HomeMy Public PortalAbout2023-03-20 packetNOTICE OF MEETING AND CITY COUNCIL AGENDA i
MONDAY, MARCH 20, 2023 – 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=mf9a08d776cfb62572b99fe10ee9c7282
CALL-IN PARTICIPATION AVAILABLE AT: 1-404-397-1516
MEETING NUMBER: 2487 509 6219 MEETING PASSWORD: 1234
TENTATIVE AGENDA
PRAYER – Councilmember Schreiber
PLEDGE OF ALLEGIANCE
1. CALL TO ORDER
2. ROLL CALL
3. ADOPTION OF AGENDA
4. MISCELLANEOUS AGENDA ITEMS
a. Mayors Alliance on Childhood Hunger Proclamation Presented to Stephanie Vollmer
(Mayor Tergin)
b. American Red Cross Month Proclamation Presented to Pamela Protzman (Mayor Tergin)
c. Cerebral Palsy Awareness Month Proclamation Presented to Charlotte and Lesley Bickel
(Mayor Tergin)
5. PUBLIC HEARINGS
a. Adopting the 2023 Title VI Program for CAMPO and JEFFTRAN, Including Title VI Non-
Discrimination, Limited English Proficiency, and Public Participation Plan
i. Resolution 2022-47 (Fitzwater) Staff: Katrina Williams
6. APPOINTMENTS BY THE MAYOR
a. Recommended Appointments to the Following Boards and Commissions
Board or Commission Recommended
Appointment
New
Term
Expires
Term
Full/Partial
Airport Advisory Committee Jonathan Abbott* Mar 2027 Full
Terry Rackers Mar 2027 Full
City Council Agenda – March 20, 2023
✓ = Request to suspend rules
2
Board or Commission
(continued)
Recommended
Appointment
New
Term
Expires
Term
Full/Partial
Cultural Arts Commission Ken Hussey Mar 2026 Full
Lori Simms Mar 2026 Full
Natalie Eickhoff Mar 2026 Full
Human Relations Commission JoDe Layton-Brinker Dec 2023 Partial
*Requires 2/3 Majority Vote
7. PRESENTATIONS FROM STAFF, CONSULTANTS & INVITED GUESTS
a. Fire Fighters Local 671 (Invited by Councilmembers Deeken, Fitzwater, Spencer, Spicer)
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
9. LINCOLN UNIVERSITY STUDENT REPRESENTATIVE UPDATE
10. PRESENTATIONS FROM THE GALLERY ON SPECIFIC BILLS OR RESOLUTIONS
(All individuals will be limited to 5 minutes without exception. All presentations shall be made
from the podium unless other accommodation is requested and granted.)
11. CONSENT AGENDA
a. Minutes of City Council Meetings: March 6, 2023
b. Awarding Bus Advertising Services to Houck Transit Advertising
c. Awarding Wastewater Odor Control Products Bid to Evoqua Water Technologies
d. Authorizing $57,100 Contract Change Order #2 with Concrete Solution LLC to Conduct
Additional Work on Adams St. Sidewalk 2022 Project
e. Awarding Animal Shelter’s Veterinary Supplies Bid to Midwest Veterinary Supply and
Zoetis
f. Awarding $114,296 Bid to Feld Fire for Fire Hoses and Equipment
g. Authorizing the Application for Missouri Department of Transportation, Traffic & Hwy
Safety Division Impaired Driving Enforcement Grant in the Amount of $28,853.50
h. Authorizing the Application for Missouri Department of Transportation, Traffic & Hwy
Safety Division HMV Enforcement Grant in the Amount of $33,948.18
i. Authorizing a $374,250 Contract Change Order #2 with Sam Gaines Construction for
Concrete Street Repair Project
j. Declaring Certain City-Owned Personal Property Surplus and Authorizes the Disposition
by Sale through Auction -Police and Public Works Vehicles
City Council Agenda – March 20, 2023
✓ = Request to suspend rules
3
k. Declaring Certain City-Owned Personal Property Surplus and Authorizes the Disposition
by Donation to Historic City of Jefferson – 415 Monroe St.
l. Authorizing a Waiver of Fines and Fees on 1421 St. Mary’s Blvd., Subject to the Donation
of the Property to Habitat for Humanity
12. BILLS INTRODUCED
a. 2022-112 Authorizing a $1,798,461,85 Contract with WHP Training Towers for the
Purchase, Design and Installation of a Fire Tower and Residential/Industrial
Building for Fire Training at 2304 Hyde Park Rd., Awarding $32,000 Bid to
UDT for the Demolition of the Drill Tower and Building, Accepting an
Additional $200,000 Contribution from Cole County ARPA Funds, and
Approving Supplemental Appropriations Sales Tax G gleaning funds
(Schreiber) Staff: Matt Schofield
b. 2022-113 Authorizing an Amendment to the FY2022-2023 Budget by Supplementally
Appropriating $213,730 to the Wastewater Enterprise Fund (Hensley) Staff:
Matt Morasch
c. 2022-114 Amending Purchasing Code Relating to Electronic Tablets (Wiseman)
Staff: Shiela Pearre
d. 2022-115 Authorizing a $59,000 Design Contract with Structural Engineering
Associates, Inc. Related to Repair Services of 209 Jefferson St. and Madison
St. Parking Garages (Fitzwater) Staff: Matt Morasch
13. BILLS PENDING
a. 2022-110 ARPA Realignment (Hensley) Staff: Shiela Pearre
b. 2022-111 Authorizing Additions to City Code Chapter 31 – Stormwater/Floodplain
Management by Adding Section 31-280, Private Stormwater Conversion
Program, and Modifications to Appendix Y to Include the Same (Fitzwater)
Staff: Matt Morasch
14. INFORMAL CALENDAR
a. 2022-106 Approving a Final Subdivision Plat of TC3C Subdivision located in the
1000 Block of Marshall Street and 600 Block of Roland Street (Lester)
Staff: Eric Barron (Expires after 4/3/2023 City Council Meeting)
15. RESOLUTIONS
a. RS2022-47 Taken Up Under 5(a.)
b. RS2022-48 Authorizing a Retainer Agreement Related to the City’s Wastewater
Utilities (Fitzwater) Staff: Matt Morasch and Ryan Moehlman
c. RS2022-49 Authorizing a Missouri State Transit Assistance Grant Application
(Fitzwater) Staff: Matt Morasch
d. RS2022-50 Authorizing a Real Estate Agreement with the Missouri Primary Care
Assoc. and the Missouri Behavioral Health Council for the Sale of 1.75
Acres or Real Estate at MSP (Fitzwater) Staff: Ryan Moehlman
City Council Agenda – March 20, 2023
✓ = Request to suspend rules
4
16. PRESENTATIONS FROM THE GALLERY ON OTHER TOPICS – (All individuals will be
limited to 3 minutes without exception. All presentations shall be made from the podium unless
other accommodation is requested and granted.)
17. COUNCIL AND STAFF DISCUSSION OF PRESENTATION TOPICS
18. NEW BUSINESS
19. CLOSED SESSION
a. Pursuant to Sec. 610.021 of the Revised Statutes of Missouri, the Chair will entertain a
motion to go into Closed Session to discuss the following:
i. Attorney Client Privilege [Sec. 610.021(1)]
20. UNFINISHED BUSINESS
21. 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, MARCH 20, 2023
5:45 P.M.
AGENDA
1. Discussion of March 20, 2023 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.
Proclamation
WHEREAS, mayors are committed to improving the health, academic performance and overall well-
being of America's children through the reauthorization of the Child Nutrition Act; and
WHEREAS, child nutrition programs are critical for our nation's health and economy and regular
access to healthy and affordable meals has been proven to be one of the strongest predictors of improved school
performance, improved health and sound childhood development; and
WHEREAS, research shows that childhood hunger and food insecurity have a range of negative
impacts on the health, academic performance and overall well-being of children; and
WHEREAS, child nutrition programs are the front line of defense against childhood hunger and
food insecurity, promoting healthy eating and providing healthy, nutritious food for the nation's children through the
numerous programs; and
WHEREAS, children living in poverty also face an elevated risk of hunger and food insecurity with
summer being the hungriest time of the year; and
WHEREAS, identifying, reaching, and serving all victims of crime — especially those from groups
that often have less access to healing services and avenues to justice — is essential; and
WHEREAS, the Healthy, Hunger Free Kids Act of 2010 has improved the nutritional standards for
school nutrition programs and as a result, kids have access to increased fruits, vegetables and whole grains but less
sugars, fats and sodium, and that Congress has the opportunity to ensure that children continue to have access to
nutritious and quality meals to help prevent childhood hunger and obesity; and
WHEREAS, an adequately funded and evidence -based reauthorization bill can reduce childhood
hunger and food insecurity in America, help reduce childhood obesity, improve child nutrition and health, and enhance
healthy child development and school readiness; allowing children to reach their full potential; and
WHEREAS, Congress has a unique opportunity in the upcoming reauthorization of the Child
Nutrition Act to improve access and nutrition for millions of children, particularly low-income children.
NOW, THEREFORE, 1, Carrie Tergin, Mayor of the City of Jefferson, do hereby proclaim
March as
End Childhood" g[unger 9btontFi
in the City of Jefferson, Missouri.
Mayor
['Ark-
Proc(amation
WHEREAS, during American Red Cross Month in March, we celebrate the
humanitarian spirit of Jefferson City and reaffirm our commitment to help ensure no one faces a
crisis alone; and
WHEREAS, caring for one another is at the heart of our community and
exemplified by the people of Jefferson City, whose simple acts of kindness through the Red
Cross provide help and hope in people's most difficult moments — continuing the lifesaving
legacy of Clara Barton, who founded the organization more than 140 years ago to prevent and
alleviate human suffering; and
WHEREAS, every day, these ordinary individuals lend a helping hand to make an
extraordinary difference for neighbors in need — whether it's providing emergency shelter,
food and comfort for families displaced by home fires and other disasters; donating lifesaving
blood for cancer patients, accident victims, and people with sickle cell disease and other
life -threatening conditions; supporting military members and veterans, along with their families
and caregivers, through the unique challenges of service; using vital skills like first aid and CPR
to help others survive medical emergencies; or delivering international humanitarian aid and
reconnecting loved ones separated by crises around the world; and
WHEREAS, their support, volunteerism and generous donations are critical to our
community's resilience. We hereby recognize this month of March in honor of all those who
fulfill Clara Barton's noble words, "You must never think of anything except the need and how
to meet it," and ask everyone to join in this commitment.
NOW, THEREFORE, I, Carrie Tergin, Mayor of the City of Jefferson, do hereby
proclaim March 2023 as
Wed Cross Month
and I encourage all citizens of Jefferson City to reach out and support its humanitarian mission.
In Testimony Whereof, I have hereunto set my hand and caused to be affixed the SO.
of the City of Jefferson, this 1st day of March, 2023.
(,e)-14/
Mayor
NOTICE
Public Comment-Public Hearing
City of Jefferson Title VI Program, Public Participation Plan, and Language Assistance
Plan for Capital Area Metropolitan Planning Organization (CAMPO) and JEFFTRAN
Public comments are invited on the updated City of Jefferson Title VI Program for CAMPO and
JEFFTRAN. The Title VI Program includes the Public Participation Plan and Language Assistance
Plan. The Federal Transit Administration (FTA) requires recipients to report certain general
information to determine compliance with Title VI of the Civil Rights Act of 1964. Both CAMPO and
JEFFTRAN are administered by the City of Jefferson and utilize FTA funding. The Title VI Program
document is available electronically at www.jeffersoncitymo.gov/campo or at locations detailed
below.
Public comments will be accepted until the close of the public hearing on Monday, March 20th, 2023
at 6:00 p.m. in the City Council Chambers, John G. Christy Municipal Building, 320 E. McCarty
Street, Jefferson City, MO 65101. At the hearing interested persons will have an opportunity to
comment. If no substantive changes are made this will be the final notice and the Title VI Program
will be adopted. The City of Jefferson City Council may adopt the Title VI Program at their meeting
on March 20th, 2023 as currently printed or amended, following the public hearing. Persons wishing
to comment on the plan may appear at the public hearing or provide comments in advance. Prior
to the City Council public hearing, public comment can also be made in person at the CAMPO
Board of Directors meetings on February 15th and March 15th . All comments received prior to or
during the public hearing, including oral recordings, will be transcribed for inclusion in the plan. Oral
comments may be recorded prior to the public hearing by contacting the Planning Division prior to
the public hearing. Copies of the plan are available for inspection at the Missouri River Regional
Library, City Clerk’s Office at the City of Jefferson, and on the CAMPO website at
www.jeffersoncitymo.gov/campo. Notice of public hearing and a copy of the draft document has
also been provided to the County Clerk’s office in Callaway County, County Clerk’s office in Cole
County, City Clerk offices in the City of St. Martins, City of Holts Summit, City of Taos, Village of
Wardsville, and OATS, Inc.
Comments and inquiries should be directed to the CAMPO office located in the Department of
Planning and Protective Services-Planning Division, Room 120, John G. Christy Municipal Building,
320 East McCarty Street, Jefferson City, Missouri, 65101; telephone 573.634.6475; fax
573.634.6457 or email campo@jeffersoncitymo.gov during regular office hours, 8:00 a.m. to 5:00
p.m., Monday through Friday, except holidays. CAMPO and JEFFTRAN are administered by the
City of Jefferson. 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.
Katrina Williams, Planner, City of Jefferson, Missouri
Thursday, February 2, 2023
For contact information only:
Department of Planning & Protective Services
320 East McCarty Street, Room 120
Jefferson City, Missouri 65101
Attention: Lisa Dittmer, Phone: (573) 634-6475
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-47
SPONSOR: Councilmember Fitzwater
SUBJECT: Adootinq the City of Jefferson 2023 Title VI Program . includ ing
Limited English Proficiency Plans and Public Participation Plans for
JEFFTRAN and CAMPO (Capital Area Metropo litan Planning
Organization)
DEPARTMENT DIRECTOR(S): __ -r~*"""'~--"--'-~-+-=-----
CITY ADMINISTRATOR:~(ff2::::~:::;(_~4J:_~~--------
Staff Recommendation: Approve .
Summary: Adopts and authorizes submittal of the City of Jefferson 2023 Title VI Program,
as required by the FTA (Federal Transit Administration) for all recipients of FTA funds . An
updated Title VI Program , including Limited English Proficiency Plans and Public
Participation Plans is required to be completed every three years for JEFFTRAN and
CAMPO .
Upon adoption, the Title VI Program will be submitted to the FTA Regional Civil Rights
Officer and MoDOT Civil Rights Division .
Origin of Request: Department of Public Works I JEFFTRAN
Department of Planning & Protective Services I Cap ital Area
Metropolitan Planning Organ izatio n
Department Responsible: Department of Public Works I Department of Plann i ng &
Protective Services
PERSON RESPONSIBLE: MATTHEW MOARSCH I Gerry Stegeman I Katrina Will iams
DAVID GRELLNER I Eric Barron I Katrina Williams
Background Information: The City of Jefferson is a recipie nt of FTA f unds via
administration of CAMPO and JEFFTRAN . Historically , each agency has produced
individual documents to meet FTA requirements . The 2023 Title VI Program document is
a combined product in an effort to reduce duplication of effort by staff and was
necessitated by overlap of st aff between CAMPO and JEFFTRAN.
In accordance with Title VI of the Civil Rights Act of 1964, as amended , 42 U.S .C. 200d
e t se q ., and with U.S. DOT regulations , "Nondiscrimination in Federally-Assisted
Programs of the Department of Transportation -Effectuation of T it le VI of the Civil
Rights Act,” 49 CFR part 21, the City of Jefferson agrees to comply with all provisions
prohibiting discrimination on the basis of race, color, or national origin.
The City of Jefferson is required to ensure that no person shall, as provided by Federal
and State civil rights laws, be excluded from participation in, be denied the benefits of, or
be subjected to discrimination under any program or activity. The Title VI Program
outlines the efforts that will be made to ensure non-discrimination in all programs and
activities, whether those programs and activities are federally funded or not.
The City of Jefferson meets FTA requirments by promoting actions that:
A. Ensure that the level and quality of transportation service is provided without
regard to race, color, or national origin.
B. Identify and address, as appropriate, disproportionally high and adverse effects
of programs and activities on minority populations and low-income populations.
C. Promote the full and fair participation of all affected Title VI populations in
transportation decision making.
D. Prevent the denial, reduction, or delay in benefits related to programs and
activities that benefit minority populations or low-income populations.
E. Ensure meaningful access to programs and activities by persons with Limited
English Proficiency (LEP).
The 2022-2023 process to update the Title VI Program was done in accordance with FTA
requirements and in accordance with the existing Public Participation Plan requirements
outlined in CAMPO and JEFFTRAN policies. A draft Title VI Program document was made
available on the CAMPO and JEFFTRAN webpages beginning January 5th, 2023. A 45-
day public comment period was opened February 2nd, 2023. A March 20th, 2023 public
hearing was advertised 30 days and 10 days prior to said hearing. A public meeting was
held on March 15, 2023.
Multiple presentations were given on the Title VI Program along with requests for comment
at the following:
CAMPO Technical Committee Meetings (January and February 2023)
CAMPO Board of Directors Meeting (February 2023)
Public Transit Advisory Committee Meeting (February 2023)
Public Works and Planning Committee (February 2023)
The CAMPO Board of Directors is also required to review and adopt the Title VI Program.
The 2023 Title VI Program was recommended for approval by the CAMPO Technical
Committee, Public Transit Advisory Committee, and the Public Works and Planning
Committee.
No public comments have been received.
