.mo.gov or by phone (573) 751-3600.
Sincerely,
Brandon Jenson
Community Development Block Grant Program Manager
Business and Community Solutions
CC: Julianna Kliethermes, Compliance Specialist
Kimberly Stuefer, Chief Compliance Officer
MISSOURI DEPARTMENT OF ECONOMIC DEVELOPMENT
COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM
FUNDING APPROVAL
under Title 1 of the Housing and Community Development Act of 1974 (Public Law 93-383) as amended.
1. NAME AND ADDRESS OF GRANTEE 10. PROJECT DESCRIPTION (indicate specific scope of each activity
City of Jefferson DUNS#: 048127740 regardless of funding source)
320 E. McCarty Street FEIN# 44-6000193
Jefferson City, Mo. 65101 CFDA# 14.228
Cole County Phone# 573-634-6303
2. PROJECT NUMBER 3. SEN. DIST.REP. DIST.
06 60
4. POPULATION 5. NO. OF BENEFICIARIES
P F
26903 10891
6. GRANT AWARD DATE 7. GRANTEE FYE DATE
8. MAXIMUM CDBG GRANT AMOUNT AWARDED
9. FEDERAL AWARD IDENTIFICATION NUMBER NATIONAL OBJECTIVE:LMI Census
LMI PERSONS:51.0%LMI FAMILIES:51.0%
REQ. MATCHING FUNDS
ENV. D RECIPIENT OTHER
PROGRAM ACTIVITY REV.(1)B CASH IN-KIND PRIVATE STATE/FED
2,232,340 1,910,000 322,340
150,000 150,000
20,000 20,000
210,000 210,000
202,940 202,940
0
Community Facilities
Site Prep
Construction Inspection
Engineering Design
Equipment
Administration 90,000 90,000
0
0
TOTAL 2,905,280$ 2,000,000$ 905,280$ 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 03/30/22
2020-PF-CV10
43,228
03/10/22
B-20-DW-29-0001
2,000,000$
10/31
ACT.
NO.
FUNDING
YEAR TOTAL CDBG FUNDSSection 3
Constructing a new ambulance facility at 319 Adams Street
1
Grant Agreement
Between
State of Missouri
Department of Economic Development
And
City of Jefferson Missouri
2020-PF-CV10
March 10, 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 City of J efferson 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 requi rements,
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 $2,000,000. 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. Mc Carty Street
Jefferson City, MO 65101
Email: ctergin@jeffersoncitymo.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 o ther
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 ti mely 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 records described in Sec tion 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 statute, 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 Au dit 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 ca lendar 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 contra cted
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 s entence, 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 app roved 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 the recipients of
any service provided pursuant to this Grant Agreement.
3.13 Governing Law:
3.13.1 This Grant Agreement shall b e 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 the
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 c overed
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 connectio n 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 record s, 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 J efferson 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.
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item E
SUBJECT: Awarding the Bid for Paving Materials to Capitol Materials and Christensen
Brothers Asphalt
DATE CONSIDERED: June 6, 2022
DEPARTMENT DIRECTOR(S): _ _____,/ft..:....~!Wlrlht..::....:M~1J%_f. . ..:...:..%rz.-::>!t;---:(='----------
CITY ADMINISTRATOR: Jz~-'-;~~
This Consent Agenda item would award the bid for paving materials to both Capitol
Materials of Jefferson City, MO and Christensen Brothers Asphalt of Columbia, MO for
paving materials for all City departments. All materials will be requested on an as
needed basis. The five-year average spend on this item is $39,206. The bid total is
being set at $50 ,000 .
Funds will come from Account No. 10-542-515020-Street Materials-Public Works-
General Fund .
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid IFB4040 -Paving Materials
All City, Opened May 19 ,2022
RECOMMENDATION:
Staff recommends the award of bid IFB404040 to both Capital Materials of Jefferson City, MO and
Christensen Brothers Asphalt of Columbia, MO for paving materials for all City departments with the
primary user being Public Works Department. All materials will be requested on an as needed basis only.
It is currently unknown how much the City will spend on paving materials . Over the past five years, the
City's average spend has been a ppro x imatel y $39,206 with the low at $27,716 and the high at $76,598.
BIDS RECEIVED:
-, -~ Christensen Brothers
Bid Item ;, Capital Materials Asphalt
Bituminous Pavement-BP-1 $68 per ton $68 per ton
Bituminous Pavement-BP-2 $68 per ton $68 per ton
Black Base per City Specification $67 per ton No Bid
Cold Mix $95 per ton No Bid
Ultimate Paving Material No Bid $138 per ton
This bid was advertised in the News Tribune on 05 /01 /2022 and posted on Bonfire. Bid notifi cations
were sent to 25 vendors.
FISCAL NOTE:
' Expended or
Account Number Description FY 2022 Budget Encumbered Bid Amount Balance
~ Amount
Street Materials-
10-542-515020 Public Works-General $225,000 .00 $144,202.07 $50,000 $30,797.93
Fund
Bid Total $50,000.00
PAST PERFORMANCE
The vendors have satisfactorily provided materials as specified and bid during previous years.
ATTACHMENTS-SUPPORTING DOCUMENTATION
Yaughan, Craig
From:
Sent:
To:
Cc:
Subject:
Attachments:
Smith, Britt
Friday, May 20, 2022 12:14 PM
Vaughan, Craig; Rackers, Russ
Haslag, Angela
RE: Paving Materials
Paving Materials_Bid Tab.xlsx
We would like to accept all bids.
Britt E. Smith, PE, F.NSPE
Operation Division Director
Department of Public Works
Jefferson City, Missouri
5 73-634-6450
bsmith@jeffersoncitvmo.gov
From: Vaughan, Craig <CVaughan@jeffersoncitymo.gov>
Sent: Friday, May 20, 2022 11:40 AM
To: Smith, Britt <BSmith@jeffersoncitymo.gov>
Cc: Haslag, Angela <AHaslag@jeffersoncitymo.gov>
Subject: Paving Materials
I have attached the bid tab for paving materials. All other information can be found in Bonfire. Please review and advise
of award.
Craig Vaughan
Purchasing Technician
Tel: 573-634-6324
Fax: 573-634-6329
City of Jefferson
1
Bid Tabulation-IFB4040-Paving Materials
Opened May 19, 2022
Capital Christensen
Materials, LLC Asphalt
Unit
Quantity of Total Total
Items Required Measure Cost Cost
Bituminous Price per
#0-1 Pavement-BP-1 1 Ton $68 $68
Bituminous Price per
#0-2 Pavement-BP-1 1 Ton $68 $68
Black Base per City Price per
#0-3 Specification 1 Ton $67 No Bid
Price per
#0-4 Cold Mix 1 Ton $95 No Bid
Ultimate Paving Price per
#0-5 Material 1 Ton No Bid $138
BILL SUMMARY
BILL NO: 2022-011
SPONSOR: Councilmember Fitzwater
SUBJECT: A Construction Contract with Corrective Asphalt Materials for the 2022
Street Seal Coating Project. Project No. 32179
Staff Recommendation: Approve.
Summary: When approved, this bill will authorize a contract with Corrective Asphalt
Materials in the amount of $93,989.20 for the 2022 Seal Coating Project.
Origin of Request: City Staff
Department Responsible: Public Works
PERSON RESPONSIBLE: MATTHEW J. MORASCH, P.E./Britt E. Smith, P.E.
Background Information: This bill would authorize an agreement with Corrective
Asphalt Materials of South Roxana, Illinois to complete the seal coating portion of our
annual street maintenance program. The list of streets in this year's project were
discussed and approval recommended by the Public Works and Planning Committee at
their May meeting.
Fiscal Information:
I Account I Available Required Remaininq
I 45-990-577031 I $526 ,106.09 $93 ,989 .20 $432,116 .80
BILL NO . 2022-011
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 CORRECTIVE
ASPHALT MATERIALS, IN THE AMOUNT OF $93,989.20 FOR THE 2022 STREET
SEAL COATING PROJECT.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI , AS
FOLLOWS:
Section 1. Authorize the Mayor and City Clerk to execute a construction contract
with Corrective Asphalt Materials in the amount of $93,989 .2 0 for the 2022 Street Seal
Coating project.
Section ~-The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section ~-This Ordinance shall 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 City ~
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Coop erative Procurement-City of Moberly for Reclamite Seal
Public Works-Street Division-Opened February 15, 2022 by City of Moberly
RECOMMENDATION:
Staff recommends utilizing Corrective Asphalt Materials from South Roxana, Illinois to apply
pavement seal coating to roads in Jefferson City. These services were competitive ly bid and
advertised by the City of Moberly in February of this year. Corrective Asphalt Materials was the
only bidder that bid reclamite. Their bid specifications included cooperative procurement
language to allow any municipality or county within the State of Missouri to use the contract
under the same terms. The City of Jefferson plans to have the reclamite pavement seal coating
applied to 98,936 square yards of roads for a total cost of$93,989.20.
BIDDERS:
Corrective Asphalt Materials, South Roxana, IL
FISCAL NOTE:
Account Number Description FY 2022
Budget
Street Resurfacing-Public
Total Bid
$0.95 SY
Expended or
Encumbered Bid Amount
Amount
Balance
45-990-577031 Works-Sales Ta x G $526,106.09 $12,423.00 $93,989.20 $419,693.89
Bid Total $93,989.20
PAST PERFORMANCE:
The City has utilized Corrective Asphalt Materials for the last two years and the vendo r has
provided products and services satisfactorily to the Department.
ATTACHMENTS-SUPPORTING DOCUMENTATION
City or
,~;oifixr<P:!iJ/trrip f
.: -
Reclamite SeaPift
Est. sq. yd.
50.000sg. yd.
Restorative Seal *
Est. sq. yd.
20.000 sq. yd.
Company Name:
BID SHEET
Unit Price$
$0.03/sy R esi dent Notifications t~-.:-e.-e. C...e."'-h)
$0.05/sy Street Sweeping ( y.·,v e. <--e."-I.e ':>)
Unit Price$
{O M-\) o\\(...,-C..;:..C
1.35 ~'("'<""\y"'~ t.c~/sq. yd.
$0.03/s y Resident Notification s l~"-..-~<!. c.-e">r-;,)
$0.07/sy Street Sweeping ("::>we.,....._ c e.M'::>)
~ss= e£.*· .. ...ri_ ~ S ~ he. \\-\"<\<A~-:-=~~\:::,, U-L
Signature: ---~------"'7/t----'--/# ______ _
**Please Note·-Contact Tim Grimsley, Pub . Works Supt. to schedule/coordinate work.
)!O}J~ S-ine -{ Jrnpf7)ven/7tn -l~
CITY OF MOBERLY j!}f-1n'1
"BI D OPENING"
(J;e f'
$
&1.-~J---
$ -1 .1S
$ ____________________ __
$ ____________________ __
$ ____________________ __
$ ____________________ __
$ ____________________ __
$ ____________________ __
$ ____________________ __
$ ____________________ __
$ ____________________ __
$ ____________________ __
$----------~----------
$ ____________________ __
CITY OF JEFFERSON
CONTRACT FOR CONSTRUCTION SERVICES
TIHS 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 Corrective Asphalt Materials, L.L.C., hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, Contractor has become the lowest responsible bidder for furnishing the
supervision, labor, tools, equipment, materials and supplies for the following City improvements:
2022 Street Seal Coat Project.
NOW THEREFORE, the parties to this contract agree to the following:
1. Scope ofServiees.
Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for the 2022
Street Seal Coat Project, 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. Pavment.
The City hereby agrees to pay Contractor 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 Parks and Recreation Department, and in accordance with the rates and/or amounts stated in the
bid of Contractor dated May 5, 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. The
total amount of this contract shall not exceed Ninety-Three Thousand Nine Hundred Eighty-Nine Dollars
and Twenty Cents ($93,989.20).
3. Manner and Time for Completion.
Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies
necessary to perform, and to perform said work at Contractor's own expense in accordance with the contract
documents and any applicable City ordinances and state and federal laws within sixty ( 60) days from the
date last executed by a party as indicated below.
4. Prevailing Wages.
Contractor represents that the work performed under this contract is "maintenance" and therefore not
subject to the payment of prevailing wage under Missouri law. Pursuant to this representation, Contractor
agrees to defend, hold harmless, and indemnify the City from any claim, cause of action, loss, damage,
penalty, fine, or judgment reasonably related to City's reliance on Contractor representation stated herein.
This duty to defend, hold harmless, and indemnify shall be in addition to any other similar obligation or
liability set forth or created under this contract.
5. Insurance.
Contractor shall procure and maintain at its own expense during the life of this contract:
A. Workmen's Compensation Insurance for all of its employees to be engaged in work under
this contract.
B. Contractor's Public Liability Insurance in an amount not less than $3,000,000 for all claims
arising out of a single occurrence and $500,000 for any one person in a single accident or
occurrence, except for those claims governed by the provisions of the Missouri Workmen's
Compensation Law, Chapter 287, RSMo, and Contractor's Property Damage Insurance in
an amount not less than $3,000,000 for all claims arising out of a single accident or
occurrence and $500,000 for any one person in a single accident or occurrence.
C. Automobile Liability Insurance in an amount not less than $3,000,000 for all claims arising
out of a single accident or occurrence and $500,000 for any one person in a single accident
or occurrence.
D. Owner's Protective Liabilitv Insurance. The Contractor shall also obtain at its own expense
and deliver to the City an Owner's Protective Liability Insurance Policy naming the City
and the City as the insured, in an amount not less than $3,000,000 for all claims arising out
of a single accident or occurrence and $500,000 for any one person in a single accident or
occurrence, except for those claims governed by the provisions of the Missouri Workmen's
Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes
liability for damage to underground structures or by reason of blasting, explosion or
collapse. Such policy shall not be required if the City of Jefferson is endorsed as an
additional insured under the policies described in Sub-paragraphs B and C above and such
are not subject to cancellation or modification without thirty (30) days' notice to the City.
E. Subcontracts. In case any or all of this work is sublet, the Contractor shall require the
Subcontractor to procure and maintain all insurance required in Sub-paragraphs A, B, and
C hereof and in like amounts.
F. Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs 8
and C hereof shall provide adequate protection for Contractor and its subcontracts,
respectively, against damage claims which may arise from operations under this contract,
whether such operations be by the insured or by anyone directly or indirectly employed by
it, and also against any special hazards which may be encountered in the performance of
this contract.
NOTE: Paragraph F is construed to require the procurement of Contractor's protective insurance
(or contingent public liability and contingent property damage policies) by a general contractor
whose subcontractor has employees working on the project, unless the general public liability and
property damage policy (or rider attached thereto) of the general contractor provides adequate
protection against claims arising from operations by anyone directly or indirectly employed by
Contractor.
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 tenns 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. Liquidated Damages.
The City may deduct Two Hundred Dollars ($200.00) from any amount otherwise due under this contract
for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such
diligence as will ensure the completion by the time above specified, or any eXtension thereof, or fails to
complete the work by such time, as long as the City does not terminate the right of Contractor to proceed.
It is further provided that Contractor shall not be charged with liquidated damages because of delays in the
completion of the work due to unforeseeable causes beyond Contractor's control and without fault or
negligence on Contractor's part or the part of its agents.
2
8. Termination.
The City reserves the right to tenninate this contract by giving at least five (S) days prior written notice to
Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a
bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver
should be appointed for Contractor or for any of its property, or if Contractor should persistently or
repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor
should refuse or fail to make prompt payment to any person supplying labor or materials for the work under
the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions
of the contract.
9. City's Right to Proceed.
In the event this contract is terminated pursuant to Paragraph 8, then the City may take over the work and
prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable
to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case
the City may take possession of, and utilize in completing the work, such materials, appliances and
structures as may be on the work site and are necessary for completion of the work. The foregoing
provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of
the contract, city ordinances, and state and federal laws.
10. 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,
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.
11. Payment for Labor and Materials.
Contractor agrees and binds itself to pay for all labor done and for all the materials used in the construction
of the work to be completed pursuant to this contract.
12. Supplies.
Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of
goods and materials for the project as set out in Section 144.062, RSMo 1986 as amended.
13. Performance and Materialman's Bonds Required.
Contractor shall provide a bond to the City before work is commenced, and no later than ten ( 1 0) days after
the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment
of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers
compensation insurance and all other insurance called for under this contract, and the payment of the
prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the
City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute
discretion. The amount of the bond shall be equal to the Contractor's bid.
14. Knowledge of Local Conditions.
Contractor hereby warrants that it has examined the location of the proposed work and the attached
specifications and has fully considered such local conditions in making its bid herein.
3
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. 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 attorneys' fees and expenses incurred in such action.
17. Contract Documents.
The contract documents shall consist of the following:
a. This Contract d. Notice to Bidders
b. Addenda e. Signed Copy of Bid
c. Information for Bidders f. Drawing and/or Sketches
This contract and the other documents enumerated in this paragraph, form the contract between the parties.
These documents are as fully a part of the contract as if attached hereto or repeated herein.
18. Complete Understanding, Merger.
Parties agree that this document, including those documents described in the section entitled "Contract
Documents", represent the full and complete understanding of the parties. This contract includes only those
goods and services specifically set out. This contract supersedes all prior contracts and understandings
between the Contractor and the City.
19. 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 either party shall seek to
enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to
receive, in addition to any other relief, its reasonable attorneys' fees, expenses and costs.
20. 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.
21. Waiver of Breach.
Failure to insist upon strict compliance with any of the tenns, 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.
ll. Assignment.
Neither party may sell or assign its rights or responsibilities under the tenns of this agreement without the
express consent of the remaining party.
23. Nondiscrimioatioo.
Contractor agrees in the performance of this contract not to discriminate on the grounds of race, creed,
color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any
4
employee of Contractor or applicant for employment, and shall include a similar provision in all
subcontracts let or awarded hereunder.
24. DJegallmmigration.
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 prior to issuance ofthe Notice
to Proceed.
25. Construction Safety Program Requirements.
a. Contractor shall require all on-site employees to complete the ten-hour safety training
program required pursuant to Section 292.675 RSMo, if they have not previously
completed the program and have documentation of having done so. All employees
working on the project are required to complete the program within sixty (60) days of
beginning work on the Project.
b. Any employee found on the worksite subject to this section without documentation of the
successful completion of the course required under subsection (a) shall be afforded twenty
(20) days to produce such documentation before being subject to removal from the project.
c. Pursuant to Section 292.675 RSMo., Contractor shall forfeit as a penaJty to City Two
Thousand Five Hundred Dollars ($2,500.00) plus One Hundred Dollars ($1 00.00) for each
employee employed by Contractor or subcontractor, for each calendar day, or portion
thereof, such employee is employed without the required training. The penalty shall not
begin to accrue until the time periods in subsections (a.) and (b.) have elapsed. City shall
withhold and retain from the amount due Contractor under this Contract, all sums and
amounts due and owing City as a result of any violation of this section.
26. Notices.
All notices required or pennitted 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, 65101
If to the Contractor:
Corrective Asphalt Materials, LLC
Attn: Colleen West
300 Daniel Boone Trail
South Roxana, n... 62087
[Signatures to Follow on Next Page]
5
CITY OF .JEFFERSON, MISSOURJ
Carrie Te rg in. Ma yo r
Dale: ___ _
ATrEST:
C ity C lerk
A PPROVED AS TO FORM: Citrd2
CORRECTIVE ASPHALT MATERIALS
]l_eiL: ~ "Y:>~
Tille: '\1'1'C..."c..
Dare: s=\ z...')\ ~1..--
ATTEST:
6
orr ec ti ve
spha lt
ateri als
May 5, 20 22
Br itt E. Smith, PE , F.NSPE
O peration Divisi on Direct o r
Department o f Public Wor ks
Jefferson Ci ty, Missouri
573-634 -6450
bsmit h@jefferso n citvmo.gov
Dear Br itt
Mail ing Address: Exhibit A
300 Da niel Boone Tr ail
S ou th Roxan a, IL 6208 7
Phone: 61 8 -254 -3 855
Fax: 61 8-254 -2200
Locations:
300 D an iel Boon e Trai l , South Roxana, IL 62087
43W630 Wheel er Road . Sugar Grove, IL 60 554
Corrective As ph alt Ma teria ls , LLC, (CAM) thanks yo u fo r t he opportunity to assist i n the City of Jeffe rson City road mai n t en an ce
program . Plea se acc ep t t he follo wi ng as our forma l proposal t o ap ply Reclamite M altene Bas ed Rejuvenati ng Agent t o se l ected
asphal t pavement.
• Apply Reclamite to 98,936 SY of sel ected asphalt pavement per the specificati ons set forth in the Moberly Cooperative
agreement
• CAM's res ponsibilities:
o Furnish and appl y Reclamite
o Fu rnish and apply lim e screen i ngs
o All traffic control and signs related to project
o Hand le a ny complaints or is su e.s that may arise from application
• U nit Price Reclnmitc: S0.95 SY
• Total Price $93,989.20
.. City to do all resident notifications and all street sweeping ..
M i ke Sumr<JII, Operat i ons Manager will be contacti ng you to schedul e the project.
Info : mike@c<J mmid w est .com, Cell: 630-465·4142
Billing Information (plea se fill ou t upon acce pta nc e)
Name:------------
Phone Nu mber:---------
Again, t hank you for the opportunity. We look forward to providing our profes~ionaf.setvlces.
Sincerely,
Michael Sumrall
Operati ons Manage r
APPROV ED BY:
Sign
haps://corre ct iv easphal t.c om _
Colleen West
Ousi ness Development
Date
Reli ~ble , Effic ient ~phaft ~reservati.,:::.on=-=------'
BILL SUMMARY
BILL NO: 2022-012
SPONSOR: Councilmember Fitzwater
SUBJECT: A Construction Contract with Donelson Construction Company. LLC for the
2022 Micro Surfacing , Project No . 32178
DATE INTRODUCED: June 6 . 2022 /
DEPARTMENT DIRECTOR(S)::;;---__,~..l.Ll<....--r-....:........,-~--+-L_-==-· _____ _
CITY ADMINISTRATOR:---'II!!!fLL:.::::::::::=--L..i::£=.'£2~-----------
Staff Recommendation: Approve .
Summary: When approved , this bill will authorize a contract with , Donelson
Construction Company, LLC in the amount of $202,735.57 for the 2022 Micro Surfacing
project.
Origin of Request: City Staff
Department Responsible: Public Works
PERSON RESPONSIBLE : MATIHEW J . MORASCH , P.E ./David Bange , P .E .
Background Information: The City is looking to mainta i n the integrity of our aspha lt
streets by treating them with "PressurePave" pavement/crack f illing products . Th is
contract will make use of the cooperative procurement agreement that was approved by
Greene County . We plan for the "PressurePave " product to be applied to 25 ,624 square
yards of street for a total cost of $202 ,735.57 . Funding for this proje ct will come from the
Street Resurfacing account of Sales ta x G.
Fiscal Information:
Account Available Requ ired Remaining
45-990-577031 $419 ,696 .09 $202 ,735 .57 $216 ,960.5 2
BILL NO. 2022-012
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 DONELSON
CONSTRUCTION COMPANY, LLC , IN THE AMOUNT OF $202 ,735 .57 FOR THE 2022
MICRO SURFACING PROJECT.
WHEREAS, Donelson Construction Company , LLC through cooperative procurement
has become the apparent lowest and best bidder on the 2022 Micro
Surfacing project;
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , AS FOLLOWS :
Section 1. Donelson Construction Company, LLC through the cooperative
procurement process is hereby accepted for the 2022 Micro Surfacing project.
Section ~-The Mayor and City Clerk are hereby authorized to execute an
agreement with Donelson Construction Company, LLC for the 2022 Micro Surfacing
project.
Section ~-The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section 1. This Ord inance shall 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 :
C ity Clerk
FINANCE DEPARTMENT
PURCHASING DIVISION
SUB JECT: Cooperative Procurement/Sole Source -County of Greene for PressurePave
Public Works-Street Division-Awarded 113 /2 0 17 and amended 4118 /2022 by
Greene County
RECOMMENDATION:
Staff recommends utilizing Donelson Construction Company from Clever, Missouri to apply
their "PressurePave" pavement/crack fi ll ing p roducts to roads in Jefferson City. These services
were deemed a so le source and advert ised by the County of Greene in January of 2017 and
approved as a sole source/cooperative procurement by City Council on August 2, 2021. The
contract has been amended and has been ex tended u ntil December 31, 2022. Their bid
specifications included cooperative procurement language to allow an y municipality or county
w ithin the State of Missouri to use the contract under th e same terms. The City of Jefferson plans
to have th e PressurePave seal coati ng applied to 25,624 square yard s of road s for a total cost of
$202,735.57.
BIDDERS:
Donelson Construction Company, Clever, MO
FISCAL NOTE:
Account Number Descri ption FY 2022
Budget
Street Res urfacing-
45-990-577031 Pu b li c Wo r ks-Sa les Tax G $526,106.09
Total Bid
$1.25 per sy -PressurePave
$5 .53 per sy-MAQS-2 Scratch
$5 .53 per sy-MAQS -2
Ex p ende d o r
Encumbe r e d Bid Amount Balance
Amount
$102,412.20* $202,735.57 $216,958.32
Bid Tota l
*Includes the $93,989.20 to be enc umbered with Conecti ve Asphalt if approved by City Council
PAST PERFORMANCE:
The City has uti lized Donelson Construction Company, LLC last year and the vendor has
provided products and services sati sfactorily to the Department.
ATTACHMENTS-SUPPORTING DOCUMENTATION
OFFICE OF THE PURCHASING DIRECTOR
1443 N. ROBB.ER$0N AVE .• SUITE 1 000, SPRINGFIELD. MO 65802
BOB DIXON RUSTY MACLACHLAN JOHN C. RUSSELL
PRESIDING COMMISSIONER COMMISSIONER, t • DJSTRlCT COMMISSIONER, 2-D1STRtCT
CONTRACT#: 18-0718 CONTACT: TamiGnMme
TITLE: Modified Aggregate Quick Set (MAQS) PHONE: (417)888-4018
AMENDMENT ISSUE DATE: 04-13-a22
E-MAIL: TGN8118fJgreenecountymo.gov
AMENDMENT NUMBER 7 TO AGREEMENT FOR CONTRACT SERVICES
Thts Amendment Number 7 to Agreement for Contract Sefvfces (the •Seventh Amendment) Is made and entered Into
as of Aprl13, 2022 by and between the County of Greene. ("County") and Donelson Construction, U.C. reontractor"),
for 1he purpose of amencffng the wriUen •Agreement for Contract SeMces• entered Into between the County and
Contractor as of December 27. 2018 County of Greene contract#18-0798 (the •Agreernenf).
..
Purpose: 1. The expiration date of the Agreement Is changed fram December 27, 2021 to May 1, 2023.
2. •scope OF SERVICES' and •BUDGET" 818 modified by addJng EXHIBIT I, attached
hereto.
3. Except as set forth In this Amendment. all terms, condftlans and provislon8 tl the
Agreement are unchanged and temafn In fuD foiCe and effect.
IN WITNESS WHEREOF, the parties hereto have caused Uda Seventh Amendment to the Agleement to be executed
by their respedlve duly authollzed agents as of the date find set forth above.
I certify that the expenditure contemplated by t1t1a document
Is within the purpose of the appropriation to whk:h It Ia to be
charged 81d that there Is ., unencumbered balance of
anticipated revenue appropriated for payment~ same.
~· . . . ... . . .· .
,···· .... -.·,-~~~
Date
Greene County Contnld #: 18-0798 Page 1 af1
DONELSON CONSTRUCTION LLC
~9-.Qc.. a.&
Managing Member
By:
Tftle:
By:
Title:
EXHIBIT I
C . Ph: (417) 743-2694 onstruct1on Fn= (417)743-2945
Company ,LLC---------------------to-'s-VI-'tse_HDJ_. _Ro-ad •• a-cv-er • ..,r._1o_6_563_1
April 12, 2022
Greene County Highway Department
Springfield, MO
Donelson Construction Co., LLC offers the following pricing for the patented Modified Aggregate Quick
Set (MAQS®) Surfacing System, and related services . US Patents 7,312,262B2, 9,260,826B2,
9,879,387B2, 11,060,248B2, 8,033,775B2, other patents pending, and proprietary materials and devices
are included in the products and services offered herein. All materials and labor are inclusive with these
prices, except where noted . These prices are valid within Greene County and the City of Springfield. For
other agencies located within or outside of Greene County, please see alternate pricing attached .
Donelson reserves the right to discount any of the prices listed at any time.
MAQS-1 (One lift, 12-15 pounds per square yard) ... $3.04 per square yard (non-residential)
$3.63 per square yard (residential)
MAQS-1+ (One lift, 15-18 pounds per square yard) ... $3.46 per square yard (non-residential)
$3 .88 per sq uare yard (residential)
MAQS-2 (One lift, 17-21 pounds per square yard) ... $3.82 p er square yard (non-residential)
$4.11 per square yard (residential)
MAOS-2+ (One lifl, 2 1-25 pounds per sq uare yard) ... $4.35 per square yard (non-res idential)
$4.60 per sq uar e yard (residential)
MAOS-3 (One lift, 25-30 pounds per square yard) ... $4 .64 per square y ard (non-residential)
$4.97 per square yard (residential)
MAQS-FlexScratch (leveling course/cra ck repair) ... same prices stated above
MAQS-PressurePave Crack Filler ... $0.40 p er pound installed
MA.QS-ChjpLock and MAQS-ChipLock-AF ...
$4.70 per gallon plu s $0.95 per square yard (non-residential)
or $1.75 per square yard (residential)
Hot rubber crack-fill (labor only, County or City to s uppl y material) ... $4.10 per pound in stal led
Cold mix asphalL...$61.00 per ton FOB Clever Stone Quarry
Respectfully Submitted,
~~
Michael J. Donelso n
Owner
Construction
EX.BIBITI
I 075 Wise Hill Rond , C h:vcr, MO 6563 1
Phone: (417) 743-2694
Fa~ (4 17) 743-2945
Cornpany,LLc ____________________________________________ ___
2022 Greene County Cooperative Agreement Pricing -Other Agencies
Modified Aggregate
Quick Set (per yd2 )
D'i:KiAAU'l"Z!i'li!'£'li>HlM\...~~~~-:.."\1~~'::!t~l!l>~.t:::.i"~-·:;~,n.~~l3..~~~~~
PressurePave Sealant Hot Rubber Crack Filler
MAQS-1 $ 3.91
MAQS - 1 + $ 4.15
~ MAQS - 2 $ 4.39
Q)
_J MAQS - 2 + $ 4.85
$1 .25 per yd2 $1.11 per yd '
MAQS -3 $ 5 .28
MAQS-FlexScratch ( Same prices as above)
~~~~,. ~~~~~~'G'As-:tc!.'i;:r..t:li.S": ~-~~~L:~,"::;.s .... ::~. :;~< .. r:.~ ~-:;t."ii.!J;:".::.'~ .. t~"~';:.:.:. -;:·.:~ :r~;~~~:~~~:~~~
MAQS -1 $ 4.17
N MAQS - 1 + $ 4.46
~ MAQS-2 $ 4 .65 $1.25 per yd2 $1.11 per yd 2
_J MAQS -2 + $ 5.05
MAQS -3 $ 5.42
MAQS-Fl exScratch (Same prices as above)
~'r'"~~~UQi:~)L~~-iG:-t~~~,W~'!::~~..::.~
MAQS -1 $ 4.49
C') MAQS-1 + $ 4.75
~ MAQS-2 $ 4.97 $1 .25peryd2 $1.11 peryd2
_3 MAQS -2 + $ 5.45
MAQS - 3 $ 5.88
MAQS-FlexScratch (Same prices as above)
y;_~-.~~~·'<""i:'"""'~'"t"'"S"r;.~~ :'i">X:!: 1"""'-.l..~~. "":-~~·'.':".;: ~~~~-~'l;D;c:m .. ~..-"'~
MAQS -1 $ 4 .85
v MAQS - 1 + $ 5.08
~ MAQS -2 $ 5.28 $1 .25 per yd2 $1.25 per yd 2
_3 MAQS -2 + $ 5.64
MAQS -3 $ 6.00
MAQS-FlexScr~tch (Same prices as abovet~. ..... ., ·u , • ~.: "' •. , •• " ... .....,...._. ~~~ .... ~..9<!~"ili'!h .... .::z~ .. ,..~~ . .,..~:it£1~c\!~~~..n:rzz:tt .. ,:.Si:'....-.. ~~.~~
MAQS - 1 $ 5.09
1.0 MAQS-1 + $ 5 .31
~ MAQS - 2 $ 5.53 $1.25 per yeP $1 .25 per yd2
_3 MAQS -2 + $ 5.94
MAQS -3 $ 6.35
''·~ • ~~~~f.Je~~2f.~~J~~~~ -~~~<:.~~a~-.?~-0~~~ .... ''''""'·~.l , ~E,.·~ .... ~..: . .-• ~ ~ .. ·:.~..r · ...... ~ ..• ,., ..... ..,.-:.t ~·~;· f'· .... -·4ob oft.IT· .-.a.:. ............ ~~~fr!·b .. ~.( ... ,_M.,;:-.-';/~~·.-a--~""""'"'\~~-~..x_~~ ); .. -b~-~ .
MAQS - 1 $ 5.22
co MAQS -1 + $ 5.54
~ MAQS -2 $ 5.85 $1 .2 5 per yd2 $1.25 per yd•
_J MAQS -2 + $ 6.28
MAQS-3 $ 6.70
MAQS-Fl exScr atch ( Same prices as above)
Ill~~
DONELSON
l'bJP
Construction
Company,LLC
May II , 2022
Britt Smith
City of Jefferson City
320 E. McCarty St
Jefferson City, MO 65 10 I
ESTIMATE
Ph: (4 17) 743-2694
Fa x: (417) 743-2945
I 075 Wise Hill Road C lever MO 65631
Donelson Construction Co., LLC is pleased to provide th e following quote for th e in stallation of our patented Modified
Aggregate Quick Set (MAQS®) Surfacing and PressurePave® Systems. The pric es include all labor equipment, material s and
traffic control.
The unit prices for the separate materia ls are as fo ll ows (per yd2):
MAQS-PressurePave®-$1.25
MAQS®-2 Scratch $5.53
MAQS®-2 $5.53
From : Fairway Dr To: south concrete Yd2: 6 ,157
$0.00 Scratch y d2 : r-----------------~~~3=4,~u~48~.~21r-~--------------~
~41,7 44.46-
From: Nob Hill Rd west concrete Yd2: 995
Total
Sherwood Dr From· north concrete To· south end Yd2: 5 257 '
MAQS-PressurePave®-$6,571.25
MAQS®-2 Scratch $1,376.97 Scratch yd2: 249
MAQS®-2 $29,071.21
Total $37,019.43
Taylors Ridge Ct From: Sherwood Dr To · west RAB Yd2· 2 567 '
MAQS-Press urePave®-$3,208.75
MAQS®-2 Scratch $525.35 Scratch yd2: 95
MAQS®-2 $14,195.51
Total $17,929.61
Tyler Run Ct From: Sherwood Dr To: east RAB Yd2: I 967 '
MAQS-Press urePave®-$2,458.75
MAQS®-2 Scratch $4,899.58 Scratch y d2: 886
MAQS®-2 $10,877.51
Total $18,235.84
Graystone Dr From: west concrete To: Gettysburg PI Yd2: 3,943
MAQS-PressurePave®-$4,928.75
MAQS®-2 Scratch $3,876.53 Scratch yd2: 701
MAQS®-2 $21,804.79
Tota l $30,610.07
S b anon Dale Ct From · Graystone Dr To· north RAB Yd2· 2 317 '
MAQS-PressurePave®-$2,896.25
MAQS®-2 Scratch $33 1.80 Scratch y d2: 60
MAQS®-2 $12,813.01
Total $16,041.06
Gettys b u ra PI "' From · Ho ll ow To· so ut h CDS Yd2· 8 082 '
MAQS-Press ureP ave®-$10,102.50
MAQS®-2 Scratch $12,719.00 Scratch yd2 : 2,300
MAQS®-2 $44,693.46
Total $67,514.96
Antietam Ct From· Gettysb urg PI To · east CDS Yd2: 1 491 '
M A QS-Press urePave®-$1,863.75
MAQS ®-2 Scratch $5,275.62 Scratch yd2: 954
MAQS ®-2 $8,245.23
Total $15,384.60
GRAND TOTAL: $251,226.13
-LJ(} ti'f~ 5"'tp -zd 1 r ,
~ -to z., 7 3 5"'.fi7
Ph: (417) 743-2694
Fax: (417) 743-2945
1075 Wise Hill Road, Clever, MO 65631
PO:
$1.25
$5.53 $0.00
$5.53 $0.00
From: To: Yd2:5,257
MAQS-PressurePave®-
MAQS®-2 Scratch Scratch yd2:249
MAQS®-2
Total
From: To: Yd2:2,567
MAQS-PressurePave®-
MAQS®-2 Scratch Scratch yd2:95
MAQS®-2
Total
From: To: Yd2:1,967
MAQS-PressurePave®-
MAQS®-2 Scratch Scratch yd2:886
MAQS®-2
Total
$2,458.75
$4,899.58
$10,877.51
$18,235.84
$3,208.75
$525.35
$14,195.51
$17,929.61
Tyler Run Ct Sherwood Dr east RAB
$6,571.25
$1,376.97
$29,071.21
$37,019.43
Taylors Ridge Ct Sherwood Dr west RAB
Sherwood Dr north concrete south end
Donelson Construction Co., LLC is pleased to provide the following quote for the installation of our patented Modified
Aggregate Quick Set (MAQS®) Surfacing and PressurePave® Systems. The prices include all labor equipment, materials and
traffic control.
The unit prices for the separate materials are as follows (per yd2):
MAQS-PressurePave®-
MAQS®-2 Scratch
MAQS®-2
MAQS®-3 Scratch
MAQS®-3
ESTIMATE
May 25, 2022
Britt Smith
City of Jefferson City
320 E. McCarty St
Jefferson City, MO 65101
From: To: Yd2:3,943
MAQS-PressurePave®-
MAQS®-2 Scratch Scratch yd2:701
MAQS®-2
Total
From: To: Yd2:2,317
MAQS-PressurePave®-
MAQS®-2 Scratch Scratch yd2:60
MAQS®-2
Total
From: To: Yd2:8,082
MAQS-PressurePave®-
MAQS®-2 Scratch Scratch yd2:2,300
MAQS®-2
Total
From: To: Yd2:1,491
MAQS-PressurePave®-
MAQS®-2 Scratch Scratch yd2:954
MAQS®-2
Total
GRAND TOTAL:$202,735.57
$1,863.75
$5,275.62
$8,245.23
$15,384.60
$10,102.50
$12,719.00
$44,693.46
$67,514.96
Antietam Ct Gettysburg Pl east CDS
$2,896.25
$331.80
$12,813.01
$16,041.06
Gettysburg Pl
south of Sherman
Hollow south CDS
$4,928.75
$3,876.53
$21,804.79
$30,610.07
Shanon Dale Ct Graystone Dr north RAB
Graystone Dr west concrete Gettysburg Pl
BILL SUMMARY
BILL NO: 2022-013
SPONSOR: Councilmember Fitzwater
SUBJECT: A Construction Contract with Jefferson Asphalt for the 2022 Mill and
Overlay, Project No. 32177 , Bid No . IFB4042
DATE INTRODUCED: June 6, 2022
DEPARTMENT Dl RECTOR( S) :7'7----/.~~;z_.:.:.....:____:_:-J-----==:=7J::.=-------
CITY ADMINISTRATOR:,~~-=-----==-----L..~~~~::._ ______ _
Staff Recommendation: Approve .
Summary: When approved, this bill will authorize a contract with Jefferson Asphalt in
the amount of $831,178 .50 for the 2022 Mill and Overlay .
Origin of Request: City Staff
Department Responsible: Public Works
PERSON RESPONSIBLE: MATTHEW J. MORASCH , P.E ./David Bange, P.E.
Background Information: This bill would authorize an agreement with Jefferson Asphalt
Company of Jefferson City to complete our annual street resurfacing project. The list of
streets in this year's project was discussed and approval recommended by the Public
Works and Planning Committee. However, due to cost escalation , the current budget
does not permit doing the full project. Staff has removed two streets each from the overlay
and micro surface projects in order to bring the projects within the current budget with the
intent of doing these streets in future years . Those changes are noted on the attached
revised schedule of work . In order to restore those streets to the projects, an additional
$246 ,979.06 would need to be allocated to the project. Fund i ng for this project will c ome
from the remainder of the street resurfacing funds in Sales Ta x G and a portion of the
same funds from Sales Tax H.
Fiscal Information:
Account Available Requ i red RemaininQ
45-990-577031 $216,·960 .52 $216 ,9 58 .32 $0 .00
46-990 -577031 $690,000.00 $614 ,217.98 $75 ,782.02
BILL NO . 2022-013
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 JEFFERSON
ASPHALT, IN THE AMOUNT OF $831 ,178 .50 FOR THE 2022 MILL AND OVERLAY
PROJECT.
WHEREAS, Jefferson Asphalt has become the apparent lowest and best bidder on the
2022 Mill and Overlay project.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , AS FOLLOWS:
Section 1. The bid of Jefferson Asphalt is declared to be the lowest and best bid
and is hereby accepted for the 2022 Mill and Overlay project.
Section z. The Mayor and City Clerk are hereby authorized to execute an
agreement with Jefferson Asphalt for the 2022 Mill and Overlay project.
Section ~· The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section ~> This Ordinance shall be in full force and effect from and after the date
of its passage and approval.
Passed : __________ _ Approved : _______ _
Presiding Officer Mayor Carrie Tergin
ATIEST: APPROVED AS TO FORM:
City Clerk Ci ~
Antietam Ct.2022 4 Y Gettyburg Pl End 0.17 $7,412.80
Foxboro 2023 4 Y Nob Hill Concrete 0.15
Gettyburb Pl 2022 4 Shermans Hollow End 1.12 $48,816.00
Greystone Dr 2022 4 Concrete Gettysburg PL 0.64 $27,790.47
Nob Hill 2023 4 Fairway Dr.Concrete 0.93
Shanon Dale Ct 2022 4 Greystone Dr End 0.34 $14,946.13
Sherwood Dr 2022 4 Concrete End 0.84 $36,664.73
Taylors Ridge Ct 2022 4 Sherwood Dr End 0.32 $13,786.00
Tylers Run Ct 2022 4 Sherwood Dr End 0.27 $11,752.00
Sub-Total 3.68 $202,736
Norris Dr.2022 3 Boonville Road Concrete 0.65 $37,996.25
Truman Blvd 2022 3 Amazonas Dr.Ventura Dr.0.23 $21,597.00
Truman Blvd 2022 3 N Ten Mile Dr.Scott Station Rd.2.73 $254,331.50
Truman Blvd 2022 3 Scott Station Rd.Amazonas Dr 0.53 $48,974.00
Truman Blvd 2022 3 Ventura Dr.W Truman Pl (P)0.56 $51,790.00
Truman Blvd 2022 3 Y W Truman Pl (P)Country Club Dr.0.78 $72,987.00
Burehrle Dr.2022 4 Y Satinwood Dr.Edgewood Dr.1.27 $94,449.75
Dogwood Dr.2022 4 Y Buehrle Dr.Edgewood Dr.0.39 $28,580.75
Dogwood Dr.2022 4 Y Stdium Blvd.Buehrle Dr.0.18 $13,382.00
Lynnwood Dr.2022 4 Stadium Blvd.Buehrle Dr.0.27 $20,100.50
Melody Dr.2022 4 Y Satinwood Dr.Pondarosa Rd.0.73 $54,114.50
Pondarosa Rd.2022 4 Y Buehrle Dr.Edgewood Dr.0.38 $28,438.25
Swifts Hwy.2023 4 Edgewood Dr.Southwest Blvd.0.56
Ellis Blvd 2023 5 Greenberry Rd.Rosewood Dr.1.97
Greenberry Rd.2022 5 Ellis Blvd.City Limits 1.41 $104,437.00
Sub-Total 10.11 $831,179
Armory Alley 2022 2 St. Marys Blvd End of City Maint.0.12 $712.50
Armory Dr.2022 2 St. Marys Blvd End of City Maint.0.17 $1,071.39
Ashley St.2022 2 Madison St.Jefferson St.0.22 $1,339.50
Broadway St.2022 2 W. Main St.W. High St.0.51 $3,113.89
Cherry St.2022 2 Miller St.McCarty St.0.19 $1,137.89
Chestnut St.2022 2 Bridge (MoDOT)McCarty St.0.21 $1,308.89
High St 2022 2 Jefferson St.Washington St.0.41 $2,508.00
High St 2022 2 Washington St.Broadway St.0.30 $1,828.75
Miller St. E.2022 2 Cherry St.Laffayette 0.30 $1,868.65
Miller St. E.2022 2 Chestnut St.Cherry St.0.16 $1,002.78
Miller St. E.2022 2 Clark Ave Chestnut St.0.83 $5,098.33
St Marys Blvd 2022 2 Armory Dr Gipfert Ln 1.24 $7,615.83
St Marys Blvd 2022 2 Gipfert Ln Dead End 1.20 $7,359.33
Williams St.2022 2 Dix Rd Beck St.0.24 $1,490.97
Industrial Dr 2022 3 Dix Rd Wilson Dr.0.99 $6,051.50
Industrial Dr 2022 3 Norman Dr.Jaycee Dr.1.59 $9,740.03
Industrial Dr 2022 3 Wilson Dr.Norman Dr.1.24 $7,598.73
Meadow Brook Ct.2022 3 Rock Creek Terr.Dead End 0.22 $1,351.11
Meadow Brook Dr.2022 3 Meadow Brook Ct.Valley View Terr.0.29 $1,756.44
Rock Creek Terr.2022 3 Valley Park Dr.Meadow Brook Ct.0.37 $2,249.60
Valley Park Dr.2022 3 Country Club Dr.Valley View Terr.0.57 $3,482.49
Valley View Ct.2022 3 Valley View Terr.Dead End 0.58 $3,546.67
Valley View Terr.2022 3 Valley View Ct.Dead End 0.89 $5,458.49
Clover Ln 2022 5 Payne St.Greenmeadow 0.16 $988.00
Green Meadow Dr.2022 5 Whitney Woods Dr.North End 1.68 $10,298.00
Payne St.2022 5 Greenberry Rd.Brookside Dr.0.65 $4,009.00
Sub-Total 15.33 $93,987
Yearly Total 29.13 $1,127,901
Street removed from this year's work plan for budget reasons.
NEW TO
LIST
2022 StreetOverlay ListWARD
2022 StreetSeal Coat List (Streets Overlaid in 2021)2022 Micro Surface ListLane
Miles
Preliminary Street Overlay List Summary
Dated Revised: May 25, 2022
TO COSTLOCATIONPlanned
Year FROM
Page 1 of 3
NEW TO
LISTWARD Lane
Miles
Preliminary Street Overlay List Summary
Dated Revised: May 25, 2022
TO COSTLOCATIONPlanned
Year FROM
Mercedes Ln.2023 3 Schumate Chapel Rd.Schumate Chaple Rd.0.60 $26,035.20
Pinehurst Ct.2023 4 Turnberry Dr.End 0.26 $11,262.33
Turnberry Ct.2023 4 Turnberry Dr End 1.39 $60,733.73
Turnberry Dr 2023 4 Willow Lake Ct.Turnberry Dr 1.25 $54,616.67
Willow Lake Ct.2023 4 Turnberry Dt.End 0.19 $8,475.00
Hough St.2023 1 Grant St.Riverside Dr.1.18 $87,624.50
S. Lincoln St.2023 1 Y McCarty St.Hough Park Rd.0.56 $41,834.00
Willconxon Dr 2023 1 0.36 $26,506.50
Binder Dr.2023 3 Oakview Dr.Livingston St.1.08 $80,380.00
Hillsdale Dr.2023 3 Oakview Dr.Binder Dr.0.31 $22,966.50
Marilynn Dr.2023 3 Binder Dr.Forest Hill Ave.0.81 $60,011.00
Oakview Dr.2023 3 Binder Dr.Marilyn St.0.57 $42,639.50
Schumate Chapel Rd.2023 3 Truman Blvd.Unilever Entrance 0.27 $20,223.75
Schumate Chapel Rd.2023 3 Y Unilever Entrance City Limits 1.04 $77,089.25
Willow St.2023 3 W. Main St.Belair Dr.0.28 $20,769.00
Bassman Rd.2023 4 Y Westwood Dr.Southwest Blvd.0.40 $29,523.25
Crestmere Ct.2023 4 Westwood Dr.Parkway Rd. N.0.51 $37,987.00
Eagle Trace 2023 4 End End 0.43 $31,857.75
Glenwood Dr.2023 4 Crestmere Ct.Southwest Blvd.0.34 $25,418.75
Oak Leaf Dr.2023 4 Y Jefferson St.Red Oak Dr.0.24 $18,174.25
Overlook Dr.2023 4 Route C Cedar Hill Rd 1.18 $87,350.50
Parkway Rd. E.2023 4 Y Parkway Rd. N.Glenwood Dr.0.13 $9,444.75
Parkway Rd. N.2023 4 Y Crestmere Ct.Parkway Rd. E.0.12 $9,009.00
Red Oak Dr.2023 4 Y Southridge Dr.Oak Leaf Dr.0.47 $34,570.25
Stone Briar Rd 2023 4 Y Turnberry Dr.Eagle Trace 0.15 $10,946.25
Sun Meadow Ln.2023 4 Y Overlook Dr. South End Overlook Dr. North End 0.36 $26,531.25
Turnberry Dr.2023 4 Y Country Club Willow Lake Ct.1.25 $92,666.00
Westwood Dr.2023 4 Y Tower Dr.Southwest Blvd.0.68 $50,711.50
Westwood Dr.2023 4 y Woodclift Dr.Tower Dr.0.39 $28,715.00
Windsor St.2023 4 Y Westwood Dr.Tower Dr.0.31 $22,947.25
Bluebird Ln 2023 5 0.53 $39,642.00
Dixon 2023 5 Y Greenberry Rd.Hough Park Rd.0.74 $54,662.50
Flamingo Rd 2023 5 Y 0.40 $29,926.00
Idlewood Rd 2023 5 Y Bluebird Meadowlark Ln 0.28 $20,489.50
Idlewood Rd 2023 5 Y Idlewood Ct Bluebird 1.05 $77,766.00
Meadowlark Ln 2023 5 Y 0.60 $44,815.00
Starling Dr.2023 5 Y 0.57 $42,236.75
Yearly Estimated Total 21.27 $1,466,557.432023 Preliminary Micro 2023 Preliminary StreetOverlay ListPage 2 of 3
NEW TO
LISTWARD Lane
Miles
Preliminary Street Overlay List Summary
Dated Revised: May 25, 2022
TO COSTLOCATIONPlanned
Year FROM
Camzie Dr.2024 5 Y Iven Rd.Hoffman Dt.0.69 $30,133.33
Hoffman Dr.2024 5 Y Concrete End 0.25 $11,141.80
Bellevue Ct 2024 2 Y Hawthorne Parkway End 0.14 $10,510.50
Darlene Dr 2024 2 Y Linden Dr Pamela Dr.0.57 $42,491.50
Dix Rd.2024 2 Y Industrial Dr.W. Main St 0.60 $44,291.75
Hawthorne Parkway 2024 2 Y Linden Dr Bellevue Ct 0.19 $14,335.50
Holly Dr 2024 2 Y Linden Dr Minnesota Ave 0.36 $26,531.25
Indiana Ave 2024 2 Y Nebraska Ave End 0.19 $14,483.50
Indiana/Minnesota Ave 2024 2 Y Minnesota Ave Indiana Ave 0.10 $7,658.25
Jefferson St.2024 2 Y Asheley St Atchison St 0.29 $27,377.00
Jefferson St.2024 2 Atchison St.Hwy 54 Bridge 0.99 $92,526.75
Jefferson St.2024 2 Dunklin St.Ashley St 0.52 $48,450.75
Jefferson St.2024 2 Expressway Dunklin St.0.34 $31,738.00
Jefferson St.2024 2 Y Hwy 54 Bridge Stadium Blvd 0.13 $11,688.75
Laurel Dr 2024 2 Y Linden Dr Minnesota Ave 0.31 $23,240.50
Linden Dr 2024 2 Y Filmore St.Darlene Dr.0.82 $60,824.75
Madison St.2024 2 Y Ashley St.Atchison St 0.32 $29,308.25
Madison St.2024 2 Y Atchison St.Franklin St.0.63 $58,465.75
Madison St.2024 2 Y Concrete Ashley St 0.19 $18,112.50
Madison St.2024 2 Y Franklin St.Hwy 54 On Ramp 0.45 $42,155.75
Minnesota Ave 2024 2 Y Indiana/Minnesota Ave End 0.20 $14,883.50
Boonville Rd.2024 3 Y Belmont Dr.Hwy 179 2.14 $158,965.25
Boonville Rd.2024 3 Y Livingston Belmont Dr.1.66 $123,019.50
Boonville Rd.2024 3 Y W. Main St.Livingston St.2.05 $152,274.25
Brookgreen Dr.2024 5 Cimarron Dr.End 0.31 $29,168.50
Carousel Dr.2024 5 Merlin Dt.Tanner Bridge Rd 0.41 $38,559.00
Cimarron Dr.2024 5 Tanner Bridge Rd Brookgreen Dr.0.64 $59,621.75
Field Haven Dr.2024 5 Knight Valley Dr.Park Crest Dr.0.15 $11,075.00
Hoffman Dt.2024 5 Tanner Bridge Rd Iven Rd.0.54 $39,907.75
Iven Rd.2024 5 Hoffman Dr.End 0.50 $36,891.00
King Arthur Dr.2024 5 Carousel Dr.End 0.18 $16,581.25
Knight Valley Dr.2024 5 Carousel Dr.Field Haven Dr.0.45 $41,506.50
Knight Valley Dr.2024 5 Field Haven Dr.Concrete 0.11 $8,209.00
Merlin Dr.2024 5 Cimarron Dr.Carousel Dr.0.76 $70,927.00
Park Crest Dr.2024 5 Field Haven Dr.Hoffman Dt.0.51 $38,143.25
Yearly Estimated Total 18.72 $1,485,198.63
Hillsdale Dr.2025 3 Binder Dr.Belair Dr.0.74 $32,333.07
Industrial Dr 2025 2 Argonne St.Hughes St.0.90 $83,284.25
Industrial Dr 2025 2 Hart St.Argonne St.0.82 $67,403.75
Industrial Dr 2025 2 McCarty St.Hart St.1.16 $94,852.00
High St 2025 1 Lafayette St.Jackson St.0.71 $66,174.25
Atchison St.2025 2 Adams St.Jackson St.0.19 $10,920.00
Carter 2025 2 Swifts Hwy Stadium 0.58 $37,056.00
High St 2025 2 Broadway St.Viaduct 0.44 $40,862.75
High St 2025 2 Jackson St.Adams St.0.39 $36,118.25
Belair Dr.2025 3 Twin Hills Boonville Rd 0.95 $123,976.25
Eastern Air 2025 3 Southen Air Airview Dr.0.28 $25,969.00
Jaycee Dr.2025 3 Industrial Dr.W. Main St 0.38 $23,555.75
Jaycee Dr.2025 3 Industrial Dr.Schellridge Rd. East 1.21 $69,703.00
Royal Air Dr.2025 3 Belair Dr.Airview Dr.0.26 $15,948.33
Twin Hill Rd.2025 3 Belair Dr.Sue Dr.1.02 $75,870.00
Holiday Dr.2025 5 Chestnut St.End 0.20 $15,034.25
Isom Dr.2025 5 Hough Park Rd Major Dr.0.31 $22,966.50
Jobe 2025 5 Hough Park Rd Cul-de-sac 0.53 $39,362.50
Kolb Dr 2025 5 Hough Park Rd Major Dr.0.33 $24,465.25
Major Dr.2025 5 Hough Park Rd.Kolb Dr.0.61 $45,382.25
Winston Ct.2025 5 Chestnut St.End 0.28 $20,774.50
Winston Dr.2025 5 Holiday Dr.Hough Park Rd.1.49 $110,289.50
Yearly Estimated Total 13.77 $1,082,301.40
Total 4 Year Program Estimated Cost $5,161,958.312024 Preliminary Street Maintenance List2025 Preliminary Street Maintenance ListPage 3 of 3
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid IFB4042 -Project 32177, 2022 Mill and Overlay
All City, Opened May 24,2022
RECOMMENDATION:
Staff recommends the award of bid IFB4042 to Jefferson Asphalt of Jefferson City, MO for Project
32177,2022 Mill and Overlay. Jefferson Asphalt was the only bid received at $1 ,029 ,66 7.00. The
quantities have been reduced due to the increase in cost to meet budgetary needs. The amount to be
expended is $831,178 .50 .
BIDS RECEIVED:
Jefferson Asphalt, Jefferson City, MO
Bid Amount
$1,029,667.00
This bid was advert ised in the News Tribune on 05/08/2022 and posted on Bonfire. Bid notifications
wer e sent to 400 vendors of which 15 we re recommended vendors .
Bids were evaluated by the Public Works Department and Jefferson Asphalt 's bid was determined to be
acceptable.
FISCAL NOTE·
Expended or
Account Number Description FY 2022 Budget Encumbered Bid Amount Balance
Amount
Street Resurfacing,
45-990-577031 Capital Projects-Sales $526,106.09 $309,147 .77* $216,958 .32 $0
Tax G
Street Resurfacing,
46-990-577031 Capital Projects-Sales $690,000.00 $0 $614,220.18 $75,779.82
Tax H
Bid Total $831,178.50
*Includes $93 ,9 89.20 and $202,735 .57 to be encumbered with Corrective Asphalt and Donelson
Construction plus $12,423.00 previously encumbered/expended.
PAST PERFORMANCE
The vend ors have satisfactoril y provided materials as specified and bid during previous years.
A IT ACHMENTS-SUPPORTING DOC UM ENTATION
signanrre: ~0 ~ ~ Ul'Ch ngAgent S I31Ji2
Page1
Date: 2410512022
Bid No.
ITEM NO.
1
2
•
DESCRIPTION_
Cold Mfiling -Ashalt
Bituminous Pavement -BP-1
TOTAL BASE BID
%OVER/UNDER ENGINEER'S EST.
APPRO X.
UNIT QUANTITY
SY 81636
Tons n42
CITY OF JEFFERSON
BID TABULATION
2022 MILL AND OVERLAY
PROJECT·NO. 32177
ENGINEER'S ESTIMATE Jeffefson Asphalt Company
UNIT UNIT
PRICE AMOUNT PRICE AMOUNT
$2.25 $183,681.00 $2.75 $224,499.00
$83.00 $642,586.00 $104.00 $805,168.00
$826,267.00 $1,029,667.00
24.6%
UNIT UNIT
PRICE AMOUNT PRICE AMOUNT
I
Department of Public Works Memorandum
320 E . McCarty Street • Jefferson City, Mi ssouri 65101 • P 573-634-6410 • F 573-634-6562 • www.jeffcitvmo.org
Date: May 31 , 2022
To : Leigh Ann Corrigan , Purchasing Director, Finance
From:
Subject:
David Bange , City Engineer \)7~
2022 Mill and Overlay
Project No. 32177
Bid No . 4042
Public Works has completed a review of the bids opened at 1:30 P.M. on May 24, 2022 for the
above noted project. As part of the review all the bids were tabulated to check for math errors
and to compare unit price quotes of the various contractors . Attached to this memo is the
tabulation of the One (1 ) bid that was received for the project, as well as a listing of the
registered plan holders .
Based on our review , we recommend acceptance of the bid from the low bidder Jefferson
Asphalt. The Overall cost of the bid exceeds the funding availible which has led to a reduction in
the overall quantities . Item #1 was reduced by 20,102 square yards and Item #2 was reduced
by 1,377 Tons. This reduction in quantity reduces the overall proposed contract price to
$8 31 '178.50 .
The project will be expensed as follows :
Jefferson Asphalt ($831, 178.50):
Account Number:
45-990-5770 31
46-990-577031
Amount Available:
$216 ,960 .52
$690 ,000 .00
Required:
$216 ,960 .52
$614 ,217 .98
Rema i ning:
$0 .00
$75 ,782.02
If you need any other information please feel free to contact me at e xtension 6433 .
DB :db
Attachments: Bid Tabulation Sheet, Plan Holders List
cc : Project file
Writer's file
CITY OF JEFFERSON
CONSTRUCTION CONTRACT
THIS CONTRACT made and entered into the date last executed by a party as
indicated below, by and between Jefferson Asphalt Company hereinafter referred
to as "Contractor", and the City of Jefferson, Missouri, a municipal corporation of the
State of Missouri, hereinafter referred to as "City".
WITNESSETH: That Whereas, the Contractor has become the lowest responsible
bidder for furnishing the supervision, labor, tools, equipment, materials and supplies
and for constructing the following City improvements:
Project No. 32177, 2022 Mill and Overlay.
NOW THEREFORE, the parties to this contract agree to the following:
1. Scope of Services.
Contractor agrees to provide all labor, equipment, hardware and supplies to perform
the work included in the project entitled "2022 Mill and Overlay" in accordance with
the plans and specifications on file with the Department of Public Works.
2. Payment.
The City hereby agrees to pay the 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 the Director of Public Works and in accordance with the
rates and/or amounts stated in the bid of Contractor dated May 24, 2022 which are by
reference made a part hereof. No partial payment to the Contractor shall operate as
approval or acceptance of work done or materials furnished hereunder. The total
amount of this contract shall not exceed Eight Hundred Thirty One Thousand One
Hundred Seventy Eight Dollars and Fifty Cents ($831,178.50).
3. Manner and time for Completion.
Contractor agrees with the City to furnish all supervision, labor, tools, equipment,
materials and supplies necessary to perform said work at Contractor's own expense
in accordance with the contract documents and any applicable City ordinances and
state and federal laws, within 90 calendar days from the date Contractor is ordered
to proceed, which order shall be issued by the Director of Public Works within ten (1 0)
days after the date of this contract.
4. Prevailing Wages.
To the extent that the work performed by Contractor is subject to prevailing wage law,
Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for
work of a similar character in this locality, as established by Department of Labor and
Industrial Relations of the State of Missouri, and as established by the Federal
Employment Standards of the Department of Labor. Contractor acknowledges that
Contractor knows the prevailing hourly rate of wages for this project because
Contractor has obtained the prevailing hourly rate of wages from the contents of the
current Annual Wage Order No. 28, Section 026, Cole County rates as set forth.
The Contractor further agrees that Contractor will keep an accurate record showing
the names and occupations of all workmen employed in connection with the work to
be performed under the terms of this contract. The record shall show the actual wages
paid to the workmen in connection with the work to be performed under the terms of
this contract. A copy of the record shall be delivered to the Purchasing Agent of the
Jefferson City Finance Department each week. In accordance with Section 290.250
RSMo, Contractor shall forfeit to the City One Hundred Dollars ($1 00.00) for each
workman employed, for each calendar day or portion thereof that the workman is paid
less than the stipulated rates for any work done under this contract, by the Contractor
or any subcontractor under the Contractor.
5. Insurance.
(a) The Contractor shall obtain and maintain during the term of the Project
and this Contract the insurance coverages at least equal to the coverages set forth in
this paragraph 7, and as further provided in the General Conditions, but no event less
than the individual and combined sovereign immunity limits established by Section
537.610 R.S.Mo. Insurance policies providing required coverages shall be with
companies licensed to do business in the State of Missouri and rated no less than AA
by Best or equivalent. All costs of obtaining and maintaining insurance coverages are
included in the Bid Amount and no additional payment will be made therefor by the
City.
Comprehensive General Liability Insurance
(including coverage for Bodily Injury and
Property Damage)
$500,000 per occurrence
$3,000,000 aggregate
Comprehensive
Insurance
Automobile Liability $500,000 per occurrence
$3,000,000 aggregate
(including coverage for Bodily Injury and
Property Damage)
Employer's Liability $3,000,000 bodily InJUry by
accident (each accident)
$3,000,000 bodily injury by
disease (each employee)
$3,000,000 bodily injury policy
limit
(b) Worker's Compensation -In addition, the Contractor and all
subcontractors shall provide Worker's Compensation Insurance in at least statutory
amounts for all workers employed at the Project site.
(c) Builder's Risk-The Contractor shall also provide a policy of Builder's
Risk Insurance in the amount of 100% of the complete insurable value of the Project,
which policy shall protect the Contractor and the City, as their respective interests
shall appear.
(d) Owner's Protective Liability Insurance-The Contractor shall also obtain
at its own expense and deliver to the City an Owner's Protective Liability Insurance
Policy naming the City of Jefferson as the insured, in an amount not less than the
individual and combined sovereign immunity limits established by Section 537.610
R.S.Mo., except for those claims governed by the provisions of the Missouri
Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted
which excludes liability for damage to underground structures or by reason of blasting,
explosion or collapse.
(e) Before commencing any work, the Contractor shall provide to the City
certificates of insurance evidencing the issuance and maintenance in force of the
coverages required by this paragraph 4. Each such certificate shall show the City,
and such other governmental agencies as may be required by the City to be insured
by underlying grant or contract relating to the Project, as an additional insured, and
shall bear an endorsement precluding cancellation of or change in coverage without
at least thirty (30) days written notice to the City. The City may waive any insurance
coverages or amounts required by this paragraph 4 when the City deems such waiver
to be in the interest of the public health, safety, and general welfare.
(f) Subcontracts -In case any or all of this work is sublet, the Contractor
shall require the Subcontractor to procure and maintain all insurance required in
Subparagraphs (a), (b), and (c) hereof and in like amounts.
(g) Scope of Insurance and Special Hazard. The insurance required under
Sub-paragraphs (b) and (c) hereof shall provide adequate protection for the Contractor
and its subcontractors, respectively, against damage claims which may arise from
operations under this contract, whether such operations be by the insured or by
anyone directly or indirectly employed by it, and also against any special hazards
which may be encountered in the performance of this contract.
NOTE: Paragraph (f) is construed to require the procurement of Contractor's
protective insurance (or contingent public liability and contingent property damage
policies) by a general contractor whose subcontractor has employees working on the
project, unless the general public liability and property damage policy (or rider
attached thereto) of the general contractor provides adequate protection against
claims arising from operations by anyone directly or indirectly employed by the
Contractor.
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. Liquidated Damages.
The Contractor agrees and acknowledges that time is of the essence of this
Agreement and that delay in the prosecution of the Work and the Project will
inconvenience the public and increase administrative costs of the City, the costs of
which the Contractor and the City are incapable of ascertaining at this time. Should
the Contractor, or in the case of Contractor's default, the surety, fail to complete the
Work within the time stipulated in this Agreement, or within such extension of time as
may be allowed by the City in the manner set forth in the Contract Documents, the
Contractor (or surety, as applicable) shall pay to the City as liquidated damages, and
not as a penalty, the sum of for each calendar day that the Work remains uncompleted
after the time allowed for the completion, including approved extensions. In the sole
discretion of the City, the amount of the liquidated damages may be deducted from
any money due the Contractor under this Agreement. Permitting the Contractor to
finish the Work or any part thereof after the expiration of the time for completion or
any approved extension, shall in no way operate as a waiver of the City of any of rights
under this Contract.
8. Termination.
The City reserves the right to terminate this contract by giving at least five (5) days
prior written notice to Contractor, without prejudice to any other rights or remedies of
the City should Contractor be adjudged a bankrupt, or if Contractor should make a
general assignment for the benefit of its creditors, or if a receiver should be appointed
for Contractor or for any of its property, or if Contractor should persistently or
repeatedly refuse or fail to supply enough properly skilled workmen or proper material,
or if Contractor should refuse or fail to make prompt payment to any person supplying
labor or materials for the work under the contract, or persistently disregard instructions
of the City or fail to observe or perform any provisions of the contract.
9. City's Right to Proceed.
In the event this contract is terminated pursuant to Paragraph 8, then the City may
take over the work and prosecute the same to completion, by contract or otherwise,
and Contractor and its sureties shall be liable to the City for any costs over the amount
of this contract thereby occasioned by the City. In any such case the City may take
possession of, and utilize in completing the work, such materials, appliances and
structures as may be on the work site and are necessary for completion of the work.
The foregoing provisions are in addition to, and not in limitation of, the rights of the
City under any other provisions of the contract, City ordinances, and state and federal
laws.
10. Indemnity.
To the fullest extent permitted by law, the Contractor agrees to defend with counsel
selected by the City, and defend, indemnify and hold harmless the City, its officers,
engineers, representatives, agents and employees from and against any and all
liabilities, damages, losses, claims or suit, including costs and attorneys' fees, for or
on account of any kind of injury to person, bodily or otherwise, or death, or damage to
or destruction of property, or money damages, or trespass, or any other
circumstances, sustained by the City or others, arising from the Contractor's breach
of the Contract or out of services or products provided by the Contractor or its
subcontractors under the terms of this agreement. The Contractor shall not be liable
for any loss or damage attributable solely to the negligence of the City. To the extent
required to enforce this provision, the Contractor agrees that this indemnification
requires the Contractor to obtain insurance in amounts specified in the Contract
Documents and that the Contractor has had the opportunity to recover the costs of
such insurance in the compensation set forth in this Agreement.
In any and all claims against the City or any of its agents or employees by any
employee of the Contractor, any Subcontractor, anyone directly or indirectly employed
by any one of them or anyone for whose acts any of them may be liable, this
indemnification obligation shall not be limited in any way by any limitation on the
amount or type of damages, compensation or benefits payable by or for the Contractor
or any Subcontractor under workmen's compensation acts, disability benefit acts or
other employee benefit acts.
The Contractor shall reimburse to the City any costs and attorneys' fees that the City
may reasonably incur in pursuit of any remedies at law or equity or enforcement of
any rights established in this Contract, which may result from the Contractor's breach
of the Contract, the Contractor's failure to perform any obligation or requirement
contained herein, or the City's enforcement of this Contract.
11. Payment for Labor and Materials.
The Contractor agrees and binds itself to pay for all labor done, and for all the
materials used in the construction of the work to be completed pursuant to this
contract. Contractor shall furnish to the City a bond to ensure the payment of all
materials and labor used in the performance of this contract.