Fiscal Information: An updated Title VI Program is required to maintain good standing
with FTA. The absence of and updated document could result in revocation of funding.
RESOLUTION
RS2022-47
Sponsor: Councilmember Fitzwater
A RESOLUTION ADOPTING THE 2023 TITLE VI PROGRAM,
INCLUDING LIMITED ENGLISH PROFICIENCY PLANS AND PUBLIC
PARTICIPATION PLANS FOR JEFFTRAN AND CAMPO
' WHEREAS, the City of Jefferson is committed to ensuring that no person is excluded
from participation in , or denied the benefits of its trans it services on the
basis of race , color, or national origin , as protected by Title VI of the Civil
Rights Act of 1964; and
WHEREAS, the City of Jefferson , as a recip ient of Federal Transit Administration funds
in the administration of JEFFTRAN and CAMPO (Capital Area Metropolitan
Planning Organization), is required to report certain general information to
determine c ompliance with Title VI ; and
WHEREAS, to ensure compliance with 49 CFR Section 21 .9 (b), the FTA requ ires that
all recipients document their compliance w ith this chapter by submitting a
Title VI Program to the FTA's regional civil rights officer every three years ;
and
WHEREAS, the program has been updated in accordan ce with the requirements of the
Federal Transit Administration .
NOW THEREFORE, BE IT RESOLVED by the City Council of the City of Jefferson ,
Missouri, that it hereby acknowledges and adopts the 2023 Title VI Program , including
Limited English Proficiency Plans and Public Participation Plans attached hereto as
"Attachment A."
BE IT FURTHER RESOLVED that this approval shall be continuing in nature, until new
plans , policies and programs are approved by the Counci l, and shall not e xpire with the
adjournment of this Council.
Adopted this 2Q 1h day of March, 2023
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM :
City Clerk City~
NOTICE
Public Comment-Public Hearing
City of Jefferson Title VI Program, Public Participation Plan, and Language Assistance
Plan for Capital Area Metropolitan Planning Organization (CAMPO) and JEFFTRAN
Public comments are invited on the updated City of Jefferson Title VI Program for CAMPO and
JEFFTRAN. The Title VI Program includes the Public Participation Plan and Language Assistance
Plan. The Federal Transit Administration (FTA) requires recipients to report certain general
information to determine compliance with Title VI of the Civil Rights Act of 1964. Both CAMPO and
JEFFTRAN are administered by the City of Jefferson and utilize FTA funding. The Title VI Program
document is available electronically at www.jeffersoncitymo.gov/campo or at locations detailed
below.
Public comments will be accepted until the close of the public hearing on Monday, March 20th, 2023
at 6:00 p.m. in the City Council Chambers, John G. Christy Municipal Building, 320 E. McCarty
Street, Jefferson City, MO 65101. At the hearing interested persons will have an opportunity to
comment. If no substantive changes are made this will be the final notice and the Title VI Program
will be adopted. The City of Jefferson City Council may adopt the Title VI Program at their meeting
on March 20th, 2023 as currently printed or amended, following the public hearing. Persons wishing
to comment on the plan may appear at the public hearing or provide comments in advance. Prior
to the City Council public hearing, public comment can also be made in person at the CAMPO
Board of Directors meetings on February 15th and March 15th . All comments received prior to or
during the public hearing, including oral recordings, will be transcribed for inclusion in the plan. Oral
comments may be recorded prior to the public hearing by contacting the Planning Division prior to
the public hearing. Copies of the plan are available for inspection at the Missouri River Regional
Library, City Clerk’s Office at the City of Jefferson, and on the CAMPO website at
www.jeffersoncitymo.gov/campo. Notice of public hearing and a copy of the draft document has
also been provided to the County Clerk’s office in Callaway County, County Clerk’s office in Cole
County, City Clerk offices in the City of St. Martins, City of Holts Summit, City of Taos, Village of
Wardsville, and OATS, Inc.
Comments and inquiries should be directed to the CAMPO office located in the Department of
Planning and Protective Services-Planning Division, Room 120, John G. Christy Municipal Building,
320 East McCarty Street, Jefferson City, Missouri, 65101; telephone 573.634.6475; fax
573.634.6457 or email campo@jeffersoncitymo.gov during regular office hours, 8:00 a.m. to 5:00
p.m., Monday through Friday, except holidays. CAMPO and JEFFTRAN are administered by the
City of Jefferson. 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.
Katrina Williams, Planner, City of Jefferson, Missouri
Thursday, February 2, 2023
For contact information only:
Department of Planning & Protective Services
320 East McCarty Street, Room 120
Jefferson City, Missouri 65101
Attention: Lisa Dittmer, Phone: (573) 634-6475
City of Jefferson Title VI Program
For
CAPITAL AREA METROPOLITAN PLANNING ORGANIZATION (CAMPO)
&
JEFFTRAN
Date filed with MoDOT Transit Section:
____DRAFT____
Click or tap to enter a date.
The preparation of this plan was financed in part by the U.S. Department of Transportation, Federal Highway Administration, and Federal
Transit Administration in cooperation with the Missouri Department of Transportation. The opinions, findings, and conclusions expressed in
this report are not necessarily those of the Federal Highway Administration, Federal Transit Administration, or the Missouri Department of
Transportation.
City of Jefferson Title VI Nondiscrimination Policy
The City of Jefferson is committed to the policy that no person shall be excluded from participation in, be denied the benefits of, or be
otherwise subjected to discrimination under any program or activity on the grounds of race, color, or national origin, in accordance with Title
VI of the Civil Rights Act of 1964, and the Civil Rights Restoration Act of 1987 (P.L. 100.259).
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.
MPO Administration is provided by the City of Jefferson
Department of Planning and Protective Services/Planning Division
320 East McCarty Jefferson City, Missouri
Telephone 573-634-6410
http://www.jeffersoncitymo.gov/campo
JEFFTRAN Administration is provided by the City of Jefferson
Department of Public Works/ Transit Division
320 East McCarty Jefferson City, Missouri
Telephone 573-634-6410
http://www.JEFFTRAN.org
DRAFT
Resolution – City Council
DRAFT
Resolution – CAMPO Board of Directors
DRAFT
CONTENTS
Title VI Program Requirements ............................................................................................... 1
General Requirements (Chapter III) Checklist ..................................................................................................................... 1
Requirements of Transit Providers (Chapter IV) Checklist - JEFFTRAN ...................................................................... 1
Requirements of MPOs (Chapter VI) Checklist - CAMPO ............................................................................................... 1
Title VI Assurances ................................................................................................................... 2
Title VI Notice to the Public ................................................................................................... 3
Title VI Complaint Procedures & Complaint Form ............................................................... 5
List of transit-related Title VI investigations, complaints, and lawsuits ............................ 10
Title VI Compliance Report Submission Process ................................................................. 10
Documenting Evidence of Agency Staff Title VI Training ................................................... 10
Agency Information ............................................................................................................... 11
General Program Responsibilities ........................................................................................................................................... 11
Responsibilities of the Title VI Coordinator ........................................................................................................................ 11
Responsibilities of Other Staff Members .............................................................................................................................. 12
JEFFTRAN Overview .............................................................................................................. 12
JEFFTRAN Service Standards ................................................................................................................................................... 14
Service Policies ............................................................................................................................................................................ 14
CAMPO Overview ................................................................................................................... 15
CAMPO Board of Directors Membership ........................................................................................................................... 16
Demographic Profile of the Metropolitan Planning Area ................................................... 18
A note on U.S. Census data. .................................................................................................................................................... 18
Minority Populations .................................................................................................................................................................. 19
Low-Income (Poverty) Populations ........................................................................................................................................ 20
Elderly Populations ..................................................................................................................................................................... 21
Identifications of Mobility Needs of Minority Populations .................................................. 22
Disparate Impact Analysis ...................................................................................................... 22
JEFFTRAN Public Participation Plan .................................................................................... 23
Goal ........................................................................................................................................... 23
Identification of Stakeholders ................................................................................................ 23
Targeted Public Participation Plan for Minority, Low-Income and LEP Populations ...... 24
Jefftran Public Comment Procedures ................................................................................... 25
Transit Notice Posting and Publishing ................................................................................................................................... 25
Public Comment .......................................................................................................................................................................... 27
Response to Public Input .......................................................................................................................................................... 27
Access to Records ...................................................................................................................................................................... 29
Title VI Outreach Best Practices ........................................................................................... 29
DRAFT
2023 – 2026 Title VI Program Public Engagement Process ................................................ 30
Summary of 2019-2023 Public Outreach Efforts .................................................................. 30
Proposed Fare Increase Public Engagement 2022-2023 ................................................................................................... 30
Example public Notices .......................................................................................................... 31
CAMPO Public Participation Plan ....................................................................................... 33
Desired Outcomes ................................................................................................................... 34
Evaluation of Effectiveness ..................................................................................................... 34
Survey Results .......................................................................................................................... 35
2023 Board of Directors and Technical Committee Survey ........................................................................................... 35
2019 Public Participation Survey Results .............................................................................................................................. 36
2022 City of Jefferson Citizen Participation Plan ................................................................................................................ 36
Participation Policies ............................................................................................................... 38
Public Notice & Accessibility ................................................................................................................................................... 38
Emergency Meetings ................................................................................................................................................................... 39
Effective Communication & Visualization ............................................................................................................................. 39
Outreach & Engagement ........................................................................................................................................................... 39
Coordination ................................................................................................................................................................................ 40
Public Comment Procedures ................................................................................................. 41
Plan Specific Procedures ......................................................................................................... 44
Metropolitan Transportation Plan .......................................................................................................................................... 44
Transportation Improvement Program ................................................................................................................................. 45
Coordinated Public Transit-Human Services Transportation Plan ................................................................................ 47
Title VI Program, Public Participation Plan, & Language Assistance Plan ..................................................................... 48
Unified Planning Work Program ............................................................................................................................................. 49
Special Accommodations .......................................................................................................................................................... 50
Non-discrimination Policy ........................................................................................................................................................ 50
City of Jefferson/CAMPO Limited English Proficieny Plan ................................................. 52
Service Area Description .......................................................................................................................................................... 52
Four Factor Analysis ............................................................................................................... 52
Subrecipient Assistance ......................................................................................................... 57
Subrecipient Monitoring ....................................................................................................... 57
Equity Analysis of Facilities ................................................................................................... 57
Requirement to Collect and Report Demographic Data* .................................................. 57
Requirement to Monitor Transit Service* ........................................................................... 57
Service and Fare Equity Analysis*......................................................................................... 57
DRAFT
City of Jefferson Title VI Program 2023 – Title VI Program Requirements 1
TITLE VI PROGRAM REQUIREMENTS
The following checklist, derived from Chapters III, IV, VI, and Appendix A of FTA Circular 4702.1B, denotes
required elements included in this program. If an element is not required or included in this plan, an explanation
is provided. More information about these requirements can be found at:
https://www.transit.dot.gov/sites/fta.dot.gov/files/docs/FTA_Title_VI_FINAL.pdf
GENERAL REQUIREMENTS (CHAPTER III) CHECKLIST
Title VI Annual Certifications and Assurances.
Title VI Notice to the Public, including a list of locations where the notice is posted.
Title VI Complaint Procedures (i.e., instructions to the public regarding how to file a Title VI discrimination complaint).
Title VI Complaint Form.
List of transit-related Title VI investigations, complaints, and lawsuits.
Public Participation Plan, including information about outreach methods to engage minority and limited English proficient
populations (LEP), as well as a summary of outreach efforts made since the last Title VI Program submission.
Language Assistance Plan for providing language assistance to persons with limited English proficiency (LEP), based on the DOT
LEP Guidance.
A table depicting the membership of non-elected committees and councils, the membership of which is selected by the
recipient, broken down by race, and a description of the process the agency uses to encourage the participation of minorities
on such committees.
[Not Applicable] Primary recipients shall include a description of how the agency monitors its subrecipients for compliance
with Title VI, and a schedule of subrecipient Title VI Program submissions.
[Not Applicable] A Title VI equity analysis if the recipient has constructed a facility, such as a vehicle storage facility,
maintenance facility, operation center, etc.
A copy of board meeting minutes, resolution, or other appropriate documentation showing the board of directors or
appropriate governing entity or official(s) responsible for policy decisions reviewed and approved the Title VI Program. For
State DOT’s, the appropriate governing entity is the State’s Secretary of Transportation or equivalent. The approval must
occur prior to submission to FTA.
Additional information as specified in chapters IV, V, and VI, depending on whether the recipient is a transit provider, a State,
or a planning entity (see Chapter VI – Requirements of MPOs below).
REQUIREMENTS OF TRANSIT PROVIDERS (CHAPTER IV) CHECKLIST - JEFFTRAN
All Fixed Route Transit Providers must submit:
All requirements set out in Chapter III (General Requirements)
Service standards
o Vehicle load for each mode
o Vehicle headway for each mode
o On time performance for each mode
o Service availability for each mode
Service Policies
o Transit Amenities for each mode
o Vehicle Assignment for each mode
REQUIREMENTS OF MPOS (CHAPTER VI) CHECKLIST - CAMPO
All requirements set out in Chapter III (General Requirements)
[Not Applicable] The requirements set out in Chapter IV (Transit Provider) if the MPO is a provider of fixed route public
transportation.
Demographic profile of the metropolitan area.
A description of the procedures by which the mobility needs of minority populations are identified and considered within the
planning process.
Demographic maps that show the impacts of the distribution of State and Federal funds in the aggregate for public
transportation projects.
Analysis of the MPO’s transportation system investments that identifies and addresses any disparate impacts.
[Not Applicable] Description of the procedures the agency uses to ensure nondiscriminatory pass-through of FTA financial
assistance (if requested).
[Not Applicable] Description of the procedures the agency uses to provide assistance to potential subrecipients in a
nondiscriminatory manner (if requested).
Title VI Compliance Report Submission Process.
DRAFT
City of Jefferson Title VI Program 2023 – Title VI Assurances 2
TITLE VI ASSURANCES
In accordance with Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. 200d et seq., and
with U.S. DOT regulations, “Nondiscrimination in Federally-Assisted Programs of the Department of
Transportation – Effectuation of Title VI of the Civil Rights Act,” 49 CFR part 21, the City of Jefferson
agrees to comply with all provisions prohibiting discrimination on the basis of race, color, or national
origin.
The City of Jefferson assures that no person shall, as provided by Federal and State civil rights laws, be
excluded from participation in, be denied the benefits of, or be subjected to discrimination under any
program or activity. The City of Jefferson further ensures every effort will be made to ensure non-
discrimination in all programs and activities, whether those programs and activities are federally funded
or not.
The City of Jefferson meets the objectives of the FTA Master Agreement which governs all entities
applying for FTA funding, including the City of Jefferson and its third-party contractors by promoting
actions that:
A. Ensure that the level and quality of transportation service is provided without regard to race,
color, or national origin.
B. Identify and address, as appropriate, disproportionally high and adverse effects of programs and
activities on minority populations and low-income populations.
C. Promote the full and fair participation of all affected Title VI populations in transportation
decision making.
D. Prevent the denial, reduction, or delay in benefits related to programs and activities that benefit
minority populations or low-income populations.
E. Ensure meaningful access to programs and activities by persons with Limited English Proficiency
(LEP).
DRAFT
City of Jefferson Title VI Program 2023 – Title VI Notice to the Public 3
TITLE VI NOTICE TO THE PUBLIC
The notice to the public is posted at the locations list below.
• CAMPO main webpage at www.jeffersoncitymo.gov/CAMPO
• JEFFTRAN main webpage at https://www.jeffersoncitymo.gov/government/transit/index.php
• All Transit Vehicles
• Key Transit Stops (as staff availability allows)
• City of Jefferson, Missouri: City Hall Bulletin Board, Main Level
John G. Christy Municipal Building-City Hall
320 E. McCarty Street
Jefferson City, Missouri 65101
• JEFFTRAN Administrative Office: Customer Service Window
Charles G. Robinson Transit Facility
820 E. Miller Street
Jefferson City, Missouri 65101
• At all public meetings
A sample notice is provided in Figure 1.
DRAFT
City of Jefferson Title VI Program 2023 – Title VI Notice to the Public 4
FIGURE 1 – TITLE VI PUBLIC NOTICE
DRAFT
City of Jefferson
320 E. McC a rty St., J e ffers on C ity, MO 6 51 0 1 Pho n e : 5 7 3 .63 4.6 410 Fax: 57 3.6 34 .645 7
Title VI Notice-Titulo VI Aviso
MARCH 20, 2023
Notifying the Public of Rights Under Title VI
CITY OF JEFFERSON , MISSOURI
The City of Jefferson is committed to ensuring that no person is excluded from participation in , or denied the benefits of
its transit services on the basis of race, color, or national origin, as protected by Title VI of the Civil Rights Act of 1964 .
Any person who believes he or she has been aggrieved by any unlawful discriminatory practice under Title VI may file a
complaint with the City of Jefferson, Missouri.
For more information on the civil rights program and the procedures to file a complaint vi sit:
• JEFFTRAN http://www.je ffersoncitymo.gov/government/transit/title v i.php
• CAMPO
h ttps://www.jeffersoncitymo.gov/government/long range t ransportation plan/plans and publications.php
• or contact the Title VI Coordinator by calling (573) 634-6410
A complainant may file a complaint directly with the Federal Transit Administ ration by cont acting: Federal Transit
Administration, Office of Civil Rights, Attention: Title VI Program Coordinator; East Building, 5th Floor-TCR; 1200 New
Jersey Ave., SE; Was hington DC 20590.
Notificaci6n al Publico de los Dere chos Bajo el Titulo VI
CIUDAD DE JEFFERSON, MISSOURI
Ciudad de Jefferson se compromete a garantizar q ue ningu na persona sea ex cluida d e partici pa r en, o negado los
beneficios de sus servicios de transporte sobre Ia base de raza, color u origen nacional, tal como est:i pro tegida por el
Titulo VI del Acta de Derechos Civiles de 1964. Cualquier persona que crea que ha sido perjudicada po r una practica
discriminatoria ilegal bajo el Titulo VI puede presentar una queja ante Ia Ciudad de Jefferson, Missou r i.
Para mas info rmacion sobre el programa de derechos civiles y los pro cedimientos para presentar una vis ita:
• JEFFTRAN http://www.je ffersoncit ymo.gov/governme nt/transi t /titl e v i.php
• CAMPO
https ://www.je ff e rsonci t ymo.gov/govern ment/lon g ra nge tra ns port ation p lan/pl a ns a nd p u blications.php
• queja o p6ngase en contacto con el Titulo Coordinador VI llamando al (573) 634-6410.
El demandante puede presentar u na queja di rectamente c o n Ia Adm inistraci 6n Federal de Transporte po ni em d o se en
co ntacto co n : Administraci6n Federal de Transito , Oficina de Derechos Ci viles , Ate nc i6 n: C oordinado r del Programa
Titulo VI ; Edificio Este , sa Pla nta -TCR ; 1200 New Je rsey Ave. , SE ; Washingto n DC 20590.
Ind iv idua ls sh ould contact the ADA Coordinator at (573) 634-6570 to r equ est accomm odations or alternative fo rm ats as required
unde r the Americans with Disabilities Act. Please allow three busine ss days t o process the re quest.
City of Jefferson Title VI Program 2023 – Title VI Complaint Procedures & Complaint Form 5
TITLE VI COMPLAINT PROCEDURES & COMPLAINT FORM
Instructions to the public regarding filing a Title VI discrimination claim (Figure 2) and an example of the
complaint form (Figure 3) are included in the following pages. Hard copies of the publication “Title VI Complaint
Procedures and Complaint Form” are available at the following locations:
• City of Jefferson, Missouri: In the “forms” array on the lower level of City Hall
320 E. McCarty Street
Jefferson City, Missouri 65101
• JEFFTRAN Administrative Office: Customer Service Window
Charles G. Robinson Transit Facility
820 E. Miller Street
Jefferson City, MO 65101
• CAMPO Public Meetings
• Electronically via the Transit webpage and the following link:
http://www.jeffersoncitymo.gov/government/transit/title_vi.php
• Electronically via the CAMPO webpage and the following link: www.jeffersoncitymo.gov/CAMPO
DRAFT
City of Jefferson Title VI Program 2023 – Title VI Complaint Procedures & Complaint Form 6
FIGURE 2 - TITLE VI COMPLAINT PROCEDURES
DRAFT
City of Jefferson
320 E. McCarty St., Jefferson City , MO 65101 Phone 573 634.6410 Fax 573 .634.6457
Title VI Complaint Procedure
MARCH 20, 2023
Title VI of the Civil Rights Act of 1964 prohibits discrimination on the basis of race, color or national origin in
programs receiving federal financial assistance.
GENERAL
Any person who believes that he or she, individual , or as a member of any specific class of persons, has been
subjected to discrimination on the basis of race, color, or national origin as noted below may file a written complaint
with the Title VI Program Coordinator.
Title VI Program Coordinator
c/o City Administrator, City of Jefferson, Missouri
320 E. McCarty Street
Jefferson City, Missouri 65101
Complainants have the right to complain directly to the appropriate federal agency. Every effort will be made to
obtain early resolution of complaints. The option of informal meeting(s) between the affected parties and the Title
VI Program Coordinator may be utilized for resolutions. The Title VI Program Coordinator will notifY JEFFFTRAN
and/or CAMPO staff of all Title VI related complaints as well as resolutions.
Procedure for Filing Complaints
1. The complaint must meet the following requirements:
a. Complaint shall be in writing and signed by the complainant(s). In cases where Complainant is
unable or incapable of providing a written statement, a verbal complaint may be made. The Title
VI Program Officer will interview the Complainant and assist the person in converting verbal
complaints in writing. All complaints must, however, be signed by the Complainant or hi s/her
representative.
b. Include the date of the alleged act of discrimination date when the Complainants became aware
of the alleged act of discrimination; or the date on which that conduct was discontinued or the
latest instance of conduct.
c. Present a detailed description of the issues, including names and job titles of those individuals
perceived as parties in the complaint.
d. Federal and state law requires complaints be filed within 180 calendar days of the alleged
incident.
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.
Page 1 of 2
City of Jefferson Title VI Program 2023 – Title VI Complaint Procedures & Complaint Form 7
DRAFT
2. Upon receipt of the complaint, the Title VI Program Coordinator will determine its jurisdiction,
acceptability, need for additional information, and investigate the complaint, if accepted.
3. The Complainant will be provided with a written acknowledgement that the City of Jefferson has either
accepted or rejected the complaint.
4. A complaint must meet the following criteria for acceptance:
a. The Complaint must be filed within 180 days of the alleged occurrence.
b. The allegation must involve a covered bas is such as race, color, or national origin.
c. The allegation must involve a JEFFTRAN or CAMPO service, the City of Jefferson as a federal-
aid recipient; or its sub-recipient or contractor.
5. A complaint may be dismissed for the following reasons:
a. The Complainant requests the withdrawal of the complaint.
b. The Complainant fails to respond to repeated requests for additional information needed to
process the complaint.
c. The Complainant cannot b e located after reasonable attempts.
6. Once the Title VI Program Coordinator decides to accept the complaint for investigation, the
Complainant will be notified in writing of such determination. The complaint will receive a case number
and will then be logged in a database identifying: Complainant's name, bas is, alleged harm, race, color,
and national origin of the Complainant.
7. In cases where the Title VI Program Coordinator assumes the inves tigation ofthe complaint, within 90
calendar days of the acceptance of the complaint the Title VI Program Coordinator will prepare an
investigative report. The report shall include a narrativ e description of the incident, identification of
persons interviewed, findings and recommendations for dispos ition.
8. The investigative report and its findings will b e reviewed with City of Jefferson officials and in some
cases the investigative report and findings will be reviewed by the City of J efferson's Legal Counsel.
9. The Title VI Program Coordinator will make a determination on the disposition of the complaint.
Dispositions will be stated as follows:
a. In the event the City of Jefferson is in noncompliance with the Title VI regulations remedial
actions will be listed.
10. Notice of the Title VI Program Coordinator's determination will be mailed to the Complainant. Notice
shall include information regarding appeal rights of Complainant and instructions for initiating such an
appeal. N otice of appeals are as follows:
a. The Title VI Program Coordinator will reconsider the determination, if new facts, come to light.
b. lf Complainant is dissatisfied with the determination and/or resolution set forth by the Title VI
Program Coordinator, the same complaint may be submitted to the FTA for investigation.
Complainant is advised to contact theFT A Office of Civil Rights, Attention: Title VI Program
Coordinator; East Building, 5th Floor-TCR; 1200 New Jersey Ave., SE; Washington DC 20590.
11. A copy of the complaint and the Title VI Program Coordinator's investigation report/letter of finding and
Final Remedial Action Plan, if appropriate, will be issued toFT A within 120 days of the receipt of the
complaint.
12. A summary of the complaint and its resolution will be included as part of the Title VI updat es to the
FTA.
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternativ e formats as
required under the Americans with Disabilities Act. Please allow three business days to process the request.
Page 2 of 2
City of Jefferson Title VI Program 2023 – Title VI Complaint Procedures & Complaint Form 8
FIGURE 3 – TITLE VI COMPLAINT FORM
DRAFT
City of Jefferson
TITLE VI/ ADA COMPLAINT FORM
"No person in the United States shall, on the basis of race, color, or national origin, be excluded from
participation in, be denied the benefits of, or be subjected to discrimination under any program or activity
receiving Federal financial assistance."
If you feel that you have been discriminated against in the provision of transportation services, please provide
the following information to assist us in processing your complaint. Should you require an y assistance in
completing this form or need information in alternate formats, please let us know.
1.
2.
3.
4 .
5.
6.
7.
Please mail, email, or return this form to:
Complainant's Name:
a. Address :
b. City:
c. Telephone (include area code):
d . Electronic mail (e-mail) address:
City Administrator
City of Jefferson
320 East McCarty
Jefferson City, Missouri 65101
SCrowell@jeffer sonci t ymo.gov
PLEASE PRINT
State:
( )
Do you prefer to be contacted by this e-mail address? ( ) YES (
Accessible Format of Form Needed? ( ) YES specify:
Zip Code:
)NO
( )NO
Are you filing this complaint on your own behalf? ( ) YES If YES, please go to question 7.
( ) NO If no, please go to question 4
If you answered NO to question 3 above, please provide your name and address.
a. Name of Person Filing Complaint:
b. Address:
c. City: State: Zipcode :
d . Telephone (include area code): ( )
e. Electronic mail (e-mail) address:
Do you prefer to be contacted by this e-mail address? ( ) YES ( )NO
What is your relationship to the person for whom you are filing the complaint?
Pl ease confirm that you have obtained the permiss ion of the aggrieved party if you are filing on
behalf of a third party. ( ) YES, I have permission. ( ) NO, I do not have permission.
I believe that the discrimination I experienced was based on (check all that apply):
( ) Race ( ) Color ( ) National Origin (classes protected by Title VI)
( ) Disability (cla ss protected by ADA)
( ) Other (please specify)
Contmued on Page 2
Individuals should contact the A D A Coordinator at (573) 63 4-6570 to request accommodations or alternative forma ts as
required under the A m ericans with Disabilit ies Act. Please allow three business days to process t he request .
Page 1 of2
City of Jefferson Title VI Program 2023 – Title VI Complaint Procedures & Complaint Form 9
DRAFT
TITLE VI COMPLAINT FORM-PAGE 2
8. Date of Alleged Discrimination (Month, Day, Year):
9. Where did the Alleged Discrimination take place?
10. Explain as clearly as possible what happened and why you believe that you were discriminated
against. Describe all of the persons that were involved. Include the name and contact information
of the person(s) who discriminated a gainst you (i f known). Use the back of this form or separate
pages if additional space is required.
11. Please list any and all witnesses' names and phone numbers/contact information. Use the back of
this form or separate pages if additional space is required.
12. What type of corrective action would you like to see taken?
13. Have you filed a complaint with any other Federal, State, or local agency, or with any Federal or
State court? ( ) YES If yes, check all that apply. ( )NO
a. ( ) Federal Agency (List agency's name)
b. ( ) Federal Court (Please provide location)
c. ( ) State Court
d. ( ) State Agency (Specify Agency)
e. ( ) County Court (Specify Court and County)
f. ( ) Local Agency (Spec ify Agency)
14. If YES to question 14 above, please provide information about a contact person at the agency/court
where the complaint was filed.
Name: Title:
Agency: Telephone: ( ) -
Address:
City: State: Zip Code:
You may attach any wntten matenals or other mformat1on that you thmk 1s relevant to your complamt.
Signature and date is required:
Signature Date
If you completed Questions 4, 5 and 6, your signature and date is required:
Signature Date
Individuals should contact the ADA Coordinator at (573) 63 4-6570 to request accommodat ions or alte rnative formats as
requ ired under t he A m ericans with Disabilit ies Act. Please allow three business days to process the request .
Page 2 of2
City of Jefferson Title VI Program 2023 – List of transit-related Title VI investigations, complaints, and lawsuits 10
LIST OF TRANSIT-RELATED TITLE VI INVESTIGATIONS, COMPLAINTS,
AND LAWSUITS
All Title VI complaints will be entered and tracked in City of Jefferson’s complaint log, Figure 4. Active
investigations will be monitored for timely response on the part of all parties. The agency’s Title VI Coordinator
shall maintain the log.
During the reporting period (May 1 2019 – March 1 2023), the City of Jefferson had 0 Title VI Complaints.
FIGURE 4 - TRANSIT-RELATED TITLE VI INVESTIGATIONS, COMPLAINTS, AND LAWSUITS
Date
complaint
filed Complainant
Basis of
complaint
R-C-NO
Summary
of
allegation
Pending
status of
complaint
Actions
taken
Closure
Letter
(CL)
Letter of
Finding
(LOF)
Date of
CL or
LOF
TITLE VI COMPLIANCE REPORT SUBMISSION PROCESS
On an annual basis, JEFFTRAN and CAMPO staff complete and submit separate Title VI Surveys/Questionnaires
to MoDOT. The survey/questionnaire includes questions about complaints, employee trainings, planning
activities, actions taken to promote Title VI compliance, contracts awarded, public involvement activities, and
related Title VI public interactions.
DOCUMENTING EVIDENCE OF AGENCY STAFF TITLE VI TRAINING
JEFFTRAN and CAMPO staff are given Title VI training, and the City of Jefferson can answer
affirmatively to all the following questions:
1.Are new employees made aware of Title VI responsibilities pertaining to their specific duties?
2.Do new employees receive this information via employee orientation?
3.Is Title VI information provided to all employees and program applicants?
4.Is Title VI information prominently displayed in the agency and on any program materials
distributed, as necessary?
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 11
AGENCY INFORMATION
The City of Jefferson administers funding and operation of JEFFTRAN, the City’s transit agency, and the Capital
Area Metropolitan Planning Organization (CAMPO). Both JEFFTRAN and CAMPO are partially funded by the
Federal Transit Administration (FTA). CAMPO is a sub-recipient via MoDOT of FTA funding. JEFFTRAN is a
direct recipient of FTA funding.
GENERAL PROGRAM RESPONSIBILITIES
1. Data Collection. Statistical data on race, color, national origin, income level, language spoken, and sex of
participants in, and beneficiaries of federally funded programs will be gathered for use in planning and
program analysis. Upon request by the Title VI Coordinator, CAMPO staff will prepare reports from
data available from the Census Bureau and other readily available sources. CAMPO will assist JEFFTRAN
with preparation of surveys and other data collection tools needed to prepare plans and reports.
2. Annual Report and Update. An Annual Report and Update is to be submitted to the MoDOT Office of
Civil Rights and the FTA in April of each year. The Title VI Coordinator is responsible for gathering
information from appropriate staff members and consolidating this information into the final document.
The final document is to include:
a. A report on the previous year’s Title VI-related activities and efforts, including accomplishments
and program changes;
b. An update on Title VI-related goals and objectives for the upcoming year.
3. Annual Review of the Title VI Program. Each year, in preparing for the Annual Report and update, the
Title VI Coordinator will review the Title VI program to assure compliance. In addition, they will review
agency operational guidelines and publications, including those for contractors, to ensure that the Title
VI language and provisions are incorporated, as appropriate.
4. Dissemination of Information Related to the Title VI Program. Information on the City of Jefferson’s
Title VI Program is to be disseminated to JEFFTRAN employees, contractors, and beneficiaries, as well
as to the public, and in other languages when needed.
5. Resolution of Complaints. Any individual may exercise their right to file a complaint with JEFFTRAN,
CAMPO, or the City of Jefferson, Missouri, if that person believes that they or any other program
beneficiaries have been subjected to unequal treatment or discrimination, in their receipt of
benefits/services or on the grounds of race, color, or national origin. The City of Jefferson will make a
concerted effort to resolve complaints as put forth in the Title VI Complaint procedure, as shown in
Appendix B.
RESPONSIBILITIES OF THE TITLE VI COORDINATOR
The City Administrator has been designated as the Title VI Coordinator for the City of Jefferson. The City
Administrator reports directly to the City Council of the City of Jefferson, Missouri. The City Administrator
may delegate responsibilities to department directors or other management staff needed. The Title VI Program
Coordinator is responsible for coordinating staff activities pertaining to Title VI regulations and procedures set
forth in federal guidance and in accordance with the City’s Title VI Procedures Manual. In support of this the
Title VI Coordinator will:
• Identify, investigate, and work to eliminate discrimination when found to exist.
• Process Title VI complaints received.
• Meet with appropriate staff members to monitor and discuss progress, implementation, and compliance
issues related to the Title VI program.
• Periodically review the Title VI program to assess if administrative procedures are effective, staffing is
appropriate, and adequate resources are available to ensure compliance.
• If a federal funding recipient is found to not be in compliance with Title VI, work with affected staff and
the recipient to resolve the deficiency status and write a remedial action if necessary.
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 12
•Review important Title VI-related issues, as needed, with the City Administrator, Mayor, and City
Council.
•Assess communications and public involvement strategies to ensure adequate participation of impacted
Title VI protected groups and address additional language needs when needed.
RESPONSIBILITIES OF OTHER STAFF MEMBERS
At times other staff members will be asked to accept or share responsibility for day-to-day administration of the
Title VI program, including implementation of the plan and Title VI compliance, program monitoring, reporting,
and education within an applicable program area, as described in the “Program Area Responsibilities” section of
this document. In addition, some staff members may be asked to accept responsibility for drafting text for an
assigned section of the Annual Title VI Report and Update, and maintaining the data and documentation
necessary for that report. These responsibilities may include reviewing guidelines and procedures for the
assigned Title VI Program Area, and incorporating Title VI-related language and provisions into agency
documents, as appropriate.
Staff responsible for CAMPO and JEFFTRAN’s public involvement is responsible for compliance with Title VI
requirements in all aspects of the public involvement process. These staff members will:
•Ensure that all communications and public involvement efforts comply with Title VI.
•Develop and distribute information on Title VI, CAMPO, and JEFFTRAN programs to the general
public.
•Provide information in languages other than English, as needed.
•Disseminate information to media, post on social media, and disseminate information to
minority/ethnic/gender related organizations in order to ensure social, economic, and ethnic interest
groups are represented in the planning process.