12. Supplies.
The Contractor is hereby authorized and directed to utilize the City's sales tax
exemption in the purchase of goods and materials for the project as set out in Section
144.062 RSMo 1994 as amended. Contractor shall keep and maintain records and
invoices of all such purchases which shall be submitted to the City.
13. Performance and Materialman's Bonds Required.
Contractor shall provide a bond to the City before work is commenced, and no later
than ten (10) days after the execution of this contract, guaranteeing the Contractor's
performance of the work bid for, the payment of amounts due to all suppliers of labor
and materials, the payment of insurance premiums for workers compensation
insurance and all other insurance called for under this contract, and the payment of
the prevailing wage rate to all workmen as required by this contract, said bond to be
in a form approved by the City, and to be given by such company or companies as
may be acceptable to the City in its sole and absolute discretion. The amount of the
bond shall be equal to the Contractor's bid.
14. Knowledge of Local Conditions.
Contractor hereby warrants that it has examined the location of the proposed work
and the attached specifications and has fully considered such local conditions in
making its bid herein.
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. 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.
17. Contract Documents.
The contract documents shall consist of the following:
a. This Contract f. General Provisions
b. Addenda g. Special Provisions
c. Information for Bidders h. Technical Specifications
d. Notice to Bidders i. Drawing and/or Sketches
e. Signed Copy of Bid
This contract and the other documents enumerated in this paragraph, form the
Contract between the parties. These documents are as fully a part of the contract as
if attached hereto or repeated herein.
18. Complete Understanding, Merger.
Parties agree that this document including those documents described in the section
entitled "Contract Documents" represent the full and complete understanding of the
parties. This contact includes only those goods and services specifically set out. This
contract supersedes all prior contracts and understandings between the Contractor
and the City.
19. 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.
20. Amendments.
This contract may not be modified, changed or altered by any oral promise or
statement by whomsoever 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.
21. Waiver of Breach .
Failure to Exercise Rights and Waiver: 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.
22. Assignment.
Neither party may sell or assign its rights or responsibilities under the terms of this
agreement without the express consent of the remaining party.
23. Nondiscrimination.
Contractor agrees in the performance of this contract not to discriminate on the ground
or because of race, creed, color, national origin or ancestry, sex, religion, handicap,
age, or political opinion or affiliation, against any employee of Contractor or applicant
for employment and shall include a similar provision in all subcontracts let or awarded
hereunder.
24. lllegallmmigration.
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 Contractor agrees in the performance.
C. If contractor is a sole proprietorship, partnership, or limited partnership,
contractor shall provide proof of citizenship or lawful presence of the owner
prior to issuance of the Notice to Proceed.
25. OSHA Training
Prior to commencement of the work:
A. Contractor shall provide a ten-hour Occupational Safety and Health
Administration (OSHA) construction safety program for their on-site employees
which includes a course in construction safety and health approved by OSHA
or a similar program approved by the department which is at least as stringent
as an approved OSHA program.
B. All employees subject to this provision are required to complete the program
within sixty days of beginning work on such construction project.
C. Any employee, agent or subcontractor of the Contractor subject to this
provision found on the worksite without documentation of the successful
completion of the course shall be afforded twenty days to produce such
documentation after which time they shall be removed from the project.
D. If Contractor fails the provisions of subsection A, B, or C, the Contractor shall
forfeit as a penalty two thousand five hundred dollars plus an additional one
hundred dollars for each employee employed by the contractor or
subcontractor, for each calendar day, or portion thereof, such employee is
employed without the required training. The penalty shall not begin to accrue
until the time period in subsections B or C, whichever is applicable, of this
section have elapsed.
E. The City shall withhold and retain from any amount due under the contract, all
sums and amounts due and owing as a result of any violation of this section
when making payments to the contractor under the contract. The contractor
may withhold from any subcontractor, sufficient sums to cover any penalties
the City has withheld from the contractor resulting from the subcontractor's
failure to comply with the terms of this section.
26. Transient Employers.
Every transient employer, as defined in section 285.230, RSMo, enclosed in the laws
section, must post in a prominent and easily accessible place at the work site a clearly
legible copy of the following: (1) The notice of registration for employer withholding
issued to such transient employer by the director of revenue; (2) Proof of coverage for
workers' compensation insurance or self-insurance signed by the transient employer
and verified by the department of revenue through the records of the division of
workers' compensation; and (3) The notice of registration for unemployment insurance
issued to such transient employer by the division of employment security. Any
transient employer failing to comply with these requirements shall, under section
285.234, RSMo, enclosed in the laws section, be liable for a penalty of $500 per day
until the notices required by this section are posted as required by that statue.
27. Notices.
All notices required to be in writing may be given by first class mail addressed to City
of Jefferson, Department of Public Works, 320 East McCarty, Jefferson City, Missouri,
65101, and Contractor at 117 Commerce Drive, Jefferson City, MO 65109. The
date of delivery of any notice shall be the second full day after the day of its mailing.
CITY OF JEFFERSON CONTRACTOR
Mayor: Carrie Tergin Title:
Date: Date:
ATTEST: ATTEST:
C ity Clerk Title:
APPROVED AS TO FORM :
Ci ty ~
BILL SUMMARY
BILL NO: 2022-014
SPONSOR: Councilmember Schreiber
SUBJECT: Authorizing an Agreement with Kilmer Siding, Gutters & More, California,
MO, for Replacement of All Existing Siding, Trim and Associated
Architectural Features at Fire Station 3 (302 Rock Hill Road)
DATE INTRODUCED: June 6, 2022
DEPARTMENT DIRECTOR(S):
CITY ADMINISTRATOR:
Staff Recommendation: Approve.
Summary: This bill would authorize the Mayor and City Council to execute a $79,800
agreement with Kilmer Siding, Gutters & More for complete replacement of all existing
siding, trim and associated architectural features at Fire Station 3 (302 Rock Hill Road).
Origin of Request: Fire Department
Department Responsible: Fire Department
PERSON RESPONSIBLE: MATTHEW SCHOFIELD, Chief of the Fire Department
Background Information: The Jefferson City Fire Department seeks to replace all
existing siding, trim and associated architectural features at Fire Station 3 (302 Rock
Hill Road) with LP Smart Board or a comparable product. The current siding at Fire
Station 3 has failed. Kilmer Siding, Gutters & More submitted the most competitive bid
for this project.
Fiscal Information: Authorize the expenditure of $79,800 to replace the existing siding,
trim and associated architectural features at Fire Station 3 (302 Rock Hill Road).
BILL NO . 2022-014
SPONSORED BY Councilmember Schreiber
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI, TO REPLACE ALL
EXISTING SIDING , TRIM AND ASSOCIATED ARCHITECTURAL FEATURES AT FIRE
STATION 3 , 302 ROCK HILL ROAD .
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON , MISSOURI, AS
FOLLOWS:
Section 1. The City of Jefferson hereby enters into an agreement with Kilmer
Siding, Gutters & More, California, MO for complete removal , disposal and replacement of
all existing siding, trim and associated architectural features at Fire Station 3 (302 Rock
Hill Road) at the agreed upon amount of $79 ,800 .
Section ~. The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section ~. This Ordinance shall be in full force and effect from and after the date of
its passage and approval.
Passed : ---------------------Approved : __________________ __
Presiding Officer Mayor Carrie Tergin
ATIEST: APPROVED AS TO FORM:
City Clerk
FINANC E D EPARTMENT
PURCHASIN G DIVI SION
SUBJECT: Bid IFB4044-Siding Replacement, F ire Station 3
A ll City, Opened May 3 1, 2022
RECOMMENDATION:
Staff recommends th e award of bid I FB4044 to Ki lmer Sidi ng of Cali fornia, MO fo r siding rep lacem ent at
Fire Station 3 . Bids were evaluated and awarded to the l owest and best bid, Kilmer Siding for $79,800.00.
BIDS RECEIVED:
CoMo Premium Exteriors, Columbia, MO
Kim ler Siding, Cal ifornia, MO
Premier Plus, Cedar Rapids, IA
Bid Amount
$155 ,878.38
$79,800.00
$2 15,555.00
This bid was adverti sed in the News Tribune on 05 /15 /2022 and posted on Bonfire. Bid notifications
were sent to 108 vendors of which 12 we re r ecommended vendor s.
FISCAL NOTE·
Expended or
Account Number Description FY 2022 Budget Encumbered Bid Amount Balance
Amount
Bui ld ing & Grounds
10-400-5400 10 Maint, Ge nera l Fu nds $98,455 .49 $59,112.97 $17,000.00 $22,342.52
Ongoing
10-990-577060 I nfrastructu re/Faci I ity $73,835.29 $2,577.50 $62 ,800.00 $8,457.79
Needs, Ge nera l Fu n ds
Bid Total $79,800.00
ATTACHMENTS -SUPPORTING DOCUMENTATION
Signature db~ a ~4c--lifhiJli Agen t 6ii I 122
#
#0-1
#0-2
#0 -3
IFB4044-Siding Replacement, Fire Station 4
Bid Tabulation
Bid Opening: May 31, 2022
CoMo
Premium
Exteriors
Unit of
Items Measure Quantity Total Cost
Removal and replacement of
siding, trim, and other
architectural features at Fire
Station 3, 302 Rock Hill Rd,
Jefferson City, MO Lump Sum 1 $155,878 .38
Replacement of wall sheath ing Square
boards (as needed) Foot 1 $2.65
Replacement of fascia boards (as Linear
needed) Foot 1 $13
Cost Points 20.48
Kilmer
Siding Premier Plus
TotaiCost Total Cost
$79,800.00 $215,555 .00
$25 $3.91
$0 $12
40.00 14.81
IFB4044-05/22 -Siding Replacement -Fire Station 3
Evaluation Scoring Summary
Active Submissions
j r Experience, '
I : Method of I ; Total Pricing r references, and I ! ! Performance ' i I ' I ---·-------·--_______ _,._ ________ -·-----~ quality of work ·----------. -----_l ___ .. -----------I· --~ ---------~ -----
Supplier /100 pts
Ki lme r Siding 100
CoMo Prem ium 80.48 Exteriors
Premier Plus 64.81
I I 40 pts r I 30 pts i
40 ($79,800 .00 ) 30
20.48 ($155 ,878.38 ) 30
14.81 ($215,555 .00 ) 30
Generated on Jun 01 , 2022 10:46 AM COT -Leigh Ann Corrigan
Page 1 of 1
130 pts
30
30
20
From:
To:
Cc:
Subject:
Date:
Bateman penlse
Corrigan Leigh Ann
Schofield Matt,: Bowden Matt
RE: Statton 3 Siding
Wednesday, June 1, 2022 9:49:39 AM
Good morning, Leigh Ann,
Chief Bowden reviewed and compared the 3 bids received and supports selection of Kilmer Siding,
Gutters & More for this project. All 3 vendors recommend using Diamond Cote products, but
Kilmer's quote was significantly less than the other two vendors.
Given our past experience and satisfaction with work done by Kilmer Siding, Chief Schofield is
supportive of this recommendation.
Funds to cover costs for the Station 3 siding replacement will come from the following accounts:
$17,000 from 10-400-540010 Building & Grounds Maintenance
$62,800 from 10-990-577060 Ongoing Infrastructure/Facility Needs
Let me know if you need anything else from us to move this forward.
Thank you!
Denise Bateman
Administrative Assistant
Jefferson City Fire Department
305 E. Miller Street
Jefferson City, MO 65101
dbateman@jeffersoncitymo gov
573-634-6401
From: Bateman, Denise<>
Sent: Tuesday, May 31, 2022 3:23PM
To: Bowden, Matt <MBowden@jeffersoncitymo.gov>
Cc: Schofield, Matt <MSchofield@jeffersoncitymo.gov>
Subject: Station 3 Siding
We ended up receiving 3 bids for this project, they are now available for review in Bonfire.
She indicated that with approval of Chief Schofield, you can review the bids and make a
recommendation for the Department. Go into the Bonfire link and click on Submission to review the
bids. It pre-fills a bid tab with all of the relevant information, to find that bid tab and the Vendor
Data information click on Files.
I'll print all of the bids out tomorrow morning, if you'd prefer to look at hard copies.
CITY OF JEFFERSON
CONTRACT FOR CONSTRUCTION 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 Kilmer Siding, Gutters and More, hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, Contractor has become the lowest responsible bidder for furnishing the
supervision, labor, tools, equipment, materials and supplies for the following City improvements:
Removal and replacement of siding and trim at Fire Station #3.
NOW THEREFORE, the parties to this contract agree to the following:
1. Scope of Services.
Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for the removal
and replacement of siding and trim at Fire Station #3, 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 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 Parks and Recreation Department, and in accordance with the rates and/or amounts stated in the
bid of Contractor dated May 21, 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. The total
amount of this contract shall not exceed Seventy-Nine Thousand Eight Hundred Dollars and Zero Cents
($79,800.00). The City will pay Thirty-Five Thousand Dollars and Zero Cents ($35,000.00) for services
and materials on the date last executed by a party as indicated below. The City will pay the remaining
balance upon the Contractor's satisfactorily completion of the work.
3. Manner and Time for Completion.
Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies
necessary to perform, and to perform said work at Contractor's own expense in accordance with the contract
documents and any applicable City ordinances and state and federal laws by October 31, 2022.
4. Prevailing Wages.
If the bid price is $75,000 or higher, prevailing wage will apply to public works projects. To the extent that
the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less
than the "prevailing hourly rate of wages" for work of a similar character in this locality, as established by
Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal
Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the
prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate
of wages from the contents of Annual Wage Order No. 26 Section 026 in which the rate of wages is set
forth. Contractor further agrees that Contractor will keep an accurate record showing the names and
occupations of all workers employed in connection with the work to be performed under the terms of this
contract. The record shall show the actual wages paid to the workers in connection with the work to be
performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent
each week. In accordance with Section 290.250, RSMo, Contractor shall forfeit to the City One Hundred
Dollars ($1 00.00) for each worker employed, for each calendar day or portion thereof that the worker is
paid less than the stipulated rates for any work done under this contract, by Contractor or any subcontractor
under the Contractor.
5. Insurance.
Contractor shall procure and maintain at its own expense during the life of this contract:
A. Workmen's Compensation Insurance for all of its employees to be engaged in work under
this contract.
B. Contractor's Public Liability Insurance in an amount not less than $3,000,000 for all claims
arising out of a single occurrence and $500,000 for any one person in a single accident or
occurrence, except for those claims governed by the provisions of the Missouri Workmen's
Compensation Law, Chapter 287, RSMo, and Contractor's Property Damage Insurance in
an amount not less than $3,000,000 for all claims arising out of a single accident or
occurrence and $500,000 for any one person in a single accident or occurrence.
C. Automobile Liability Insurance in an amount not less than $3,000,000 for all claims arising
out of a single accident or occurrence and $500,000 for any one person in a single accident
or occurrence.
D. Owner's Protective Liability Insurance. The Contractor shall also obtain at its own expense
and deliver to the City an Owner's Protective Liability Insurance Policy naming the City
and the City as the insured, in an amount not less than $3,000,000 for all claims arising out
of a single accident or occurrence and $500,000 for any one person in a single accident or
occurrence, except for those claims governed by the provisions of the Missouri Workmen's
Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes
liability for damage to underground structures or by reason of blasting, explosion or
collapse. Such policy shall not be required if the City of Jefferson is endorsed as an
additional insured under the policies described in Sub-paragraphs B and C above and such
are not subject to cancellation or modification without thirty (30) days' notice to the City.
E. Subcontracts. In case any or all of this work is sublet, the Contractor shall require the
Subcontractor to procure and maintain all insurance required in Sub-paragraphs A, B, and
C hereof and in like amounts.
F. Scope of Insurance and Special Hazard. The insurance required under Sub-paragraphs B
and C hereof shall provide adequate protection for Contractor and its subcontracts,
respectively, against damage claims which may arise from operations under this contract,
whether such operations be by the insured or by anyone directly or indirectly employed by
it, and also against any special hazards which may be encountered in the performance of
this contract.
NOTE: Paragraph F is construed to require the procurement of Contractor's protective insurance
(or contingent public liability and contingent property damage policies) by a general contractor
whose subcontractor has employees working on the project, unless the general public liability and
property damage policy (or rider attached thereto) of the general contractor provides adequate
protection against claims arising from operations by anyone directly or indirectly employed by
Contractor.
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.
2
7. Liquidated Damages.
The City may deduct Two Hundred Dollars ($200.00) from any amount otherwise due under this contract
for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such
diligence as will ensure the completion by the time above specified, or any extension thereof, or fails to
complete the work by such time, as long as the City does not terminate the right of Contractor to proceed.
It is further provided that Contractor shall not be charged with liquidated damages because of delays in the
completion of the work due to unforeseeable causes beyond Contractor's control and without fault or
negligence on Contractor's part or the part of its agents.
8. Termination.
The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to
Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a
bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver
should be appointed for Contractor or for any of its property, or if Contractor should persistently or
repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor
should refuse or fail to make prompt payment to any person supplying labor or materials for the work under
the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions
of the contract.
9. City's Right to Proceed.
In the event this contract is terminated pursuant to Paragraph 8, then the City may take over the work and
prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable
to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case
the City may take possession of, and utilize in completing the work, such materials, appliances and
structures as may be on the work site and are necessary for completion of the work. The foregoing
provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of
the contract, city ordinances, and state and federal laws.
10. 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,
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.
11. Payment for Labor and Materials.
Contractor agrees and binds itself to pay for all labor done and for all the materials used in the construction
of the work to be completed pursuant to this contract.
12. Supplies.
Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of
goods and materials for the project as set out in Section 144.062, RSMo 1986 as amended.
13. Performance and Materialman's Bonds Required.
Contractor shall provide a bond to the City before work is commenced, and no later than ten (I 0) days after
the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment
3
of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers
compensation insurance and all other insurance called for under this contract, and the payment of the
prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the
City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute
discretion. The amount of the bond shall be equal to the Contractor's bid.
14. Knowledge of Local Conditions.
Contractor hereby warrants that it has examined the location of the proposed work and the attached
specifications and has fully considered such local conditions in making its bid herein.
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. 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 attorneys' fees and expenses incurred in such action.
17. Contract Documents.
The contract documents shall consist of the following:
a. This Contract d. Notice to Bidders
b. Addenda e. Signed Copy of Bid
c. Information for Bidders f. Drawing and/or Sketches
This contract and the other documents enumerated in this paragraph, form the contract between the parties.
These documents are as fully a part of the contract as if attached hereto or repeated herein.
18. Complete Understanding, Merger.
Parties agree that this document, including those documents described in the section entitled "Contract
Documents", represent the full and complete understanding of the parties. This contract includes only those
goods and services specifically set out. This contract supersedes all prior contracts and understandings
between the Contractor and the City.
19. 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 either party shall seek to
enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to
receive, in addition to any other relief, its reasonable attorneys' fees, expenses and costs.
20. 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.
21. 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
4
deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or
conditions herein.
22. Assignment.
Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the
express consent of the remaining party.
23. Nondiscrimination.
Contractor agrees in the performance of this contract not to discriminate on the grounds of race, creed,
color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any
employee of Contractor or applicant for employment, and shall include a similar provision in all
subcontracts let or awarded hereunder.
24. 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 prior to issuance of the Notice
to Proceed.
25. Construction Safety Program Requirements.
a. Contractor shall require all on-site employees to complete the ten-hour safety training
program required pursuant to Section 292.675 RSMo, if they have not previously
completed the program and have documentation of having done so. All employees working
on the project are required to complete the program within sixty ( 60) days of beginning
work on the Project.
b. Any employee found on the worksite subject to this section without documentation of the
successful completion of the course required under subsection (a) shall be afforded twenty
(20) days to produce such documentation before being subject to removal from the project.
c. Pursuant to Section 292.675 RSMo., Contractor shall forfeit as a penalty to City Two
Thousand Five Hundred Dollars ($2,500.00) plus One Hundred Dollars ($1 00.00) for each
employee employed by Contractor or subcontractor, for each calendar day, or portion
thereof, such employee is employed without the required training. The penalty shall not
begin to accrue until the time periods in subsections (a.) and (b.) have elapsed. City shall
withhold and retain from the amount due Contractor under this Contract, all sums and
amounts due and owing City as a result of any violation of this section.
26. 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 Citv:
City of Jefferson
Department of Law
320 East McCarty Street
Jefferson City, Missouri, 651 01
If to the Contractor:
Kilmer Siding, Gutters & More
Attn: Robert Kilmer
205 S East Street
California, MO 65018
5
CITY OF JEFFERSON, MISSOURI
Carrie Terg in, Mayor
Date: ----
An'EST :
City C lerk
APPROV ED AS TO FORM:
Cicy~
KILMER SIDING, GUTTERS AND MORE
Title :
Date : ___ _
ATTEST:
Titl e:
6
Kilmer Siding. gutters & more
205 S . East Street
California. MO 650 18
573644407::!
Exhibit A
t:Stlmate
Da te Estimate#
Fax# 5/21 /2022 220.!0
kilmersidii1g(!! yahoo.co rn
Customer's Name & Address
J.C. ... D #3
Matthew N. Bowden
hwy 179
Jefferson City. Mo 651 09
Descnptlon
I St:uaon J ~iding \lyle 111 huve Boa rd N Batten and Lnp board
Rev I Job
RK I
Q•y Rate To tal
I .) In tall mg LP Smart Board Ball en !>iding with Diamond Kotc pai n!. Siding is ins talled using r 40 I 095 .0C 113 .1!00.00
galvanized nai ls. Price iucl udcs uut ~idc corner tri m. i n ~ ide comer tri m, ligh t blocks( if any), electric
bloc!...\ (af an)). dl)er "cnts. caul~. and all labor nt:cdcd to iosto1 ll siding and finish the job. Sidin g
C'olor __ Jnd tnm color. _ Price includes tr im ;~round garage doors, arch/posrs o n north
entrance and beam/post on bacl< porch .
2.) lrt.>talling LP Sman s iding with Diamond Kotc painL Siding isH" lap board wi th 6.75" reveal. 36 1000.0( 16.000.00
Sidmg color i' • and trim color is-. Price include:. light bloch, tri m boards around
'~indows, ou t ~ ide co mer po~L~. cau lking (as needed}, an d insta lled nas hing (a.~ needed). Pr ice
mc:ludes all material and labor needed to complete the job.
S2SOOO ncedt.-d down t(l o rder matcriul
$20000 due day job is slart.ed
remaining balance due day job is completed
signature of acceptance of above --------~-Oatc. ______ _
~II ~~<rduc b11l~ will cncuwu~ 3 I .S% l..tte Chlll'gc Mnjor t'rcdll Cnrd$ At.:cptGd. All Rclu mcd I Tota I
tf «k '"'" CftWWJ!cr uS 30.00 Rdum I'= $79,800.00
~------------~~~
BILL SUMMARY
BILL NO: 2022-015
SPONSOR: Councilmember Schreiber
SUBJECT: Approving a $67,092.09 Contract with BusComm, a Sole Source Provider,
for the Purchase, Installation, and Training of the Upgraded 911 Recording
System
DATE INTRODUCED: June 6, 2022
DEPARTMENT DIRECTOR(S): ~A ~&
CITY ADMINISTRATOR: -~ --,!~
Staff Recommendation: Approve.
Summary: Approval of this expenditure would refresh/upgrade the recording system of
the Police Department. The current system is at the end of its useful life. BusComm is the
current provider of service and maintenance of the current system . BusComm is also the
only authorized provider of equipment and services for the Missouri region which qualifies
this as a sole source .
Origin of Request: Police
Department Responsible: Police
PERSON RESPONSIBLE: ROGER A. SCHROEDER, Chief of Police
Background Information: The various technology upgrades within the department have
created issues with the phone recorder's outdated method of receiving the audio data. The
BusComm "refresh" will upgrade the hardware and software to continue receiving the best
quality audio recordings. The new hardware and software also use the latest technology
which will allow the department to move its 911 infrastructure on the recorder from analog
recording to digital recordings .
The department currently owns software licenses for the PD and is adding 19 for the
Animal Shelter phones as they are under the Police Department and are currently not
recorded . To install an entirely new system would be much costlier than upgrading the
current system .
Fiscal Information: The cost to upgrade the recording system is $67,092.09. The funding
source for this procurement will be Sales Tax G , account 45-990-575020 Communications
Equip Upgrades . The ongoing maintenance cost is $8,671 .38 which is funded in 10-390-
547020 Maintenance Agreements .
BILL NO. 2022-015
SPONSORED BY Councilmember Schreiber
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH BUSCOMM, INC.
FOR THE PURCHASE OF VERINT SYSTEM RECORDING UPGRADES TO UPDATE
THE CURRENT RECORDING SYSTEM FOR THE JEFFERSON CITY POLICE
DEPARTMENT.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI , AS
FOLLOWS :
Section 1. The Mayor and City Clerk are hereby authorized and directed to
execute an agreement with BusComm , Incorporated .
Section ~· The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section~. This Ordinance shall 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
flNANCEDEPARTMENT
PURCHASING DIVISION
SUBJECT: Sole Source Procurement-BusComm
Police Department
RECOMMENDATION:
Staff recommends purchasing equipment and services from BusComm of Fenton , Missouri by
means of so le source procurement. This expend iture is to refresh/upgrade the receding system
of the Police Department. The current system is at the end of its useful life . To install an entirely
new system would be much costlier than to upgrade the current system which is a Verint
system. BusComm is the current provider of service and maintenance of their current system .
BusComm is also the only authorized provider of equipment and services for the Missouri region
which qualifies th is as a sole source.
We are asking for approval to declare this purchase as a sole source and to approve the
expenditure and contract.
The total cost for the equipment , installation , and training is $67 ,092 .09.
The on-going maintenance cost is $8,671 .38 for the first year.
SOLE SOURCE PROCUREMENT:
BusComm , Fenton , MO
Equip , Install, Training
$67,092.09
Maintenance
$8 ,671 .38
Total
$75 ,763.47
FISCAL NOTE :
Expended or Estimated
Account FY 2022 Encumbered Spend
Number Description Budget Amount Amount Balance
Communications Equip
45-990-575020 Up gr ade s -Sa les T ax G $2 18 ,614 .2 3 $15 3,614.85 $6 7,092 .09 $2,092 .71
Funds
Ma inte nan c e Ag re e m e nt s-
10-390-54 702 0 Po lice De pt General Funds $88,613 .00 $32 ,793 .90 $8,671 .3 8 47,147.72
Total Amount. $75,763.47
ATTACHMENTS -SUPPORTING DOCUMENTATION
Signaturedt/ a r~
PUrasing Agen 412#!22
AGREEMENT NUMBER
SC20-20045 5R2
ACCOUNT EXECUTIVE
Scott Ca son
DATE PREPARED
04-0 7-2022
Physical Address : Mailing Address : BusComm In corpora te d
2025 Craig shire Ro ad, Suite 110
St. Lou is, MO 63146
Bus Comm In corpo rated
PO Box 62 8
Sales Agreement and Guaranteed
Maintenance Support (GMS) Agreement
(314) 567-7755 Fe nton , MO 630 26
INVOICE TO: INSTALLATION IF DIFFERENT:
Chad Stieferman Sam e
Jefferson Ci ty Po lic e De partment
401 Monroe Street
Jefferson Ci ty, MO 65 101
Customer Phone Number Tax Status Customer Status Customer Purchase Order Number
(573)634-6363 Exempt Exi sting
Total Equip Required GMS
QTY Item Number Description Per Unit Amount Total Annual
Rate
Varin! Recordi ng for Public Safety -JCPD
1 89-27()..()()93 Verint 7000 Consolidated Server LO (SVR7KH1-CON-LO) $10,902.00 $10,902.00
1 89-27~068 Add on Media Stora ge 3x960GB SSD, SanDisk (RAIDS, SSD-SD3RS) S1,291 .SO $1 ,291 .50
1 89-27~120
Add on Intel Ethernet Networl< OC PI3S7-T4, Quad Port 1GBASE-T (RJ45),
Mezzanine Card
$S80.SO $S80.50
1 89-270-0019 Add On AudloCodes LD Card 8 Analog Ports (PCI-e) $1,260.00 $1,260.00
1 89-27~1 2 5 Add On Windows Server 2019 KJT for Series 7k Server (Std, Consolidated & Data
Servers)
so.oo $0.00
1 70SB173000000 Creative l abs Sound Blaster Playl 3 External USB Sound Adapter $22.61 $22.61
1 202424 Toshiba Canvio Ready 1 TB U SB 3.0 Exte rnal Hard Drive $62.39 $62 .39
66 93-63~01 1 vS Operatio nal Recording license conversion to Verint Public Safety Call
$208.00 $13,728.00 ~ecord ing
1 93-630-0020 Upgrade from ALS.x -Verint Recording Public Safety Integration Package $1 ,000.00 $1,000.00
19 gJ-630-0003 Verint Public Safety Call Recording (Channel based) SS20.00 $9,880.00
6 93-630-0013
Conversion from AL5.x oQM to Verint Public Safety Screen Recording and Quality
$138.00 $828 .00
l\1anage ment
19 93.030-000S Verint Pu blic Safety Quality Management (Nam ed Employee) $170.00 $3 ,230.00
1 LS220D0402 Buffalo linkStation 4TB (2x2TB) NAS $305.98 $305.98
Verlnt Recording for Public Safety -OR/Secondary
1 89-2 7~0 99 Verint 70 00 Recorde r Server (SVR7KLE1-REC) $6,628.50 $6 ,628.50
1 89-270-0068 Ad d on Media Storage 3x960GB SSO, San Dis k (RAID S, SSD-SD3RS) $1 ,291.50 $1 ,29 1.50
1 89-2 7 ~120 Add o n Intel Ethernet Ne tworl< OCPI357-T4, Quad Port 1G BAS E-T (RJ45),
$580.50 $580.50 ~ezzanlne C ard
1 89-270-0019 Add On AudloCodes LD Card 8 Analog Ports (PCI-e) $1,260.00 $1 ,260.00
Warranty: None Sub-Total SS2 ,851.48 See Page 2
Finance Proposal: N/A Installation See Page 2
Advance Payments:
All fi nancing transactions require the firs t and last paym ents due upon execution the Training See Page 2
Finance Agreement. Tax See Page 2
Documentation Fee:
A documentation fee equal to $175.00 will be due u pon execution of the financing
Total See Pag e 2 See Page 2
contracts.
Special Instructions
Please include the Sales Agreement Number on your Purchase Order. Any unused portion of the exi sting Compre hensiv e
~aintenan c e Support Agreement will be applied to the invoice for th e new main tenance agreement for the upgraded re cord ing
~elut ion .
Payment Terms
50% with order, 50% u pon fi nal acceptance.
Payments made via credit card will be charged a 3.5% convenience fee on the payment.
Page 1 of 5
BusComm
INCORt>ORA 1(0
Physical Address:
BusComm Incorporated
2025 Craigshire Road , Suite 110
St. Lou is , MO 63146
(314) 567-7755
Mailing Address :
BusComm Incorporated
PO Box 628
Fenton, M O 63026
AGREEMENT NUMBER
SC20-200455R2
ACCOUNT EXECUTIVE
Scott Cason
DATE PREPARED
04-07-2022
Sa les Agreement and Guaranteed
Maintenace Support (GMS) Agreement
INVOICE TO: INSTALLATION IF DIFFERENT:
Chad Stieferman Same
Jefferson City Police Department
401 Monroe Street
Jeffers on City, MO 65101
Customer Purchase Order Number
Total Equip Required GMS
QTY Hem Number Description Per Unit Amount Total Annual
Rate
Sub-Total fro m previ ous page $52,851.48 $52,851 .48
1 89-270-0126 Add On Windows Server 2019 KIT for Series 7k Server (Recorder & Application) $0.00 $0.00
1 70SB173000000 Creative Labs Sound Blaster Playl 3 External USB Sound Adapter $22.61 $22.61
1 202424 Toshiba Canvio Ready 1TB USB 3 .0 External Hard Drive $62.39 $62.39
16 93-630-0011
v5 Operational Recording License conversion to Verint Public Safety Call
$208.00 $3,328.00 ~ecording
Warranty: None Sub-Total $56,264.48 $8,671 .38
Finance Proposal: N/A Installation $10,127 .61
Ail financing transactions require the first and last payments due upon executi on the Training $700.00
Advance Payments:
Finance Agreement. Tax $0.00
Documentation Fee:
A documentation fee equal to $175.00 will be due upon execution of the financing
contracts . Total $67,092.09 $8,671.38
Special Instructions
Please include the Sales Agreement Number on your Purchase Order. Any unused portion of the existing Comprehensive
Maintenance Support Agreement will be applied to the invoice for the new maintenance agreement for the up graded recording
~elution .
Payment Terms
~0% with order, 50% upon final acceptance .
Payments made via credit card w ill be charged a 3.5% convenience fee o n the paymenL
Page 2 of5
Customer Requirements
1.Physlcallnstallatlon Requirements:
•Customer will provid e necessary space to install the recorder. Note that space for the speakers, keyboard, mouse and monitor must be considered.
•I f you are i nstalling the recorder in a rack or cabinet, you will need to Include rails with your purchase or provide a shelf or tray in the rack or cabinet for the recorder.
2 . Environmental Requirements:
•Ambient Temperature -+45 to +85 Degrees F
•Relative Humidity -40% to 60% Non-Condensing
•Altitude-0 to 10,000 Feet
3.Telephone Recorder Connections:
•Customer must provide a punch down (66 or 11 0 ) block within 6 feet of the recorder's install s ite to accommodate 6' Installation cables. longer cables are available if
requi red but must be pre-ordered. This tennination will represent parallel connections of analog audio or digital station (tap) extension tenninatlons. Please contact
your sales representative for infonnation regarding digital ln.Jnk connections.
4.Radlo Recorde r Connections:
•Customer must p rovide a punch down block (66 or 110) within 6 feet of the recorder's install site to accommodate 6' installation cables. longer cables are available if
requi red but must be pre-ordered. These tenninallons represent the required radio frequencies and/or 'selected audio' positions . These terminations will be a two-wire
connection of trans mil/receive audio for each required frequency and/or m icrophone/speaker for each 'selected audio' position.
S.Passlve VOIP Recording:
•Customer must provide the RJ-45 network cable to the recorder from a configured SPAN port. The SPAN port w ill provide a mirrored copy of all the packets from the
phones which are to be recorded . The Customer i s responsible for configuring and maintaining this managed swHch.
&.Multicast Recording:
·Customer must provide the RJ-45 network cable from the managed sw itch to the recorder. It is the customer's responsibility to ensure the recorder can 'j oin" and "s ee'
the multicast traffic. The Customer is responsible for configuring and maintaining this managed switch.
7 Active Recording:
•Cu stomer must provide the RJ-45 network cable from the managed swHch to the recorder. It is the customer's responsibllty to ensure the recorder Is on the correct
network. Th e Customer is responsible for configuring and maintaining this managed switch.
S.Scroo n Recording:
•Customer must provide a suitable network infrasln.Jcture for recording necessary screens. This includes, but Is not limited to computers, switchers/routers and network
bandwidth. The Customer is responsible for providing the necessary network security for the screen recording cl ients to access the recorder.