The following two sections provide an overview of each agency.
JEFFTRAN OVERVIEW
JEFFTRAN (also known as the Transit Division) is a direct operator of fixed route and demand response public
transportation service in Jefferson City, Missouri, and is a direct recipient of Federal Transit Administration
funds and does not have any sub-recipients. JEFFTRAN currently has twelve fixed route buses and ten
paratransit buses. Nine buses operate in peak service on the fixed routes and eight do so for paratransit bus
service. JEFFTRAN is organized as a division in the Department of Public Works within the City of Jefferson, a
municipal corporation. JEFFTRAN’s Director reports to the Director of Public Works. The Director of Public
Works reports to the City Administrator, who in turn, reports to the Mayor and City Council of the City of
Jefferson, Missouri.
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 13
FIGURE 5 – JEFFTRAN ROUTES
FIGURE 5 - MEMBERSHIP OF JEFFTRAN RELATED COMMITTEES AND COUNCILS BY RACE
Committee African
American
Asian
American Caucasian Latino Total
Public Transit
Advisory
Committee
1 0 6 0
7
Public Works
& Planning
Committee
0 0 5 0
5
City Council
and Mayor
11 11
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 14
JEFFTRAN SERVICE STANDARDS
VEHICLE LOAD STANDARDS
The average of all loads during the peak operating period should not exceed vehicles’ achievable capacities, which
are 30 passengers for a 25-foot mini-bus, 48 passengers for low-floor 29-foot buses and 55 passengers for low-
floor 35-foot buses.
VEHICLE HEADWAY STANDARDS
Service operates on regular route schedule on weekdays with 40 minute or better service intervals which should
begin no later than 6:40 a.m. and continue until 6:00 p.m. Scheduling involves the consideration of a number of
factors including: ridership productivity, transit/pedestrian friendly streets, density of transit-dependent population
and activities, land use connectivity, and transportation demand management.
ON-TIME PERFORMANCE STANDARDS
On average, ninety (90) percent of the JEFFTRAN’s transit vehicles will complete their established runs no more
than 5 minutes early or 10 minutes late in comparison to the established schedule/published timetables.
SERVICE AVAILABILITY STANDARDS
JEFFTRAN distributes transit service so that 81.5% of all residents in the service area are within a ¼ mile of the
bus route.
SERVICE POLICIES
VEHICLE ASSIGNMENT POLICY
All fixed route vehicles are low-floor, ramp equipped, with air conditioning. Buses feature AVL and AVA
services with an average age of 11 years. Bus assignments take into account the operating characteristics of
buses of various lengths, which are matched to the operating characteristics of the route. Local routes with
lower ridership may be assigned 29-foot buses rather than the 35-foot buses. Some routes requiring tight turns
on narrow streets are operated with 29-foot rather than 35-foot buses. Transportation vehicles assigned to
routes will not be determined on the basis of race, color or national origin.
TRANSIT AMENITIES POLICY
Installation of transit amenities along bus routes are based on the number of passenger boardings/alightings at
stops along those routes.
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 15
CAMPO OVERVIEW
The Capital Area Metropolitan Planning Organizations (CAMPO) is the designated metropolitan planning
organization for the Jefferson City, Missouri Urbanized Area whose purpose is to carry out a continuing,
cooperative, and comprehensive long-range transportation planning process. CAMPO, formally established in
March of 2003, has an estimated population of 74,000, according to the 2020 US Decennial Census. The
CAMPO planning area includes the jurisdictions of Holts Summit, Jefferson City, St. Martins, Taos, Wardsville,
and portions of unincorporated, non-urbanized Cole and Callaway Counties. The CAMPO boundary, based on
US Census data, was created by the CAMPO Board of Directors and approved by the Governor. The most
recent boundary was approved in 2013. Figure 1 provides a map of the CAMPO Planning Area.
Figure 6 - CAMPO Planning Area
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 16
The core functions of CAMPO include the following:
• To establish and manage a fair and impartial setting for effective regional decision making in the
metropolitan planning area.
• Evaluate transportation alternatives, scaled to the size and complexity of the region, to the nature of its
transportation issues, and to the realistically available options.
• Develop and update a Metropolitan Transportation Plan for the planning area covering a planning
horizon of at least 20 years that fosters (1) mobility and access for people and goods, (2) efficient system
performance and preservation, and (3) quality of life.
• Develop a Transportation Improvement Program based on the Metropolitan Transportation Plan and
designed to serve the area’s goals, using spending, regulating, operating, management, and financial tools.
• Involve the general public and all the significantly affected sub-groups in the four essential functions listed
above.
CAMPO is comprised of a Board of Directors and a Technical Committee consisting of representatives from
jurisdictions within the planning area, Federal and State transportation agencies, and economic development
representatives. A full list of current members of the Board of Directors and Technical Committee can be
found in Appendix C document.
A memorandum of understanding between members identifies the City of Jefferson as the administrator of
CAMPO, and as such, provides staffing for CAMPO. The City of Jefferson provides staff consisting of two full
time transportation planners, who are housed within the Planning Division within the Department of Planning
and Protective Services. The Director of Planning and Protective Services stands as the CAMPO Administrator.
CAMPO BOARD OF DIRECTORS MEMBERSHIP
CAMPO is governed by a Board of Directors and Technical Committee consisting of representatives from
jurisdictions within the planning area, Federal and State transportation agencies, and economic development
representatives, with some serving as ex-officio (non-voting) members. Membership is not selected by CAMPO
staff. Local jurisdictions and participating agencies make their own selections for representation. CAMPO
membership has previously included minority members, but as of February 2020 there are no self-identified
minority representatives on either body.
CAMPO actively encourages the participation of minorities on such committees, but has no control over a
jurisdiction’s selection of representation.
The Board of Directors is responsible for providing official action on federally required plans, documents, and
programs. The Board is also responsible for changes in the bylaws and changes to the MPO boundary.
The Technical Committee consists of representatives from a member jurisdiction’s professional staff and acts in
an advisory capacity. There are 17 voting members of the CAMPO Technical Committee.
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 17
The CAMPO Board of Directors is responsible for appointing two voting members to the Technical Committee;
one is the private/freight transportation interest representative and the other a pedestrian or biking interest
representative.
FIGURE 8 - MEMBERSHIP OF CAMPO COMMITTEE/BOARD BY RACE
Committee Caucasian Latino African
American
Asian
American Total
CAMPO
Technical
Committee
17 0 0 0
17
CAMPO
Board of
Directors
13 0 0 0
13
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 18
DEMOGRAPHIC PROFILE OF THE METROPOLITAN PLANNING AREA
Table 1 shows the populations for municipalities and unincorporated areas within the CAMPO planning area and
Adjusted Urbanized Area (2013). It should be noted that following the 2020 US Decennial Census, new “Urban
Area” criteria was approved in March 2022. Urban Area geographies and calculations are scheduled to be
available in May 2023.
A NOTE ON U.S. CENSUS DATA.
While Figure 9 and Figure 10 were derived from 2020 U.S. Decennial Census data, which is the most accurate
data based on jurisdiction, the following maps use data from the 2020 Decennial Census and the 2016-2020 5-
Year American Community Survey (ACS). ACS 1-, 3-, and 5-year estimates are period estimates, meaning they
represent the characteristics of the population and housing over a specific data collection period. Data sets are
combined to produce 12 months, 36 months or 60 months of data (referred to as 1-year, 3-year and 5-year
data.) The population of a city or county determines whether the ACS will collect data for a 1-, 3-, or 5-year
estimate. Most of the CAMPO region falls into the 5-year estimate category.
Figure 9 - CAMPO Population by Jurisdiction
Metropolitan Planning
Area Population
Adjusted Urban Area
Population*
Persons Percent Persons Percent
Unincorporated
Callaway County
3,153 4.26% 1,051 1.73%
Unincorporated
Cole County
19,234 25.99% 10,911 17.93%
Holts Summit 4,458 6.02% 4,458 7.32%
Jefferson City 43,228 58.41% 43,228 71.03%
St. Martins 1,191 1.61% 1,191 1.96%
Taos 1,150 1.55% 0 0%
Wardsville 1,599 2.16% 0 0%
Totals 74,013 100% 60,861 100%
Source: U.S. Census Bureau - 2020 Decennial Census
* The Adjusted Urban Area, otherwise known as the Adjusted Census Urban Boundary (ACUB) is an area that determines the official
urban designation for a road. The ACUB is subject to Federal Highway Administration (FHWA) approval. The CAMPO ACUB was
approved in 2013. Following the 2020 US Decennial Census, new “Urban Area” criteria was approved in March 2022. Urban Area
geographies and calculations are scheduled to be available in May 2023.
Figure 10 – CAMPO Racial/Hispanic Makeup by Jurisdiction
Total One Race Two or
More
Races
Hispanic
White Black or
African
American
American
Indian and
Alaska Native
Asian Native Hawaiian
and Other Pacific
Islander
Some
Other
Callaway Co. 44,283 38,771 1,974 157 226 30 403 2,722 965
Cole Co. 77,279 62,241 8,123 257 975 70 1,013 4,600 2,661
Holts Summit 4,458 3,816 214 12 25 10 63 318 162
Jefferson City 43,228 32,130 6,841 131 786 43 566 2,731 1,554
St. Martins 1,191 1,088 25 3 7 3 8 57 27
Taos 1,150 1,084 3 1 2 0 2 58 35
Wardsville 1,599 1,503 15 2 4 1 6 68 20
CAMPO
MPA* 74,013 58,663 8,339 258 1,006 67 1,048 4,629 2,741
Source: U.S. Census Bureau - 2020 Decennial Census
* The CAMPO MPA population was calculated using block level redistricting data.
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 19
MINORITY POPULATIONS
For purposes of Title VI and Environmental Justice, who is considered to be a “Minority”? The updated DOT and
FHWA environmental justice orders define five minority groups as follows:
• Black (a person having origins in any of the black racial groups of Africa);
• Hispanic or Latino (a person of Mexican, Puerto Rican, Cuban, Central or South American, or other
Spanish culture or origin, regardless of race);
• Asian American (a person having origins in any of the original peoples of the Far East, Southeast Asia,
the Indian subcontinent);
• American Indian and Alaskan Native (a person having origins in any of the original people of North
America, South America, including Central America, and who maintains cultural identification through
tribal affiliation or community recognition); and
• Native Hawaiian or Other Pacific Islander (people having origins in any of the original peoples of Hawaii,
Guam, Samoa, or other Pacific Islands).
Figure 11 shows the distribution of minority population within the CAMPO planning area. The core of Jefferson
City has the highest density of minorities.
Figure 11 – Percent of Minority Populations by Census Block Group
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 20
LOW-INCOME (POVERTY) POPULATIONS
Low-income or poverty is determined by the federal poverty guidelines and are represented by individuals living
below 185% of the poverty line, which are generated annually based on family size and composition. Figure 12
depicts the percent of low-income populations within the CAMPO planning area.
The inner core of Jefferson City has block groups with higher percentages, 21% to 31%, of persons living below
the poverty line than in the outlying area.
Figure 12 - Percent of Low-Income (Poverty) Populations by Census Tract
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 21
ELDERLY POPULATIONS
Figure 13 shows the distribution of the elderly population within the CAMPO planning area.
The Jefferson City inner core has significantly fewer elderly individuals than in the surrounding area. The
western portion of the planning area and much of the surrounding rural area has higher percentages of elderly
individuals.
Figure 13 – Percent of Elderly (65 Years and Older) Population by Census Block Group
DRAFT
City of Jefferson Title VI Program 2023 – Agency Information 22
IDENTIFICATIONS OF MOBILITY NEEDS OF MINORITY POPULATIONS
CAMPO strives to include all people, including protected classes, in planning activities. During the development
of all planning documents, CAMPO seeks out and considers the needs of those traditionally underserved,
including minority households.
Racial and Hispanic/Latino minorities make up approximately 9.9% of the CAMPO population, with the majority
located in the core of the Jefferson City in close proximity to City Hall, where the majority of the CAMPO
public meetings and events are held.
CAMPO maintains a list of interested parties, which includes minority representatives, who are included in
outreach and engagement activities. Meetings are also held at a times and places served by public
transportation.
The Board of Directors includes many elected officials which represent minority constituents. Currently,
CAMPO has no minority representation on the Board of Directors or Technical Committee. Board and
Committee members are chosen by their respective jurisdictions.
DISPARATE IMPACT ANALYSIS
Most federally funded transportation projects occur in the core area of the CAMPO region. Projects may not
have well defined locations and may extend into and out of the MPO boundary. Specifically, projects along US
highways 50, 54, and 63 do include large scale improvement or maintenance projects that extend across a
county. Based on the maps in the previous section, there is an obvious correlation between the location of the
majority of protected classes located in MPO and majority of transportation system investment being spent. It
can concluded that there are no disparate impacts as a result of MPO decisions in transportation investments.
CAMPO only has decision making authority on the annual allocation of approximately $180,000 in Consolidated
Planning Grant funds (CPG). This allocation was increased in FY 2022 from the previous annual allocation and
$163,000. These funds can only be used for planning activities, not capital projects. Annually, approximately
96% of CPG funds are spent on salaries and minor administrative direct costs.
How funds are spent is determined by the CAMPO Board of Directors, and ultimately approved by FHWA,
FTA, and MoDOT via the annual Unified Planning Work Program. Unspent CPG funds are allowed to roll-over
build up allowing for their use on larger consultant led planning projects or documents. Between 2019 and 2022
two such projects were undertaken using CPG funds :
• JEFFTRAN Transit Facility Feasibility Study - $50,000
• Capital Area Active Transportation Plan - $130,000
The JEFFTRAN project was focused on the inner core of Jefferson City and CAMPO, with direct implications
for the protected classes. The Capital Area Active Transportation Plan is a region-wide plan with a broad focus
on access, safety, and mobility for all users.
Previous funding sources, such as sub-allocated Small Urban Surface Transportation Block Grant Program
(STBG) funds were historically used for capital projects. As of July 1, 2016, the Missouri Highway and
Transportation Commission ceased providing these funds to MPOs with populations under 200,000. However,
unobligated balances were spent down through FY 2019. This information was documented in the previous
iteration of the CAMPO Title VI Program in 2020.
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 23
JEFFTRAN PUBLIC PARTICIPATION PLAN
JEFFTRAN and the City of Jefferson follow a public involvement process that addresses the following issues:
participation, access to meetings, access to information, notice of hearings, public hearings, public comments. It
is the intent of the City Council of the City of Jefferson, Missouri, to encourage the receipt of public comments
as part of the decision-making process.
This plan recognizes that as the elected governing body of City of Jefferson, the City Council has the ultimate
responsibility and authority for adoption and implementation of policies affecting JEFFTRAN.
GOAL
The goal of the Public Engagement Plan is to have significant and ongoing public involvement, by all
identified audiences, in the public participation process for major agency outreach efforts.
Objectives
• To understand the service area demographics and determine what non-English languages and
other cultural barriers exist to public participation.
• To provide general notification of meetings and forums for public input, in a manner that is
understandable to all populations in the area.
• To hold public meetings in locations that are accessible to all area stakeholders, including but
not limited to minority and low-income members of the community.
• To provide methods for two-way communication and information and input from populations
which are less likely to attend meetings.
• To convey the information in various formats to reach all key stakeholder groups.
IDENTIFICATION OF STAKEHOLDERS
Stakeholders are those who are either directly or indirectly affected by an outreach effort, system or
service plan, or recommendations of that plan. Stakeholders include but are not limited to the
following:
• Jefferson City Residents/Citizens
• Minority and low-income populations
• Persons with Limited English Proficiency
• Elderly, disabled, and persons with limited mobility
• Residents of public and assisted housing developments
• Agencies serving persons with transportation needs
• Community organizations with an interest in public transportation
• Major Employers and Businesses whose customers ride JEFFTRAN
• Local government stakeholders
• Public Transit Advisory Committee
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 24
• Public Works and Planning Committee
• Jefferson City Council
• JEFFTRAN riders and clients
• Partner agencies
All citizens, including stakeholders named above, are encouraged to participate. Meetings are open to the public
and are scheduled at times and locations convenient to transit riders with accommodations for persons with
disabilities and assistance for persons with Limited English Proficiency available as needed.
• Bi-monthly Transit Advisory Committee meetings hosted by JEFFTRAN staff. All transit patrons and
others interested in transit are invited to attend. Meetings dates/time are posted on the Transit website
and Facebook page.
• Annual Program of Projects (part of the Transportation Improvement Program or TIP) published through
the Capital Area Metropolitan Planning Organization (CAMPO).
Transit patrons may also remain engaged and informed in the following ways:
• Automatic Vehicle Location Application: Since 2013, an application has been available so that patrons may
track the locations of their buses via cell phone.
• Press Releases: Press releases are sent to local news media when coverage of specific events or decisions
is warranted.
• Opportunities for public comment: The City of Jefferson routinely offers several ways for people to
comment on activities, programs and decisions made. Comments are accepted via an online comment
form, by phone, fax, email and in person at City Council meetings or at Transit Advisory Committee
meetings.
• Formal public comment periods/hearings: Formal public comment periods are used to solicit comments
on major service reductions and fare increases.
• Staff: Staff is accessible in person, or phone, email, mail, fax, or by online comment forms. Contact
information is provided on the JEFFTRAN webpage and Facebook page.
• Website: The City’s homepage and JEFFTRAN websites includes “Announcements” that are updated
regularly. The JEFFTRAN webpage includes information on programs, publications, press releases, contact
information for staff, a search function, Plans, including the Title VI Plan and complaint procedures.
• Social Media: JEFFTRAN has a presence on both Facebook, and actively posts information which is relevant
to transit and transit patrons.
TARGETED PUBLIC PARTICIPATION PLAN FOR MINORITY, LOW-INCOME AND
LEP POPULATIONS
Minority, low-income and LEP persons are made aware of JEFFTRAN activities and events that have an impact
on JEFFTRAN services through notification of agencies serving these persons, and by making announcements
available in a variety of formats, including print, broadcast media, social media and internet announcements.
Activities and meetings are held in accessible buildings located on JEFFTRAN bus routes. Times of open houses
or meetings are scheduled to span late afternoon and early evening hours. Comments are also taken by mail,
email, fax, telephone, and in person.
JEFFTRAN seeks input from community leaders and organizations. To facilitate involvement of traditionally
underserved populations, community leaders and organizations that represent these groups are consulted about
how to most effectively reach their members. Relationships with these groups are maintained for future
partnerships in the planning process.
Provide services for the disabled: Upon advance notice, deaf interpreters, translators and Braille documents can
be provided for public meetings. Notifications of opportunities for public involvement will include contact
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 25
information for people needed these or other special accommodations. Requests must be made at least three
(3) business days in advance.
Sensitivity to diverse audiences: At public meetings, staff will endeavor to communicate effectively, and avoid
technical jargon. Staff will dress and conduct themselves appropriately.
JEFFTRAN PUBLIC COMMENT PROCEDURES
It is necessary to establish a public participation plan that includes an outreach plan to engage minority
and limited English proficient (LEP) populations.
TRANSIT NOTICE POSTING AND PUBLISHING
• Printed notices are posted in English and Spanish at the following locations:
o In all buses
o Major bus shelters – this includes the transfer bus shelter and other high ridership bus
shelters. Posting in all shelters is dependent upon available staff.
o Housing Authority’s Housing Office at 1020 Myrtle Street, Lower Level
o Dulle-Hamilton Towers at 10 Jackson Street and 12 Jackson Street
o Veteran’s Administration Clinic
o Missouri River Regional Library
• Transit notices are also provided by mail or email to:
o Division of Family Services
o Central Missouri Community Action Agency (CMCA)
o Samaritan Center
o El Puente
o Schools ( public, private, and special learning centers)
o Local chapter of the NAACP
o Capitol Projects
o Central Connections, Inc.
o Compass Health
o Day Solutions
o Jefferson City Housing Authority
o Dulle/Hamilton Towers
o Salvation Army
o Cole County Health Department
o Jefferson City VA Clinic
o Missouri River Regional Library
o RACs
o Wipro
o Department of Social Services - Broadway State Office Building
o Landmark Recovery Center
o New Horizons
o Cole County Residential Services
o Community Health Center
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 26
• Media notices. JEFFTRAN shall notify the general public of Transit-related issues and events
through notification of print and broadcast media, through established methods, including a
media email group, which includes the News Tribune newspaper, KWOS radio, KBIA radio,
KRCG-TV, KMIZ-TV, KOMU-TV, the City of Jefferson website, JEFFTRAN website and the
JEFFTRAN Facebook page.
Annual Program of Projects (POP)
As a provider of transit services and recipient of FTA Section 5307 funds, JEFFTRAN complies with
the public participation requirements of Section 5307(c)(1) through 5307(c)(7). Each grantee is
required to develop, publish, afford an opportunity for a public hearing on, and submit for approval a
Program of Projects (POP).
JEFFTRAN coordinates with the Capital Area Metropolitan Planning Organization (CAMPO) to satisfy
the POP public hearing requirements. When the CAMPO develops a Transportation Improvement
Program (TIP) publication of the POP is included, and the Program of Projects is developed
concurrently with the TIP.
A minimum 25-day public comment period is open prior to the final adoption of the POP and TIP.
CAMPO
City of Jefferson - Department of Planning and Protective Services
320 E. McCarty Street
Jefferson City, MO 65101
Phone: 573-634-6410
campo@jeffersoncitymo.gov
Procedure for Involving the Public When Contemplating Major Transit Service Changes
A. Major service changes, including fare increases and major transit service reductions, as defined
below are subject to public hearings before the City Council. Major Transit Service Reductions
also require the preparation of “A Level and Quality of Service Analysis.” The Level and
Quality of Service Analysis shall be provided to the City Council prior to the Council’s public
hearing.
B. Public Meeting/Hearing Notices and Corresponding Public Comment Period Requirements.
(1) Required Notices.
(a) Public Meeting Notices (that are not public hearings) shall be published in the News
Tribune advertising the subject, date, time, and place of the public meeting. The
notice shall include instructions on how to direct written comments prior to the
meeting date. The notice shall be published at least 15 calendar days in advance of
the public meeting.
(b) Public Hearing Notices shall be published in the public notice section the News
Tribune advertising the subject, date, time, and place of the City Council’s public
hearing. The notice shall include instructions on how to direct written comments
prior to the hearing date. The notice shall be published at least 15 calendar days in
advance of the public hearing.
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 27
(c) Notice of the public hearing shall be forwarded to the City Clerk for posting
concurrently with publication of the legal notices.
(d) Printed notices shall be posted at the locations and in the manner provided for in
Section IV, above.
(e) Public Comment Periods may vary based on the subject being undertaken by
JEFFTRAN. Public comment shall be accepted at regular Public Transit Advisory
Committee meetings or Public Works and Planning Committee meetings prior to
City Council meetings and/or hearings.
(f) Other notices. Other notices may be provided to individuals and groups.
PUBLIC COMMENT
a. Formal public comment periods are used to solicit comments on major public
involvement efforts around an agency service or system change.
b. Comments are accepted through various means:
i. Dedicated email address.
ii. Website.
iii. Regular mail.
iv. Forms using survey tool for compilation.
v. Videotaping.
vi. Phone calls to Customer Service Center [phone]
RESPONSE TO PUBLIC INPUT
A. All public comments are provided to the Board of Directors prior to decision making. A publicly
available summary report is compiled, including all individual comments.
a. Public Hearing. The Council shall hold at least one public hearing at a Council meeting.
The public hearing shall be held at City Hall, 320 E. McCarty Street, Jefferson City, MO
65101 or as specified within public hearing notice(s). Public hearings shall be conducted
according to the Council’s Rules of Procedures, and shall include receipt of public
comments.
b. Other Outreach activities may include the following:
i. Open house events
ii. Rider forums/outreach events
iii. Focus groups
iv. Surveys
c. Public input derived from these activities will be provided to the City Council and duly
considered in the decision-making process.
d. All public events such as public meetings and/or open houses shall be held at accessible
locations such as City Hall, schools, churches, libraries and other non-profit locations
easily accessible to public transit and compliant with the Americans with Disabilities Act.
B. Major Transit Service Reductions. Major Transit Service Reductions require the preparation of “A
Level and Quality of Service Analysis” that contains the elements outlined in Paragraph E.
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 28
C. The Level and Quality of Service Analysis shall be provided to the City Council prior to the public
hearing on the matter. Major Transit Service Reduction includes the following:
a. Elimination or reduction in service that affects 5 or more passengers;
b. Elimination of routes or system wide route restructuring;
c. Any aggregate reduction of 25 percent or more of the number of transit REVENUE
MILES of a route computed on a daily basis for the day of the week for which the
change is proposed;
d. Level of service changes which may result in a disproportionately high and adverse
impact to minority communities as referenced in FTA Circular 4702.1, even though they
do not meet the threshold for a major service reduction. Such changes are subject to a
Level of Service Review as described in Paragraph E.
e. EXCEPTIONS. The following service variations do not constitute major service
reductions and may be implemented without public hearings. Every effort will be made
to provide as much advance notice as possible to transit patrons through the news
media, and notice procedures described in Section IV.
f. Standard seasonal variations, including implementation of pre-established snow routes;
g. Emergency service changes, including changes in routes or service frequencies
necessitated by street closures, the ability of transit vehicles to travel on public streets
or a disaster which severely impairs public health or safety.
D. Fare Increases. The following fares and amendments are subject to public hearing:
a. Any increase in charges or fees assessed to transit riders for use of public transit
services including cash fares, ticket fares, pass fares and transfer fares;
b. Amendments to eligibility for fare categories; except that reduced fares or promotional
fare adjustments shall not be subject to public hearings. "Promotional fares" shall include
modifications to fare structures which are established on a short-term basis for the
specific purpose of promoting service and encouraging ridership.
E. Level and Quality of Service Change Analysis. A Level and Quality of Service Analysis shall be
provided for the Major Service Reductions listed above.
a. The service to minority communities shall be evaluated in terms of overall system
standards to determine if a proposed change would result in disproportionately high and
adverse impacts to minority communities.
b. This analysis shall include the identification of minority census tracts for purposes of
comparing outcomes in those areas to transit service provided in other areas of the
City. Not all service changes will result in adverse impacts, however. For example,
eliminating a route that runs every 30 minutes from a street that already has service
every 30 minutes and otherwise meets the system standards would not warrant further
analysis.
c. Evaluation criteria. The Level and Quality of Service Analysis shall utilize the following
evaluation criteria. For purposes of comparison the three most traveled routes and
destinations shall constitute the standard by which the proposed changes are to be
evaluated. The evaluation should identify and compare any changes in the following
criteria within the standard routes and the affected minority neighborhoods:
i. Number of riders affected
ii. Travel time
iii. Number of transfers
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 29
iv. Service frequency
v. Span of service
vi. Walk distance to bus route
vii. Average peak hour travel time to destination
viii. Total cost of trip to destination
d. Mitigation of Impacts. Service changes that would result in adverse or disproportionate
impacts on minority communities shall be reported in the Analysis. This report shall
provide a description of the mitigations, options and alternatives to be considered in
conjunction with the proposed service change, such as:
i. Alternatives to the service proposal that would have fewer negative impacts and
the rationale for not selecting them;
ii. Transit options that would be available for riders who would be negatively
affected; and
iii. Measures to avoid, minimize or mitigate the negative impacts of the proposed
service change in the affected area.
ACCESS TO RECORDS
The City of Jefferson shall provide citizens, public agencies, and other interested parties with
reasonable and timely access to information and records relating to JEFFTRAN and the City’s use of
FTA funding. Copies of the adopted budget and Consolidated Annual Financial Reports that include
information on JEFFTRAN are maintained by the Finance Department and available for public
inspection Monday through Friday, 8:30 a.m. – 4:30 p.m. or on the City’s webpage at
http://www.jeffersoncitymo.gov/government/finance.php.
TITLE VI OUTREACH BEST PRACTICES
City of Jefferson ensures all outreach strategies, communications and public involvement efforts
concerning JEFFTRAN comply with Title VI. The JEFFTRAN Public Engagement Plan proactively
initiates the public involvement process and makes concerted efforts to involve members of all social,
economic, and ethnic groups in the public involvement process. Aligned with the above referenced
communication tactics, the City of Jefferson provides the following:
a. Public notices published in non-English publications (if available).
b. Title VI non-discrimination notice on agency’s website.
c. Agency communication materials in languages other than English (subject to Safe Harbor
parameters).
d. Services for Limited English Proficient persons. Upon advance notice, translators may be
provided.
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 30
2023 – 2026 TITLE VI PROGRAM PUBLIC ENGAGEMENT PROCESS
This process includes Community Meetings to seek input, provide education, and highlight key
components of the Title VI Plan. Materials have been created to explain Title VI policies as well as
provide education on how they relate to minority populations.
JEFFTRAN staff provides briefings to the Public Transit Advisory Committee, Public Works and
Planning Committee, and City Council as necessary.
JEFFTRAN provides a 45-day public comment period to provide opportunities for feedback on the
2023-2026 Title VI Program.
SUMMARY OF 2019-2023 PUBLIC OUTREACH EFFORTS
PROPOSED FARE INCREASE PUBLIC ENGAGEMENT 2022-2023
In late 2022 a increase in JEFFTRAN Fares was proposed to City Council. The increase in fares was approved
by City Council in January 2023. This process included the following:
• Public Survey
• Two Public Meetings
• Newspaper, Email, and Social Media Advertisements announcing meetings, surveys, and public hearing
• Meeting announcements advertised on busses and bus stops.
• Review and recommendations by transit sub-committees:
o Public Transit Advisory Committee (two public meetings)
o Public Works and Planning Committee (multiple public meetings)
• City of Jefferson City Council (two public meetings)
o Public Hearing
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 31
EXAMPLE PUBLIC NOTICES
DRAFT
City of Jefferson Title VI Program 2023 – JEFFTRAN Public Participation Plan 32
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 33
Accessibility
Communication
EngagementOutreach
Coordination
CAMPO PUBLIC PARTICIPATION PLAN
The CAMPO Public Participation Plan (PPP) defines the process for providing the entities listed below with
reasonable opportunities to be involved in the metropolitan transportation planning process.
• Individuals
• Affected public agencies
• Representatives of public transportation employees
• Public ports
• Freight shippers
• Providers of freight transportation services
• Private providers of transportation (including intercity bus operators, employer-based commuting
programs, such as carpool program, vanpool program, transit benefit program, parking cash-out
program, shuttle program, or telework program)
• Representatives of users of public transportation
• Representatives of users of pedestrian walkways and bicycle transportation facilities
• Representatives of the disabled
• Other interested parties
CAMPO’s goal is to foster genuine, inclusive, responsive, and transparent communication between the MPO and
the residents, transportation users, and stakeholders in the planning area.
The Public Participation Plan includes the following policy objectives as they relate to meeting this goal.
1. Public Notice & Accessibility
2. Effective Communication & Visualization
3. Outreach & Engagement
4. Coordination
Meaningful public participation is important so that the concerns of a diverse community of stakeholders and
general public can be represented in the transportation planning process. The Capital Area Metropolitan
Public Participation
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 34
Planning Organization (CAMPO) is committed to proactively involving the public in identifying and addressing
transportation issues.
This plan is intended to ensure that public participation is an integral and effective part of CAMPO activities and
that decisions are made with the benefit and consideration of a wide range of public perspectives. Regular public
participation enables CAMPO to make informed decisions, improve quality through collaborative efforts, and
build mutual understanding and trust between with the public it serves.
DESIRED OUTCOMES
Through the implementation of specific participation policies CAMPO hopes to reach the following desired
outcomes:
• Adequate and timely public notice.
• Use of a range of visualization techniques to describe all planning products.
• Public information is made available in accessible formats.
• Public meetings are held at convenient and accessible locations and times.
• Explicit consideration and response to public input received on all planning products.
• Proactive consideration of the needs of those traditionally underserved by existing transportation.
systems, such as low-income and minority households.
• Coordination with the statewide and regional transportation planning public involvement and planning
processes.
• Periodic review of procedures and strategies to ensure a full and open participation process.
EVALUATION OF EFFECTIVENESS
As required by statute (23 CFR 450.316) CAMPO periodically reviews “the effectiveness of the procedures and
strategies contained in the participation plan to ensure a full and open process.”
CAMPO is constantly evaluating the effectiveness of our public participation policies and methods. Since 2015,
at least ten planning documents have been updated or developed.
Each time a planning document is updated or developed the required policies outlined in the PPP are followed
and re-evaluated. Since the last iteration of the PPP, CAMPO has utilized social media more and works more
closely with local stakeholders to encourage public input.
After each planning process ends CAMPO staff reviews the public input received and holds regular discussion
both internally and with Board of Directors and Technical Committee members about how the process can be
improved.
Public engagement during the development of the 2016 Pedestrian and Bicycle Plan and the 2017 JEFFTRAN
Operations Analysis saw marked increases in survey responses and attendance at public meetings. Because of
these successes, planning staff worked to use similar techniques to increase participation in the development of
the Metropolitan Transportation Plan in 2018 and 2019.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 35
SURVEY RESULTS
As part of the update process three survey processes were used. The feedback received from these surveys
was used in the update of the PPP.
2023 BOARD OF DIRECTORS AND TECHNICAL COMMITTEE SURVEY
As part of an annual process to measure staff performance a six-question survey was sent to members of the
Board of Directors and Technical Committee to gather input on how CAMPO staff can improve internal
processes. Eighteen responses were received.
Survey results highlighted a need for CAMPO staff to increase engagement at local events and festivals, provide
more presentations to stakeholder groups, and utilize social media more.
The questions and results are as follows:
1. Which MPO-related body are you a member of?
Board of Directors 66.67% 12
Technical Committee 33.33% 6
2. How would you rate your satisfaction with staff's facilitation of CAMPO planning processes?
Excellent 72.22% 13
Very Good 27.78% 5
Good 0.0% 0
Fair 0.0% 0
Poor 0.0% 0
3. How would you rate CAMPO staff assistance with decision-making processes?
Excellent 72.22% 13
Very Good 27.78% 5
Good 0.0% 0
Fair 0.0% 0
Poor 0.0% 0
4. The CAMPO Public Participation Plan outlines how CAMPO will engage with the public and
stakeholders. Staff are currently updating the plan. In what areas can CAMPO improve outreach and
engagement?
Quantity of public meetings 0.0% 0
Quality of public meetings 0.0% 0
Presentations to interested groups 16.67% 3
Social Media outreach 16.67% 3
Better website content 5.56% 1
Location of public meetings 0.0% 0
Engagement as part of local events/festivals 22.22% 4
No improvement needed 66.67% 12
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 36
5. What other suggestions do you have for how CAMPO members and/or staff can better engage with the
public? (9 People skipped this question)
Jan 20 2023 11:53 AM I think they do a great job.
Jan 19 2023 12:11 PM None
Jan 19 2023 10:47 AM
It is often hard to capture the attention of the public when they do
not understand or see the end results or ramifications of the
planning effort.