9.LAN/WAN Recorder Connection:
•A representative from your IT Department must be present at t he time o f Installation. The recorder can operate either using DCHP or a static I P. Customer is
responsible for identifying which method is used and providing the details to the installation team prior to installation. Customer mu st provide the RJ-45 network cable
from the managed switch to the recorder. If the recorde r will reside on a different iP subnetthan remote workstations , II is the Customer's responsibility to provide
connectivity between the subnets. The Customer Is responsible for providing the necessary network security for the recorder to function correctl y.
10.Quality of Lines:
•The recorder Is nonnaily connected as a passive device and records any audio present on the lines connected to the system . T his Includes any noise , hum, static, or
crosstalk caused by noise from the telephone system, patches, and radio system. Customer will be responsible for providing clear audio to the recorder.
11Audlo Termination Labeling:
•Customer will be responsible for clearly identifying and labeling all tennlnations to be connected to the recorder. Any Jines that are not clearly Identified and labeled will
be excluded and not set up with the recorder unless alternate arrangements are made in advance.
Page 3 of 5
Cust omer Requirements Cont.
12.Romote Diagnostics :
•The recorder can be remotely monitored and managed. This service requires Internet accessibility but you, as the user, can determine when and who can attach to
your recorder.
13 .Power Connections:
•Customer must provide a standa rd 110v electrical outlet at the recorder's intended site. Adequate power connections for the Monitor and Speakers must also be
available. Unless specifically detailed in the proposal, the Customer Is responsible for provi ding an appropriately sized Un interruptible Power Supply.
14.Motorola A stro P25, Motorola SmartNet Trun ke d Radi o Interface, Motor ola SmartZone Trunked Rad io Interface:
•If included in the system order, Customer will be responsibl e for providing the AIS Server, the serial link between the Motorola Sy sl emWatch PC and the recorder, or
the link and IP address to Interface with the Motorola ATIA port . A separate Insta llation Guide/Customer Requirements document will be provided outlining the
ad diti onal requirements involved with integrating with these systom.
15.VIrus Protection:
•Customer will be responsible for provi ding Anti Virus software to be installed on the recorder. We recommend either Norton or McAfee and will assist with the
Installation and configuration of the Anti VIrus software. Viru s Infection Is not Included In the Warranty or subsequent service coverage and costs for repa iring a system
Infected with a virus will be billed to the Customer.
16.0 peratlng System Updates:
•Customer will be responsible for downloading and applying Operating System Updates on the recorder (after the initial system Installation). Operating System Upd ates
are not included in the Warranty or subsequent service coverage and costs for applying them will be billed to the Customer.
17.Admlnlstralor and User List:
•Customer will provide a list of users and passwords of individuals who will be accessing the recorder with appropriate (Administrator/User) designations to the
Installation team .
18.1nstallatlon Team Re sponsibilities:
•Recorder Installation -the installation team will unpack the recorder and make connection to the identified audio terminations and network connections.
•Channel Testing-Installation team will test each channel connected to the recorder.
•System Setup -Installation team will set up the recorder to maximize system performance. Included In this set up is the naming of channels an d setting up users
within th e system.
•Traini ng -Installati on team will provide up to two hours of training for up to ten users at the time of installation. If a second visit Is required because the personnel to be
trained were not available at the time of installation, additional charges may apply.
•Other Vendor Effort-Cu stomer is responsible for any charge s from other vendors including, but not limited to, telephone, radio, network services, or cabling for either
site preparation or installation completion. In no case will the Installation team request the support of any other vendor without Customer's prior approval.
19.Exlstlng Record ing Syst em:
·The installation team will disconnect the exi sting record ing system. The Customer will be respons ible for the physical removal of the existing recording system.
20.Addlllonal Services:
•Any installation requ iremen ts beyond those described above may req uire a pre-installation si te visi t and will require a separate i nstallation quote above and beyond the
standard installation services that may have been quoted previously. In such cases, a separate and mutually agreed scope-of-work document will be provided.
Page 4 of 5
Tenns and Conditions
1. Warranty
BusComm Incorporated warrants the equipment against defecllve parts and woritmansh lp for the period designated on page 1 of the Sales Agreement. Upon notlflcatlon of a
defect, BusComm Incorporated shall have the option to repair or replace the defecllve part of the equipment, and such repair or replacement shall be Customer's sole and
exclusive remedy. All replaced parts shall become the property of BusComm Incorporated. In addition, during the warranty period, BusComm Incorporated shall perfonn, free of
charge, all necessary maintenance to keep the equipment in good woriting condition and repair, including the furnishings of all necessary labor and materials.
BusComm Incorporated furnishes this warranty In lieu of all other warranties ; either expressed or Implied warranties of merchantability and fitness for a particular purpose. Any
and all warranties shall be void as to equ ipment damaged or rendered unsupportable by negligence of non-BusComm I ncorporated personnel, misuse, theft, vanda lism, fire,
water or other peril, or moving, repair, relocation or alteration of the equipment not authorized by BusComm Incorporated. BusComm Incorporated sha ll not be liable for any
damages, Incidental, consequential, or otherwise, or commercial loss from any causes, nor for personal injury or property damage, except as such is caused by negligence of
BusComm Incorporated employees. BusComm Incorporated's liability Is limited to the repair or replacement of defecllve parts.
2. General Tenms
(A) It Is In our mutual interest to make installations as efficient as possible. You must provide an installation environment in accordance with the Custome r Requirements and
Recommendations outlined in your proposal and Sales Agreement. You should let us know i n advance of any unique site problems or If you need assistance preparin g your
environment so we can provide a quote for additional site preparation worit.
(B) We do busi ness with you because we can satisfy your needs and understand your ability to meet your obligations to us. If you want to assign your rights or obligations under
this agreement. we reserve the right to approve that assignment to make sure that our risks are not being Increased.
(C) BusComm Incorporated Is not liable for Incidental or consequential damages for non-performance of any obligation under this agreement.
(D) BusComm Incorporated will make every effort to deliver the equipment as soon as possible, but cannot guarantee a specific delivery date.
(E) This order becomes a mutually binding ag reement upon signature of the purchasing party. Once an order is placed , purchaser has the right to cancel this contract until
midnight of the third business day after the day on which the purchaser signs this agreement. "Third Business Day• shall exclude all intervening Saturdays, Sundays and national
and state holidays. Notice of cancellation, if given by mail, is effective when deposited in the mail properly addressed with postage prepaid. No refunds will be given for orders
cancelled after the third business day.
(F) By signing this agreement, you have created a security agreement and have given BusComm Incorporated a purchase money security interest in the equipment. To protect
our right to repossess the equipment if you have not paid fo r It, we may file a copy of this agreement as a financing statement with the appropriate state authoriti es and you
agree to sign a financial statement, if requested. You are a lso representing that you are financially solvent and able to pay for this equipment when you are Invoiced for it.
(G) The sale price does not Include any personal property, use taxes or similar taxes Imposed by the purchase r's home state. You are responsible for paying these. Appropriate
sales taxes, if applicable, will be collected.
(H) In the unlikely event BusComm Incorporated has to take steps to collect payments due beyond Invoicing, we can hold you r organization responsible for Interest at the
maximum lawful rate from the due date of payment, costs of collecllon, and reasonable attorney's fees.
3. Comprehensive Guaranteed Maintenance Support Agreement (GMS)
BusComm Incorporated shall provide maintenance support to Customer for the Items purchased from BusComm Incorporated. Any accessories will not be covered by the GMS
Agreement. Accessories include, but are not limited to, headsets, foot pedals, microphones, SpeechMics, and DPM's. BusComm Incorporated s hall begin providing support
following the warranty period stated on page 1 of the Sales Agreement. BusComm Incorporated's Comprehensive GMS Agreement provides prompt response to all support calls
twenty-four (24) hours per day, seven (7) days a week, and three hundred and sixty-five (365) days a year. The Customer is guaranteed priority support and response to reported
system Issues within thirty (30) minutes of receipt of Customer's support request.
Please see the Comprehensive GMS Agreement for complete details.
4. Uncontrollable Circumstances
If the performance of any part of this contract by Bu sComm Incorporated is prevented, h indered, delayed or otherwise made impractical by reason of any flood, riot, fire, strike,
explosion, war or any other cause beyond the control of BusComm Incorporated, BusComm Incorporated shall be excused from such perfonnance to the extent that It Is
prevented, hindered or delayed by such causes. Upon the occurrence of any such events, BusComm Incorporated shall use its reasonable efforts to notify Customer of the
nature and extent of any such condition. It is also understood that all delivery and Installation dates are approximate, and BusComm Incorporated sha ll under no circumstances
be liable for damages-special, consequential, or otherwise-resulting from delays in delivery, installation or cutover.
Guaranteed Maintenance Support
GMS Purchase Order Number I Customer Initials for GMS I Pro Rate GMS
I I New Existing
Customer Approval
APPROVED BY: I PRINT NAME I PRINT TITLE
X I 1
Page 5 of 5
.....
BusConun
April 27, 2022
Leigh Ann Corrigan
Jefferson City Police Department
401 Monroe Street
Jefferson City, MO 65101
Dear Ms. Corrigan:
INCOAPORAT&D
At your request, this letter is written to confirm that BusComm Incorporated is
the sole source provider of sales, service and support for the Verint
Recording for Public Safety Solution in Missouri.
Leigh Ann, if you have any questions or if I can provide any additional
information, please feel free to call me at 314-567-7755.
Sincerely,
John Moldthan
President/CEO
P.O. Box 628 Fenton, l'viO 63026 p.314-567-7755 t: 314-567-0863
Wed 4!27{20ll. 2.:58 PM
Sti eferman, Chad
RE: BusComm
To Corrigan, l eigh Ann
Cc Benward. Bethany
BusComm is the authorized dealer in MO for Verint. We are simply upgrading our hardware and software and entering into a new maintenance agreement with Buscomm for the new hardware and
software. This upgrade will get us newer equipment to replace our current equipment that is at end of life. The new hardware and software also uses the latest technol ogy which will allow us to move our
911 infrastructure on the recorder from analog recording to digital. We already own the 82 software license for the PO and are adding 19 for the Animal Shelter phones since they are under the Police
Department and are currently not recorded. We also already own the Verint software and are just paying the upgrade fees for the new hardware and data conversion. If we went with a new vendor we
would have to purchase the hardware, software, and all the licenses increasing the price. We are satisfied with the service we have received from BusComm and don't see a need to switch companies and
purchase a whole new system .
Added Bethany in case there is something more she can add.
Hope this helps.
PUBLIC HEARING/BILL SUMMARY
BILL NO: 2022-016
SPONSOR: Councilman Lester
SUBJECT: Final Subdivision Plat consisting of Two Lots Zoned PUD and
Preliminary PUD Plan to Construct and Operate an Auto Parts
Retail Sales Store on Proposed Lot 2 . (Planning and Zoning
Commission Case No. P22006)
DATE INTRODUCED: June 6, 2022
PUBLIC HEARING: June 20, 2022 ~kb
DEPARTMENT DIRECTOR: · -
CITY ADMINISTRATOR: ~~
Staff Recommendation: Approve.
Summary: Standard ordinance approving and accepting a Final Subdivision Plat
and approving a Preliminary PUD Plan.
Origin of Request: Property owner, through Planning and Zoning Commission
Department Responsible: Department of Planning and Protective Services
PERSON RESPONSIBLE: SONNY SANDERS/Eric Barron
Background Information : A request was filed for a Final Subdivision Plat for a
2.4 acre tract. The final plat would result in two new lots; one would be 1.4 acres
in size and the other 1 acre. Both lots would remain zoned PUD Planned Unit
Development.
A Preliminary PUD Plan is requested for the proposed Lot 2 for construction and
operation of a 7,400 sf auto parts retail store. A plan narrative has been provided
by the applicant and is contained within supporting documents for Case P22006.
Please see attached staff report for more information .
Planning and Zoning Commission Review: The Planning and Zoning
Commission reviewed the application for a Final Subdivision Plat and a
Preliminary PUD Plan at their meeting of May 12, 2022 . Both motions to
recommend approval PASSED on votes of 5 in favor and 0 against.
Public Notice: Standard public notice procedures were followed in advance of the
Planning and Zoning Commission meeting and the City Council meetings. This
includes (1) publication of the public notice agenda in the Jefferson City News
Tribune 15 days in advance of the hearing on the case; (2) notification by letter to
adjoining and affected property owners within 185 feet, and (3) posting of a sign
at the property announcing the date and time of the hearing 10 to 15 days in
advance of the hearing.
Public Comment Received:
A public comment was from Robert Jacobs distributed to the Planning and
Zoning Commission. The comment stated the existence of poor conditions along
the private drive serving the property.
Fiscal Information: $1,080.00 in application fees were received.
Planning & Zoning Commission Recommendation: Approve.
BILL NO. 2022-016
SPONSORED BY Councilmember Lester
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, ACCEPTING
AND APPROVING THE FINAL SUBDIVISION PLAT OF AZ JEFFERSON CITY
SUBDIVISION, A SUBDIVISION OF THE CITY OF JEFFERSON MISSOURI,
AND APPROVING A PRELIMINARY PUD PLAN FOR PROPERTY
ADDRESSED AS 839 EASTLAND DRIVE, JEFFERSON CITY, MISSOURI.
WHEREAS, ABCO Management. LLC, owner of the real estate hereinafter described,
having submitted to the City Council a plat of said real estate, being
located in Jefferson City, Cole County, Missouri, and described as PART
OF LOT 56 OF SCHOTTHILL WOODS SUBDIVISION SECTION 2, AS
PER PLAT OF RECORD IN PLAT BOOK 11, PAGE 324, COLE
COUNTY RECORDER'S OFFICE, IN THE CITY OF JEFFERSON, COLE
COUNTY, MISSOURI, MORE PARTICULARLY DESCRIBED AS
FOLLOWS: BEGINNING AT THE NORTHWESTERLY CORNER OF
SAID LOT 56; THENCE S50°30'06"E, ALONG THE NORTHERLY LINE
THEREOF, 141.95 FEET; THENCE S61°30'37"E, ALONG THE
NORTHERLY LINE OF SAID LOT 56, 235.11 FEET TO THE
NORTHWESTERLY CORNER OF A TRACT DESCRIBED BY DEED OF
RECORD IN BOOK 324, PAGE 723, COLE COUNTY RECORDER'S
OFFICE; THENCE S32°12'37"W, ALONG THE WESTERLY LINE
THEREOF, 270.55 FEET; THENCE N57°45'51"W, 235.75 FEET;
THENCE N78°52'00"W, 133.30 FEET TO THE SOUTHEASTERLY
CORNER OF LOT 58 OF SAID SCHOTTHILL WOODS SUBDIVISION,
SECTION 2 AND THE SOUTHEASTERLY CORNER OF A TRACT
DESCRIBED BY DEED OF RECORD IN BOOK 300, PAGE 540, COLE
COUNTY RECORDER'S OFFICE; THENCE N22°38'51"E, ALONG THE
EASTERLY LINE OF SAID LOT 58, 192.25 FEET TO THE
NORTHEASTERLY CORNER THEREOF AND SAID CORNER BEING
THE SOUTHEASTERLY CORNER OF A TRACT DESCRIBED IN BOOK
402, PAGE 81, COLE COUNTY RECORDER'S OFFICE AND THE
SOUTHEASTERLY CORNER OF LOT 57 OF SAID SCHOTTHILL
WOODS SUBDIVISION, SECTION 2; THENCE N39°25'29"E, ALONG
THE EASTERLY LINE OF SAID LOT 57, 132.60 FEET TO THE POINT
OF BEGINNING. CONTAINING AN AREA OF 103,808 SQUARE FEET,
OR 2.383 ACRES, MORE OF LESS. THE ABOVE DESCIBED TRACT
BEING SHOWN AS TRACT A OF SURVEY OF RECORD IN SURVEY
BOOK A, PAGE 505, COLE COUNTY RECORDER’S OFFICE.
Containing 2.4 acres, more or less; and
WHEREAS, it appears that said plat has been fully and properly signed and accepted
by the owner of said subdivision, known and referred to as the Final
Subdivision Plat of AZ Jefferson City Subdivision, that all taxes have been
paid, that in all respects the requirements of Chapter 445, RSMo, entitled
" Plats" have been fully complied with by the owner of said subdivision,
and that in all respects the requirements of the Planning and Zoning
Commission of the City of Jefferson , Missouri , relating to plats and
subdivisions have been complied with; and
WHEREAS, ABCO Management. LLC , owner of the real estate referenced and
described above, having submitted a Prelim inary PUD Plan for Lot 2 of
AZ Jefferson City Subdivision, containing 1 acre; and
WHEREAS, it appears that the procedures set forth in the Zon ing Code relating to
Planned Unit Developments have in all matters been complied with.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI , AS FOLLOWS :
Section l That the Final Subdivision Plat of AZ Jefferson City Subdivision, lying,
being and situated within the corporate limits of the City of Jefferson, Missouri , as shown
by the said plat attached hereto and made a part of this ord inance , is hereby approved
and accepted by the City Council of the City of Jefferson, Missouri .
Section ~· The Mayor and City Clerk are hereby authorized and directed to
endorse acceptance of said plat hereon and to certify the approval of said plat under the
seal of the City of Jefferson.
Section ~. The Preliminary PUD Plan , on file as Case No . P22006 in the
Jefferson City Planning and Zoning Commission records, is hereby app roved for Lot 2 of
AZ Jefferson City Subdivision .
Section 1. The underlying zoning designation of C-2, General Commercial sha ll
be established for the purpose of determining zoning specifications of the PUD Plan
such as permitted land uses , signage, and lighting .
Section ~. This ordinance shall 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
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, June 20, 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. 839 EASTLAND DRIVE, APPROVAL OF A FINAL SUBDIVISION PLAT OF AZ
JEFFERSON CITY SUBDIVISION AND APPROVAL OF A PRELIMINARY PUD PLAN
FOR A RETAIL AUTO PARTS STORE. PART OF LOT 56 OF SCHOTTHILL WOODS
SUBDIVISION SECTION 2, AS PER PLAT OF RECORD IN PLAT BOOK 11, PAGE 324,
COLE COUNTY RECORDER'S OFFICE, IN THE CITY OF JEFFERSON, COLE COUNTY,
MISSOURI, MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT THE
NORTHWESTERLY CORNER OF SAID LOT 56; THENCE S50°30'06"E, ALONG THE
NORTHERLY LINE THEREOF, 141.95 FEET; THENCE S61°30'37"E, ALONG THE
NORTHERLY LINE OF SAID LOT 56, 235.11 FEET TO THE NORTHWESTERLY
CORNER OF A TRACT DESCRIBED BY DEED OF RECORD IN BOOK 324, PA GE 723,
COLE COUNTY RECORDER'S OFFICE; THENCE S32°12'37"W, ALONG THE
WESTERLY LINE THEREOF, 270.55 FEET; THENCE N57°45'51"W, 235.75 FEET;
THENCE N78°52'00"W, 133.30 FEET TO THE SOUTHEASTERLY CORNER OF LOT 58
OF SAID SCHOTTHILL WOODS SUBDIVISION, SECTION 2 AND THE
SOUTHEASTERLY CORNER OF A TRACT DESCRIBED BY DEED OF RECORD IN
BOOK 300, PAGE 540, COLE COUNTY RECORDER'S OFFICE; THENCE N22°38'51"E,
ALONG THE EASTERLY LINE OF SAID LOT 58, 192.25 FEET TO THE
NORTHEASTERLY CORNER THEREOF AND SAID CORNER BEING THE
SOUTHEASTERLY CORNER OF A TRACT DESCRIBED IN BOOK 402, PAGE 81, COLE
COUNTY RECORDER'S OFFICE AND THE SOUTHEASTERLY CORNER OF LOT 57 OF
SAID SCHOTTHILL WOODS SUBDIVISION, SECTION 2; THENCE N39°25'29"E, ALONG
THE EASTERLY LINE OF SAID LOT 57, 132.60 FEET TO THE POINT OF BEGINNING.
CONTAINING AN AREA OF 103,808 SQUARE FEET, OR 2.383 ACRES, MORE OF LESS.
THE ABOVE DESCIBED TRACT BEING SHOWN AS TRACT A OF SURVEY OF RECORD
IN SURVEY BOOK A, PAGE 505, COLE COUNTY RECORDER’S OFFICE. CONTAINING
2.4 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, June 3, 2022
For contact information only.
Department of Planning and Protective Services/Planning Division
320 East McCarty Street, Room 120, Jefferson City, Missouri 65101
Contact: Anne Stratman
Phone (573) 634-6475 Fax (573) 634-645
, __ _j
~
NOT TO SCALE
~~
' ' POB
AZ JEFF_ERSON CIIY SUBDMSION
IN THE OTY OF JEFFERSON,MO BEING AREPIAT OFTRACf AAS SHOWN IN SURVEY
RECORD BOOKA, PAGE 505 RECORDS OF COLE COUNTY, MO RECORDER'S OFFICE, BEING A
DIVISION OF A PORTION OF LOT 56, SCHOI'IHII I. WOODS SUBDIVISION SECTION 2, PER PLAT
BOOK 11, PAGE 324, COLE COUNTY, MO RECORDER'S OFFICE
2.383 ACRES, ZONED PUD
25' X 25· SIGK ES:\H P'RKIKGESMT y
PERBK300,PG541 /
NW CORNER OF LOT 56
FOI.mD 1/2" REBAR CAPPED "LS 355D"
FOUND 1/3" REBAR CAPPED "LS 134D"
S44°51'23"E 0.23' FROM CORKER PER BK A, PG 505, PB 11, PG 324,
& BK300, PG 541
~
~
I
'
' ' I N/:'
KOLB BROTI-:..':':R'S, l.LC.
11.:\.IL.lNG: PO BOX 576
JEFFERSON err~·, MO 65102
AP:-J: 11-05-21-00-J2-003...Q19
BK 40J PG 01
ZONED:PlJD
USE: COl'-..TVENIE;:\JCE STORE
FOlJ.t...TD CHISELED "X''
SE CORNER LOT 57
}..""E COR..'-JER LOT 58
SE CORNER TRACT BK 402 PG 81
' ' '>(
I
' I
APPROX. LOCATION OF
60' GENERAL UTILITY ESMT
PER PB11, PG 324 J
'
' ' ~',
,' ""'
/
' '
' ' 1.26.0' 20'£-""{{STING
GEJ.'..iER.AL CTILITY EASEMENT
BK325 PG +24
' '
BK326 PG 449
""' ' ~
""' ' '
""' ' '
""' ' '
' '
s
Soo
~o-o,,,~
""' ' '
""'
""" ·.9s,
47.9' '
'
·1' J.STORY
~
CONCRETE BLOCK BlDG
12,973 SQ FEET±
HEIGHT: 22.2' :::
F.F.E.: 7.26.5' ±
20' GENERAL FIILITI ESMT
PER BK A, PG 505, PB 11, PG 324,
BK325, PG434&3K326, PG 449
~
~
~
' ~
TBM#l
FOUl'D 1/2''
REBAR CAPPED
''LS 355D"
~
~
'
N/F
SCl-lOTTI~llLL 'v;iQODS CORP
C/0 LOCIS VETTER REG:STERED .t\GEJ-.:T
1B.ILING: l.SOl E :VICC:\RT::-ST.
JEF?FRSON CITY, \fO 65101
.'\.:?N: 1t-05-2~-ooo.:-om-oo1
B.K ""736 PG 6JS
ZONFD: PTTI
USE: RESERVE TRACT,iV .. :\C:\..Yf
8
20' GENERAL UTILITY ESMT
PER.BK330, PG 136
6J~,
37,,
e<,J ~.!'
PART OF ::.,QT 56 OF SCHOTilULL WOODS SCBDIVISION SECTION 2, AS PER PLAT OF
RECORD :N PLAT BOOK 11, PAGE 324, COLE COU~1Y RECORDER'S OFFICE, Th: THE CITY
OF JEFF3RSON, COLE COTJ).i"TY", 1-IISSOURI, MORE P~;ffiTICULARLY DESCRIBED AS FOLLO\'X!S:
BEGLl>.fl\IL.~G AT THE NORTH'W'ESTERL Y CORL"JER OF S.'\10 LOT 56; THENCE S50°30'06"E,
ALONG TI-TE NORTI-IERLYLINE '11-IEREOF, 141.95 FEET; TIIENCES61"30'37"E, ALONGTI-IE
NORTIIERLY LThJE OF SAID LOT 56, 235.11 FEET TO T.·!E :.JORTH'Ui'ESTERLY COF.l"'JER OF A
lRACTDESCRIBED BY DEED OF RECORD lli BOOK 324, PAGE 723, COLE COU""J:-.-""TY
RECORDER'S OFFICE; 11-IEJ..:CE 532°1:!'3/''W, ALONG 11-IE "W'ESTERL Y LrNE THEREOF, 270.55
FEET; TI.:r&""JCE NS"P45'51"W, 235.75 FEET; THENCE N78°52'00''W, 133.30 FEET TO THE
SOUlT-IE.i\.SIERLY COR..'JER OF LOT 58 OF S:\ID SCHO:THILL WOODS SUBDIVISION,
SECITON 2 .AND 1HE SOlJ"IHEASTERLY CORNER OF A TRACT DESCRIBED BY DEED OF
RECORD IN BOOK 300, PAGE 540, COLE COUNTY RECORDER'S OFFICE; THENCE ::-J22°38'5l"E,
_AlONG 11-IE .&\STERLY LE'\!E OF S.Aill LOT 58, 192.25 FEET TO THE :KORlHE.ASTERL Y
CORNER THEREOF /1 . .:.""\ID SAID CORNER BETh!G 11-ffi SOUTlffiASTERLY CORNER OF A TRAIT
DESCRIBED IN BOOK 402, PAGE 81, COLE COtJ.'J1Y RECORDER'S OFFICE A..l>.JD THE
SOt.rrnEA .. ')TERLY COR...'JER OF LOT 51 OF Sli.ID SCHOTIHJ.LL WOODS SUBDIVISIOI\",
SECT:LON 1; THENCE N39°25'.29''E, ALOKG T:-IE E..A..STERLY LTh!E OF S..A..ID LOT 5i, 132..60 FEET
TO THE PODJT OF BEGINNNG. CONT~!\D-Jlli"G AN AREA OF 103,808 SQUARE FEET, OR 2.383
ACRES, MORE OF LESS.
THE .ii..BOVE DESCRIBED TRACT BErNG SHO\~N .A,.$ TRACf A ON SUJ.::.\-"'EY OF RECOR:> IN"
SUR'ilEY RECORD BOOK A, PAGE 505, COLE COUNTY RECORDER'S OFFICE.
OWNER'S C£Kflf1C.A.TE
1.
2.
3.
4.
3.
6.
7.
8.
9.
10.
N.A!V[ES .ti}.J"D ADDR.ES§ES OF AD)OIJ:'\lThJG PROPERTY O'WNERS
\X/ERE TAKE:J FROM GOLE COUNTY TA....-..:..;: CARDS AND DEEDS.
NO SUR\i"EYOROR.AJ.""JY 01HERPER.SO~ OTHER THAN A
LICENSED MISSOURI :1:-ITOR.J.""EY lv[AY PRO'iliDE LEGAL ADViCE
COKCEN'-JING THE sfATUS OF TIUE TO THE PRO PERT{
DESCRIBED IN THIS s\JRVEY ("!HE SUBJECT PROPERTY'). TilE
PURPOSE OF TIIIS sufiVEY, AND THE COWvCE}..""'TS RELATED TO
11-ffi SCHEDULE B-II E'SCEPTIOKS, IS OKLY TO SHOW THE
LOCATION OF BOm-.i..;).lill!ES .liND PHYSICi\.L OBJECTIONS IN"
REL\.110}.." TI-IERETO. TO THE EX"TENTT.HATTHESUR.VEY
ll'JDIC.ii..TES THAT TH§ LEGAL ll'~"S'"fRUMENT "AFFECTS" THE
SCBJECT PROPERTY, $UGI STATElviEJ\ TIS O~LY INTENDED TO
INDICATE THAT PROi?ERTY BOUNDARIES NCLUDED IN SUCH
il'JSTRU11ENTINCLU!?E SOME OR.1\LL OF TilE SCBJECT
PROPERTx". THE SUR\".EYOR DOES NOT PURPORT TO DESCRIBE
HOW' SUO-I INSTRUMJ~:NT AFFECT'S THE SUBJECTPR.O:?ERTY OR
THE Th"FORCEABILIT'i OR LEGAL CONSEQUENCES Ofi' SUCH
INSTRU:iYGNT.
ALL BEARINGS AND piST.AN"CES SHO'V.~?)J HEREON _>\.F2
MEA.SCRED DIM:ENSJ(;)NS LT.N"LESS OTHERWISE NOTED
HEREON. RECORD DfRIEKSIONS, IF DIFFERING FROM
ML"-SCRED DIMENSJPNS, WILL BE FOLLOWED BY "(R#)"
WHERE Tim# D.JDIC:.;.TES FROM WlllO-I REFERENCE
DOCUMENT Tim Dn.,iE:>JSION OR1GINATED
CONTOUR INTERVAL= 1 FOOT
ELEVATIONS EST.ABUSI-IED WITT-I GPS STATIC OBSERVATIONS
UTILIZir->.~G ONLThTE pQSIDONING USER SERVICE (OP"l"S) FOR
POST PROCESSlliG. (Ki."...VD 1983 DATUl\-() RESEARO-I W_A,.S DONE
TO FL.l\JD LOCAL.ANI)/ORNGSDATA BUT:.JONE WERE
AV_>\.ILABLE N 'THE A~ffiA AS OF DATE OF SURVEY.
AT THE TIME OF THE SURVEY, THERE WERE :\10 CH.."'-'-JGES IN
STREET RIGHT-OF-\X-·,.:., Y LINES EITHER COMPLETED OR
PROPOSED, 1\1'-..TD AV.n.TLABLE FROM CO:.rr.ROLLI!'lG
JURISDICTION OR o:B~ERVABLE EVIDENCE OF RECE:JT STREET
OR SIDEWALK CONsfRUCTION REPAIR
THERE WlG KO OBSERV}...BLE EVIDENCE OF EARTH MOVING
WORK, BUILDU'G ccfNSTRUCTION ORBl.JIIDIKGADDITIONS
WITHIN" RECENT MONTHS.
SURVEYOR DID NOT p.ECErvE t...NY INFOR...\1.li.TIO:.:l" FROMTI:IE
:TILE J:.'..TSURER REG:":iiDfi.JG THE CURRE'\JT ZONNG
CLASSIF1CA. TIO!' OF ~_i:!-IE PROPERTY OR A.t'JY REQUIRE11ENTS
RELATED TO THE AP;?LIC."...BLE ZONJJ\JG ClASSIFICATION.
THE BASIS OF BEARI..~G FOR TinS SUR'i7EY IS GRID NORTFr PER
GPS OBSERVATION, l1jiSSOURI STATE PLAI:-:"E, CENTRAL ZONE
[:'!AD 83)
P.li .. RE..'JT TR..I\CTTOT}.-L AREA IS 103, 808 SQU_!\RE FEET OR .2.383
ACRES MORE OR LES§·
~
Legend of Symbols & .. ®1:¢A'..,
@ FOUND MONUMEKT (AS NOTED)
Q SET 5/8'' REB.AR W/ CAP
K/F KOWORFOR..\1ERLY
----EASEMENT LINE
----SUBJECT PROPERTY LINE
----LOTLINE
h J
I ' '
I0JOW ALL 1fEN BY THESE PRESENTS THAT THE ~"DERSIGNErJ, BED-JG TI·IE OWNER OF 11-IE TRACT OF
Li\ND DESCRIBED IN lHE ABOVE PROPERlY BOUNDARY DESC!FPTION, HAS CAUSE SAID TR.A....CTTO BE
SURVEYED .Al''ID SUBDIVIDED INTO A LC'MU..:TI ON TI-US PLAT "fp:E LOT NCMBEP:::\ .. "''D THE SIZE THEREOF
IS FULLY AND TRULY SET FORTH _-t\ND THE UNDERSIGNED DOE:.S HEREBY DEDIC/1.TED TO THE PUBLIC,
FOR PUBLIC USE FORE\7"ER, A.LL EASEI\1ENTS ('JOT PRESENTI..Y dF RECORD), LYlli"G \:VlTI-IfrJ TH..E
BO~TIAI'JES OF THE DESCRIBED PROPERT'.{, AS SHOW'N ON TfilS PLAT.
• NUMBERS! THIS SUBDIVISION SHALL BE K"'JOWN AS AZJEFFERSON SUBDI\:"!SION
N/F
MCDON:\LDS CORPOR..\TION
!vL\IUNG: 219 E l.)U.['..JZLl.N Sl. :¥B
JEFFERSOK Cl1l", :\10 65:C01
APK: 11-05-21-0002-003-0lS
B.K 3UO PG 540
ZOl\'ED: PllD
USE: RESTAURANT
FOUND 2" .AI..:C"Jvffi-..:Ui\1 DISC
SE CORN"ER LOT 58
SE COR.."'JER TR.t\.Cf BK 300 PG
N ~
l<;
0
§?
{;!?
0
iC! ~ J
J
J
I
I
I
J
I
I
I
J
I 10'EXIS'IIJ'.l"G
1 J\MEREN (L:.HON ELECTIUq
E.A.SaffiNT
BK336 PG 343
BK336 PG345
""' ' '
LOT1
""' ' '
60,262 SQ. FEET OR
1.383 ACRES ±
""'
USE: RED\.IL/RESTAURJ\NT
' '
----~
---<t ---~-----_':>
~ ' ". " .v :f\~ "' ~ i.. ~ '~ ~ o.zy ii
PARENT TR:\.CT
P:\RTOF LOT 56
OP SCHOTUHLL \\-"OODS SUB:DIVISIO}.:
SEC.lON2
PER PL:\T m< 1"1, PG 3:4
103,808 SQ FEET ±
2..3S3 :\CR.ES =
.\P;...' 11-D5-21-Cl00.2-01:3-1120
B;..: 729 PG 158
' -~--~----------
N 78°52'00" w
133
_
30
, ~
~
~j o.f::t
~~
" 183.8'
~ FOUND
CHISELED
"X''
N/F '~--
' ~ " ~
:\ B C 0 J\L;.."'J,.\GE\1ENT. LLC.
:'v1AIIThTG: 419 Vill.GL'!U1.. TR:"...
TEFFERSON em-, .i.'vlO 65109
;\P.\1: 11-05-21-0002-003-020.0C3 ' ~ ' ""'-' ~
BK636 PG 512
ZONED: Pl:D
USE: 1\.ET.-Ul",iRF:ST_,_UR.-',_"'"""J.-' ' ' ""'-' ~ ' ~ ' ""'-' ~,
' ""'-' ~ ' ~ ' ""'-' '
LOT2
43,546 SQ. FEET OR
l.OCO ACRES ±
USE: VACA..NT
' ~ '-.. "'-. 60' NO:.J-EXCI.US:V""E ESM.T
'-.. ..., FOR \i"EHICCLAR AKD PEDESTRIA..h: ACCESS
'-.. ' PER BK 11, PG 324, PB .A, PG 505,
' ',,'',,, "--"-~7'·'~'u~" /
r-------------------------------------' ~ ' '-1 ~ ~0· ' /
f.r_)-......_ 06 .........._ I
"/"G. ......... ....