Jan 19 2023 09:42 AM Not sure at this time
Dec 21 2022 12:34 PM
It is hard to get community feedback on planning related items. A
good option would be to go to the civic group meetings like Lions
Club, Optimist Club, etc.
Dec 20 2022 02:04 PM keep meetings short and concise
Dec 20 2022 07:48 AM None at this time.
Dec 20 2022 05:56 AM
Katrina does a great job. My only suggestion is that she could use
more help.
Dec 16 2022 09:44 AM Nothing at this time
6. Do you have any suggestions for performance improvement of CAMPO staff or the CAMPO planning
process?
Jan 20 2023 11:53 AM None at this time. Keep up the good work.
Jan 19 2023 12:11 PM No
Jan 19 2023 10:47 AM
It takes many hours of time to gain the attention of the public and
explain why they should in interested in these planning efforts. It
would be good to have additional staff so that this could be
possible.
Jan 19 2023 09:42 AM No
Jan 19 2023 09:39 AM
I have only been a part of the process for a few months. The staff
seems to do their jobs well and the process seems good.
Dec 21 2022 12:34 PM No. CAMPO staff does a good job and is great to work with.
Dec 20 2022 07:48 AM None at this time.
Dec 20 2022 05:56 AM Great job.
Dec 16 2022 09:44 AM No, they seem to being a very good job.
2019 PUBLIC PARTICIPATION SURVEY RESULTS
As part of the 2020 Title VI Program update process, a six-question public survey was disseminated to the
general public to gather input on how CAMPO can improve outreach and engagement in the region. The survey
was sent out via email, Facebook post, and via the CAMPO webpage. Thirty-three responses were received.
The survey was helpful in providing CAMPO with information on where respondents live and work, how they
would like to receive information, and how engagement can be improved.
This survey also highlighted a need to increase in-person engagement and presentations.
2022 CITY OF JEFFERSON CITIZEN PARTICIPATION PLAN
A public survey was not released in 2023 due to multiple surveys about other planning processes being released
by the City of Jefferson and CAMPO during the development of the 2023 Title VI Program. The City of
Jefferson Neighborhood Services Division updated the City of Jefferson Citizen Participation Plan in 2022. The
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 37
Citizen Participation Plan provides a guide for public input and participation in identifying housing, community
development and public service needs, and the funding priorities for programs and target populations to be
served through resources for the City of Jefferson. The City of Jefferson’s Neighborhood Services Division is
responsible for developing and implementing a citizen participation plan with the other plans and reports
required by HUD. The purpose of this Citizen Participation Plan is to encourage citizen participation in the
decision-making process with particular emphasis on the participation of low-to-moderate income persons for
whom CDBG funds are proposed to be used.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 38
PARTICIPATION POLICIES
The policies outlined in this section are strategies that CAMPO staff, Technical Committee, and Board of
Directors will undertake in meeting the goal of “genuine, inclusive, responsive, and transparent” public
engagement.
PUBLIC NOTICE & ACCESSIBILITY
In addition to the listed policies, Tables 1 and 2 on the following pages provides more detail on protocol and
procedures.
Policy 1.1 – Notices and/or agendas for all regularly scheduled meetings, public comment periods, other public
meetings, other major planning activities, and notification of publications available for public access shall be
posted at the following locations:
• City of Jefferson City Hall
• CAMPO webpage: www.jeffersoncitymo.gov/campo
Policy 1.2 - The following entities shall be notified via email and/or form letter of the above listed meetings,
comment periods, major planning activities, and publication availability:
• CAMPO Technical Committee Members
• CAMPO Board of Directors Members
• Interested Parties Email List
• Local Media Email List
• City Clerk, City of Jefferson
• County Clerk, Cole County
• City Clerk, Holts Summit
• City Clerk, St. Martins
• County Clerk, Callaway County
• City Clerk, Taos
• Village Clerk, Wardsville
• Missouri River Regional Library
• OATS, Inc.
Policy 1.3 – Meeting agendas shall be made publicly available at least five days before the scheduled meeting.
Policy 1.4 - Notices of major planning activities and/or comment periods should be promoted via social media.
Policy 1.5 – Notices for the development of planning documents or changes to the documents will contain:
• Notice that documents are being developed or amended, and how they may be accessed;
• the duration of the public comment period;
• instructions for submitting comments; and
• the date, time, and location of public meetings.
Policy 1.6 – A legal notice regarding public comment periods related to the updates to the Metropolitan
Transportation Plan, Transportation Improvement Program, Program of Projects, Title VI Program, and Public
Participation Plan shall be published in the Jefferson City News Tribune.
Policy 1.7 - CAMPO shall adhere to the requirements of the Missouri Sunshine Law and provide a minimum of
24-hour notice before the meeting.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 39
Policy 1.8 - The Metropolitan Transportation Plan, Transportation Improvement Program, and all other plans
will incorporate charts, graphs, photographs, maps, and any other tool or resource necessary to communicate
with the public and stakeholders.
Policy 1.9 - Public meetings shall be held at locations compliant with the Americans with Disabilities Act.
Policy 1.10 – Public meetings should be held in locations that are accessible by public transit. Meetings should be
held with enough time for transit users to arrive, provide input, and use transit to leave.
Policy 1.11 – Notices of major planning activities should be disseminated to stakeholders that cater to the needs
of low-income and minority households, and those who may face challenges accessing employment and other
services.
EMERGENCY MEETINGS
Policy 1.12 - In the event that an emergency meeting is necessary, the Chairman of the Board of Directors, or
the Vice-Chair in the absence of the Chairman, is authorized to call a special meeting.
In the unlikely event it is necessary to hold a meeting with notice of less than twenty-four hours, the nature of
the good cause justifying that departure from the normal requirements shall be stated in the minutes. A quorum
of members is required to be physically present at the meeting location, but additional members may participate
and vote via telephone, facsimile, Internet, or any other voice or electronic means. In the event the emergency
meeting is considered a “closed meeting” under the Missouri Sunshine Law, members who are not physically
present may vote as if they are present. In all cases the nature of the emergency of the public body justifying the
departure from the normal requirements shall be stated in the minutes of the meeting.
EFFECTIVE COMMUNICATION & VISUALIZATION
Policy 2.1 – Upon request, staff will be available to meet with local officials, interested groups, or the public to
discuss or present the Metropolitan Transportation Plan (MTP), Transportation Improvement Program (TIP),
Unified Planning Work Program (UPWP) or other plans, programs, and activities.
Policy 2.2 – The CAMPO webpage will be maintained and updated with planning documents produced by
CAMPO and local jurisdictions to provide the most current and accurate transportation planning information
available.
Policy 2.3 - The CAMPO webpage shall contain public notices, meeting agendas, meeting minutes, Board of
Director members, Technical Committee members, plans, studies, and other information for the public’s benefit.
Policy 2.4 – CAMPO shall actively participate in social media activities to supplement traditional public outreach
activities.
Policy 2.5 – CAMPO shall promote events of planning partners, when appropriate.
Policy 2.6– CAMPO shall proactively use targeted media campaigns to engage with individuals and groups that
may be impacted by activities or have expressed interest in being contacted.
OUTREACH & ENGAGEMENT
Policy 3.1 – CAMPO encourages local jurisdictions to include public participation in the planning of projects and
programs. CAMPO will collect information on the public participation process used by the project sponsors as
part of the project application review process.
Policy 3.2 – CAMPO will maintain brochures and other educational materials to provide information on the
metropolitan transportation planning process, the responsibilities of CAMPO, and the public participation
process. The brochure will be available at all public meetings and events and accessible on the CAMPO
webpage.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 40
Policy 3.3 – CAMPO staff will actively make the effort to go out into the public, whether by invitation to go to
meetings make presentations, or to attend meetings with relevance to transportation, transit, pedestrian, or
bicycle themes, rail, or other related topics.
Policy 3.4 – CAMPO will make every effort to reach out to community organizations, advocacy groups, and
underserved populations.
Policy 3.5 – CAMPO shall maintain and regularly update a database of stakeholders and interested individuals.
Listed below are the broadly defined stakeholder groups that CAMPO interacts with:
• Elected Officials
• Emergency Service Providers
• Transportation Providers
• Freight Service Providers
• Economic Development
• Business Community
• Tourism
• Government (Local, State, Federal)
• Non-Motorized
• Community Organizations
• Protected Class Advocates
• Environmental
Policy 3.6 - CAMPO shall engage the public in the transportation planning process according to the policies
contained in this public participation plan and to the requirements of state and federal laws through timely
information, public notification of activities and documents, accessible public meetings, and availability for
questions and queries.
Policy 3.7 - CAMPO shall solicit the needs of those traditionally underserved by existing transportation system,
such as elderly, disabled, low income, and minority households who may have difficulty accessing or participating
in community planning activities, through its public participation process.
COORDINATION
Policy 4.1 – CAMPO will coordinate with state and local agencies, and officials responsible for planning activities
within the Metropolitan Planning Area that are affected by transportation.
Policy 4.2 – State, Regional, and Local stakeholders will be consulted in the development of the Metropolitan
Transportation Plan (MTP) and the Transportation Improvement Program (TIP) to the maximum extent
practicable. Many of these entities, such as local entities involved with planned growth, economic development,
environmental protection, and airport operations or freight transportation, are represented on either the
CAMPO Board of Directors or Technical Committee.
Policy 4.3 – Per Section 14.5 of the CAMPO Memorandum of Understanding, local governments have
responsibilities to:
• Participate in the development of the MTP and other plans, by making available to CAMPO local
transportation plans, comprehensive plans or other information as needed, which may include land use,
zoning or GIS databases.
• Review the MTP as it is being drafted.
• Participate in the development of the TIP, and the Unified Planning Work Program.
• Review and comment of these documents as they are being drafted.
• Assist in planning and executing public involvement activities.
• Actively participate in the planning process through various meeting and activities, such as the Board of
Directors and Technical Committee meetings.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 41
PUBLIC COMMENT PROCEDURES
Figure 14 outlines required public comment procedures. Figure 15 shows the general overview of public
engagement activities for specific federally required documents and plans. Public comment periods are initiated
by staff and are concluded at Board of Directors meeting before final adoption or approval. Participation
procedures for specific plans can be found in the following section.
FIGURE 14 – CAMPO PUBLIC COMMENT PROCEDURES
PUBLIC NOTICE Regularly Scheduled Meetings - Meeting notices and agendas for Technical Committee or Board of
Directors are posted on the CAMPO webpage at www.jeffersoncitymo.gov/CAMPO, sent to members,
interested parties, and to a media contact list at least 5 days before a meeting. The media list is
maintained by the Jefferson City Clerk and includes all major TV, radio, and print news outlets that serve
the Mid-Missouri area. Additionally, the list includes media contacts in St. Louis and Kansas City.
Other Public Meetings – Meeting announcements and/or agendas for other planning activities not related
to regularly scheduled meetings are advertised on the CAMPO webpage at
www.jeffersoncitymo.gov/CAMPO , on the CAMPO Facebook page, and sent to members, interested
parties, and to a media contact list at least 7 days prior to the meeting. At a minimum, a newspaper
advertisement shall be placed in the Sunday addition Jefferson City News Tribune prior to the date of the
meeting. Depending on the activity staff may choose to advertise in other local media resources. Staff
should also make every attempt to advertise public meetings via posters, emails, stakeholder newsletters,
and any other media resource deemed helpful in increasing public engagement.
The public meeting notice shall include:
• a brief sentence describing the plan or project
• time, date, and location of the upcoming public meeting
• a web link to the draft document and/or survey tool
• a contact email and/or phone number
Notice of Public Comment Periods - Public comment periods are advertised on the CAMPO webpage at
www.jeffersoncitymo.gov/CAMPO , sent to members, interested parties, and to a media contact list. If
applicable (see Table 2), a legal notice is placed in the Jefferson City News Tribune at the opening of the
public comment period. Depending on the activity, staff may choose to additionally advertise using other
local media resources. The end of a public comment period will be concluded by the Board of Directors
at a regularly scheduled meeting to provide final opportunity to comment. An example public notice can
be found on the following page.
The public comment notice shall include:
• a brief sentence describing the plan or project
• a sentence stating the opening of a public comment period
• time, date, and location of the meeting where final opportunity for public comment will be
provided and approval is anticipated.
• a web link to the draft document location
• a list of locations where the draft document may be found
• a contact email, address, and phone number
PUBLIC MEETING
LOCATIONS
Public meetings are held at times and locations convenient to all segments of the public. A central
location accessible to transit users is required. Reasonable accommodations will be made for persons with
limited English proficiency and for people with disabilities. Public meetings will are generally held at John
G. Christy Municipal Building (City Hall), 320 E. McCarty Street, Jefferson City, MO 65101, or as specified
within public comment notice(s). Locations may change based on the nature of the planning process or
product.
PUBLIC REVIEW During public comment periods, copies of proposed plans will be made available for public review
on the Jefferson City Website at www.jeffersoncitymo.gov/CAMPO, Jefferson City Clerk’s Office, and
the Missouri River Regional Library. Reasonable accommodations for persons with limited English
proficiency and for people with disabilities will be made upon request.
PUBLIC
COMMENTS
Comments on proposed plans may be made in writing or in person at a regularly scheduled meeting
of the Technical Committee or Board of Directors. Written comments should be directed to the
CAMPO Division, Planning and Protective Services, 320 E. McCarty Street, Jefferson City, MO 65101,
or sent electronically to campo@jeffersoncitymo.gov. CAMPO staff will present comments to the
CAMPO Board of Directors before adoption or approval of any plan.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 42
FIGURE 15 – CAMPO PUBLIC ENGAGEMENT OVERVIEW BY PLAN
DOCUMENT FREQUENCY REQUIRED
PUBLIC
MEETINGS
MINIMUM
PUBLIC
COMMENT
PERIOD
REQUIRED
NOTIFICATION
ACTIVITIES
METROPOLITAN
TRANSPORTATION P LAN (MTP)
5-YEAR UPDATE
5 YEARS TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
THREE ADDITIONAL PUBLIC MEETINGS
(AT LEAST ONE HELD IN HOLTS
SUMMIT)
25 DAYS • WEBSITE POST
• NEWS P APER ADVERTISEMENTS
• STAKEHOLDER NEWSLETTERS
• PRESENTATIONS TO M EMBER
JURISDICTIONS’ COUNCIL
MEETINGS
• PRESENTATIONS TO STAKEHOLDER
GROUPS
• EMAIL DISTRIBUTION LISTS
• NOTICE SENT TO MEMBER
JURISDICTIONS
• NOTICE POSTED AT CITY HALL *
METROPOLITAN
TRANSPORTATION P LAN (MTP)
AMENDMENTS
AS NEEDED TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
7 DAYS • WEBSITE POSTS
• NOTICE SENT TO MEMBER
JURISDICTIONS
• NOTICE POSTED AT CITY HALL *
COORDINATED PUBLIC TRANSIT-
HUMAN S ERVICES
TRANSPORTATION P LAN
4-5 YEAR UPDATE
3 YEARS TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
TWO ADDITIONAL PUBLIC MEETINGS
25 DAYS • WEBSITE POST
• NEWS P APER ADVERTISEMENTS
• STAKEHOLDER NEWSLETTERS
• PRESENTATIONS TO M EMBER
JURISDICTIONS’ COUNCIL
MEETINGS
• PRESENTATIONS TO STAKEHOLDER
GROUPS
• EMAIL DISTRIBUTION LISTS
• NOTICE SENT TO MEMBER
JURISDICTIONS
• NOTICE POSTED AT CITY HALL *
TRANSPORTATION
IMPROVEMENT PROGRAM
ANNUAL UPDATE
ANNUAL TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
25 DAYS • WEBSITE POST
• NEWS P APER ADVERTISEMENTS
• NOTICE SENT TO MEMBER
JURISDICTIONS
• NOTICE POSTED AT CITY HALL *
TRANSPORTATION
IMPROVEMENT PROGRAM
AMENDMENTS
AS NEEDED TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
7 DAYS • WEBSITE POST
• NOTICE SENT TO MEMBER
JURISDICTIONS
• NOTICE POSTED AT CITY HALL *
TITLE VI PROGRAM, PUBLIC
PARTICIPATION PLAN (PPP), &
LANGUAGE ASSISTANCE PLAN
(LAP)
3-YEAR UPDATE
3 YEARS TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
45 DAYS • WEBSITE POST
• NEWS P APER ADVERTISEMENTS
• NOTICE SENT TO MEMBER
JURISDICTIONS
• NOTICE POSTED AT CITY HALL *
UNIFIED PLANNING W ORK
PROGRAM
ANNUAL UPDATE
ANNUAL TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
7 DAYS • WEBSITE POST
• NOTICE SENT TO MEMBER
JURISDICTIONS
UNIFIED PLANNING W ORK
PROGRAM
AMENDMENTS
AS NEEDED TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
7 DAYS • WEBSITE POST
• NOTICE SENT TO MEMBER
JURISDICTIONS
ANNUAL LISTING OF OBLIGATED
PROJECTS (ALOP)
ANNUAL UPDATE
ANNUAL THE ALOP IS UPDATED BY STAFF. THE TECHNICAL
COMMITTEE AND B OARD OF DIRECTORS ARE
NOTIFIED OF THE DOCUMENT’S POSTING AND THE
PUBLIC MAY COMMENT DURING THOSE MEETINGS.
• WEBSITE POST
• NOTIFICATION OF BOARD OF
DIRECTORS AND TECHNICAL
COMMITTEE
OTHER PLANS AND PROJECTS AS NEEDED TECHNICAL COMMITTEE M EETINGS
BOARD OF DIRECTORS MEETINGS
ADDITIONAL PUBLIC M EETINGS AS
NEEDED
AS
NEEDED
• WEBSITE POST
• NOTICE SENT TO MEMBER
JURISDICTIONS
• NOTICE POSTED AT CITY HALL *
* Notices and/or agendas are posted at City of Jefferson City Hall at 320 E. McCarty Street
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 43
FIGURE 16 – EXAMPLE CAMPO PUBLIC NOTICE
DRAFT
CAMPa
Capita l Area Metropol itan Planning Organization
Public Notice-Notice of Public Comment Period
CAMPO 2023-2027 Transportation Improvement Program
Amendment #3: Change to St. Martins Trail Project
The Capital Area Metropolitan Planning Organization (CAMPO) invites public comment on an amendment to the
2023-2027 Transportation Improvement Program (TIP). The TIP identifies transportation projects, studies, and
programs to be implemented using a combination of local, state, and federal funding or having regional significance
for the CAMPO Planning Area, which includes the Jefferson City urbanized area.
Amendment #3 includes changes to the following project:
• T IP #2023-14 St. Martins-St. Martins Trail
$218,535 in Programmed Funds-Recreational Trails Program Award
The project includes the construction of a 7' ADA trail extension from Niekamp Park to Business 50.
The project will occur in Project Years 2023 and 2024.
The public comment period will conclude at a meeting of the CAMPO Board of Directors on December 21, 2022 at
12:00 p.m. in Room# 200, John G. Christy Municipal Building, 320 E. McCarty Street, Jefferson City, MO 65101.
Written comments may be directed to CAMPO at the Department of Planning and Protective Services, Room 120,
John G. Christy Municipal Building, 320 East McCarty Street, Jefferson City, Missouri 65101; fax 573-634-6457 o r
email campo@jeffersoncitymo.gov. This public notice and time established for public review and comments satisfies
the Federal Transit Administration requirements. Copies are available for inspection on the CAMPO website at:
www.jeffersoncitymo.gov/campo, at City of Jefferson City Hall, or may be mailed upon request. Notice of the public
comment period has been provided to the following entities: Missouri River Regional Library, County Clerk in Cole
and Callaway counties, City Clerks in St. Martins, Holts Summit, Taos, Wardsville and OATS, Inc. in Columbia,
Missouri.
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. Any questions regarding this notice should call (573) 634-6410.
Emily Donaldson, City Clerk, City of Jefferson, Missouri
Friday, December 13, 2022
For contact information only:
Department of Planning and Protective Services-CAMPO
320 East McCarty Street, Room 120
Jefferson City, Missouri 65101
Atte ntion: Lisa Dittme r, Phone: (573) 634-6475
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 44
PLAN SPECIFIC PROCEDURES
METROPOLITAN TRANSPORTATION PLAN
The Metropolitan Transportation Plan (MTP), also referred to as a Long-Range Transportation Plan, assesses
regional transportation needs over a twenty-year planning horizon. The MTP sets goals and defines policies,
programs, strategies, and projects to meet the transportation needs of the CAMPO region. The MTP is central
to the MPO planning process and addresses all transportation modes, including; surface transportation (roads
and bridges), pedestrian and non-motorized, transit, air, waterways & ports, freight, rail.
Updates and amendments to the TIP follow the procedures outlined in Tables 1 and 2 of the previous section.
5-YEAR UPDATE PROCESS
The 5-year update of the MTP should include two phases of engagement. The first phase includes outreach to
member jurisdictions, stakeholders, and the general public to gather information on changes to needs and
demands in the region.
The second phase of engagement includes reviewing data, goals, strategies, and modeling with these same
member jurisdictions, stakeholders, and the general public. The second phase concludes with the draft
document going through a multi-stage process of review by the Technical Committee, Board of Directors, and
public before approval or adoption.
The MTP is presented to the Technical Committee for review and recommendation to the Board of Directors
for approval. The draft document is then presented to the Board of Directors for review and staff opens a 25-
day public comment period. A final opportunity for public comment will be provided at the next scheduled
Board of Directors meeting where the Board may choose to approve or adopt the plan. The Board of
Directors will close the public comment period. During the public comment period, a notice will be placed on
the CAMPO webpage and a legal notice will be placed in the newspaper as specified in Table 1. An example
Notice is provided in this document.
Amendment Process
The MTP may be changed through an amendment or administrative modification. An amendment to the MTP is
subject to a 7-day public comment period after being reviewed by the Technical Committee and before being
approved by the Board of Directors. If staff conducts an administrative modification, notice will be provided to
the Board of Directors either prior to or immediately following the modification. Amendments and
administrative modifications are documented in the appendix of the MTP.
Definitions of an amendment or administrative modification, according to 23 CFR §450.104, are as follows:
Administrative modification means a minor revision to a long-range statewide or metropolitan transportation plan,
Transportation Improvement Program (TIP), or Statewide Transportation Improvement Program (STIP) that includes
minor changes to project/project phase costs, minor changes to funding sources of previously included projects, and
minor changes to project/project phase initiation dates. An administrative modification is a revision that does not require
public review and comment, a redemonstration of fiscal constraint, or a conformity determination (in nonattainment and
maintenance areas).
Amendment means a revision to a long-range statewide or metropolitan transportation plan, TIP, or STIP that involves
a major change to a project included in a metropolitan transportation plan, TIP, or STIP, including the addition or deletion
of a project or a major change in project cost, project/project phase initiation dates, or a major change in design concept
or design scope (e.g., changing project termini or the number of through traffic lanes or changing the number of stations
in the case of fixed guideway transit projects). Changes to projects that are included only for illustrative purposes do not
require an amendment. An amendment is a revision that requires public review and comment and a redemonstration of
fiscal constraint. If an amendment involves “non-exempt” projects in nonattainment and maintenance areas, a conformity
determination is required.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 45
TRANSPORTATION IMPROVEMENT PROGRAM
The Transportation Improvement Program (TIP) is the document identifying transportation projects to be
programmed and funded with FHWA and/or FTA funds for the metropolitan planning area over the next five
years. Updates and amendments to the TIP follow the procedures outlined in Tables 1 and 2 of the previous
section.
ANNUAL UPDATE PROCESS
The TIP is updated every year and covers a 5-year period starting July 1 of each year. TIP development begins
with a verification of status of projects in the current TIP, solicitation of new projects, and request for budget
information from local jurisdictions. Local transit providers are also requested to provide information needed to
develop their “Program of Projects” for inclusion in the TIP.
CAMPO staff develops the financial plan, project listings, maintenance and operations, and other components of
the TIP with support from the Technical Committee, member jurisdictions, MoDOT, FHWA, and FTA.
The TIP is presented to the Technical Committee for review and recommendation to the Board of Directors
for approval. The draft document is then presented to the Board of Directors for review and staff opens a 25-
day public comment period. A final opportunity for public comment will be provided at the next scheduled
Board of Directors meeting where the Board may choose to approve or adopt the plan. The Board of
Directors will close the public comment period. During the public comment period, a notice will be placed on
the CAMPO webpage and a legal notice will be placed in the newspaper as specified in Table 1. An example
Notice is provided in this document.
The Board of Directors then requests approval of the TIP by the Governor and ONE DOT(consisting of FHWA
and FTA).
AMENDMENT PROCESS
The TIP may be changed through an amendment or administrative modification. An amendment to the TIP is
subject to a 7-day public comment period after being reviewed by the Technical Committee and before being
approved by the Board of Directors. If staff conducts an administrative modification, notice will be provided to
the Board of Directors either prior to or immediately following the modification. Amendments and
administrative modifications are documented in the appendix of the TIP.
More detail on the process for changes to the TIP can be found in the appendix of the current year TIP.
Definitions of an amendment or administrative modification, according to 23 CFR §450.104, are as follows:
Administrative modification means a minor revision to a long-range statewide or metropolitan transportation plan,
Transportation Improvement Program (TIP), or Statewide Transportation Improvement Program (STIP) that includes
minor changes to project/project phase costs, minor changes to funding sources of previously included projects, and minor
changes to project/project phase initiation dates. An administrative modification is a revision that does not require public
review and comment, a redemonstration of fiscal constraint, or a conformity determination (in nonattainment and
maintenance areas).
Amendment means a revision to a long-range statewide or metropolitan transportation plan, TIP, or STIP that involves a
major change to a project included in a metropolitan transportation plan, TIP, or STIP, including the addition or deletion of
a project or a major change in project cost, project/project phase initiation dates, or a major change in design concept or
design scope (e.g., changing project termini or the number of through traffic lanes or changing the number of stations in the
case of fixed guideway transit projects). Changes to projects that are included only for illustrative purposes do not require
an amendment. An amendment is a revision that requires public review and comment and a redemonstration of fiscal
constraint. If an amendment involves “non-exempt” projects in nonattainment and maintenance areas, a conformity
determination is required.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 46
PROGRAM OF PROJECTS (POP)
The POP is a list of projects to be funded in a grant application submitted to the FTA by a designated recipient.
The POP lists the subrecipients and indicates whether they are private non-profit agencies, governmental
authorities, or private providers of transportation service, designates the areas served (including rural areas),
and identifies any tribal entities. In addition, the POP includes a brief description of the projects, total project
cost, and Federal share for each project.
The POP is a component of the TIP and thus development and update processes follow the public participation
procedures used for the TIP.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 47
COORDINATED PUBLIC TRANSIT-HUMAN SERVICES TRANSPORTATION PLAN
The Coordinated Public Transit-Human Services Transportation Plan (Coordinated Plan) identifies the
transportation needs of individuals with disabilities, older adults, and people with low incomes, provides
strategies for meeting these needs, and prioritizes transportation services for funding and implementation.
In accordance with Fixing America’s Surface Transportation Act (FAST Act), the coordinated plan must be in
place for agencies to apply for Federal Transit Administration (FTA) Section 5310 funding.
Updates and amendments to the Coordinated Plan follow the procedures outlined in Tables 1 and 2 of the
previous section.
3-YEAR UPDATE PROCESS
The 3-year update of the MTP should include two phases of engagement. The first phase of engagement
includes outreach to member jurisdictions, stakeholders, and the general public to gather information on
changes to needs and demands in the region.
The second phase of engagement includes reviewing data, goals, strategies, and modeling with these same
member jurisdictions, stakeholders, and the general public. The second phase concludes with the draft
document going through a multi-stage process of review by the Technical Committee, Board of Directors, and
public before approval or adoption.
The Coordinated Plan is presented to the Technical Committee for review and recommendation to the Board
of Directors. The draft document is then presented to the Board of Directors for review and staff opens a 25-
day public comment period. A final opportunity for public comment will be provided at the next scheduled
Board of Directors meeting where the Board may choose to approve or adopt the plan. The Board of
Directors will close the public comment period. During the public comment period, a notice will be placed on
the CAMPO webpage and a legal notice will be placed in the newspaper as specified in Table 1. An example
Notice is provided in this document.
REVISION PROCESS
Any changes to the Coordinated Plan will be presented to the Technical Committee and Board of Directors for
their review and approval. The Board of Directors may open a public comment period to accommodate major
revisions.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 48
TITLE VI PROGRAM, PUBLIC PARTICIPATION PLAN, & LANGUAGE ASSISTANCE PLAN
Title VI prohibits discrimination on the basis of race, color, or national origin in programs and activities receiving
Federal financial assistance. Specifically, Title VI provides that:
[n]o person in the United States shall, on the ground of race, color, or national origin, be excluded from
participation in, be denied the benefits of, or be subjected to discrimination under any program or activity
receiving Federal financial assistance.
The Title VI Program is a federally required program and document that includes the Public Participation Plan
(PPP) and Language Assistance Plan (LAP). The Title VI Program must be updated every three years.
The update process includes a review of CAMPO procedures for notifying the public of their rights under Title
VI and how to file a complaint. The document(s) demographic data is reviewed and updated. The update of the
PPP includes a full review of current public engagement and comment procedures. A public survey is distributed
to gather input on how engagement can be improved.
The Title VI Program is presented to the Technical Committee for review and recommendation to the Board of
Directors. The draft document is then presented to the Board of Directors for review and staff opens a 45-day
public comment period. A final opportunity for public comment will be provided at the next scheduled Board of
Directors meeting where the Board may choose to approve or adopt the plan. The Board of Directors will
close the public comment period. During the public comment period, a notice will be placed on the CAMPO
webpage and a legal notice will be placed in the newspaper as specified in Table 1. An example Notice is
provided in this document.
The PPP is the official public participation process for plans and programs of CAMPO, as well as the Program of
Projects for JEFFTRAN, and OATS.
REVISION PROCESS
Any change to the Title VI Program, including the PPP or LAP will be presented to the Technical Committee and
Board of Directors for their review and approval. The Board of Directors may open a public comment period
to accommodate major revisions.
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 49
UNIFIED PLANNING WORK PROGRAM
The Unified Planning Work Program (UPWP) defines tasks and anticipates funding requirements for the
metropolitan planning activities performed by CAMPO with federal funds provided by the Federal Highway
Administration (FHWA) and the Federal Transit Administration (FTA) under title 23 U.S.C . and title 49 U.S.C.
Chapter 53. The UPWP defines activities for all public officials and agencies that contribute resources to the
transportation planning process. The UPWP covers one fiscal year, November 1 to October 31, and outlines
activities funded through the Consolidated Planning Grant and local funds and serves as the basis for funding
agreements with the Missouri Department of Transportation (MoDOT). The UPWP also serves as a
management tool for scheduling, budgeting, and monitoring the local planning activities.
ANNUAL UPDATE PROCESS
The UPWP is made available to the public during regularly scheduled Technical Committee and Board of
Directors meetings. By regulation, the UPWP is not required to undergo the same level of public involvement
as other MPO documents.
The UPWP is presented to the Technical Committee for review and recommendation to the Board of
Directors. The draft document is then presented to the Board of Directors for review and staff opens a 7-day
public comment period. A final opportunity for public comment will be provided at the next scheduled Board of
Directors meeting where the Board may choose to approve or adopt the plan. The Board of Directors will
close the public comment period. During the public comment period, a notice will be placed on the CAMPO
webpage specified in Table 1. An example Notice is provided in this document.
The Board of Directors then requests approval of the UPWP by the Governor and ONE DOT (consisting of
FHWA and FTA).
AMENDMENT PROCESS
The UPWP may be changed through an amendment or administrative modification. Amendments must be
approved by the Board of Directors, FTA, and FHWA. Some modifications may also go through an official
approval by the Board of Directors as deemed appropriate by staff. Amendments and administrative
modifications are documented in the UPWP.
More detail on the process for changes to the UPWP can be found in that document.
RESPONSE TO PUBLIC COMMENTS
Comments on planning documents will be documented and provided to the Technical Committee and the Board
of Directors, and kept in MPO comment files. Comments may be included in plan appendices as summaries of
public comments.
General comments or questions regarding transportation policy, needs, and/or complaints will be acted upon by
staff in accordance with the federal, state, and local regulations. Action on these comments may include
addressing the comment directly, by correspondence to a comment or question; referring comments to the
correct recipient, either to different city/state departments; or taking the matter up with the Technical
Committee and/or Board of Directors.
If the responses to public comments results in the Metropolitan Transportation Plan, Transportation
Improvement Program and other plan or program documents or amendments being significantly different from
the draft document which was sent out for public review, an additional public comment period shall be held.
Determination of the need for an additional comment period will be made by the CAMPO Board of Directors.
If significant oral and written comments and responses are received, an appendix containing the comments and
recommendations will be made part of the final document.
Interested parties may comment and make recommendations on any plan or program in person, by fax, email,
or letter by contacting CAMPO staff at the following:
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 50
Department of Planning and Protective Services
Attention: CAMPO
320 E. McCarty St
Jefferson City, MO 65101
(573) 634-6410
(573) 634-6457 (Fax)
campo@jeffersoncitymo.gov
SPECIAL ACCOMMODATIONS
Persons requiring special accommodations for attendance at meetings, activities and functions because of a
disability or physical impairment should contact the City of Jefferson ADA Coordinator at (573) 634-6410 to
request accommodations or alternative formats as required under the Americans with Disabilities Act. Please
allow three business days to process the request.
CAMPO maintains Language Assistance Plan and Title VI policies and performs periodic reviews of the both.
LANGUAGE ACCOMMODATIONS
As prescribed by the Language Assistance Plan, CAMPO will, when issuing statements or notices, note that
interpreters or sign language professionals will be available upon advance notice of seven calendar days.
CAMPO will also maintain a contact database of interpreters in anticipation of this need.
NON-DISCRIMINATION POLICY
CAMPO does not discriminate in the level and quality of transportation services and transit-related benefits
based on race, color, national origin, sex, familial status, sexual orientation, religion, age, or disability and
maintains information on and processes for complaints related to discrimination.
Persons who feel that they have been subjected to discrimination should contact CAMPO or federal offices for
information on local and federal procedures and forms for discrimination complaints.
Person(s) alleging discrimination as it relates to the provision of transportation services and transit-related
benefits may file a complaint with the Federal Transit Administration, and/or the U.S. Department of
Transportation,
Federal Transit Administration
Office of Civil Rights
901 Locust Street, Room 404
Kansas City, MO 64106
Telephone 816-329-3920, or
Federal Highway Administration
3220 West Edgewood, Suite H
Jefferson City, MO 65109
Telephone: 573-638-2617
DRAFT
City of Jefferson Title VI Program 2023 – CAMPO Public Participation Plan 51
TITLE VI
Any person who believes that they, individually, or as a member of any specific class of persons, has been
subjected to discrimination may file a written complaint with the:
Title VI Program Officer
C/o City Administrator
John G Christy Municipal Building/City Hall
320 East McCarty Street
Jefferson City, MO 65101
Complainants have the right to complain directly to the appropriate federal agency. Every effort will be made to
obtain early resolution of complaints. The option of informal meeting(s) between the affected parties and the
Title VI Program Officer may be utilized for resolutions. The Title VI Program Officer will notify CAMPO of all
Title VI related complaints as well as resolution.