0 ' ~
' ""'-' ' ~ ' ',, ~~
' ' ' ' " '......._ PARKDJGES:\1'!
10S.i'
''J....S 355D
~ ;;,· to: .,cv -l. -j;~
o'l
~ "
~--------------------__.:'-::::_.""': ___ ~ PERBK300,PGS41~
'-(SEE EASE\.fENT EXHIBIT) .___________
' ' " I _________ _j ' ' ' ' " ' ' ' " ' ' " ' ' " ' ' " ' /'--, I
TBM#2
FOUND 1/2" REB.AR
C:\PPED ''LS 355D''
N\X' CORNER OF TR.ACI
PERDEEDBOOK324
P:\GE 7:!3
~" ~' ~~
:"/F
DILLOl\' RE:\L EST KIT CO., NC
~IAll])..'G: PROPERTY TA~'\:
1014 \~E S'?i""TH FLOOR
CU..:CNNATI, OH 4-52m
APK: 1::.-0S-21-0002-003-020.00.
f\K .324 PG72.3
ZONED: PLTI
LSE: GROCERY STORE
I
I
II I
I
II
I
I II
I
I
~,
I
I
I
I
";
I
I
I
I
I
ALL T A."{ES DUE AND PAYABLE AGAINST S.A.ID PROPERTY HAVE BEEN PAID N FULL.
IN ~TThJESS 'WHEREOF, TI-TE CNDERSIGNED 0\\-:...TER OF SAID pROPERTY HAS I-IEREV""l'TO SET HIS HANDS
.A.ND SIGK.t\TIJRES TIDS.2:,.LDAY OF V'o/'y;; ;r , 2022. --~
3Y, .. ·~ M~ SIEvENALB~r'
. .__../_>\lm-10RIZED SIG::-JATORY, ABCO :M...>\NAGB.\1.E,1\.l L.L.C.
STATE OF 11JSSOUF.l
COUNTY OF COLE
ON TI:IIS ~DAY OF 6,.. 2022, BEFORE ME PERSONALJ.Y, DI!) APPEARSTE"~/EN ALBERT, TO ME
PERSOK-ti.LY KNO\X!N A.ND 1';£n-.rG DULY S'W'ORN, DID SAY THKfHE IS STEVEN ALBERT, ACKNOWLEDGES
S.-UD INSTRUlvlENTS TO BE 'THE FREE ACT ~-\ND DEED OF SAID (.QRPORA TIOK
N \'O'ITNESS \VHEREOF, I HAVE SET :fl HAND AKD AFFIXED MY SML nmZ' DAY OF~ 2022.
MY COMMISSION E-XPIRES, f/z 5/ ?d(-::5~
~
< ;J:;_ I({ ... ~YPUBLIC, COLE COUNTY.
TRISTAN T CLEMENTICH
Notary Public-Notary Seal
STATE OF MISSOURI
Cole County
My Commission Expires: Sept. 25. 2025
Commission #l i023408
I, THE OTY CLERK OF THE CITY OF JEFFERSON, COUNTY OF cQ"LE, STATE OF MlSSOlJRI, HEREBY CERTIFY
THA.TTI!IS PLAT WAS ~'\PPROVED B):~ THE J.LA..YOR OF THE CHY (:lFJEFFERSOX, MISSOURl, BY ORDfi.J} ..... '-.JCE
NO.~=~=~
APPROVED THIS DAYOF 20_.
CARRI.E T.ERGIN, MAYOR
11ATTHEW MORASCH, P.E.
DrnECTOR OF PUBLIC WORKS
EMILYDONA.!-DSON, CITY CLERK
LUTHER W. S:~NDERS,JR. .• A.ICP
DJ:RECTOR Of. PLAN~G .A.... 'ill PROTECTIVE SER\"'1Cf.S
STATE OF MISSOURI
COCNT'f OF COLE
FILEDFORRECORD _DAYOF 20 .
AT __ O'CLOCK~>\.N""D ~1~UTES_.M -
RECORDEDL'JBOOK;__,PAGE __ .
JUDY K, RIDGE\\'AY, R.ECORDER
DOCUMENT NO.---
I HEREBY STA:E THA.T THIS :§OUJ.'..,"'D.A....RY SURVEY IS BASED ON AN ACTUAL
SURVEY ?..LIDE BY ME OR U}.,r:QER MY DIRECT' SUPERVISIO~ A.:."!D 1"HAT SAID
SURV.E.Y MEET'S OR EXCEEDS THE CURRENT MISSOURI MNThill~ STA .. NDARDS
FOR PROPERTY BOUNDARY si.JR\.lEYS AS ESTABLISHED BY THE lo.>ITSSO"l"RI
DEPARTMENT OF .AGRICULTLJRE, LA.hD SURVEY DIVISIO:.J, A "\ill .MISSOURI
BOARD FOR ARGIITECTS, PRPFESSIONAL ENGThTEERS, PROFESSIONAL LA.ND
SUR\i'EYORS, ~A,l\.r""D LAJ:,JDSCA.P·F-ARCHITECTS. (URBt...N CL!\..SS PROPERTY] APRIL
4TH,2022.
CERTIFICATE OF AUTHORIT':.:' #l.S-2017018510
Scale: 1" ::::;: 30'
0' 30' 60'
TI-llS IS TO CERTIFY THAT li.T THE REQUEST OF
STEV"'EN ALBERT, AU1HORJZED SIG:.JATORY FORABCO
MA'JAGE:.viENT, L.L.C., A S"L"RV"'EY .t\J.'.rD S"L13DNISIOK
WAS .MADE, UNTIER.MY PERSONAL DIRECTION
REGARDING THE PROPERTY SHO'WN A.!'-"D DESCRIBED
HEREON M"D THE RESULTS ARE REPRESEKTED ON
11-IIS PL-\T M""DTI!A.TS.AID SURVEY\VAS PERFORMED
ll' ACCORDANCE \'XliTH II-IE REQCIREMENTS OF THE
STANDARDS FOR ,1\N URBAN PROPERTI BOU""NDARY
SURV""EY .t\S ADOPTED BY TBE "MfSSOURI BOARD FOR
ARCHITECI'S, PROFESSIONAL ENGINEERS, AND LA!:"-."D
SURVLYORS.
ll' 'X'IThJESS \XIHE.REOF, I HAVE HERE"L"NTO SET :MY
HAND M"D SEAL TI-llS 10TH DAY OF 1-IARCH, 2022.
~
·------
BUCKLEY D. BLE,;~
PROFESSIONAL L.AKD SURVEYOR NO. 2015000225
STATE 0? MISSOURI
MISSOURI C.O.A 2017018510
DRAWNBY&Dl' .. "TE, I REVI~W30SY, I 3:.Jl1.'TSYEDDY:
,::~s"~'MT.K 4/4/2022 1 Gc 1 JW
\...,ULJ:. COUNTY~ I JOBN"c.Jll,f"BO.R!
MISSOURI 21-11149.01
831 EASTL".ND DRlVE,
CITY, :viTSSOCRl 65101
FOf>.. 1':-G u;;r:; AND BJ:::l'EF11" Of,
AUTOZONE, INC.
-~-·---
Excerpt of Unapproved Minutes
JEFFERSON CITY PLANNING AND ZONING COMMISSION
May 12, 2022
5:15p.m .
COMMISSION MEMBERS PRESENT
Dale Vaughan, Chair
Penny Quigg, Vice Chair
Gregory Butler
Emily Fretwell
Spencer Hoogveld, Alternate
Treaka Young, Alternate
COMMISSION MEMBERS ABSENT
Bunnie Trickey Cotten
Dean Dutoi
Shanon Hawk
Blake Markus
COUNCIL LIAISON PRESENT
Mike Lester, Council Liaison
STAFF PRESENT
Sonny Sanders, Director of Planning & Protective Services
Dustin Birch, Associate City Counselor
Eric Barron, Planning Manager
Kortney Bliss, Planner
Anne Stratman
ATTENDANCE RECORD
8 of 9
9 of 9
6 of 9
6 of9
4 of 9
2 of 3
7 of 9
6 of9
6 of 9
3 of 9
Case No. P22006 -839 Eastland Drive, Final Subdivision Plat and Preliminary PUD Plan.
Request filed by ABCO Management. LLC, property owner, on behalf of AutoZone Development.
LLC, applicant, for a Final Subdivision Plat consisting of two lots and a Preliminary PUD Plan to
construct and operate an auto parts retail sales store on proposed Lot 2. The property is located
on the north side of a private commercial drive 500 feet east of the intersection of Eastland Drive
and East Elm Street and is described as Part of Lot 56 of Schotthill Woods Subdivision Section 2
in the City of Jefferson, Cole County, Missouri (Spartan Engineering Solutions, LLC, Consultant).
Ms. Bliss stated the applicant is requesting a Final Subdivision plat for 2.4 acres . Such plat would
create two lots; one would be 1.4 acres and the other 1 acre . Both lots would remain under the
existing zoning district, PUD Planned Unit Development. For the proposed 1 acre lot, approval of
a Preliminary PUD Plan has been requested. AutoZone requests to build a 7,400 square foot
building to house their retail business enterprise.
Wesley Berlin, PE, Spartan Engineering Solutions, LLC, 2583 Pine Bluffs Court, Highland, Ml,
spoke regarding this request. He stated that Spartan Engineering is a civil consultant and also the
project representative for AutoZone . We are filling in a vacant portion of the existing development.
This is a great site and great location for AutoZone . AutoZone is strictly a retail sales business,
there are no additional services such as oil changes . It is strictly indoor sales, there is no outdoor
storage. AutoZone is a low intensity use and is not a huge traffic generator.
No one spoke in opposition to this request.
Ms. Bliss stated that staff recommends approval of both the Final Subdivision Plat and the
Preliminary PUD Plan . The proposal appears to meet all applicable requirements of the Zoning
Code and the Subdivision Code for the City of Jefferson. With respect to the City Code, this
request is subject to staff comments, including but not limited to those of the Public Works
Department, Fire Department, and Building Division.
Ms. Quigg moved and Mr. Butler seconded to recommend to the City Council approval of the AZ
Jefferson City Subdivision Final Subdivision Plat. The motion passed 5-0 with the following votes :
Aye : Butler, Fretwell, Hoogveld, Quigg, Young
Nay : None
Ms. Fretwell moved and Mr. Butler seconded to recommend to the City Council approval of the
Preliminary PUD Plan for property addressed as 839 Eastland Drive .
a. Establishment of an underlying zoning district of C-2 General Commercial for the purpose
of determining permitted uses , signage, and lighting .
The motion passed 5-0 with the following votes:
Aye : Butler, Fretwell , Hoogveld, Quigg, Young
Nay : None
PLANNING STAFF REPORT
JEFFERSON CITY PLANNING AND ZONING COMMISSION
May 12,2022
Case No. P22006 -839 Eastland Dl"ive, Final Subdivision Plat and Pa·eliminary PUD Plan. Request filed by
ABCO Management. LLC, property owner, on behalf of AutoZone Development. LLC, applicant, for a Final
Subdivision Plat consisting of two lots and a Preliminaty PUD Plan to construct and operate an auto parts retail sales
store on proposed Lot 2. The property is located on the north side of a private commercial drive 500 feet east of the
intersection of Eastland Drive and East Elm Street and is described as Part of Lot 56 ofSchotthill Woods Subdivision
Section 2 in the City of Jefferson, Cole County, Missouri (Spartan Engineering Solutions, LLC, Consultant).
Nature of Request
A Final Subdivision Plat for a 2.4 acres tract is proposed. Such plat would create two lots; one would be 1.4 acres and
the other I acre. Both lots would remain under the existing zoning district, PUD Planned Unit Development. For the
proposed 1 acre lot (suggested to be called Lot 2 in the Final Subdivision Plat), approval of a Preliminary PUD Plan
has been requested . AutoZone requests to build a 7,400 square foot building to house their retail business enterprise.
A plan narrative has been provided by the applicant and is attached within the case packet.
Histoay
The prope1ty has been involved with a number of staff reviews and Planning and Zoning Commission cases. These
have included approval of a prelimina1y plat, preliminary and final C-4 site plan, amended C-4 site plan , and revision
to the C-4 site plan. Such requests have spanned a time frame of at least 1982 to 200 I. The C-4 (Planned Commercial)
name is no longer in use to describe a zoning district. After the Zoning Ordinance was updated from 2001-2002 , this
district today falls under the PUD name and zoning designation applicability.
Zoning and Su...-ounding Land Use
Zonina· PUD Use · Gravel Lot •o·
Surrounding Zoning Surrounding Uses
N01ih RA-2 Residential
South PUD Commercial; Restaurant, Finance, Medical
East PUD Commercial; Restaurant, Gas Station, Retail
West PUD Commercial; Retail, Finance
Analysis
The following are observations of the requested Final Subdivision Plat and Preliminary PUD Plan. The proposal is
subject to compliance with all portions of the City Code for the City of Jefferson, including Chapter 35 Zoning Code,
Chapter 32 The Subdivision Code, and Chapter 3 Advertising and Signs .
Subdivision Plat:
Name: AZ Jefferson City Subdivision
Acreage:2.383
Cu...-ent Number of Lots: 1
Proposed Number of Lots: 2
Lot Size:
o Largest Lot: 1.383 acres
o Smallest Lot: 1 acre
Streets: No streets are suggested to be created as a part of the plat. Both proposed Lots I and 2 would have
access to a private drive which connects to Eastland Drive. There is vehicular access through a drive
positioned along the north side of the two proposed lots.
Sidewalk Currently no sidewalks exist on the lot. While not shown on the Final Subdivision Plat , sidewalks
are noted within the Preliminary PUD Plan .
Utilities: The site appears to contain adequate access to utilities . Need for a fire hydrant at the front of the
building has been identified .
Planning and Zoning Commission
Case No. P22006
Pa·eliminary PUD Plan:
May 12 ,2022
Page 2
A proposed Preliminary PUD Plan is attached and contains several site modifications including parking lot, sidewalk,
utilities, lighting, signage, and landscaping,
Building Design: Total gross floor area is projected to be 7,38I square feet and have a height of I9 feet to
the top of parapet wall. Building construction details must comply with Building Division and Fire
Department requirements.
Land Use: The narrative specifies the applicant's desire to use the site for an auto parts retail sales store. The
zoning is PUD. An underlying zoning district was not noted by the applicant but for the regulation of other
land uses and site specifications not laid out in the plan, the C-2 General Commercial district serves as the
most appropriate underlying zoning district,
Landscaping: Landscaping proposed for the site includes the placement of five red oaks along the edges of
both the east and south parking lots. Under Appendix A.-Approved Planting List located in Chapter 35 of
the City Code, N01thern Red Oak, having scientific name Quercus rubra, is the only red oak variety listed as
an approved tree species in this Appendix . There are other oak tree species in the Appendix such as the Scarlet
Oak and Shumard Oak which give variations of red fall foliage. These oak varieties at this time were not
mentioned in the plan. Irrigated sod ground cover is proposed for all areas excluding building and pavement
locations. The applicant suggested that nearly 28% of the site will be dedicated to pervious coverage.
Lighting: Three light poles and six wall packs are suggested to be used for site illumination. The narrative
states that these would all be LED fixtures that would face in a downward direction as well as be full cut off
type which would be set to turn off, by timer, 30 minutes after the last employee leaves.
Paa·king: Two ADA parking spaces and one loading space are outlined in the site plan. The plan notes a total
of35 spaces; 26 of these on the east side of the building and 9 located on the south side of the building.
Sidewalk: New sidewalks are suggested to be laid along the east and south side of the building. In addition,
a sidewalk is marked to run along the private drive located to the south of the proposed structure. The sidewalk
running along the private drive would connect to those near the building via a suggested sidewalk situated at
the west side of the south em parking lot.
Signage: Two wall signs are proposed with the southwest wall sign measuring 117 square feet and the
northeast one 54 square feet. A pylon sign is also requested through the PUD Plan specifications . Such sign
would be 6.5 feet by 10.5 feet and extend 30 feet in height to the top of the cabinet. This sign is shown to be
located at the northeast comer of the site as shown on the Preliminary PUD Site Plan. A statement in the
narrative states that this sign would be comparable to the McDonald's and Conoco pylon signs along Eastland
Drive. The applicant suggests that all three signs will be internally illuminated. All other signage details not
specified within the PUD Plan would need to refer to Chapter 3 Advertising and Signs with respect to the
underlying C-2 General Commercial zoning designation .
Ta·affic: Expected peak hour traffic is 44. In accordance with Chapter 35 Section 35-60. -Traffic impact
analysis, this proposal does not generate more than I 00 peak hour trips and thus, does not require a traffic
impact analysis report.
Staff Recommendation
Upon review ofthe request, staff recommends approval of both the Final Subdivision Plat and the Preliminary PUD
Plan. The proposal appears to meet all applicable requirements of the Zoning Code and The Subdivision Code for the
City of Jefferson. With respect to the City Code, this request is subject to staff comments, including but not limited
to those of the Public Works Department, Fire Department, and Building Division.
Form of Motion
I. Motion to recommend approval of the AZ Jefferson City Subdivision Final Subdivision Plat.
2. Motion to recommend approval of the Preliminary PUD Plan for property addressed as 839 Eastland Drive.
a. Establishment of an underlying zoning district of C-2 General Commercial for the purpose of
determining permitted uses, signage, and lighting.
Jefferson City Planning & Zoning Commission Meeting
Engineering Division Staff Report
Thursday, May 12,2022, 5:15pm
Item 6. -New Business/Public Hearings
Case No. P22006-Final Subdivision Plat, AZ Jefferson City Subdivision, and Preliminary PUD
Site Plan, 839 Eastland Drive (Existing PUD Zoning)
ENGINEERING STAFF RECOMMENDATION-
Recommend approval, subject to technical corrections being addressed on documents prior to the final plat
and preliminary PUD plan being considered by the City Council.
Filla/ Plat-
Existing Infrastructure Summarv
o Public infrastructure exists in the vicinity.
o Storm water drainage facilities exist in the vicinity.
• Sanitary sewer facilities exist in the vicinity.
• Other utilities exist in the vicinity.
• Drive access is to/ from the shopping center private drives to the north and to the south of the
proposed lot.
• Sidewalk does not exist in the area, other than to serve individual buildings.
Improvements Summarv
No public improvements are proposed with this infill development.
Prelimillary PUD Site Plan-
Storm Water I Erosion Control
• Storm water detention is not required for the site. It appears that the proposed development has a
smaller proposed impervious footprint than what has been proposed previously for other potential
developments for this lot.
• A hydrodynamic separator inlet to capture pollutants is proposed for the site to address storm water
quality requirements. All drainage facilities proposed will be considered private.
• Erosion/ sediment control plans will be needed for site development during final plan submittal.
Sanitary Sewer
• This development is served by an existing sanitary sewer main at the southeast corner of the lot.
City of Jefferson Planning and Zoning Commission
LOCATION MAP
RA-2
Case No. P22006 o 87 .5 175 35o Feet
839 Eastland Drive •o•:::::1•••11il
Final Subdivision Plat and Preliminary PUD Plan
City of Jeffers on Bo a rd of Adju stment
V IC IN ITY
Case 822006 o 155 310 620 Feet
839 Eastland Drive
Final Subdivision Plat and Preliminary PUD Plan
Sidewalk
o A sidewalk is proposed along the frontage of the private drive to the 'south of the lot. This wiii
connect to the adjacent properties (the various shops and convenience store to the west and the
grocery store to the east).
Fire Hydrants I Utilities
o Existing utilities serve this area.
o As per the Fire Department, an additional fire hydrant is needed in the area .
Review Status of Documents-
o The plat, preliminary plan and description/ details have all been reviewed and are generally in
order.
o Technical review comments have been sent back to the consultant for consideration, and will need
to be addressed prior to the final plat being considered by the City Council.
o It is expected to receive revised plans prior to the Planning and Zoning Meeting, addressing
comments referenced above.
City of Jefferson
Department of Planning & Protective Services
320 c. McCarty Street
Jefferson City, MO 65101
Phone: 573·634·6410
icplanninq®jcffcitymo.oro
\VVNI.jcffcrsoncitymo.gov
APPLICATION FOR SUBDIVISION PLAT
~---
\
I
I
i
I
!
..... ·····
~ ... . -
' . . . ,-· . ~ . ..
APR -?~2 2
The undersigned hereby petitions the Planning and Zoning Commission and City Council of the City of Jefferson,
Missouri for the following type of subdivision : ___ Preliminary Plat X Final Plat
1. Name of Subdivision: AutoZone Jefferson City M05759
2. General location: 839 Eastland Drive (within Eastland Plaza)
3. Existing/Proposed zoning: _P_U_D ___________________________ _
4. Existing/Proposed use of the property: Existing : vacant and undeveloped; Proposed : AutoZone auto parts sales
One (new)
5. Size of the property in acres: 1.00 6. Total number of lots proposed : Two (aftersolit)
7. Description of any variances to the Subdivision Regulations being requested (please note section number
of the regulation below and attach a letter stating justification for the variance(s):
None
8. Application filing fee : s 360.00*
*Note : Application fee was paid
Preliminary Plat = $500 + $5 per lot
Final Plat = $350 + S5 per lot
(Revised July 1. 2018)
Minor Revision = $250 + $5 per lot
to Preliminary Plat
to the City on 3-28-22
Wesley R Berlin , PE , for Spartan Engineering Solutions, LLC
Engineer Name (type or print)
Buckley D. Blew
Surveyor Name (type or print)
Contact person for th is apQiication:
Wesley R Berlin, PE
Name: Spartan Eng ineering Solutions. LLC
Engineer Signature
'-\ c--.....__k =-·6-\ • ... _;z:_--::_,~~-· .. _=.::"-:::---··-··
Surveyor Signature
2583 Pine Bluffs Court
Address: Highland , Ml 48357
Phone Number: 810-746-9928 Email : wberlin@spartan-es .com -----------------------
For Staff Use Only:
Attachments : _Variance request letter Additional documentation
¥-/-").2
Date
3-31-22
Date
4-1-22
Date
Nores : ---------------------------------~------
Individuals should contact/he ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under tile Americans
wi th Disab ilit ies Act. Please allo w three business days to process the request.
Page 1 of 5
City of Jefferson
Department of Planning & Protective Services
320 E. McCarty Street
Jefferson City, MO 65101
Phone: 573·634-6410
/cplannlnq@/effcltymo.orq
wwwJeffersoncltymo.gov
APPLICATION FOR PLANNED UNIT DEVELOPMENT (PUD}
0
!Z
0
Concept PUD Plan
Preliminary PUD Plan
Final PUD Plan
0
0
Amendment to Final PUD Plan
Amendment to Final PUD Plan for Sign age
PUD Project Name: AutoZone Jefferson City M05759
Street Address: 839 Eastland Drive
Legal Description: (as follows or is attached) Part of Lot 56, Schotthill Woods Subdivision 'Section 2
Please attach or Include the following:
a) Typed project narrative describing the type and character of the development, including land uses, acreage,
proposed residential densities or commercial floor area (FAR); public or private open space, amenities or
recreation 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 Development 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) Signage Plan, including type, locations and dimensions of all proposed signs;
g) Landscaping and Screening Plan;
h) Lighting Plan, including pole heights, type of fixtures or luminaries, and foot candles;
i) Project Phasing Plan (if applicable)
j) Application Filing Fee = $500 + $200 advertising fee + $20 per acre + $250 rezoning fee (if applicable)
(Revised July 1, 2018)
Application Information:
Property Owner: Steven Albert for ABCO Management, LLC
Address 419 Virginia Trail, Jefterson City MO 65109
Phone Number(s):..;:;5..:..7::..3-..;:;6.;;..90::..·..:..7;:;..;39;...;;6;__ ___________________ -:------
Applicant Name (if different from owner): Carl Helton for AutoZone Development, LLC
Address 123 S. Front Street. 3rd Floor. Memphis TN 38103 ' ' ..
Phone Number(s):...:9:.:0:..:.1_-4:..:.1.=.3-4....:..::.24;.:.:6=---------------------......;...----
Consultant Name: Wesley R Berlin, PE, for Spartan Engineering Solutions, LLC
Address: 2583 Pine Bluffs Court. Highland Ml 48357
Phone Number(s): ....:B'-'1..:.0-..:.7..:.46=-·-=-99::2:.::8;....._ _______________________ _
Wesley R Berlin, PE I Owner 3-31-22
Printed Namemtle Date
For Staff Use Only: Application Filing Fee Received. ___ _ Amount Check#._-=--~
Attachments: Narrative_ Site Pion_ Applicant/Project Information Sheet_ "Note olher information submitted on back page
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or altemative ronnats as required under the
Americans wilh Disabilities Act. Please allow three business days to process the request.
Page 1 of7
'-.
·--. ·-----· -· . . -----,
l ., ......................
~~~-, ......... ~ .... .. ""·",'·"·'~· ..... I
-\ T
_! lj
-'
I
.,
!
I
' r
I
(j_)
'· ·,_
,,
I
J 1;,·
' \
-,)
{/ )
ll
I
\\
i))
(i -
i
,,
I
I
I
I
I
~
· .. ·
\ -..
April 6, 2022
SPARTAN ENGINEERING SoLUTIONs, LLC
2583 Pine Bluffs Court
Highland, MI 48357
Ph: 810-746-9928
WW\\' .spa rll:\ll -ei\.COIJl
SES Consulting Project Number: 2022-010
Project Narrative for:
Proposed AutoZone Store Jefferson City M05759
839 Eastland Drive
City of Jefferson, Cole County, Missouri
1. Legal Description
Part of Lot 56 of the Schotthill Woods Subdivision Section 2. See proposed Final Plat for Metes and Bounds
legal description.
2. Type and Character of Development
The proposed Project is for construction of an AutoZone auto parts retail sales store. AutoZone is the leading
retailer, and a leading distributor, of automotive replacement parts and accessories in the U.S . All AutoZone
stores are company-owned and operated through its corporate headquarters in Memphis, Tennessee.
The proposed 1.0 Acre site is located within the Eastland Plaza shopping center, and is currently vacant and
undeveloped. The proposed AutoZone building is 7,381 square feet gross floor area, which results in a Floor
Area Ratio (FAR) of 16.9 for the site . In addition to the proposed AutoZone building, other site improvements
will include a parking lot, access drives , underground utilities, lighting, signage, and landscaping .
3. Sidewalks and Pedestrian Ways
Sidewalk is proposed adjacent to the new parking areas around the building providing access to the store
entry. A new sidewalk system is also proposed along the south side of the property adjacent to the existing
share drive. This proposed sidewalk will enhance pedestrian interconnectivity between the proposed AutoZone
and existing adjacent businesses. A connecting sidewalk between the southern sidewalk system and parking
lot is also proposed for pedestrian access to the front of the store .
4. Parking Areas
Proposed parking areas are located on the subject site south and east of the new building . 30 parking spaces
are required by the Jefferson City Zoning Code, and 35 total parking spaces are provided on site . Two ADA
accessible parking spaces are required, including one van accessible space, and two ADA accessible parking
spaces are provided with both being van accessible .
Parking areas are accessed through the existing shared roadways within the shopping plaza located on the
north and south sides of the subject site. A single point of access is proposed at the north and south side of the
parking areas.
AutoZone Jefferson City M05759-839 Eastland Drive 4-6-22
5. Signage
Two wall signs are proposed on the AutoZone building, both in compliance with the Jefferson City Zoning
Code . The southwest wall sign will be 117 square feet in size with 3'-4" tall lettering . The northeast wall sign
will be 54 square feet in size with 3'-0" tall lettering . Both signs will be internally illuminated.
A pylon sign is proposed along the north side of the property similar in location to the existing McDonald's and
Conoco signs . This proposed sign is not permitted by Jefferson City Zoning Code, and approval of the sign is
requested as part of the PUD amendment process. The proposed sign will be 6.5 feet x 10.5 feet in size, 30 .0
feet in height to the top of the cabinet, and will be internally illuminated . The sign is comparable to the existing
adjacent pylon signs for McDonald's and Conoco.
6. Lighting
Site lighting is designed in compliance with Sec. 35 -57 of the Jefferson City Zoning Code. Three light poles will
be utilized to illuminate the proposed parking and drives on site. Six wall packs on the building will provide
illumination of the proposed sidewalk and parking areas directly adjacent to the building .
All exterior lighting will utilize LED fixtures . All light poles and wall packs will be downward directed and full cut-
off.
The lighting layout is designed to minimize or eliminate illumination spill-over at the site boundary. Additionally,
exterior lighting will be on a timer and shut off each night approximately 30 minutes after the last employee
leaves following business closing .
7. Landscaping
Red oak trees are proposed throughout the site to enhance the visual aesthetics of the property while providing
shade coverage within the parking areas . Irrigated sod ground cover is proposed for all areas outside the
build ing and pavement. Nearly 28% of the physical site area will be pervious coverage based on the current
site layout design.
City of Jefferson
Department of Planning & Protective Services
320 E. McCarty St.
Jefferson City, MO 65101
April 28, 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 5:15p.m .
on Thursday , May 12, 2022, to consider the following matte rs (see map on back):
Case No. P22006 -839 Eastland Drive, Final Subdivision Plat and Preliminary PUD Plan. Request
filed by ABCO Management. LLC, property owner, on behalf of AutoZone Development. LLC, applicant, for
a Final Subdivision Plat consisting of two lots and a Preliminary PUD Plan to construct and operate an auto
parts retail sales store on the proposed Lot 2 . The property is located on the north side of a private
commercial drive 500 feet east of the intersection of Eastland Drive and East Elm Street and is described
as Part of Lot 56 of Schotthill Woods Subdivision Section 2 in the City of Jefferson, Cole County, Missouri
(Spartan Engineering Solutions, LLC, 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, written comments may be directed to the
Planning and Zoning Commission in one of the following ways :
e-mail : jcplanning@jeffcitymo.org
fax : 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 Jefferson City, MO 65101
Written comments received 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 only at the
meeting. Correspondence received after 1:00 p.m. will be included i n 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
June 20, 2022 . The City Council meets at 6:00 p.m. in the Council Chambers of the John G. Christy
Municipal Building, 320 East McCarty Street.
Information regarding this case may be viewed on the Planning and Zoning Commission webpage at:
htto :/Nvww .jeffersoncitymo.qov/governmentlplanning/plannina and zonina commission.pho
If you have any questions concerning this matter, please feel free to contact 573.634.6573.
Best Regards,
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats
as requ ired under the Americans with Disabilities Act . Please allow three business days to process the request.
Please call (573) 634-6410 with questions regarding agenda items.
Jefferson City Planning and Zoning Commission
Property Owner List
Case No P22006
839 Eastland Drive
MO HWY & TRANSPORTATION COMM
PO BOX 718
JEFFERSON CITY MO 65102
MCDONALD$ CORPORATION
219 E DUNKLIN ST #B
JEFFERSON CITY MO 65101
JEFFERSON BANK OF MISSOURI
700 SOUTHWEST BLVD
JEFFERSON CITY MO 65109
WOODLANDER APARTMENTS L L C
PO BOX 77
CENTERTOWN MO 65023
BACLESSE, JOHN W TURNER, RONALD 0
%JOHN W BACLESSE
PO BOX 779
JEFFERSON CITY MO 65102
MIABELLA PROPERTIES L L C
2103 EXPRESSVIEW DR
JEFFERSON CITY MO 65101
MIABELLA PROPERTIES L L C
2103 EXPRESSVIEW DR
JEFFERSON CITY MO 65101
ABC 0 MANAGEMENT L L C
419 VIRGINIA TRL
JEFFERSON CITY MO 65109
BILL SUMMARY
BILL NO: 2022-007
SPONSOR: Councilmember Fitzwater
SUBJECT: Vacation of an Unnamed Alley to the Rear of the Properties in the 1600
Block of W , Main Street
DATE INTRODUCED: May 16. 2022
DEPARTMENTDIRECTOR(S: __ ~~~~~~~~~-------------
CITY ADMINISTRATOR:~~~~=~~~~~~---------------
Staff Recommendation: Approve.
Summary: When approved, this item will authorize the vacation of an unnamed alley to
the rear of the properties in the 1600 block of W. Main Street.
Origin of Request: Andy Rackers
Department Responsible: Public Works
PERSON RESPONSIBLE : MATTHEW J. MORASCH, P.E./David Bange , P.E.
Background Information: The lots in the 1600 block of W. Main Street were created
with the General Reality subdivision in 1912 and likewise a 30-foot-wide alley at the rear
of the properties. This alley has remained unimproved to this day. For that reason and
with no planning document indicating a future use of this alley , its vacation would not be
a disservice to the citizenry.
Fiscal Information: The City will be responsible for the recording fee of the vacation
document.
BILL NO . 2022-007
SPONSORED BY Councilmember Fitzwater
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI , VACATING AND
DISCONTINUING THE RIGHT-OF -WAY OF AN UNNAMED ALLEY TO THE REAR OF
THE PROPERTIES IN THE 1600 BLOCK OF W. MAIN STREET.
WHEREAS, it has been shown to the Council of the City of Jefferson, Missouri, that the
owners of land adjacent to and abutting upon an unnamed alley in the 1600
Block of W . Main Street in the City of Jefferson , have petitioned the City
Council to vacate the right-of-way of said unnamed ailey; and
WHEREAS , it has further been shown that it would not inconven ience the public or the
citizens of the City to discontinue the right-of-way 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 as right-of-way and forever vacate the
following described right-of-way in said City :
A part of the public 30-foot-wide Alley in The General Realty Company Subdivision of
theSE Y4 of the SW Y4 of Section 1, Township 44 North , Range 12 West, in the City of
Jefferson , Cole County, Missouri , as described in Plat Book 2 , Page 13, of the Cole
County Recorder's Office . More particularly described in Attachment A.
Section 2. The statutory right of reversion in the owners of the 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 in struments 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 3. This Ordinance shall take effect and be in full force from and after its
passage .
PASSED _________ __ APPROVED ________________ _
Presiding Officer Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM :
City Clerk ~ City Att0re
Attachment A
Vacation of 30 foot wide Alley
A part of the public 30 foot wide Alley in The General Realty Company Subdivision of the SE ¼ of the SW
¼ of Section 1, Township 44 North, Range 12 West, in the City of Jefferson, Cole County, Missouri, as
described in Plat Book 2, Page 13, of the Cole County Recorder’s Office. More particularly described as
follows.
Beginning at the Northwest Corner of Lot 12, Block 1 of the said The General Realty company
Subdivision of the SE1/4 of the SW ¼ of Section 1, Township 44 North, Range 12 West, and the easterly
Right-of-Way line of Ware Avenue; Thence in an easterly direction along the Northerly lot lines of Lots
12 thru 1, of Block 1, of said subdivision to the Northeasterly corner of said Lot 1, Block 1 of said
subdivision; Thence in a Northerly direction along said Easterly line of said subdivision, 30 feet to the
Northeasterly corner of said subdivision and the Southeasterly corner of Lot 45 of Riverhills Addition
Section 3, as recorded in Plat Book 11, Page 376 of the Cole County Recorder’s office; Thence in a
Westerly direction along the Northerly line of said The General Realty company Subdivision of the SE1/4
of the SW ¼ of Section 1, Township 44 North, Range 12 West, and the Southerly line of Said Riverhills
Addition Section 3 Subdivision along Lots 45 thru 49, to the Southwesterly corner of said Lot 49 and the
easterly Right-of-Way of said Ware Avenue; Thence in a southerly direction along the said easterly Right-
of-way of said Ware Avenue, 30 feet to the Point of Beginning of this vacation description. Subject to
easements of record.