DRAFT
City of Jefferson Title VI Program 2023 – City of Jefferson/CAMPO Limited English Proficieny Plan 52
CITY OF JEFFERSON/CAMPO LIMITED ENGLISH PROFICIENY PLAN
This limited English Proficiency (LEP) Plan has been prepared to address responsibilities of the City of
Jefferson (including CAMPO and JEFFTRAN) as recipients of federal financial assistance as they relate
to the needs of individuals with limited language skills. The plan has been prepared in accordance with
Title VI of the Civil Rights Act of 1964; Federal Transit Administration Circular 4702.1B, dated
October 1, 2012, which states that the level and quality of transportation service is provided without
regard to race, color, or national origin.
Executive order 13166, titled “Improving Access to Services for Persons with Limited English
Proficiency,” indicates that differing treatment based upon a person's inability to speak, read, write or
understand English is a type of national origin discrimination. It directs each federal agency to publish
guidance for its respective recipients clarifying their obligation to ensure that such discriminations do
not take place. This order applies to all state and local agencies which receive federal funds.
SERVICE AREA DESCRIPTION
The City of Jefferson is one of five incorporated communities within the CAMPO Planning Area as
seen in Figure 17. In addition to the communities of Holts Summit, Jefferson City, St. Martins, Taos,
and Wardsville, the CAMPO Planning Area also includes portions of Cole County and Callaway
County.
JEFFTRAN services are only provided within the City Limits of Jefferson City, see Figure 18.
JEFFTRAN services include six fixed-routes, three tripper routes (serving schools during the Spring and
Fall semesters), and a paratransit service via Handi-Wheels.
FOUR FACTOR ANALYSIS
The City of Jefferson has developed this LEP Plan to help identify reasonable steps for providing
language assistance to persons with limited English proficiency who wish to access services provided by
JEFFTRAN. As defined in Executive Order 13166, LEP persons are those who do not speak English as
their primary language and have limited ability to read, speak, write or understand English. This plan
outlines how to identify a person who may need language assistance, and the ways in which assistance
may be provided.
In order to prepare this plan, JEFFTRAN undertook the four-factor LEP analysis which considers
the following factors:
1. The number or proportion of LEP persons served or encountered in the eligible service
population ("served or encountered" includes those persons who would be served or
encountered by the recipient if the persons received adequate education and outreach and the
recipient provided sufficient language services).
2. The frequency with which LEP persons come into contact with the program.
3. The nature and importance of the program, activity, or service provided by the program.
4. The resources available and costs to the recipient.
DRAFT
City of Jefferson Title VI Program 2023 – City of Jefferson/CAMPO Limited English Proficieny Plan 53
1. THE NUMBER AND PROPORTION OF LEP PERSONS ELIGIBLE TO BE SERVED OR LIKELY TO BE ENCOUNTERED
IN THE CAMPO/JEFFTRAN SERVICE AREA:
A significant majority of people in both the CAMPO and JEFFTRAN service area are proficient in the English
language. Based on 2020 Decennial Census data, 2.5% of the Jefferson City population and 1.47% of the
CAMPO population, five years of age and older speak English “less than very well” – a definition of limited
English proficiency (LEP). Figure 17 and Figure 18 depict the number of LEP population in the City of Jefferson
and the CAMPO Planning Area.
FIGURE 17 - JEFFERSON CITY, MO LEP POPULATIONS
LANGUAGE SPOKEN AT HOME
Population % Population 5 year and over
Population 5 years and over 40,033 100%
English only 37,924 94.7%
Language other than English 2,109 5.3%
Speak English less than "very well" 997 2.5%
Spanish 908 2.3%
Speak English less than "very well" 285 0.7%
Other Indo-European languages 600 1.5%
Speak English less than "very well" 324 0.8%
Asian and Pacific Islander languages 475 1.2%
Speak English less than "very well" 348 0.9%
Other languages 126 0.3%
Speak English less than "very well" 40 0.1%
FIGURE 18 – CAMPO PLANNING AREA LEP POPULATIONS
POPULATION 5 YEARS
AND OLDER BY
LANGUAGE SPOKEN
AT HOME
Callaway
County
Cole
County
Holts
Summit
Jefferson
City
St.
Martins Taos Wardsville
Total
Service
Area
Percentage of
Population 5
years and older
Population 5 years 42,575 72,087 4,197 40,033 1,128 1,319 1,612 162,951 100.00%
English only 41,867 69,364 4,144 37,924 1,116 1,298 1,609 157,322 96.55%
Language other than
English 708 2,723 53 2,109 12 21 3 5,629 3.45%
Speak English less
than "very well"284 1,086 16 997 5 14 0 2,402 1.47%
Spanish 281 1,283 4 908 3 5 0 2,484 1.52%
Speak English less
than "very well"135 308 1 285 0 5 0 734 0.45%
Other Indo-European
languages 149 824 22 600 5 16 3 1,619 0.99%
Speak English less
than "very well"47 390 15 324 5 9 0 790 0.48%
Asian and Pacific
Islander languages 244 479 27 475 4 0 0 1,229 0.75%
Speak English less
than "very well"95 348 0 348 0 0 0 791 0.49%
Other languages 34 137 0 126 0 0 0 297 0.18%
Speak English less
than "very well"7 40 0 40 0 0 0 87 0.05%
DRAFT
City of Jefferson Title VI Program 2023 – City of Jefferson/CAMPO Limited English Proficieny Plan 54
2. FREQUENCY OF CONTACT BY LEP PERSONS WITHIN CAMPO AND JEFFTRAN SERVICES:
While City Hall staff at the City of Jefferson has occasionally received phone calls from non-english speaking
persons, 3-4 times in the last 3 years, there has not been an official request for an interpreter. On these rare
occasions this has only occurred with Spanish speakers. When such an occasion has occurred, a city staff
member, fluent in Spanish was able to provide support. None of these calls were related to CAMPO or JEFFTRAN
services.
CAMPO staff reviewed the frequency with which office staff have, or could have, contact with LEP persons. To
date, CAMPO has not received a request for an interpreter. None of the two current CAMPO staff members
stated that they have ever had a request for an interpreter. CAMPO averages zero phone calls per month
requesting an interpreter. CAMPO does include a the non-profit El Puente as a stakeholder agency during
planning processes and uses the organization for translation services of some CAMPO products.
JEFFTRAN staff reviewed, via a survey, the frequency with which office staff, dispatchers and drivers have, or
could have, contact with LEP persons. To date, JEFFTRAN rarely has a request for an interpreter. Only two out
of sixteen staff surveyed stated that they have ever had a request for an interpreter. JEFFTRAN averages zero
phone calls per month requesting an interpreter.
JEFFTRAN staff was given the following survey:
1. How often do you come into contact with riders who do not speak English or have trouble understanding
you when you speak English to them?
2. Of these riders, what language is most often spoken? (Example: Spanish, Chinese, Russian, Vietnamese,
French, Arabic, etc.)
1. Spanish was the only language identified.
3. If known, what other languages do you hear spoken by riders? (Example: Spanish, Chinese, Russian,
Vietnamese, French, Arabic, Other European, African, or Asian Languages, etc.)
2. Spanish, African, Asian, and American Sign Language were identified.
4. What languages (other than English) do you understand or speak?
3. Spanish (2), some Spanish (3), French (1)
5. Have you ever requested translation or interpretation assistance?
4. Yes (2), No (14)
6. Do you have any suggestions regarding how we can serve LEP clients better?
5. Suggestions included employing a translator and use of cell phone for
translation.
7. Have you ever received comments or feedback concerning the Spanish Route and Schedule Guides?
6. No (15), No response (1)
Frequency of Contact with LEP Persons
Frequency Language Spoken by LEP Persons
1 - Daily Spanish
4 - Weekly Spanish
3 - Monthly Spanish
8 - Less frequently than
monthly
Spanish
DRAFT
City of Jefferson Title VI Program 2023 – City of Jefferson/CAMPO Limited English Proficieny Plan 55
3. THE IMPORTANCE OF PROGRAMS, ACTIVITIES OR SERVICES PROVIDED BY JEFFTRAN TO LEP PERSONS:
Outreach activities, summarized in JEFFTRAN’s Title VI Public Engagement Plan, include events such as
public meetings and/or open houses held at schools, churches, libraries and other non-profit locations,
and include specific outreach to LEP persons to gain understanding of the needs of the LEP population,
and the manner (if at all) needs are addressed.
Outside Organization LEP Survey
Organization: __________________
1. What language assistance needs are encountered?
2. What languages are spoken by persons with language assistance needs?
3. What language assistance efforts are you undertaking to assist persons with language assistance
needs?
4. When necessary, can we use these services?
4. THE RESOURCES AVAILABLE TO JEFFTRAN AND OVERALL COST TO PROVIDE LEP ASSISTANCE:
Strategies for Engaging Individuals with Limited English Proficiency include:
1. Language line. Upon advance notice, translators can be provided.
2. Language identification flashcards.
3. Written translations of vital documents (identified via safe harbor provision).
4. One-on-one assistance through outreach efforts.
5. Website information.
6. To the extent feasible, assign bilingual staff for community events, public hearings, and Board of
Directors meetings and on the customer service phone lines.
As applicable: Based on our demographic analysis (Factor 1) the City of Jefferson has determined that
no language group(s) within its service area meets Safe Harbor criteria requiring written translated
“vital documents” by language group(s).
City of Jefferson staff will provide assistance and direction to LEP persons who request assistance.
Staff LEP Training
The following training will be provided to JEFFTRAN staff:
1. Information on JEFFTRAN Title VI Procedures and LEP responsibilities.
2. Description of language assistance services offered to the public.
3. Use of Language Identification Flashcards.
4. Documentation of language assistance requests.
DRAFT
City of Jefferson Title VI Program 2023 – City of Jefferson/CAMPO Limited English Proficieny Plan 56
Monitoring and Updating the LEP Plan
The LEP Plan is a component of the City of Jefferson’s Title VI Plan requirement. JEFFTRAN and/or
CAMPO staff will update the LEP plan as required. At minimum, the plan will be reviewed and updated
when it is clear that higher concentrations of LEP individuals are present in the CAMPO or JEFFTRAN
service areas. Updates include the following:
1. How the needs of LEP persons have been addressed.
2. Determine the current LEP population in the service area.
3. Determine as to whether the need for, and/or extent of, translation services has changed.
4. Determine whether local language assistance programs have been effective and sufficient to meet
the needs.
5. Determine whether CAMPO or JEFFTRAN's financial resources are sufficient to fund language
assistance resources as needed.
6. Determine whether CAMPO or JEFFTRAN has fully complied with the goals of this LEP Plan.
7. Determine whether complaints have been received concerning CAMPO and JEFFTAN’s failure to
meet the needs of LEP individual.
DRAFT
City of Jefferson Title VI Program 2023 – Subrecipient Assistance 57
SUBRECIPIENT ASSISTANCE
JEFFTRAN (City of Jefferson) does not have any subrecipients.
CAMPO does not have any subrecipients.
SUBRECIPIENT MONITORING
JEFFTRAN (City of Jefferson) does not have any subrecipients.
CAMPO does not have any subrecipients.
EQUITY ANALYSIS OF FACILITIES
JEFFTRAN (City of Jefferson) has not constructed any storage facilities, maintenance facilities, or
operations centers in the last three years.
CAMPO has not constructed any storage facilities, maintenance facilities, or operations centers in the
last three years.
REQUIREMENT TO COLLECT AND REPORT DEMOGRAPHIC DATA*
*Applies to providers that operate 50 or more fixed route transit vehicles in peak service; and 200,000+
population.
Not applicable to the Jefferson City, JEFFTRAN, or CAMPO.
REQUIREMENT TO MONITOR TRANSIT SERVICE*
*Applies to providers that operate 50 or more fixed route transit vehicles in peak service; and 200,000+
population.
Not applicable to the Jefferson City, JEFFTRAN, or CAMPO.
SERVICE AND FARE EQUITY ANALYSIS*
*Applies to providers that operate 50 or more fixed route transit vehicles in peak service; and 200,000+
population.
Not applicable to the Jefferson City, JEFFTRAN, or CAMPO.
DRAFT
CITY COUNCIL “PRE-MEETING” WORK SESSION, MARCH 6, 2023
CALL TO ORDER
In Mayor Carrie Tergin’s absence, Mayor Pro-Tem Ron Fitzwater called the March 6, 2023 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: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Absent: Schreiber and Spicer
DISCUSSION OF AGENDA ITEMS
Councilmember Deeken will lead the prayer.
Public Hearings
- There will be a continued public hearing from the February 20th City Council meeting on
bill 2022-105. Councilmember Lester intends to remove bill 2022-105 from the informal
calendar. City Attorney Ryan Moehlman will distribute a floor amendment to the bill.
Presentations from Staff, Consultants & Invited Guests
- There are several presentations scheduled for tonight’s meeting.
Presentations from the Gallery on Specific Bills or Resolutions
- There are several citizens signed up to speak on bill 2022 -106 related to the TC3C
subdivision.
Consent Agenda
- There were no questions at this time.
Bills Introduced
- City Staff presented their introduced bills. Councilmember Fitzwater intends to suspend
the rules on 2022-108, and Councilmember Hensley intends to suspend the rules on
2022-109.
Bills Pending
- City Staff presented their pending bill.
Informal Calendar
- Bill 2022-105 will be taken up during the public hearing. Councilmember Lester intends
to keep bill 2022-106 on the informal calendar until the next City Council meeting when
the full City Council will be in attendance.
CITY COUNCIL “PRE-MEETING” WORK SESSION, MARCH 6, 2023
Resolutions
- Glen Costalles, member of the Citizens Organizational Review Committee, has signed
up to speak on RS2022-44.
- City Staff presented their resolutions. After reviewing the agreement associated with
RS2022-46, City Attorney informed City Councilmembers that the resolution is not
necessary. Mayor Tergin has the authority to sign the agreement after staff has reviewed
the agreement. Councilmember Fitzwater will withdraw RS2022 -46.
Closed Session
- City Attorney Ryan Moehlman informed City Councilmembers there will not be a closed
session this evening.
ADJOURNMENT
The meeting adjourned at 6:00 P.M.
1
REGULAR COUNCIL MEETING, MARCH 6, 2023
CALL TO ORDER
Mayor Carrie Tergin called the March 6, 2023 City Council meeting to order at 6:01 P.M.
ROLL CALL
The f ollowing Councilmembers were present for roll-call:
Present: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Absent: Schreiber and Spicer
ADOPTION OF THE AGENDA
Councilmember Ward motioned and Councilmember Wiseman seconded the motion to
adopt the agenda. The motion passed unanimously by voice-vote.
MISCELLANEOUS AGENDA ITEMS
The “Project of the Year” Award from American Public Works Association (APWA) and
“Honor” Award for Engineering Excellence from ACES for the Bicentennial Bridge Project
was presented by Bob Gilbert.
Mr. Gilbert also presented the APWA Award to local engineers Britt Smith, Eric Landwehr,
and Steve Schultz.
Mayor Tergin recognized Public Works Operations Director for his service to United Way.
Amy Schroeder, JC Parks presented a video recognizing Mayor Tergin for receiving the
“Public Official Achievement Award” from Missouri Park and Recreation Association.
PUBLIC HEARINGS
a. Continued Public Hearing from 2/20/23 City Council Meeting: Approving a PUD Plan
Amendment for Property Located at 311 Bolivar Street.
i. Associated Pending Bill 2022-105 (Lester) Staff: Eric Barron
Councilmember Lester removed bill 2022-105 from the informal calendar with no
objection.
A Staff presentation was made by Eric Barron, City Planner. City Attorney Ryan
Moehlman presented a floor amendment to the bill.
Property owner Jeff Schaeperkoetter spoke in favor of the bill and floor amendment.
Paul Sampson with Central Missouri Professional Services has been working with
Mr. Schaeperkoetter and the City on the PUD Amendment. He spoke in favor of the
bill and floor amendment.
Joe Bryan, 304 Bolivar St. spoke in favor of the bill.
2
REGULAR COUNCIL MEETING, MARCH 6, 2023
There being no one else to speak on the bill, Mayor Tergin declared the evidentiary
portion of the public hearing concluded.
Councilmember Spencer motioned and Councilmember Ward seconded the motion
to accept the floor amendment to the bill.
2022-105 as Amended sponsored by Councilmember Lester
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, APPROVING A
PUD PLAN AMENDMENT FOR PROPERTY LOCATED AT 311 BOLIVAR
STREET.
Bill 2022-105 as Amended was read third time by title, placed on final passage, and
passed by the following roll-call vote as Ordinance 16320.
Aye: Fitzwater, Hensley, Kemna, Spencer, Ward, and Wiseman
Nay: Deeken and Lester
Absent: Schreiber and Spicer
APPOINTMENTS BY THE MAYOR
There were no appointments at this time.
PRESENTATIONS FROM STAFF, CONSULTANTS & INVITED GUESTS
a. Former Mayor John Landwehr and Joni Henderson, Committee Chairs spoke on the
April 4th Ballot Proposition, “Kids FIRST” Campaign kick-off.
b. Alex Keen and Roksana Filipowska of Keen Independent Consultants presented their
JC Parks Cultural Arts Master Plan progress update. The first community engagement
event is scheduled for Tuesday, March 7th at McClung Park Pavilion from 6:00 P.M