APPLICATION FOR VACATION OF RIGHT-OF-WAY/ALLEY/EASEMENT
PUBLIC WORKS & PLANNING COMMITTEE
Citv of Jefferson -Department of Public Works
:f20 East McCarty Street, Jefferson City, Mls5ourf 651 01
Phone (573) 634-6410. Fax (573) 634-6562
D f . _ September 30, 2021 ate o application:. _________________ _
We, the undersigned property owners, hereby petition the City Council to vacate the following right-of-way/alley/easement:
Behind properties on W Main Stand Paddlewheel Circle, JC, MO 65109
(Attach legal description of property to be vacated)
PRINTED NAME
M D 3 Properties LLC
Forest and Una Steenbergen
Bruce Connor
Harold and Gloria McCombs
JuHa & Cary Gampher
.,r/_ SIG_tiATURE /~.1~-
..,,'!jf ~ .1\.A ~
n
ADDRESS OF PROPERTY
ABUTTING VACATION
l628 W Main St, JC, MO 65109
1618 WMain St, JC, MO 65109
1616 W Main St, JC, MO 65109
1612 W Main St, JC, MO 65109
1606 W Main St. JC, MO 65109
1604 W Main St, JC, MO 65109
Atleile Recant"· \J~~f;N '\)_ ..t ~-1602 w Main St, JC, MO 651 09
1/ JonathanFord<andEiizabethZerr /J ::::# --1600WMainSt,JC,M065109
P~ary Contact(s) · ~ , ~28 W Main St, JC, MO 651 09) .J/:.r-::1.
AdJ'nfsr .:J.re015addlewheel Circle, Jefferson City, MO 65109 (I
Telephone Number(s) ~ S? .f ~ @1" ?f._ 5qi?
l ·' ":
MAILING ADDRESS
~
~Paddlewheel Clr, JC, MO 65109
PHONE NO.
<?t,-Gt:t(/-J"?W7
-57"3-291-7606
~zo .. ;co -1Sfj
1{""-cl?-& !u."cx~ JL.ft.)fru1~ LLc.)
~for submitting requests for vacation ofeasements or rights-of-way as ~Appendix Y ofthe City Code $136 (June~ 2018}
Individuals should contact the ADA Coon:llnator at (573) 634-6570 to request acccmmodations or alternative formats as required under the Americans with Disab17ilies Act
Please allow three business days to process the request.
li:1PubllcWoll<•V'onns\PW&P fomls\VACATION ROW foJm 063018.doc
APPLICATION FOR VACATION OF RIGHT-OF-WAY/ALLEY/EASEMENT
PUBLIC WORKS & PLANNING COMMITIEE
Citv of Jefferson -Department of Public Works
!20 East McCarty Strllet, Jefferson City, Missouri 65101
Phone (573) 634-641 0_ Fax {573) 834-$562
Date of application:. _________________ _
We, the undersigned property owners, hereby petition the City Council to vacate the following right-of-way/alley/easement
(Attach legal descnption of property to be vacated)
PRINTED NAME
Gary and Sherry Zenishek
Scott and Melinda Hovis
\Nllllam and Elizabeth Ziegler
Andre and Kimberly Grinston
Phillip and Susan Klapp
SIGNATURE ADDRESS OF PROPERTY
ABUTTING VACATION
MAILING ADDRESS
1508 W Main St,JC, MO 65109 £.A--.V\-C
1627 Paddlewheel Cir, JC, MO 65109 3A"\ f"
1629 Paddlewheel Cir, JC, MO 65109 1 .) ~
1633 Paddlewheel Cir, JC, MO 65109 /J.a~
1635 Paddlewheel Cir, JC, MO 65109 ~Cl..Jn.l. _,
PHONE NO.
'5~3 ·l.(l.f/')._ -1 ~
S13-23D· m~
f11·' ]tf l'Of1
~5--r37 ~'..1 r, l:t_l
~ 13{/{0-~ t(,
Primary Contact(s) ____________________________________________ _
Add~ss: ______________________________________________________________________________ __
yelephone Number(s)-____________________________________________________ _
Fee f.Qr submitting requests for vacation of easements or rights-of-way!!~ Appendix Y 2f the~ Code $136 !June~ 201 Bl
Individuals should contact lha ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans with Disabilities Act
Please anow lhree business days to process lhe request.
U:\Publle Works\Fonn•II'W~P fonno\VACP.TION ROW form 063018,doo
BILL SUMMARY
BILL NO: 2022-008
SPONSOR: Councilmember Wiseman
SUBJECT: Amending Article 11, Paid Holidays, of the Personnel Policy Manual to
Include Juneteenth and Amending the FY2022 Budget to Appropriate
Funds from the Public Safety Tax Fund to the General Fund for the
Additional Holiday
DATE INTRODUCED: May 16, 2022
DEPARTMENT DIRECTOR(S): c~~ ~ Q 2:::/\1Df0L---
CITY ADMINISTRATOR : .Jt>---,~ c
Staff Recommendation: Approve.
Origin of Request: Councilmember Lester
Summary: This ordinance adds the language to implement Juneteenth to the list of City
observed Holidays.
Department Responsible: Human Resources I Administration I Finance
Person Responsible: GAIL STROPE I Steve Crowell/ Shiela Pearre
Background Information: Juneteenth became a Federal Holiday last year. Upon passage ,
many state and local organizations added Juneteenth to their regular schedule of observed
holidays, including the State of Missouri, Cole County and Lincoln University.
The following table was prepared by Councilmember Lester showing the City observed
holidays versus Cole County , State of Missouri and Lincoln University.
City employees Cole County State Holidays Lincoln University
observe the Holidays (12) (13+) (13)
following
holidays (10+):
New Year's Day New Year's Day New Year's Day New Year's Day-3
(Observ.ed) days
Martin Luther King Martin Luther King Martin Luther King,
Jr. Day Jr. Day Jr.'s Birthday
Lincoln's Birthday
(Observed)
Washington's Washington's
Birthday Birthday
City employees
observe the
following
holidays (10+):
Cole County
Holidays (12)
State Holidays
(13+)
Lincoln University
(13)
Harry Truman Day Truman Day
(Observed)
Memorial Day Memorial Day Memorial Day Memorial Day
Juneteenth
(Observed)
Juneteenth
(Observed)
Juneteenth
(Observed)
Independence Day Independence Day Independence Day Independence Day
Labor Day Labor Day Labor Day Labor Day
Columbus Day Columbus Day
Veteran's Day Veterans Day Veterans Day
Thanksgiving Day Thanksgiving Day Thanksgiving Day Thanksgiving Day
Friday after
Thanksgiving Day
Friday after
Thanksgiving Day
Friday after
Thanksgiving Day
Christmas Day Christmas Day
(Observed)
Christmas Day 4 days (22, 23, 26, &
27)
+One floating
holiday may be
approved by City
Council. If
approved, it will be
added November 1
to each employee’s
accrual bank.
Note: Day after
Thanksgiving
although not listed
has been
traditionally
authorized
The Administration Committee discussed the holiday and recommended moving this
ordinance forward to the full City Council. The Committee also discussed adding
Washington’s Birthday (President’s Day) and Columbus Day. The fiscal impact is below.
Fiscal Information: Each additional holiday would cost approximately $78,200 (net amount
after deducting the reimbursement from the County and JCPS for 9-1-1 and for the School
Resource Officers). This amount is related strictly to Public Safety and is a result of shift
work. There could potentially be minimal costs in other City areas if the additional holiday
resulted in overtime pay for other staff members throughout the City.
There would also be a nominal reduction in revenue for both Parking and Transit. The
Parking revenue loss would be between $500 and $1,000 each day as a result of not writing
tickets and not collecting meter/hourly parking fees. The Transit revenue loss would be
approximately $500 per day, as fares make up only a small percentage of revenues.
The total cost including maximum loss revenue for one holiday is $79,700. For two holidays
the total cost would be $159,400 and for three holidays, the total cost would be $239,100.
Editor’s note: Deleted language shown thus. Added language shown thus.
BILL NO. 2022-008 AMENDED
SPONSORED BY Councilmember Wiseman
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI AMENDING ARTICLE 11,
PAID HOLIDAYS, OF THE PERSONNEL POLICY MANUAL TO INCLUDE
JUNETEENTH HOLIDAY AND AMENDING THE FY2022 BUDGET BY
APPROPRIATING FUNDS WITHIN THE GENERAL FUND.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS
FOLLOWS:
Section 1. The City of Jefferson, Missouri hereby accepts the additional language
added to Article 11, Paid Holidays, of the Personnel Policy Manual:
Section 11-1. Regular Holidays
(a) All full-time and part-time employees with benefits shall receive compensation for the
following holidays:
a. New Year's Day
b. Martin Luther King Birthday
c. Harry S. Truman's Birthday
d. Memorial Day
e. Juneteenth
f. Independence Day
g. Labor Day
h. Veteran's Day
i. Thanksgiving Day
j. Friday after Thanksgiving Day
k. Christmas Day
(b) When a holiday falls on a Saturday, the preceding Friday shall be observed. When a holiday
falls on a Sunday, the following Monday shall be observed. Employees required to work on a
holiday shall be given compensatory time off or compensated in money for time worked on the
holiday.
Section 2. It is hereby appropriated from the General Fund as indicated on Exhibit
A, attached hereto.
Section 3. This Ordinance shall 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 City Attorney
CERTIFICATION BY MAYOR
Pursuant to Article VII, Section 7.1(5.) Of the Charter of the City of Jefferson, Missouri, I
hereby certify that the sums appropriated in the ordinance are available in the various
funds to meet the requirements of this bill.
_____________________________
Mayor Carrie Tergin
Bill 2022-08
AMENDED
Exhibit A
General Fund:
Revenue
10-100-495995 Transfer From Surplus 78,131.66$
Expenditure
10-300-501030 Holiday Pay 26,457.35$
10-300-502010 Social Security 2,023.98$
10-300-502030 Retirement 4,818.71$
10-400-501030 Holiday Pay 29,798.35$
10-400-502010 Social Security 432.08$
10-400-502030 Retirement 14,601.19$
BUDGET AMENDMENT
FISCAL YEAR 2021-2022 BUDGET
Holiday Pay FICARIMEDIR
Personnel Cost-Washington's Birthday $ 56,255.69 $ 2,456.06 $
Personnel Cost-Juneteenth $ 56.255.69 $
Personnel Cost -Columbus Day $ 56.255.69 $
2.456.06 $
2.456.06 $
LAGERS TOTAL
19,419.90 $ 78,131.66
19.419.90 $ 78.131.66
19.419.90 $ 78,131.66
**All personnel costs are related to Public Safetv as a result of shift work. There could potentially be
minimal costs to other Citv areas if the additional holiday resulted in overtime pay for staff members
throughout the City. These figures take into account the reimbursements that the City receives
for a portion of 9-1-1 staff and SRO staff from the County and JCPS respectively.
Position Control -April 2022 5/1 0/2022 Page 1 of 1
BILL SUMMARY
BILL NO:
SPONSOR: Councilmember Schreiber
SUBJECT: Consideration of Labor Agreement Between the City of Jefferson
and the Fraternal Order of Police Missouri, Lodge #19.
DATE INTRODUCED: May 16 , 2022
CITY ADMINISTRATOR: -~er--=---------+-f~L/=..:::..._.1£..4...,~%;-r-.L..__----
Staff Recommendation: Approval -r
Summary: if approved , this will implement a labor ag reement, which includes a
pay plan , between the City of Jefferson (City) and the Fraternal Order of Police ,
Missouri , Lodge #19 (FOP), for police officers.
Origin of Request: City Administrator
Person Responsible: STEVE CROWELL.
Background information:
With the recent adoption of the Public Safety Sales Tax, the City Counci l directed
staff to negotiate with the Fraternal Order of Police Missouri , Lodge #19 (FOP), a
labor agreement, which includes the pay plan , for police officers . The attached
memorandum and contract provide some more detai l related to t his issue .
The parties recommend adoption of the proposed labor agreement (including the
referenced pay plan). In order to provide sufficient opportunity for the Public
Safety Sales Tax to begin accumulation , the proposed effect ive date of the
agreement is July 10 , 2022 which would implement the pay plan effective w ith
the July 10 , 2022 payroll period , paid to employees covered by the agreement on
July 29 , 2022.
The projected annual revenues generated by the Publ ic Safety Sales Ta x is
approximately $2.800 ,000 per year. At the current time , City staff anticipates the
Public Safety Sales Tax revenues to increase <;ipprox imately 2 % per year.
The overall projected cost of the FOP pay plan for FY22 , on an annual basis , is
approximately $1 ,160,035 , which will be funded by the recently approved Public
Safety Sales Tax.
Steven S. Crowell , Jr.
City Adm ini s tr ator
310 E. McCarty Street
J efferson C ity , MO 6510 1
Pho ne Number: (573) 634 -6306
Emai I: SC rowell @jeffcr soc itymo.gov
MEMORANDUM
To:
From:
Jerem y Bowman.
President. Jeffe rson Ci ty Po li ce Officer s Association
Missour i. Fraternal Order of Police. Lodg e# 19
Date: May 12. 1022
Re: Ci ty/Fraternal Order of Po lice Labor Agreement Prop osal
Attach ed is a prop osed labo r agreement. w hich includes a pa y pl a n. between the City of
Jefferson (C it y) and the Fraternal Order of Police Missouri. Lodg e# 19 (FO P). The FOP and I arc
supporti ve of the agreement as proposed. The FOP and I feel the agreement is respo nsive to the
intent of the voters vvho app roved th e Public Sa fety Sales Tax which became effective on Apri l
I. 2021 and cons istent wi th City Cou ncil direc t ion regard ing pay for po lice officers.
Th e team deve lop in g the proposed agreement includ ed FOP representa ti ves Jeremy Bowm an and
Ja son Ambler on behalf of the exempt and nonexempt police (FO P) oftice rs. and C it y
representat ives Gail Strope. Director of !Iuman Resources; Shiela Pearre. Int erim Director of
Finance: Roger Schroeder. Chief of Police: Rya n Moeh lm a n. City Attorney: and Steve Crowell.
City Administ rator.
The projec ted ann ual revenues generated by the Pub l ic Safety Sales Tax is approximately
$2.800.000 per year. A t the current tim e. Cit y staff antic ipates th e Public Safety Sal es Tax
re ve nu es to in crease approximatel y 2% per yea r.
The overa ll projected cost of the FOP pa y plan fo r FY21. on an ann ual basis. is approxi mate ly
$1.16 0.035. wh ic h will be fun ded by th e recently app rove d Public Safe ty Sa les Tax . Adopti on of
the proposed agree ment with the FOP provides a remai nder of fund in g to be available lor
negotiati ons wi th the Int ernati o nal Association o r Fire Fighters Loca l 671. as well as some
funding for the purchase of public safety equipm ent/fac iliti es improvements on an a nn ual basi s .
As Council is avvare. the City"s consultant. Eve rgr ee n. is st ill conduc t ing a re view and ana ly sis of
City sa laries and wages for all e mpl oyees.
A brief overview of the ag reemen t and pa y plan is as fo ii O\\·s :
I. The agreement, as proposed, is consistent with the City's current Personnel Manual
and/or current practices. The agreement term is for a period of three years, with a
procedure by which Police Officers will be compensated in the future if a new agreement
is not approved prior to the termination date of the initial agreement. There is a separate
agreement for exempt Police Officers and one for nonexempt Police Officers.
2. The pay plan included in the agreement:
a. Is based on a 2.5% increase from one pay '~step" to the next '"step."
b. When a Police Officer is promoted to one of the designated positions, the officer will
move from their current '"step" to a "'step~~ within the new designation, plus an
increase in "steps" as follows: when promoted to a Sergeant, one will receive a two
''step" increase; when promoted to a Lieutenant, one will receive a three "step"
increase; and when promoted to a Captain, one will receive a two ""step" increase.
c. Uses a beginning salary of $46,000 for an entry level Police Officer, which is fairly
consistent to the 2022 salary for a City of Columbia Police Officer based on an
appropriate amount of reduction for the pension contribution the City of Jefferson
makes for Police Officers which the City of Columbia does not make for their Police
Officers (the City of Columbia requires officers to contribute approximately 4.5o/o of
their salary to their pension program). It is our understanding that the City of
Columbia Police Officers collective bargaining unit is currently in negotiations with
City of Columbia staff on a new labor agreement.
d. Police Officer and exempt staff can "'top out" after 18 "'steps.,. The City Personnel
Manual provides procedures for •·topped out" employees, which would apply to
employees covered by the FOP agreement.
The parties recommend adoption of the proposed labor agreement (including the referenced pay
plan). In order to provide sufficient opportunity for the Public Safety Sales Tax to begin
accumulation, the proposed effective date of the agreement is July 10,2022 which would
implement the pay plan effective with the July I 0, 2022 payroll period, paid to employees on
July 29, 2022.
At this time, we plan on the agreement being ·'introduced'' to Council for second reading at the
May 16, 2022 City Council meeting and for adoption at the June 6, 2022 City Council meeting.
The $46,000 starting salary is less than the staff proposed $47,000 salary; however, Police
Administration feels with the hiring incentive for police officers, the entry proposed level salary
is effective. Additionally, the proposed plan results in a salary maximum for a Captain '"close to"
more recently hired/promoted Department Directors. but the maximum is still within the current
range for Captains.
Attachments
BILL NO. 2022-010 SUBSTITUTE
SPONSORED BY Councilmember Schreiber
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI, APPROVING THE
FRATERNAL ORDER OF POLICE LABOR AGREEMENT AND AMENDING THE FY2022
BUDGET OF THE CITY OF JEFFERSON, MISSOURI , BY SUPPLEMENT ALLY
APPROPRIATING FUNDS WITHIN THE VARIOUS CITY FUNDS OUTLINED IN EXHIBIT
A.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON , MISSOURI , AS
FOLLOWS :
Section 1 . There is hereby supplementally appropriated within various City Funds
$362,097 .37 as indicated on Exhibit A , attached hereto.
Section ~. The agreements attached as Exhibit B (Exempt) and Exhibit C (Non-
Exempt) are hereby approved and the Mayor and City Clerk are authorized to execute the
same.
Section ~. This Ordinance shall be in full force and effect from and afte r the date of
its passag e and approval.
Pass e d : __________ _ Approved : __________ _
Presiding Officer Mayor Carrie Tergin
ATIEST: APPROVED AS TO FORM :
City Clerk City~
CERTIFICATION BY MAYOR
Pursuant to Articl e Vll,~e ction 7 .1(5 .) Of the Charter of the City of Jefferson , Mi ssouri , I
hereby c ertify that the sums appropriated in the ordinance are available in the various
funds to meet the requirements of this b ill.
Mayor Carrie Tergin
REVIEWED BY FINANCE ON 5/11/2022
SUPPLEMENTAL APPROPRIATION
FISCAL YEAR 2021-2022 BUDGET
General Fund:
Revenue
10-100-490500 Transfer from Public Safety Tax
Expenditure
Police Department
Salaries-501020
Holiday Pay -501 030
Social Security -502010
Retirement -502030
Public Safety Tax Fund:
Revenue
55-100-490500 Transfer from (to) surplus
Expenditure
55-700-590030 Transfer to General Fund
$ 362,097.37
$ 362,097.37
Bill 2022-01 0
SUBSTITUTE
Exhibit A
$ 277,443.00
$8,460.97
$21,871.65
$54,321.75
$ 362,097.37
City of Jefferson, Missouri
AND
Missouri Fraternal Order of Police Lodge #19
Jefferson City Police Officer’s Association
City of Jefferson City, MO
FY 2022/23, FY 2024 & FY 2025
EXEMPT EMPLOYEES
LABOR AGREEMENT
ARTICLE I. AGREEMENT
Section 1.01 – Parties.
This agreement is made and entered into by and between the Fraternal Order of Police, Jefferson City Police
Officer’s Association Lodge #19, herein referred to as the “Lodge,” and the City of Jefferson, Missouri, herein
referred to as the “City.”
Section 1.02 – Purpose.
This Agreement is made for the purpose of setting forth the understandings and agreements between the City
and the Lodge governing the wages, hours, terms and other conditions of employment for those employees
(herein identified as “member” or “members”) included in the bargaining units as defined herein.
Section 1.03 – Severability.
If a court or competent jurisdiction finds any provision of this Agreement to be contrary to law, or if the City
and the Lodge mutually agree that any provision is invalid by operation of law, such provision shall be of no
further force and effect, but the remainder of the Agreement shall remain in full force and effect. In the event
of such invalidity, the City and the Lodge will schedule a meeting at a mutually agreeable time, within thirty
(30) days of one party’s written request to the other, to negotiate alternative language on the subject matter
held to be or found to be invalid.
Section 1.04 – Amendment of Agreement.
No changes in this Agreement shall be negotiated during its duration unless the City and the Lodge agree in
writing to so amend the Agreement.
Section 1.05 – Conflicts.
In the event that any provision of this Agreement conflicts with the City’s personnel manual or with any
policies and procedures or general orders of the Jefferson City Police Department (herein after, the
“Department,”) or with any other written directives issued by management, the provisions of this Agreement
shall be controlling. The parties recognize that the City’s personnel manual, and the Department’s policies
and procedures and other written directives will address topics not covered in this Agreement, and will provide
further details about matters in this Agreement. To the extent those above-mentioned written materials do not
conflict with the provisions of this Agreement, they shall be enforceable.
ARTICLE II. RECOGNITION
Section 2.01 – Bargaining Unit.
The City, in particular to this specific agreement, recognizes the Lodge as the chief bargaining representative
of the exempt commissioned police officers of the City of Jefferson, Missouri Police Department via City
Resolution RS2021-18.
The term “member” or “members” throughout this agreement reflects the City’s recognition of that term as
exempt commissioned police officers in the City of Jefferson, Missouri Police Department.
Section 2.02 – [RESERVED]
Section 2.03 – Non-Discrimination.
Both the City and the Lodge acknowledge and agree that there shall be no discrimination against or harassment
of any employee by either party due to the employee’s race, gender, color, national origin, religion, age,
disability, sexual orientation, military service status, Lodge membership status or lawful Lodge activities,
genetic information, marital status, political affiliation, political activity consistent with federal, state and local
law, or membership in any other category or classification that is protected by law.
ARTICLE III. MANAGEMENT RIGHTS
Section 3.01 – Management Rights.
Except as otherwise expressly provided in this Agreement, the City retains to manage the Department, both
directly and as delegated to the City Administrator and Police Chief, including but not limited to the right to:
(A) Determine the mission of the City and the Department;
(B) Direct the working forces;
(C) Hire, classify, assign, promote, and transfer employees;
(D) Suspend, demote, discipline, and discharge employees;
(E) Relieve employees from duty because of lack of work or other legitimate reasons;
(F) Change existing methods, operations, facilities, equipment, and type or number of personnel;
(G) Promulgate, make, change, and/or revoke reasonable personnel rules, regulations, policies, and
work and safety rules consistent with this Agreement and applicable law;
(H) Assign work to bargaining unit and/or civilian support personnel;
(I) Maintain and/or take steps to enhance the efficiency of the operation of the City and the
Department;
(J) Take whatever actions may be reasonably necessary to carry out the mission of the City and the
Department; and
(K) Nothing herein shall modify any employee’s status as being employed on an at-will basis.
Section 3.02 – Rights and Responsibilities.
The foregoing powers, rights, authority, and responsibilities, and the adoption of policies, rules, regulations
and practices in furtherance thereof shall be exercised in conformity with this Agreement by the City’s
selected management personnel. Failure of the City and/or Department to exercise any of the Management
Rights enumerated above does not diminish the future ability to exercise such Management Rights.
Section 3.03 – Operation of Law.
Nothing in this Agreement shall be interpreted or construed in a way that would prevent the City and/or the
Department from complying with any duty or obligation placed upon the City and/or Department by operation
of law.
ARTICLE IV. LODGE RIGHTS
Section 4.01 – Lodge Representatives.
At the beginning of each new calendar year, the Lodge shall provide the Department with a list of members
who shall serve as official Lodge representatives for that calendar year. If Lodge fails to provide such list,
the City may rely on such failure to deem that the previous year’s Lodge representatives remain in such
position until an updated list is provided by the Lodge. In addition, representatives of the Lodge shall be
admitted to the City’s facilities for the purpose of processing grievances, performing official Lodge business
as authorized herein, and attending meetings.
Section 4.02 – Bulletin Board.
The Lodge shall be permitted to continue to maintain a Lodge bulletin board at the Department. Lodge
bulletins, Lodge materials, and communications of interest to members shall be permitted to be posted on this
board. No derogatory material shall be posted on the Lodge bulletin board. Such bulletin board shall not be
used for private commercial purposes.
Section 4.03 – Use of Internal Mail.
The Lodge shall be permitted to use the City’s and/or Department’s e-mail and hard copy internal mail
distribution systems for Lodge business, so long as the Lodge’s use does not create a burden on the City’s
electronic and/or physical systems, and so long as such mail use does not hinder on-duty personnel in the
performance of their duties. The Lodge shall use the e-mail system only for the purpose of communicating
with its membership, the Department, and City management. The Lodge and its members acknowledge that
City mail and electronic communications may also be subject to public disclosure under the State’s sunshine
law, although hard-copy materials when placed in a sealed envelope clearly marked as Lodge communication
shall not be subject to review by the City and/or Department.
Section 4.04 – Dues Deduction.
The City agrees to withhold Lodge dues on a bi-monthly basis from all Lodge members who have authorized
the withholding by the completion of an appropriate form to be kept on file in each individual’s personnel
record. The amount withheld will be paid to the Lodge on a time frame that coincides with pay periods, less
the administrative fee charge to cover the cost of the service. The City will provide full accounting
documentation on the transactions covered by this section.
The Lodge agrees to keep the Employer informed of the amount of individual monthly dues to be withheld
and to notify the City at least thirty (30) days in advance of any change in the amount withheld.
The Lodge agrees to provide signed withholding forms to the City and to pay fifty cents ($0.50) per month
per individual for the City’s administrative cost. The Lodge agrees that this payment for services shall be
withheld from the monthly dues check from the City.
Section 4.05 – Ballot Boxes.
The Lodge shall be permitted to place a ballot box at the Department for the purpose of collecting members’
ballots on all Lodge issues subject to ballot, as long as the ballot box is presented in a way that it does not
tamper with the day-to-day Department operations. Such box shall be the property of the Lodge and neither
the ballot box nor its contents shall be subject to the City or Department’s review.
Section 4.06 – Lodge Business.
The City and Department recognize the following leave for duly elected or authorized representatives of the
Lodge.
(1) The City will pay full-time members who are already on duty and who serve as Lodge
representatives for time spent on labor management meetings with City representatives, grievance
meetings, and/or representing employees during investigatory interviews; if such task does not
take away from the immediate required duties of the Lodge representative in their capacity as a
police officer.
This pay does not qualify for Lodge representatives who are already off duty and/or summoned to
the need of a member from an off-duty capacity. All other Lodge business shall be performed on
non-working time.
Section 4.07 – Confidentiality.
Members shall have the right to consult with a Lodge representative on a confidential basis regarding
performance and disciplinary matters. To avoid any conflict between supervisory and Lodge responsibilities,
all such confidential conversations shall occur only between members and Lodge representatives. Any Lodge
representative, who has any supervisory responsibility over the person or issue involved, shall be excluded
from serving as a Lodge representative in any way with regard to that particular issue. Further, the right of
confidentiality under this paragraph shall be limi ted in that all members shall be obligated to immediately
report to senior management and to answer questions about any statement reasonably indicating that an
employee may have committed, or may have a current intention to commit, any crime.
Section 4.08 – Release of Reasonable Records.
The City shall, upon request, provide to the Lodge information and records reasonably relevant to the Lodge’s
performance of its functions in serving as the chief bargaining representative of the employees in the
bargaining unit. Where such information involves medical data or job-performance information, the City may
require the Lodge to present a signed release from each employee covered by the request.
Section 4.09 Request for Information Fee.
In the event the City estimates that responding to a single information request will require the production of
more than 300 pages of information that is not available in electronic format, and/or will require more than
two hours of staff time to research or prepare, the City shall notify the Lodge of this fact, and the estimated
charge for compliance with the request. Research and duplication time will be estimated and charged at the
lowest hourly pay and benefit rate of available qualified personnel, and copies shall be estimated and charged
at 10 cents per page. In no event shall the Lodge be charged if the actual cost of research, duplication, and
copies is less than $20.00. Research time may include attorney time to review documents for purposes of
determining closed status of requested records.
Section 4.10 – Indemnification.
The Lodge shall defend, indemnify and hold harmless the City in the event that a City employee should file a
claim against the City for unauthorized dues deduction or release of information, and such deduction or release
was pursuant to information, or a request for information, provided by the Lodge, or its members, to the City.
ARTICLE V. NO STRIKE / NO LOCKOUT
Section 5.01 – No Strike / No Lockout.
The Lodge agrees that neither it nor any of the members covered by this Agreement will collectively,
concertedly or individually engage in or participate in any strike, slowdown, work stoppage, sick out,
sympathy strike, illegal picketing, or other action or omission that interferes with the work or efficient
operation of the Department.
The City agrees that it will not lock out any of the members covered by this Agreement.
In the event of a strike, slowdown, work stoppage, sick out, sympathy strike, illegal picketing, or other action
or omission that interferes with work of the efficient operation of the Department, the Lodge shall, upon
receiving notice thereof, immediately give oral or written directives, with a copy to the Department,
instructing those members engaged in such activity to immediately cease their strike, slowdown, work
stoppage, sick out, sympathy strike, illegal picketing, or other activity and return to their assigned duties
immediately at the discretion of the Department.
The Lodge’s communication shall warn that a failure to cease prohibited activities and return to their assigned
duties as directed will continue to expose them to disciplinary actions, including termination, as the
Department deems appropriate, and to civil action for material breach of this Agreement
The failure of the Lodge to promptly so act, after notice by the Department, shall be construed to mean the
Lodge sanctioned or condoned the actions of the members involved. If the Lodge does promptly so act, such
actions shall be construed, absent other inconsistent acts by the Lodge, to demonstrate that it did not sanction
or condone the unlawful and/or prohibited acts.
The City may exercise its ability to withdraw recognition of the Lodge as set forth in Article V if the Lodge
sanctions or condones the actions of the omissions prohibited by this Article.
ARTICLE VI. WAGES
Section 6.01 – Wages.
On the effective date of this Agreement, Appendix A would become enforced in regards to wages/salary for
all members.
To install all current [grandfathered] members into Appendix A, the members shall enter the proper pay step
in Appendix A based upon years of service and applicable promotional position with the Jefferson City Police
Department at the time of this Agreement being implemented. The City Administrator and the designated
Lodge Representatives shall agree on the placement of any particular members within a step set forth in in
Appendix A for fiscal year 2023 and the remainder of fiscal year 2022. Members shall be advanced to the
next step effective November 1 of each year, starting November 1, 2023, subject to a satisfactory or better
employee evaluation within the previous 12 months. Members who are promoted prior to November 1 shall
be eligible for November 1 step advancements.
Once the initial installation of Appendix A is completed with current [grandfathered] members, then those
members that follow this Agreement implementation will enter Appendix A accordingly.
Section 6.02 – Lateral Entry.
Lateral Entry candidates are defined as police officers currently employed with other law enforcement
agencies.
Applicants must have been a full-time non-probationary law enforcement officer with at least one (1) year of
experience to be considered for a lateral transfer.
Applicants will not be considered for lateral transfer if the intended separation from their recent employer or
any prior law enforcement employer is due to pending termination related to disciplinary action.
The lateral transfer program is not guaranteed for all entry-level officers with prior law enforcement
experience. Eligibility criteria for selection into the lateral transfer program are at the sole discretion of the
City Administrator and subject to change as determined by the City Administrator.
In following this determination of a lateral transfer into Appendix A and beginning salary determined by the
City Administrator, the beginning salary shall not exceed the salary of an existing sworn member with the
same uninterrupted years of service and education.
Commensurate experience and eligible years of service, when applied to Appendix A, shall be determined by
the City Administrator and shall be objectively applied.
Even as a lateral transfer, newly-appointed Police Officers will remain in an introductory status for a minimum
of one (1) year from the date of their hire. Introductory status may be extended at the discretion of the City
Administrator.
Section 6.03 – Promotions.
Members who are promoted will receive the appropriate wages as set forth in Appendix A for the following
promotional advancements, based upon the steps of Appendix A:
Sergeant to Lieutenant: Three Step Advancement.
Lieutenant to Captain: Two Step Advancement.
Section 6.04 – Across the Board Pay Raises.
The Lodge agrees and understands that the City reviews yearly across the board wage increases and may
adjust all city salaries based on such. Under Appendix A, the Lodge recognizes and understands that if such
wage increase does occur to general city employees [not Lodge members] – that such increase will not be
implemented into Appendix A during the duration of this contract.
Refer to Section 13.02 of this Agreement for any monetary increase within Appendix A, if this Agreement
enters into a continuation beyond the term.
ARTICLE VII. REDUCTIONS IN FORCE
Section 7.01 – Layoffs and Recalls.
Lay-offs shall be in accordance with the Personnel Policy Manual. Members who are laid off in order of
reverse seniority shall be placed on a recall list for up to eighteen (18) months. Members shall be recalled in
seniority order. Those same members shall be required to notify the City whether they accept recall within
seventy-two (72) hours after receiving a recall notice, and shall have a maximum of fourteen (14) days to
report for duty. Any member who declines recall, or who does not report for duty within the specified time
period shall be removed from the recall list.
ARTICLE VIII. DISCIPLINE
Section 8.01 – Discipline
Disciplinary actions for unsatisfactory performance shall be taken in compliance with the City’s Personnel
Policy Manual and the Department’s Regulations Manual 316.03, titled “Discipline.”
ARTICLE IX. INTERNAL INVESTIGATIONS
Section 9.01 – Administrative Investigations.
Whenever a law enforcement officer is under administrative investigation or is subjected to administrative
questioning that the officer reasonably believes could lead to disciplinary action, demotion, dismissal, transfer,
or placement on a status that could lead to economic loss, the investigation or questioning shall be conducted
in accordance with applicable state law and applicable ordinance and departmental policies.
ARTICLE X. GRIEVANCE PROCEDURE
Section 10.01 –Grievances.
A “grievance” for the purpose of this Article shall mean any dispute over the application and/or interpretation
of this Agreement. A grievance, outside the purpose of this Article, shall be brought to the attention of the
supervisor or supervisors under the procedures set forth in the Personnel Policy Manual.
The Lodge, for the specific purpose of a grievance in this Article, shall b e the only party permitted to file
grievances. The City or Department shall not accept or process grievances filed by individual members.
Individual members shall submit their potential grievances to the Lodge for evaluation. The Lodge shall
evaluate potential grievances and file grievances as required by the standards of its duty of fair representation.
ARTICLE XI. GENERAL PROVISIONS
Section 11.01 – Uniforms and Equipment.
The City and/or Department will provide all necessary uniforms and equipment for all Departmental personnel
as detailed by policies and procedures. Members shall not be required to respond to any hazardous situation
without the proper clothing and equipment, all properly maintained and in good working order.
The City and/or Department will bear the costs of professional cleaning of all Department-issued uniforms.
Section 11.02 – Policies to be Available.
The City will make all policies that are applicable to members covered under this Agreement available to each
member in electronic format. Members will be responsible for reading and complying with all such policies,
and for asking questions about any area that is unclear to the individual member.
Section 11.03 – Release of Personal Information.
The City and Department agrees that it shall not release the name of members who are involved in a critical
incident unless the member is criminally charged or an order is issued by a court of competent jurisdiction
compelling the release of the officer’s name or as otherwise required by law. When a court order is issued in
such a matter, the City and/or Department agrees to make every reasonable effort to notify the Lodge of such
order so that the Lodge may intervene with the courts on behalf of the member, if it so desires.
A “critical incident” for purposes of this section shall mean a use of force or duty related incident involving
death or serious bodily injury of a non-employee, or death of a non-employee while in custody, or any pursuit
resulting in death or serious bodily injury.
Nothing in this Section shall create a personal right of action for any member and this Section is subject to
the requirements of applicable state law, including but not limited to Chapter 610, RSMo.
Section 11.04 – Uncompensated Work Prohibited.
Bargaining unit members shall not be required as a condition of employment to participate in any
uncompensated work for any charity or any special interest group.
Section 11.05 – Review of Video(s).
Members enjoy no expectation of privacy in videos taken by members or in videos in which a member
appears. The Department may review and use patrol vehicle dash camera, body camera and other routinely
prepared video for purposes of discipline where the usage of review is:
(1) In response to a formal complaint or observed action(s).
(2) Part of a randomly reviewed video (organized random internal audit) applied to an operational unit
of the Department – completed by an employee tasked specifically with such audit assignment.
(3) Part of an independent audit, or;
(4) Other review done in a manner as to not single out member(s) without cause.
(5) In the reasonable exercise of management rights.
Before providing a formal statement in a critical incident or for the purpose of drafting official reports or
documentation, members shall be permitted to review all patrol vehicle dash camera and body camera video
footage associated with the incident.
ARTICLE XII. COMPLETE AGREEMENT
Section 12.01 – Complete Agreement.
The parties acknowledge that during negotiations which resulted in this Agreement, each had the unlimited
right and opportunity to make demands and proposals with respect to any subject or matter not removed by
law from the area of collective bargaining, and that the understandings and agreements arrived at by the parties
after the exercise of that right and opportunity are set out in this Agreement.
Therefore, the City and the Lodge, for the life of this Agreement, each voluntarily and unqualifiedly waiv es
the right and each agrees that the other shall not be obligated to bargain collectively with respect to any subject
or matter referred to or covered in this Agreement, except as expressly provided for herein. Further, each
party voluntarily and unqualifiedly waives the right and agrees that the other shall not be obligated to bargain
collectively over any other subject during the life of this Agreement, even though such subjects or matters are
not addressed herein, and may not have been within the knowledge or contemplation of either or both of the
parties at the time they negotiated or signed this Agreement.
Should matters arise during the term of this Agreement that are appropriate subjects of collective bargaining,
they shall be addressed under circumstances where the City and the Lodge agree in writing to so amend the
Agreement.
Section 12.02 – Entire Agreement.
This Agreement constitutes the entire Agreement between the parties hereto, and supersedes and replaces any
and all obligations and/or agreements, whether written or oral, express or implied, between or concerning the
parties and/or represented members of the City. No amendment, modification, or addition to this Agreement
shall be effective unless it is reduced to writing and signed by both parties.
Section 12.03 – Savings.
If any article or section of this Agreement shall be held invalid by operation of law, the remainder of the
Agreement shall not be affected thereby. The Parties shall enter into immediate collective bargaining for the
purpose of arriving at a mutually satisfactory replacement for any article or section that has been held invalid.
ARTICLE XIII. TERM OF AGREEMENT
Section 13.01 – Effective Date.
This Agreement shall become effective upon ratification by both parties, and shall remain in effect through
October 31, 2025.
At least 60 days prior to expiration of this Agreement, either party may notify the other that they wish to meet
and confer in a good-faith attempt to reach agreement on the terms of the renewal or replacement of this
Agreement. In the event no notice is given, this Agreement will automatically renew for repeated successive
one-year periods.
If notice is given, then the terms of this Agreement will remain in effect after the expiration date, until the
parties either reach agreement on a renewal or replacement agreement, or until the parties reach a bargaining
impasse. By signing below, the parties represent that this Agreement has been duly approved and ratified,
and they agree to abide by its terms and conditions.
In the event the City experiences a decline in annual gross revenue compared to the amount budgeted for the
previous fiscal year as shown in the annual audit of the Ci ty, this Agreement may be terminated or modified
following sixty (60) days written notice. At least thirty (30) days prior to the sixty (60) day written notice,
the City agrees to notify the Lodge of this activity and agrees to meet and confer in a good-faith attempt to
reach agreement on the terms of this Agreement or replacement of this Agreement, given the annual gross
revenue decline. For purposes of this article, annual gross revenue shall be defined as that revenue exclusive
of grants received by the City from all sources except City funds.
Section 13.02 – Continuation beyond Term
If this Agreement remains in effect after the expiration date, the monetary amounts for the final year of this
Agreement set forth in Appendix A shall continue to increase by 2% annually, effective on the first day of the
City’s fiscal year. It is the intent of this section that any individual employee who is not at the maximum cap
of their respective classification range will receive a 2% increase in salary each year that this agreement
continues beyond the initial term, subject to increases due to promotion.
Carrie Tergin, Jeremy Bowman,
Mayor President
______________________________ ______________________________
On Behalf of City of Jefferson On Behalf of Jefferson City Police Officer’s
Association, Missouri Fraternal Order of Police
Lodge #19
______________________________ ______________________________
Date Date
City of Jefferson
Police Officer Pay Step Plan
FY 2022/2023 2.50%
Job Title Pay Step Annual Salary
Recruit - Academy 0
Police Officer 1 $46,000.00
2 $47,150.00
3 $48,328.75
4 $49,536.97
5 $50,775.39
6 $52,044.78
7 $53,345.90
8 8 $54,679.54
9 9 $56,046.53
10 10 $57,447.70
11 11 $58,883.89
12 12 $60,355.99
13 13 $61,864.89
14 14 $63,411.51
15 15 $64,996.80
16 16 16 $66,621.72
17 17 17 $68,287.26
18 18 18 $69,994.44
Sergeant 19 19 $71,744.30
2-Step Advance 20 20 20 $73,537.91
21 21 21 $75,376.36
22 22 22 $77,260.77
23 23 23 $79,192.28
24 24 24 $81,172.09
Lieutenant 25 25 $83,201.39
3-Step Advance 26 26 $85,281.43
27 27 $87,413.46
28 28 $89,598.80
29 29 $91,838.77
30 30 $94,134.74
31 31 $96,488.11
32 32 $98,900.31
Captain 33 $101,372.82
2-Step Advance 34 $103,907.14
35 $106,504.82
City of Jefferson, Missouri
AND
Missouri Fraternal Order of Police Lodge #19
Jefferson City Police Officer’s Association
City of Jefferson City, MO
FY 2022/23, FY 2024 & FY 2025
NON-EXEMPT EMPLOYEES
LABOR AGREEMENT
ARTICLE I. AGREEMENT
Section 1.01 – Parties.
This agreement is made and entered into by and between the Fraternal Order of Police, Jefferson City Police
Officer’s Association Lodge #19, herein referred to as the “Lodge,” and the City of Jefferson, Missouri, herein
referred to as the “City.”
Section 1.02 – Purpose.
This Agreement is made for the purpose of setting forth the understandings and agreements between the City
and the Lodge governing the wages, hours, terms and other conditions of employment for those employees
(herein identified as “member” or “members”) included in the bargaining units as defined herein.
Section 1.03 – Severability.
If a court or competent jurisdiction finds any provision of this Agreement to be contrary to law, or if the City
and the Lodge mutually agree that any provision is invalid by operation of law, such provision shall be of no
further force and effect, but the remainder of the Agreement shall remain in full force and effect. In the event
of such invalidity, the City and the Lodge will schedule a meeting at a mutually agreeable time, within thirty
(30) days of one party’s written request to the other, to negotiate alternative language on the subject matter
held to be or found to be invalid.
Section 1.04 – Amendment of Agreement.
No changes in this Agreement shall be negotiated during its duration unless the City and the Lodge agree in
writing to so amend the Agreement.
Section 1.05 – Conflicts.
In the event that any provision of this Agreement conflicts with the City’s personnel manual or with any
policies and procedures or general orders of the Jefferson City Police Department (herein after, the
“Department,”) or with any other written directives issued by management, the provisions of this Agreement
shall be controlling. The parties recognize that the City’s personnel manual, and the Department’s policies
and procedures and other written directives will address topics not covered in this Agreement, and will provide
further details about matters in this Agreement. To the extent those above-mentioned written materials do not
conflict with the provisions of this Agreement, they shall be enforceable.
ARTICLE II. RECOGNITION
Section 2.01 – Bargaining Unit.
The City, in particular to this specific agreement, recognizes the Lodge as the chief bargaining representative
of the non-exempt commissioned police officers of the City of Jefferson, Missouri Police Department via City
Resolution RS2021-18.
The term “member” or “members” throughout this agreement reflects the City’s recognition of that term as
non-exempt commissioned police officers in the City of Jefferson, Missouri Police Department.
Section 2.02 – Added Classification.
In the event any new full-time sworn and commissioned job classification or job position is added by the City
to the Department with a rank below that of Sergeant, the City will bargain with the Lodge regarding the wage
amounts and implementation of such into Appendix A.
Section 2.03 – Non-Discrimination.
Both the City and the Lodge acknowledge and agree that there shall be no discrimination against or harassment
of any employee by either party due to the employee’s race, gender, color, national origin, religion, age,
disability, sexual orientation, military service status, Lodge membership status or lawful Lodge activities,
genetic information, marital status, political affiliation, political activity consistent with federal, state and local
law, or membership in any other category or classification that is protected by law.
ARTICLE III. MANAGEMENT RIGHTS
Section 3.01 – Management Rights.
Except as otherwise expressly provided in this Agreement, the City retains to manage the Department, both
directly and as delegated to the City Administrator and Police Chief, including but not limited to the right to:
(A) Determine the mission of the City and the Department;
(B) Direct the working forces;
(C) Hire, classify, assign, promote, and transfer employees;
(D) Suspend, demote, discipline, and discharge employees;
(E) Relieve employees from duty because of lack of work or other legitimate reasons;
(F) Change existing methods, operations, facilities, equipment, and type or number of personnel;
(G) Promulgate, make, change, and/or revoke reasonable personnel rules, regulations, policies, and
work and safety rules consistent with this Agreement and applicable law;
(H) Assign work to bargaining unit and/or civilian support personnel;
(I) Maintain and/or take steps to enhance the efficiency of the operation of the City and the
Department;
(J) Take whatever actions may be reasonably necessary to carry out the mission of the City and the
Department; and
(K) Nothing herein shall modify any employee’s status as being employed on an at-will basis.
Section 3.02 – Rights and Responsibilities.
The foregoing powers, rights, authority, and responsibilities, and the adoption of policies, rules, regulations
and practices in furtherance thereof shall be exercised in conformity with this Agreement by the City’s
selected management personnel. Failure of the City and/or Department to exercise any of the Management
Rights enumerated above does not diminish the future ability to exercise such Management Rights.
Section 3.03 – Operation of Law.
Nothing in this Agreement shall be interpreted or construed in a way that would prevent the City and/or the
Department from complying with any duty or obligation placed upon the City and/or Department by operation
of law.
ARTICLE IV. LODGE RIGHTS
Section 4.01 – Lodge Representatives.
At the beginning of each new calendar year, the Lodge shall provide the Department with a list of members
who shall serve as official Lodge representatives for that calendar year. If Lodge fails to provide such list,
the City may rely on such failure to deem that the previous year’s Lodge representatives remain in such
position until an updated list is provided by the Lodge. In addition, representatives of the Lodge shall be
admitted to the City’s facilities for the purpose of processing grievances, performing official Lodge business
as authorized herein, and attending meetings.
Section 4.02 – Bulletin Board.
The Lodge shall be permitted to continue to maintain a Lodge bulletin board at the Department. Lodge
bulletins, Lodge materials, and communications of interest to members shall be permitted to be posted on this
board. No derogatory material shall be posted on the Lodge bulletin board. Such bulletin board shall not be
used for private commercial purposes.
Section 4.03 – Use of Internal Mail.
The Lodge shall be permitted to use the City’s and/or Department’s e-mail and hard copy internal mail
distribution systems for Lodge business, so long as the Lodge’s use does not create a burden on the City’s
electronic and/or physical systems, and so long as such mail use does not hinder on-duty personnel in the
performance of their duties. The Lodge shall use the e-mail system only for the purpose of communicating
with its membership, the Department, and City management. The Lodge and its members acknowledge that
City mail and electronic communications may also be subject to public disclosure under the State’s sunshine
law, although hard-copy materials when placed in a sealed envelope clearly marked as Lodge communication
shall not be subject to review by the City and/or Department.
Section 4.04 – Dues Deduction.
The City agrees to withhold Lodge dues on a bi-monthly basis from all Lodge members who have authorized
the withholding by the completion of an appropriate form to be kept on file in each individual’s personnel
record. The amount withheld will be paid to the Lodge on a time frame that coincides with pay periods, less
the administrative fee charge to cover the cost of the service. The City will provide full accounting
documentation on the transactions covered by this section.
The Lodge agrees to keep the Employer informed of the amount of individual monthly dues to be withheld
and to notify the City at least thirty (30) days in advance of any change in the amount withheld.
The Lodge agrees to provide signed withholding forms to the City and to pay fifty cents ($0.50) per month
per individual for the City’s administrative cost. The Lodge agrees that this payment for s ervices shall be
withheld from the monthly dues check from the City.
Section 4.05 – Ballot Boxes.
The Lodge shall be permitted to place a ballot box at the Department for the purpose of collecting members’
ballots on all Lodge issues subject to ballot, as long as the ballot box is presented in a way that it does not
tamper with the day-to-day Department operations. Such box shall be the property of the Lodge and neither
the ballot box nor its contents shall be subject to the City or Department’s review.
Section 4.06 – Lodge Business.
The City and Department recognize the following leave for duly elected or authorized representatives of the
Lodge.
(1) The City will pay full-time members who are already on duty and who serve as Lodge
representatives for time spent on labor management meetings with City representatives, grievance
meetings, and/or representing employees during investigatory interviews; if such task does not
take away from the immediate required duties of the Lodge representative in their capacity as a
police officer.
This pay does not qualify for Lodge representatives who are already off duty and/or summoned to
the need of a member from an off-duty capacity. All other Lodge business shall be performed on
non-working time.
Section 4.07 – Confidentiality.
Members shall have the right to consult with a Lodge representative on a confidential basis regarding
performance and disciplinary matters. To avoid any conflict between supervisory and Lodge responsibilities,
all such confidential conversations shall occur only between members and Lodge representatives. Any Lodge
representative, who has any supervisory responsibility over the person or issue involved, shall be excluded
from serving as a Lodge representative in any way with regard to that particular issue. Further, the right of
confidentiality under this paragraph shall be limi ted in that all members shall be obligated to immediately
report to senior management and to answer questions about any statement reasonably indicating that an
employee may have committed, or may have a current intention to commit, any crime.
Section 4.08 – Release of Reasonable Records.
The City shall, upon request, provide to the Lodge information and records reasonably relevant to the Lodge’s
performance of its functions in serving as the chief bargaining representative of the employees in the
bargaining unit. Where such information involves medical data or job-performance information, the City may
require the Lodge to present a signed release from each employee covered by the request.
Section 4.09 Request for Information Fee.
In the event the City estimates that responding to a single information request will require the production of
more than 300 pages of information that is not available in electronic format, and/or will require more than
two hours of staff time to research or prepare, the City shall notify the Lodge of this fact, and the estimated
charge for compliance with the request. Research and duplication time will be estimated and charged at the
lowest hourly pay and benefit rate of available qualified personnel, and copies shall be estimated and charged
at 10 cents per page. In no event shall the Lodge be charged if the actual cost of research, duplication, and
copies is less than $20.00. Research time may include attorney time to review documents for purposes of
determining closed status of requested records.
Section 4.10 – Indemnification.
The Lodge shall defend, indemnify and hold harmless the City in the event that a City employee should file a
claim against the City for unauthorized dues deduction or release of information, and such deduction or release
was pursuant to information, or a request for information, provided by the Lodge, or its members, to the City.
ARTICLE V. NO STRIKE / NO LOCKOUT
Section 5.01 – No Strike / No Lockout.
The Lodge agrees that neither it nor any of the members covered by this Agreement will collectively,
concertedly or individually engage in or participate in any strike, slowdown, work stoppage, sick out,
sympathy strike, illegal picketing, or other action or omission that interferes with the work or efficient
operation of the Department.
The City agrees that it will not lock out any of the members covered by this Agreement.
In the event of a strike, slowdown, work stoppage, sick out, sympathy strike, illegal picketing, or other action
or omission that interferes with work of the efficient operation of the Department, the Lodge shall, upon
receiving notice thereof, immediately give oral or written directives, with a copy to the Department,
instructing those members engaged in such activity to immediately cease their strike, slowdown, work
stoppage, sick out, sympathy strike, illegal picketing, or other activity and return to their assigned duties
immediately at the discretion of the Department.
The Lodge’s communication shall warn that a failure to cease prohibited activities and return to their assigned
duties as directed will continue to expose them to disciplinary actions, including termination, as the
Department deems appropriate, and to civil action for material breach of this Agreement
The failure of the Lodge to promptly so act, after notice by the Department, shall be construed to mean the
Lodge sanctioned or condoned the actions of the members involved. If the Lodge does promptly so act, such
actions shall be construed, absent other inconsistent acts by the Lodge, to demonstrate that it did not sanction
or condone the unlawful and/or prohibited acts.
The City may exercise its ability to withdraw recognition of the Lodge as set forth in Article V if the Lodge
sanctions or condones the actions of the omissions prohibited by this Article.
ARTICLE VI. WAGES
Section 6.01 – Wages.
On the effective date of this Agreement, Appendix A would become enforced in regards to wages/salary for
all members.
To install all current [grandfathered] members into Appendix A, the members shall enter the proper pay step
in Appendix A based upon years of service and applicable promotional position with the Jefferson City Police
Department at the time of this Agreement being implemented. City Administrator and the designated Lodge
Representatives shall agree on the placement of any particular members within a step set forth in in Appendix
A for fiscal year 2023 and the remainder of fiscal year 2022. Members shall be advanced to the next step
effective November 1 of each year, starting November 1, 2023, subject to a satisfactory or better employee
evaluation within the previous 12 months. Members who are promoted prior to November 1 shall be eligible
for November 1 step advancements.
Once the initial installation of Appendix A is completed with current [grandfathered] members, then those
members that follow this Agreement implementation will enter Appendix A accordingly.
Section 6.02 – Lateral Entry.
Lateral Entry candidates are defined as police officers currently employed with other law enforcement
agencies.
Applicants must have been a full-time non-probationary law enforcement officer with at least one (1) year of
experience to be considered for a lateral transfer.
Applicants will not be considered for lateral transfer if the intended separation from their recent employer or
any prior law enforcement employer is due to pending termination related to disciplinary action.
The lateral transfer program is not guaranteed for all entry-level officers with prior law enforcement
experience. Eligibility criteria for selection into the lateral transfer program are at the sole discretion of the
City Administrator and subject to change as determined by the City Administrator.
In following this determination of a lateral transfer into Appendix A and beginning salary determined by the
City Administrator, the beginning salary shall not exceed the salary of an existing sworn member with the
same uninterrupted years of service and education.
Commensurate experience and eligible years of service, when applied to Appendix A, shall be determined by
the City Administrator and shall be objectively applied.
Even as a lateral transfer, newly-appointed Police Officers will remain in an introductory status for a minimum
of one (1) year from the date of their hire. Introductory status may be extended at the discretion of the City
Administrator.
Section 6.03 – Promotions.
Members who are promoted will receive the appropriate wages as set forth in Appendix A for the following
promotional advancements, based upon the steps of Appendix A:
Police Officer to Sergeant: Two Step Advancement.
Sergeant to Lieutenant: Three Step Advancement.
Section 6.04 – Across the Board Pay Raises.
The Lodge agrees and understands that the City reviews yearly across the board wage increases and may
adjust all city salaries based on such. Under Appendix A, the Lodge recognizes and understands that if such
wage increase does occur to general city employees [not Lodge members] – that such increase will not be
implemented into Appendix A during the duration of this contract.
Refer to Section 23.02 of this Agreement for any monetary increase within Appendix A, if this Agreement
enters into a continuation beyond the term.
ARTICLE VII. REDUCTIONS IN FORCE
Section 7.01 – Layoffs and Recalls.
Lay-offs shall be in accordance with the Personnel Policy Manual. Members who are laid off in order of
reverse seniority shall be placed on a recall list for up to eighteen (18) months. Members shall be recalled in
seniority order. Those same members shall be required to notify the City whether they accept recall within
seventy-two (72) hours after receiving a recall notice, and shall have a maximum of fourteen (14) days to
report for duty. Any member who declines recall, or who does not report for duty within the specified time
period shall be removed from the recall list.
ARTICLE VIII. DISCIPLINE
Section 8.01 – Discipline
Disciplinary actions for unsatisfactory performance shall be taken in compliance with the City’s Personnel
Policy Manual and the Department’s Regulations Manual 316.03, titled “Discipline.”
ARTICLE IX. INTERNAL INVESTIGATIONS
Section 9.01 – Administrative Investigations.
Whenever a law enforcement officer is under administrative investigation or is subjected to administrative
questioning that the officer reasonably believes could lead to disciplinary action, demotion, dismissal, transfer,
or placement on a status that could lead to economic loss, the investigation or questioning shall be conducted
in accordance with applicable state law and applicable ordinance and departmental policies.
ARTICLE X. GRIEVANCE PROCEDURE
Section 10.01 –Grievances.
A “grievance” for the purpose of this Article shall mean any dispute over the application and/or interpretation
of this Agreement. A grievance, outside the purpose of this Article, shall be brought to the attention of the
supervisor or supervisors under the procedures set forth in the Personnel Policy Manual.
The Lodge, for the specific purpose of a grievance in this Article, shall b e the only party permitted to file
grievances. The City or Department shall not accept or process grievances filed by individual members.
Individual members shall submit their potential grievances to the Lodge for evaluation. The Lodge shall
evaluate potential grievances and file grievances as required by the standards of its duty of fair representation.
ARTICLE XI. GENERAL PROVISIONS
Section 11.01 – Uniforms and Equipment.
The City and/or Department will provide all necessary uniforms and equipment for all Departmental personnel
as detailed by policies and procedures. Members shall not be required to respond to any hazardous situation
without the proper clothing and equipment, all properly maintained and in good working order.
The City and/or Department will bear the costs of professional cleaning of all Department-issued uniforms.
Section 11.02 – Policies to be Available.
The City will make all policies that are applicable to members covered under this Agreement available to each
member in electronic format. Members will be responsible for reading and complying with all such policies,
and for asking questions about any area that is unclear to the individual member.
Section 11.03 – Release of Personal Information.
The City and Department agrees that it shall not release the name of members who are involved in a critical
incident unless the member is criminally charged or an order is issued by a court of competent jurisdiction
compelling the release of the officer’s name or as otherwise required by law. When a court order is issued in
such a matter, the City and/or Department agrees to make every reasonable effort to notify the Lodge of such
order so that the Lodge may intervene with the courts on behalf of the member, if it so desires.
A “critical incident” for purposes of this section shall mean a use of force or duty related incident involving
death or serious bodily injury of a non-employee, or death of a non-employee while in custody, or any pursuit
resulting in death or serious bodily injury.
Nothing in this Section shall create a personal right of action for any member and this Section is subject to
the requirements of applicable state law, including but not limited to Chapter 610, RSMo.
Section 11.04 – Uncompensated Work Prohibited.
Bargaining unit members shall not be required as a condition of employment to participate in any
uncompensated work for any charity or any special interest group.
Section 11.05 – Review of Video(s).
Members enjoy no expectation of privacy in videos taken by members or in videos in which a member
appears. The Department may review and use patrol vehicle dash camera, body camera and other routinely
prepared video for purposes of discipline where the usage of review is:
(1) In response to a formal complaint or observed action(s).
(2) Part of a randomly reviewed video (organized random internal audit) applied to an operational unit
of the Department – completed by an employee tasked specifically with such audit assignment.
(3) Part of an independent audit, or;
(4) Other review done in a manner as to not single out member(s) without cause.
(5) In the reasonable exercise of management rights.
Before providing a formal statement in a critical incident or for the purpose of drafting official reports or
documentation, members shall be permitted to review all patrol vehicle dash camera and body camera video
footage associated with the incident.
ARTICLE XII. COMPLETE AGREEMENT
Section 12.01 – Complete Agreement.
The parties acknowledge that during negotiations which resulted in this Agreement, each had the unlimited
right and opportunity to make demands and proposals with respect to any subject or matter not removed by
law from the area of collective bargaining, and that the understandings and agreements arrived at by the parties
after the exercise of that right and opportunity are set out in this Agreement.
Therefore, the City and the Lodge, for the life of this Agreement, each voluntarily and unqualifiedly waiv es
the right and each agrees that the other shall not be obligated to bargain collectively with respect to any subject
or matter referred to or covered in this Agreement, except as expressly provided for herein. Further, each
party voluntarily and unqualifiedly waives the right and agrees that the other shall not be obligated to bargain
collectively over any other subject during the life of this Agreement, even though such subjects or matters are
not addressed herein, and may not have been within the knowledge or contemplation of either or both of the
parties at the time they negotiated or signed this Agreement.
Should matters arise during the term of this Agreement that are appropriate subjects of collective bargaining,
they shall be addressed under circumstances where the City and the Lodge agree in writing to so amend the
Agreement.
Section 12.02 – Entire Agreement.
This Agreement constitutes the entire Agreement between the parties hereto, and supersedes and replaces any
and all obligations and/or agreements, whether written or oral, express or implied, between or concerning the
parties and/or represented members of the City. No amendment, modification, or addition to this Agreement
shall be effective unless it is reduced to writing and signed by both parties.
Section 12.03 – Savings.
If any article or section of this Agreement shall be held invalid by operation of law, the remainder of the
Agreement shall not be affected thereby. The Parties shall enter into immediate collective bargaining for the
purpose of arriving at a mutually satisfactory replacement for any article or section that has been held invalid.
ARTICLE XIII. TERM OF AGREEMENT
Section 13.01 – Effective Date.
This Agreement shall become effective upon ratification by both parties, and shall remain in effect through
October 31, 2025.
At least 60 days prior to expiration of this Agreement, either party may notify the other that they wish to meet
and confer in a good-faith attempt to reach agreement on the terms of the renewal or replacement of this
Agreement. In the event no notice is given, this Agreement will automatically renew for repeated successive
one-year periods.
If notice is given, then the terms of this Agreement will remain in effect after the expiration date, until the
parties either reach agreement on a renewal or replacement agreement, or until the parties reach a bargaining
impasse. By signing below, the parties represent that this Agreement has been duly approved and ratified,
and they agree to abide by its terms and conditions.
In the event the City experiences a decline in annual gross revenue compared to the amount budgeted for the
previous fiscal year as shown in the annual audit of the Ci ty, this Agreement may be terminated or modified
following sixty (60) days written notice. At least thirty (30) days prior to the sixty (60) day written notice,
the City agrees to notify the Lodge of this activity and agrees to meet and confer in a good-faith attempt to
reach agreement on the terms of this Agreement or replacement of this Agreement, given the annual gross
revenue decline. For purposes of this article, annual gross revenue shall be defined as that revenue exclusive
of grants received by the City from all sources except City funds.
Section 13.02 – Continuation beyond Term
If this Agreement remains in effect after the expiration date, the monetary amounts for the final year of this
Agreement set forth in Appendix A shall continue to increase by 2% annually, effective on the first day of the
City’s fiscal year. It is the intent of this section that any individual employee who is not at the maximum cap
of their respective classification range will receive a 2% increase in salary each year that this agreement
continues beyond the initial term, subject to increases due to promotion.
Carrie Tergin, Jeremy Bowman,
Mayor President
______________________________ ______________________________
On Behalf of City of Jefferson On Behalf of Jefferson City Police Officer’s
Association, Missouri Fraternal Order of Police
Lodge #19
______________________________ ______________________________
Date Date
City of Jefferson
Police Officer Pay Step Plan
FY 2022/2023 2.50%
Job Title Pay Step Annual Salary
Recruit - Academy 0
Police Officer 1 $46,000.00
2 $47,150.00
3 $48,328.75
4 $49,536.97
5 $50,775.39
6 $52,044.78
7 $53,345.90
8 8 $54,679.54
9 9 $56,046.53
10 10 $57,447.70
11 11 $58,883.89
12 12 $60,355.99
13 13 $61,864.89
14 14 $63,411.51
15 15 $64,996.80
16 16 16 $66,621.72
17 17 17 $68,287.26
18 18 18 $69,994.44
Sergeant 19 19 $71,744.30
2-Step Advance 20 20 20 $73,537.91
21 21 21 $75,376.36
22 22 22 $77,260.77
23 23 23 $79,192.28
24 24 24 $81,172.09
Lieutenant 25 25 $83,201.39
3-Step Advance 26 26 $85,281.43
27 27 $87,413.46
28 28 $89,598.80
29 29 $91,838.77
30 30 $94,134.74
31 31 $96,488.11
32 32 $98,900.31
Captain 33 $101,372.82
2-Step Advance 34 $103,907.14
35 $106,504.82
BILL SUMMARY
BILL NO: 2022-009
SPONSOR: Councilmember Wiseman
SUBJECT: Salary Increase of 5% for City Employees (Excluding Police FOP Members and the City
Administrator)
DATE INTRODUCED: June 6 . 2022
CITY ADMINISTRATOR: ___.JtF-f---l.~.::::....__---,/~/--'"'~=>..<:;~~"'#~:....--------
Staff Recommendation: Approve /
Summary: If approved, this bill would provide the authorization and funding for a salary adjustment for
City Employees this fiscal year as noted below.
Origin of Request: City Administrator
PERSON RESPONSIBLE: STEVE CROWELL
Background information: As the City Council is aware , inflationary impacts and competition for
employees (i.e ., salary increases) by public and private sector employers is impacting the City's
ability to retain and recruit employees particularly in safety critical functions .
The proposed salary/wage adjustment would implement a 5% "across-the-board " salary/wage
increase for all full-time City employees (with the exception of Police Officers covered by the FOP and
City labor agreement and the City Administrator) and part-time employees with benefits. Police
Officer salaries are covered by the City/Fraternal Order of Police labor agreement to be considered
by the Mayor and City Council.
The salary/wage implementation costs for the remainder of our current fiscal year would be
approximately $491,054.50 from the funds as noted below which equates to approximately
$1,146 ,087 .70 on an annual basis (based on FY22 costs):
Fiscal Information: The FY2022 estimated cost are:
• General Fund:
• Airport Fund:
• Parking Fund:
• Transit Fund :
• Wastewater Fund:
• Parks Fund:
• Public Safety Tax:
Remainder of FY 22
$165,244.70
$3 ,901.47
$8 ,189.06
$26 ,600 .26
$47,263 .56
$67,150.45
$170,492.57
Annual Cost
$385 ,669 .86
$9 ,105 .76
$19,112.71
$62,083.20
$110 ,309.93
$156 ,724 .58
$403,081.66
BILL NO . 2022-009
SPONSORED BY Councilmember Wiseman
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI , APPROVING A SALARY
ADJUSTMENT AND AMENDING THE FY2022 BUDGET OF THE CITY OF JEFFERSON ,
MISSOURI , BY SUPPLEMENT ALLY APPROPRIATING FUNDS WITHIN THE VARIOUS
CITY FUNDS OUTLINED IN EXHIBIT A.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON , MISSOURI , AS
FOLLOWS:
Section 1. There is hereby supplementally appropriated within various City Funds
$488 ,842.07 as indicated on Exhibit A, attached hereto .
Section~· This Ordinance shall be in full force and effect from and after the date of
its passage and approval.
Passed : ____________________ _ Approved: __________________ __
Presiding Officer Mayor Carrie Terg in
ATTEST: APPROVED AS TO FORM :
City Clerk City ~
CERTIFICATION BY MAYOR
Pursuant to Article VII , Section 7 .1 (5.) Of the Charter of the City of Jefferson , Missouri , I
hereby certify that the sums appropriated in the ordinance are ava ilable in the various
funds to meet the requirements of this bill.
Mayor Carrie Tergin
REVIEWED BY FINANCE ON 5/11/2022
Bill 2022-009
Exhibit A
SUPPLEMENTAL APPROPRIATION
FISCAL YEAR 2021-2022 BUDGET
General Fund: $165,244.70
Airport Fund: $3,901.47
Parking Fund: $8,189.06
Transit Fund: $26,600.26
Wastewater Fund: $47,263.56
Parks Fund: $67,150.45
Public Safety Tax Fund: $170,492.57
TOTAL $488,842.07
BILL SUMMARY
BILL NO: 2021-075 COMMITTEE AMENDMENT
SPONSOR: Councilmember Lester
SUBJECT: Amendment to Chapter 3 (Advertising and Signs), Article III (Murals),
Pertaining to Murals and Mural Permit Processing
DATE INTRODUCED: January 3, 2022
PUBLIC HEARING: January 18, 2022 (referred to PW&P)
BILL PENDING: June 6, 2022
DEPARTMENT DIRECTOR(S):
CITY ADMINISTRATOR:
Staff Recommendation: Approve.
Summary: Standard ordinance amending Chapter 3 of the City Code
Origin of Request: Parks, Recreation, and Forestry Department and Planning Division
through the Cultural Arts Commission and the Planning and Zoning Commission
Department Responsible: Department of Planning and Protective Services and
Department of Parks, Recreation, and Forestry.
Person Responsible: PPS - SONNY SANDERS/ Eric Barron
Parks – Amy Schroeder
Background Information: This bill would enact several minor changes to mural
regulations and mural permit processing, including clarification of permissive use of right-
of-way for murals, mural maintenance rules for certain zoning districts, and minor verbiage
corrections. Please see the staff report for more information.
Cultural Arts Commission Review: The Cultural Arts Commission reviewed the proposed
text amendment at their meeting on August 17, 2021.The motion to recommend approval
PASSED on vote of 7 in favor and 0 against.
Planning and Zoning Commission Review: The Planning and Zoning Commission reviewed
the proposed text amendment at their meeting on December 09, 2021.The motion to
recommend approval PASSED on vote of 6 in favor and 0 against.
City Council: The City Council reviewed the proposed text amendment, with introduction of
the bill at their January 3, 2022, meeting and pub lic hearing/bill pending at their January
18, 2022, meeting. The City Council voted first to amend the bill to retain the 500 feet
separation requirement for murals, then voted second to refer the bill to the Public Works
and Planning Committee for review.
Public Works and Planning Committee Review: The Public Works and Planning
Committee reviewed the proposed text amendment at their meeting of May 12, 2022, and
voted to remove proposed changes pertaining to schools and churches and to retain the
500 feet separation requirement for murals.
Public Notice: Standard public notice procedures were followed in advance of the Planning
and Zoning meeting and January 18 City Council Meeting, including publication of the
public notice agenda in the Jefferson City News Tribune 15 days in advance of the hearing
on the case.
Fiscal Information: No fiscal impact.
Cultural Arts Commission Recommendation: Approve.
Planning & Zoning Commission Recommendation: Approve.
Public Works and Planning Committee Recommendation: Approve, with amendments.
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
BILL NO. 2021-075 COMMITTEE AMENDMENT
SPONSORED BY Councilmember Lester
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AMENDING CHAPTER
3, ARTICLE III, OF THE CITY CODE OF THE CITY OF JEFFERSON PERTAINING TO
MURALS AND MURAL PERMIT PROCESSING.
WHEREAS, the Cultural Arts Commission reviewed the text amendment at their August
17, 2021, meeting and recommended approval.
WHEREAS, the Planning and Zoning Commission reviewed the text amendment at their
December 09, 2021, meeting and recommended approval.
WHEREAS, the City Council reviewed the text amendment and voted to refer the bill to
the Public Works and Planning Committee at their January 18, 2022,
meeting.
WHEREAS, the Public Works and Planning Committee reviewed the text amendment at
their May 12, 2022, meeting and voted to amend certain sections of the
proposed text amendment and to forward to City Council.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. Section 3-31 (Definitions) is hereby amended as follows:
Sec. 3-31. – Definitions.
Erect: To construct, build, raise, assemble, place, affix, attach, create, paint, draw, or in any other
way bring into being or establish.
Mural: A painting, graphic design, or pictorial representation applied directly or attached to an
exterior mounting surface or exterior wall that is visible from any point of any public right-of-way
including public street, sidewalk or greenway trail. Any representation which identifies a business or
building by logo, product, service, trademark, message, or slogan shall be considered a sign.
Section 2. Section 3-34 through Section 3-38 is hereby amended as follows:
Sec. 3-34. – Mural Permit Processing.
A. The Director shall review and rule on mural permit applications submitted for any mural
proposed within the incorporated limits of the City of Jefferson pursuant to the regulations
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
and procedures set forth below:
1. Within 30 days of submittal of an application for mural permit to the Director,
an administrative hearing shall be scheduled. The application may be continued
for a maximum of 60 days from the date of the first hearing.
2. The Director of Planning or designee shall notify adjoining and affected property
owners within 185 feet of the mural site of the date and time of th1e hearing at which
the mural permit application will be considered. The date and time of the mural permit
hearing will also be posted in the local newspaper as notification to the general public.
3. The Director shall approve, deny, or conditionally approve the mural permit,
with reasons.
4. The decision of the Director shall be final unless an appeal is filed within ten business
days of the decision. Appeals shall be filed with the Board of Adjustment pursuant
to section 35-100 of the Jefferson City Code, and shall include:
a. The mural case or project being appealed,;
b. Reason for the appeal;
c. Printed name, address, telephone number, and signature of each appellant.
B. Criteria for approval of mural permit. The Director shall approve the mural permit upon
finding the mural meets the following criteria:
1. The mural meets the definition of “mural” and is not a sign or form of advertisement.
2. The mural content is not obscene. For purposes of this section, any material is
obscene if applying contemporary community standards:
a. The predominant appeal is to prurient interest in sex; and
b. The average person would find the material depicts of describes sexual
conduct in a patently offensive way; and
c. A reasonable person would find the material lacks serious literary,
artistic, political, or scientific value.
3. The mural conforms to the mural design and construction standards outlined in
section 3-35.
4. The mural harmonizes with the structure or structures on the parcel on which it is to
be painted and will not negatively impact the historic resources within Jefferson City,
nor cause these resources to lose their state and national register eligibility. Murals
proposed for properties within designated local historic districts or , neighborhood
conservation overlay districts, or national historic register districts shall be subject to
review by the appropriate review agency, as indicated below. The mural shall
harmonize with the structure on which it is to be painted and will not negatively
impact the historic resources within Jefferson City, nor cause the resource, or
surrounding resources, to lose their local and national register eligibility. The
Director shall submit the mural application to the appropriate review body:
a. National Register and State districts: State of Missouri Historic Preservation
Program;
b. Local conservation or historic districts: City of Jefferson Historic
Preservation Commission or neighborhood association, as appropriate.
c. Neighborhood Conservation Overlay District: Planning and
Zoning Commission.
5. In the event that the Director submits a mural permit application to a review body of
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
another government agency, the Director may allow another 60 days for the
concurrent review by the City and the other government agency. When this occurs, the
application shall be processed in a maximum of 90 days.
6. The artist, property owner, and if applicable, organization have provided proof of
a written contract that allows the artists to paint a mural on the property.
7. The placement, height, and overall area of mural shall be as approved by the Director.
Sec. 3-35. – Mural design and construction standards.
A. Location.
1. Murals shall be authorized only in the commercial, mixed-use, and industrial zoning
districts, or as part of a PUD Plan approved by the Planning and Zoning Commission.
All applications for murals, including those proposed for location in PUD zoning
districts, shall be processed in accordance with this article.
2. No mural shall be located closer than 500 feet to any other mural.
B. Lighting.
1. All lighting within murals, located on murals, or directed to murals shall not exceed
the maximum foot candles of illumination provided for in chapter 35, Zoning code,
for the zoning district in which the mural is located and adjacent to.
2. No revolving or rotating beam or beacon of light that simulates any emergency light
or device shall be permitted as part of any mural. No flashing, intermittent, or moving
light or lights will be permitted.
3. External lighting, such as floodlights, thin line and gooseneck reflectors are permitted,
4. Light sources that are directed upon the mural shall be effectively shielded so as to
prevent beams or rays of light from being directed onto any portion of the public
right- of-way or onto adjacent property;
5. Illumination or lighting device shall not reflect or shine directly into the adjacent
public rights of ways in such a manner as to hamper the vision of a pedestrian, cyclist,
or motor vehicle operator thereon;
6. No mural shall be so illuminated that it interferes with the effectiveness of, or
obscures and official traffic sign, device, or signal.
C. Construction of murals.
1. All murals shall be constructed as to be free from hazards, and shall be strongly
supported with braces, posts, or cables if necessary. They shall be kept in good
repair and all surfaces shall be maintained in good appearance.
D. All electrical lighting shall conform to the Electrical Code.
E. If the proposed mural materials are not compatible with surface mounting, the Director
may allow for the mural to be placed on its own substrate, set off from the mounting
surface.
Sec. 3-36. – Mural types prohibited.
A. After the effective date of this article, there shall be erected, constructed, or exhibited none of
the following:
1. Murals or other representations which imitate or appear to imitate any official traffic
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
sign or device or which appear to regulate or direct the movement of traffic or which
interferes with the proper operation of any traffic sign or signal, or which obstructs
or physically interferes with a motor vehicle operator’s view of approaching, merging,
or intersecting traffic;
2. Murals placed on areas of public ownership including street rights-of-way and public
sidewalks, except when the applicant obtains a permissive use of right-of-way
permit that a projecting mural may extend no more than 12 inches from a building
over a public sidewalk;
a. A mural may extend no more than 12 inches from a building over a
public sidewalk;
3. Murals with moving parts, including solar, wind- or water-driven devices;
4. Murals affixed, applied or mounted above, upon or suspended from any part of the
roof of a structure;
5. Murals which incorporate reflective or metallic paints or materials;
6. Murals which fail to meet the lighting standards of subsection 3-18.
Sec. 3-37. – Preparation of surface and maintenance.
A. A mural permit is issued with the understanding that the property owner or organization for
all maintenance, repair, and removal of the mural.
B. Sand and high pressure water blasting are not allowed as a cleaning process, for either surface
preparation or for mural maintenance purposes in the National Register, or local historic
overlay districts, or neighborhood conservation overlay districts.
C. The Department shall inspect or cause to be inspected every mural in the City. The Director
shall require the maintenance, repair, removal, or covering with opaque paint or other
appropriate material, of any mural which is found to have been displayed in violation of this
article, including any mural which is:
1. Not maintained, faded, or in disrepair;
2. Not securely affixed to a substantial structure;
3. Creating a dangerous or unsafe condition for cyclists, pedestrians, or motorists.
4. Not in conformance with this article.
D. An order to maintain, remove, repair, or cover a mural may be appealed to the Board of
Adjustment, pursuant to subsection 35-100 of the Jefferson City Code, who shall schedule
a hearing on the matter.
Sec. 3-38. – Violations and penalties.
A. In case any mural is erected, constructed, reconstructed, altered, converted, or maintained in
violation of this chapter or other regulations made under the authority conferred hereby, the
Director or designee shall institute proper action or proceedings to:
1. Such unlawful erection, construction, reconstruction, alteration,
conversion, maintenance, or use;
2. Restrain, correct, or abate such violation; or,
3. Prevent any such illegal act, conduct, or use.
It shall be the duty of the Director to afford the offending party notice of the specific
complaint by United States Mail, giving said person ten days notice of the violation(s) or
anticipated violation(s) andorder the correction of the violation.B. Appeal of decisions of the Director. Where it is alleged there is an error in any order,requirement, decision^ or determination made by the Director, any aggrieved personmayappeal the order, requirement, decision^ or determination to the Board ofAdjustment in accordance with the provisions of section 35-100 of the Jefferson CityCode.C. The City has the right to remove any non-compliant mural. If the Director shall find that anymural is unsafe or insecure, is a menace to the public, is abandoned or maintained in adilapidated condition, or has been constructed or erected or is being maintained in violationofthe provisions of the chapter, written notice must be given to the organization or propertyowner thereof. If the organization or property owner fails to remove or alter the mural so as tocomply with the standards herein set forth within a reasonable time specified in such notice,such mural may be removed or altered to comply. Any expense incidental to such removal oralteration shall be charged to the owner of the property upon which the mural is located andshall constitute a lien upon the property.D. The owner of a building or premises where a violation of any provision of this chapter hasbeen committed or shall exist, or the mural artists, organization, or any other person whocommits, takes part, or assists in such violation or who maintains any building or premises inwhich any such violation shall exist, shall be deemed guilty of a misdemeanor, punishable by afine of not less than $ 10.00 and not more than $ 100.00 for each and every day that saidviolation continuesafter due notice as provided herein, but if the offense be willful, onconviction thereof, the punishment shall be a fine of not less than $100.00 nor more than$250.00 for each and every day that such violation shall continue. Any person who, havingbeen served with an order to remove any such violation, shall fail to comply with said orderwithin ten days after such service or shall continue to violate any provision of the regulationsmade under authority of this chapterin the respect named in such order, shall also be subject toan additional penalty of $250.00.E. Nothing contained herein shall prevent the city from taking such other lawful actions as maybenecessary to prevent or remedy any violation.Section 3. This ordinance shall be in full force and effect from and after its passageand approval.Passed: Approved:Presiding Officer MayorATTEST: APPROVED AS TO FORM:City Clerk Cit^^t^neyScriveners Note: Inserted text shown as thus. Deleted text shown as thys.
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
BILL NO. 2021-075 SUBSTITUTE
SPONSORED BY Councilmember Lester
CO-SPONSORED BY Councilmembers Kemna, Ward, and Deeken
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AMENDING CHAPTER
3, ARTICLE III, OF THE CITY CODE OF THE CITY OF JEFFERSON PERTAINING TO
MURALS AND MURAL PERMIT PROCESSING.
WHEREAS, the Cultural Arts Commission reviewed the text amendment at their August
17, 2021, meeting and recommended approval.
WHEREAS, the Planning and Zoning Commission reviewed the text amendment at their
December 09, 2021, meeting and recommended approval.
WHEREAS, the City Council reviewed the text amendment and voted to refer the bill to
the Public Works and Planning Committee at their January 18, 2022,
meeting.
WHEREAS, the Public Works and Planning Committee reviewed the text amendment at
their May 12, 2022, meeting and voted to amend certain sections of the
proposed text amendment and to forward to City Council.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. Section 3-31 (Definitions) is hereby amended as follows:
Sec. 3-31. – Definitions.
Church: A building or structure, or group of buildings or structures that are primarily
intended for conducting organized religious services and associated accessory uses.
Erect: To construct, build, raise, assemble, place, affix, attach, create, paint, draw, or in any other
way bring into being or establish.
Mural: A painting, graphic design, or pictorial representation applied directly or attached to an
exterior mounting surface or exterior wall that is visible from any point of any public right-of-way
including public street, sidewalk or greenway trail. Any representation which identifies a business or
building by logo, product, service, trademark, message, or slogan shall be considered a sign.
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
School: Any building or part thereof which is designed, constructed or used for education
or instruction in any branch of knowledge. The definition includes public and private
schools at the primary, elementary, middle, junior high, or high school level
Section 2. Section 3-34 through Section 3-38 is hereby amended as follows:
Sec. 3-34. – Mural Permit Processing.
A. The Director shall review and rule on mural permit applications submitted for any mural proposed
within the incorporated limits of the City of Jefferson pursuant to the regulations and procedures set
forth below:
1. Within 30 days of submittal of an application for mural permit to the Director, an
administrative hearing shall be scheduled. The application may be co ntinued for a
maximum of 60 days from the date of the first hearing.
2. The Director of Planning or designee shall notify adjoining and affected property owners within
185 feet of the mural site of the date and time of th1e hearing at which the mural permit
application will be considered. The date and time of the mural permit hearing will also be
posted in the local newspaper as notification to the general public.
3. The Director shall approve, deny, or conditionally approve the mural permit, with
reasons.
4. The decision of the Director shall be final unless an appeal is filed within ten business days
of the decision. Appeals shall be filed with the Board of Adjustment pursuant to section 35-
100 of the Jefferson City Code, and shall include:
a. The mural case or project being appealed,;
b. Reason for the appeal;
c. Printed name, address, telephone number, and signature of each appellant.
B. Criteria for approval of mural permit. The Director shall approve the mural permit upon finding the
mural meets the following criteria:
1. The mural meets the definition of “mural” and is not a sign or form of advertisement.
2. The mural content is not obscene. For purposes of this section, any material is obscene if
applying contemporary community standards:
a. The predominant appeal is to prurient interest in sex; and
b. The average person would find the material depicts of describes sexual conduct in a
patently offensive way; and
c. A reasonable person would find the material lacks serious literary, artistic,
political, or scientific value.
3. The mural conforms to the mural design and construction standards outlined in section 3-35.
4. The mural harmonizes with the structure or structures on the parcel on which it is to be painted
and will not negatively impact the historic resources within Jefferson City, nor cause these
resources to lose their state and national register eligibility. Murals proposed for properties
within designated local historic districts or , neighborhood conservation overlay districts, or
national historic register districts shall be subject to review by the appropriate review agency,
as indicated below. The mural shall harmonize with the structure on which it is to be
painted and will not negatively impact the historic resources within Jefferson City, nor
cause the resource, or surrounding resources, to lose their local and national register
eligibility. The Director shall submit the mural application to the appropriate review body:
a. National Register and State districts: State of Missouri Historic Preservation Program;
b. Local conservation or historic districts: City of Jefferson Historic Preservation
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
Commission or neighborhood association, as appropriate.
c. Neighborhood Conservation Overlay District: Planning and
Zoning Commission.
5. In the event that the Director submits a mural permit application to a review body of another
government agency, the Director may allow another 60 days for the concurrent review by the
City and the other government agency. When this occurs, the application shall be processed in
a maximum of 90 days.
6. The artist, property owner, and if applicable, organization have provided proof of a written
contract that allows the artists to paint a mural on the property.
7. The placement, height, and overall area of mural shall be as approved by the Director.
Sec. 3-35. – Mural design and construction standards.
A. Location.
1. Murals shall be authorized only in the commercial, mixed-use, and industrial zoning districts,
or as part of a PUD Plan approved by the Planning and Zoning Commission. All applications
for murals, including those proposed for location in PUD zoning districts, shall be processed
in accordance with this article.
a. Schools and churches in residential zoning districts may erect a
mural in accordance with this article.
2. No mural shall be located closer than 500 feet to any other mural.
B. Lighting.
1. All lighting within murals, located on murals, or directed to murals shall not exceed the
maximum foot candles of illumination provided for in chapter 35, Zoning code, for the zoning
district in which the mural is located and adjacent to.
2. No revolving or rotating beam or beacon of light that simulates any emergency light or device
shall be permitted as part of any mural. No flashing, intermittent, or moving light or lights will
be permitted.
3. External lighting, such as floodlights, thin line and gooseneck reflectors are permitted,
4. Light sources that are directed upon the mural shall be effectively shielded so as to prevent
beams or rays of light from being directed onto any portion of the public right - of-way or onto
adjacent property;
5. Illumination or lighting device shall not reflect or shine directly into the adjacent public rights
of ways in such a manner as to hamper the vision of a pedestrian, cyclist, or motor vehicle
operator thereon;
6. No mural shall be so illuminated that it interferes with the effectiveness of, or obscures and
official traffic sign, device, or signal.
C. Construction of murals.
1. All murals shall be constructed as to be free from hazards, and shall be strongly supported
with braces, posts, or cables if necessary. They shall be kept in good repair and all surfaces
shall be maintained in good appearance.
D. All electrical lighting shall conform to the Electrical Code.
E. If the proposed mural materials are not compatible with surface mounting, the Director may allow
for the mural to be placed on its own substrate, set off from the mounting surface.
Sec. 3-36. – Mural types prohibited.
A. After the effective date of this article, there shall be erected, constructed , or exhibited none of the
following:
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
1. Murals or other representations which imitate or appear to imitate any official traffic sign or
device or which appear to regulate or direct the movement of traffic or which interferes with
the proper operation of any traffic sign or signal, or which obstructs or physically interferes
with a motor vehicle operator’s view of approaching, merging, or intersecting traffic;
2. Murals placed on areas of public ownership including street rights -of-way and public
sidewalks, except when the applicant obtains a permissive use of right-of-way permit that a
projecting mural may extend no more than 12 inches from a building over a public sidewalk;
a. A mural may extend no more than 12 inches from a building over a public
sidewalk;
3. Murals with moving parts, including solar, wind- or water-driven devices;
4. Murals affixed, applied or mounted above, upon or suspended from any part of the roof of a
structure;
5. Murals which incorporate reflective or metallic paints or materials;
6. Murals which fail to meet the lighting standards of subsection 3 -18.
Sec. 3-37. – Preparation of surface and maintenance.
A. A mural permit is issued with the understanding that the property owner or organization for all
maintenance, repair, and removal of the mural.
B. Sand and high pressure water blasting are not allowed as a cleaning process, for either surface
preparation or for mural maintenance purposes in the National Register , or local historic overlay
districts, or neighborhood conservation overlay districts.
C. The Department shall inspect or cause to be inspected every mural in the City. The Director shall require
the maintenance, repair, removal, or covering with opaque paint or other appropriate material, of any
mural which is found to have been displayed in violation of this article, including any mural which is:
1. Not maintained, faded, or in disrepair;
2. Not securely affixed to a substantial structure;
3. Creating a dangerous or unsafe condition for cyclists, pedestrians, or motorists.;
4. Not in conformance with this article.
D. An order to maintain, remove, repair, or cover a mural may be appealed to the Board of
Adjustment, pursuant to subsection 35-100 of the Jefferson City Code, who shall schedule a hearing
on the matter.
Sec. 3-38. – Violations and penalties.
A. In case any mural is erected, constructed, reconstructed, altered, converted, or maintained in violation
of this chapter or other regulations made under the authority conferred hereby, the Director or designee
shall institute proper action or proceedings to:
1. Such unlawful erection, construction, reconstruction, alteration, conversion,
maintenance, or use;
2. Restrain, correct, or abate such violation; or,
3. Prevent any such illegal act, conduct, or use.
It shall be the duty of the Director to afford the offending party notice of the specific complaint by
United States Mail, giving said person ten days notice of the violation(s) or anticipated violation(s)
and order the correction of the violation.
B. Appeal of decisions of the Director. Where it is alleged there is an error in any order,
requirement, decision, or determination made by the Director, any aggrieved person may appeal
the order, requirement, decision, or determination to the Board of Adjustment in accordance with
Scriveners Note: Inserted text shown as thus. Deleted text shown as thus.
the provisions of section 35-100 of the Jefferson City Code.
C. The City has the right to remove any non-compliant mural. If the Director shall find that any mural is
unsafe or insecure, is a menace to the public, is abandoned or maintained in a dilapidated condition, or
has been constructed or erected or is being maintained in violation of the provisions of the chapter,
written notice must be given to the organization or property owner thereof. If the organization or
property owner fails to remove or alter the mural so as to comply with the standards herein set forth
within a reasonable time specified in such notice, such mural may be removed or altered to comply.
Any expense incidental to such removal or alteration shall be charged to the owner of the property
upon which the mural is located and shall constitute a lien upon the property.
D. The owner of a building or premises where a violation of any provision of this chapter has been
committed or shall exist, or the mural artists, organization, or any other person who commits, takes part,
or assists in such violation or who maintains any building or premises in which any such violation shall
exist, shall be deemed guilty of a misdemeanor, punishable by a fine of not less than $10.00 and not
more than $100.00 for each and every day that said violation continues after due notice as provided
herein, but if the offense be willful, on conviction thereof, the punishment shall be a fine of not less than
$100.00 nor more than $250.00 for each and every day that such violation shall continue. Any person
who, having been served with an order to remove any such violation, shall fail to comply with said order
within ten days after such service or shall continue to violate any provision of the regulations made
under authority of this chapter in the respect named in such order, shall also be subject to an additional
penalty of $250.00.
E. Nothing contained herein shall prevent the city from taking such other lawful actions as may be
necessary to prevent or remedy any violation.
Section 3. 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 City Attorney
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: RS2022-07
SPONSOR: Councilmember Fitzwater
SUBJECT: Authorizing the Loan and Grant Application for the State Revolving Loan
Fund and Establishing an Authorized Representative
DATE INTRODUCED: June 6 , 2022
DEPARTMENT DIRECTOR(S):_--f~~~..::..__;~-r-(....::::=--------
Staff Recommendation: Approve.
Summary: The Missouri Department of Natural Resources requires an authorized
representative for paperwork and reimbursement requests.
Origin of Request: Public Works
Department Responsible: Public Works
PERSON RESPONSIBLE: MATTHEW MORASCH , Public Works Director
Background Information: The City of Jefferson is eligible for low interest loan money
through the Missouri Department of Natural Resources State Revolving Loan Fund. Two
major projects are under consideration by the Department and Clean Water Commiss ion :
1. Biosolids Upgrade at the Regional Water Reclamation Fac ility
2 . Basin 1 0/Westview Pump Station Upgrade
The City of Jefferson meets the managerial and financial criteria for eligibility with
successful passage of the April 4, 2022 Bond Issue .
Fiscal Information: Both Missouri Department of Natural Resources loan and grant
programs are reimbursements . The current interest rates for loans are a ful l percentage
point or more below market conventional loans.
RESOLUTION
RS2022-07
Sponsor: Councilmember Fitzwater
A RESOLUTION AUTHORIZING THE CITY OF JEFFERSON TO APPLY FOR THE
MISSOURI DEPARTMENT OF NATURAL RESOURCES, STATE REVOLVING LOAN
PROGRAM FOR FUNDS UNDER THE MISSOURI CLEAN WATER LAW
(CHAPTER 644, RsMO)
WHEREAS, pursuant to the terms of the Missouri Clean Water Law, Chapter 644 ,
Revised Statutes of Missouri, the State of Missouri has authorized the
making of loans and/or grants to authorized applicants to aid in the
construction of specific public projects.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Jefferson
Missouri that:
Section 1-Matthew J. Morasch be and he is hereby authorized to execute and
file application(s) on behalf of the City of Jefferson with the State of Missouri for loan (s)
and/or grant(s) to aid in the construction of projects such as :
A) Biosolids improvements at the Regional Water Reclamation Facility and
B) Improvements to Sanitary Sewer Drainage Basins 10 and 11 including
upgrade of the Westview Pump Station
Section .f . That Matthew J. Morasch , Public Works Director is hereby authorized
and directed to furnish such information as the Missouri Department of Natural
Resources may reasonably request in connection with t he application which is herein
authorized, to sign all necessary documents on behalf of the applicant, to furnish such
assurances to the Missouri Department of Natural Resources as may be required by
statute or regulation, and to receive payment on behalf of the applicant.
Adopted this 61h day of June, 2022
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM :
City Clerk City~
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-08
SPONSOR: Councilmember Fitzwater
SUBJECT: Authorizing the Filing of Grant Applications for Stormwater and Wastewater
for State American Rescue Plan Act (ARPA) and establishing an Authorized
Representative
DATE INTRODUCED: June 6 , 2022
DEPARTMENT DIRECTOR(S): __ --fl-1'-lMI<~~~---r-.:.=---~-------
CITY ADMINISTRATOR:~~~===w~~L __________ _
Staff Recommendation: Approve.
Summary: The Missouri Department of Natural Resources requ1res an authorized
representative for paperwork and reimbursement requests .
Origin of Request: Public Works
Department Responsible: Public Works
PERSON RESPONSIBLE: MATTHEW MORASCH , Public Works Director
Background Information: The City of Jefferson is eligible to apply for ARPA grants
through the Missouri Department of Natural Resources . Both Stormwater and Wastewater
projects are eligible for funding .
Fiscal Information: The ARPA grant programs are reimbursements. No Municipal
Bonding is required for the grants . Some local match dollars will be required .
RESOLUTION
RS2022-08
Sponsor: Counci lmember Fitzwater
A RESOLUTION AUTHORIZING THE CITY OF JEFFERSON TO FILE AN
APPLICATION WITH THE MISSOURI DEPARTMENT OF NATURAL RESOURCES,
FINANCIAL ASSISTANCE CENTER'S STATE ARPA GRANT PROGRAMS FOR
SUBAWARD OF FEDERAL FINANCIAL ASSISTANCE PROVIDED TO THE STATE
OF MISSOURI BY THE U.S. DEPARTMENT OF THE TREASURY ("TREASURY")
PURSUANT TO SECTION 602(b) OF THE SOCIAL SECURITY ACT, AS ADDED BY
SECTION 9901 OF THE AMERICAN RESCUE PLAN ACT, (PUB. L. No. 117-2
(MARCH 11, 2021 ), 135 STAT. 4, 223-26.
WHEREAS, under the terms of section 602(c) of the Act and Treasury's regulations ,
the State of Missouri has authorized the making of grants to authorized
applicants to aid in the completion of specific public projects .
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Jefferson
Missouri that:
Section 1. Matthew J . Morasch be and he is hereby authorized to execute and
file an application on behalf of the City of Jefferson with the State of Missouri for grant
funding to aid in the completion of a wastewater , and/or a stormwater project.
Section .f . That Matthew J . Morasch , Public Works Director is hereby authorized
and directed to furnish such information as the Missouri Department of Natural
Resources may reasonably request in connection with the application which is herein
authorized, to sign all necessary documents on behalf of the appl icant , to furnish such
assurances to the Missouri Department of Natural Resources as may be required by
law or regulation , and to receive payment on behalf of the applicant.
Adopted this 61h day of June, 2022
Mayor Carrie Tergin
ATTEST : APPROVED AS TO FORM :
City Clerk
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-09
SPONSOR: Councilmember Fitzwater
SUBJECT: Providing Support for MPCA and MBHC Location to the MSP site
DATE INTRODUCED: June 6 , 2022
DEPARTMENT DIRECTOR(S): ___ ~~~~~~---='~!!!!!!!'!!~-------
CITY ADMINISTRATOR: _____ __::-?~--· __________ _
Staff Recommendation: Approve.
Summary: Provides support to the Missouri Primary Care Association and Missouri
Behavioral Health Council to assist those organizations in their pursuit of federal grant
money to construct their Center for Excellence at the MSP site .
Origin of Request: Law.
Department Responsible: Law Department
PERSON RESPONSIBLE: RYAN MOEHLMAN
Background Information: The Missouri Primary Care Association and Missouri
Behavioral Health Council are pursuing significant federal grant dollars to construct their
Center for Excellence building at the MSP site. These organizations have asked for a non-
binding resolution of support to include in their grant application documents . This resolution
provides such support and authorizes City Staff to continue negotiations in order to
facilitate MPCA-MBHC's potential location of their facilities at MSP .
Fiscal Information: While specific negotiations will be ongoing, this resolution identifies
that MPCA-MBHC will likely be responsible for an assessment of up to $350 ,000 to cover
City-provided infrastructure and site preparation for a one-acre site .
RESOLUTION
RS2022-09
Sponsor: Councilmember Fitzwater
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI
AUTHORIZING CONTINUED NEGOTIATIONS WITH MISSOURI PRIMARY CARE
AS SOCIATION AND MISSOURI BEHAVIORAL HEALTH COUNCIL
WHEREAS, the City of Jefferson obtained 32 acres of real property from the State of
Missouri comprising a portion of the former Missouri State Penitentiary
("MSP") in 2017 ("Redevelopment Land"); and
WHEREAS, the City seeks to transform the Redevelopment Land between the MSP
historic site and Chestnut Street to house a hotel, conference center,
parking facilities, and other multi-use buildings; and
WHEREAS, Missouri Coalition for Primary Healthcare dba Missouri Primary Care
Association ("MPCA") and Missouri Coalition of Community Mental Health
Centers dba Missouri Behavioral Health Council ("MBHC") have received
the opportunity to apply for a $12,000,000 in Community Project
Funding/Congressionally Directed Spending ("CDS") projects funding from
the U.S. Department of Health and Human Services ("HHS"), Health
Resources and Services Administration ("HRSA"); and
WHEREAS, MPCA and MBHC desire to apply for and use such funding combined with
an additional $6,000,000 to $8,000,000 to construct a multi -level MPCA-
MBHC Center of Excellence which would be used for housing both MPCA
and MBHC headquarters and a training facility; and
WHEREAS, MPCA and MBHC desire to construct the MPCA-MBHC Center for
Excellence on real estate comprising up to 1¼ acres west of Chestnut
Street in the Redevelopment Land; and
WHEREAS, City desires to continue communications with MPCA and MBHC related to
the use of such Redevelopment Land by MPCA and MBHC; and
WHEREAS, City anticipates requiring up to $350,000 in total assessment by MPCA and
MBHC to the City related to the purchase and/or long term lease of such
Redevelopment Land; and
WHEREAS, City further anticipates working with MPCA and MBHC to ensure that
MPCA’s and MBHC’s parking needs are provided for as part of a collective
parking solution for the entirety of the MSP Redevelopment Land.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Jefferson,
Missouri , supports the potential location of the MPCA-MBHC Center of Excellence at the
MSP Redevelopment Land and authorizes the City Administrator and appropriate City
staff to continue negotiations with Missouri Primary Care Association and Missouri
Behavioral Health Council to potentially facilitate such location .
Adopted this 6th day of June , 2022
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM :
City Clerk City Att y
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-10
SPONSOR: Councilmember Wiseman
SUBJECT: Authorizing the City to Extend Wallstreet Group’s Agreement for Insurance
Brokerage Services for One (1) Year
DATE INTRODUCED: June 6, 2022
DEPARTMENT DIRECTOR(S):
CITY ADMINISTRATOR:
Staff Recommendation: Approve.
Summary: Authorizes the Mayor and City Clerk to execute a change order to extend
Wallstreet’s agreement for one (1) year.
Origin of Request: Law.
Department Responsible: HR Department.
PERSON RESPONSIBLE: GAIL STROPE, HR Director
Background Information: The City entered an agreement with Wallstreet Group
(“Wallstreet”) for insurance brokerage services on May 1, 2018. Pursuant to this
agreement, Wallstreet provides professional insurance brokerage services for employee
benefits and assist with premium control, wellness programs, progressive benefit programs
and employee communication. By authorizing and executing this change order, the
agreement with Wallstreet for insurance brokerage services will be e xtended for one (1)
year, or until April 30, 2023.
Fiscal Information: $5.00 for each employee, per month.
RESOLUTION
RS2022-10
Sponsor: Councilmember Wiseman
A RESOLUTION AUTHORIZING THE CITY TO EXTEND WALLSTREET GROUP'S
AGREEMENT FOR INSURANCE BROKERAGE SERIVCES FOR ONE (1) YEAR
WHEREAS , Wallstreet Group ("Wallstreet") provides professional insurance brokerage
services for employee benefits; and
WHEREAS, the City entered an agreement with Wallstreet for insurance brokerage
services on May 1, 2018 ; and
WHEREAS, by authorizing and executing this change order, the agreement with
Wallstreet for insurance brokerage services will be extended for one (1)
year, or until April 30 , 2023 .
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, that the change order attached hereto as Exhibit A is approved
and the Mayor and City Clerk are authorized to execute the same.
Adopted this 6th day of June , 2022
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
City Clerk City A~-
Change Order No. One (1)
HUMAN RESOURCES DEPARTMENT
320 E McCarty Street
JEFFERSON CITY, MISSOURI65101
Project No.
Job & Location: Broker Services, Employee Benefits
Contractor: Wallstreet Group
Account Number: 73-730-522020
Date: 6 /2/2022
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes in the work
req uired by the co ntra ct shall be executed by the contractor without changing the terms of the contract except as herein stipu lated and agreed.
DESCRIPTION OF CHANGES:
Note: Item numbers prefixed with "EW' (Extra Work) are new lin e items to the contract.
Quantity in Quantity in Revised
Item Original Change Contract
No. Description Unit Contract Order Quantity
Modifies the original contract to extend the
contract for one more year. The contract will
expire on 4/30/2023. All terms from the original
contract remain the same Y R 4
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
5
Amount of
Overrun o r
Unit Price Underrun
No Change $0.00
1/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and perform all work in
connection therewith in accordance with the req uirements for simila r work in existing contract except as otherwise stipulated herein , for the
following considerations :
Contract Amount-Add To-or Dedust fFem-the Contract Amount $0 (No cost change order)
Contract Time-Add To-or Dedust ffem-the Contract is __ 0"'-'-'n,..e_,Y_,e"'a"-r __
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
OR IGINAL CONTRAC T $5.00 Per Employee
PREVIOUS APPROVED CHANGE ORDERS $0.00 0
TOTAL THIS CHANGE ORDER Extension of Time Only 0
TOTAL OF ALL CHANGE ORDERS #VALUE! 0
CONTRACT AMOUNT TO DATE $5.00 Per Employee
........................................................................................... ~~ .............................................................................................................................. ~~;~·;~·;; ...... ..
Contractor (Wallstreet) Date
Recommended by:
Date
Verification of Encumbrance: &/~(2b2_2-
Interim Finance Director Date
Accepted by:
Mayor A_/'!?
ceyco""'~
Da te
Approved as to form: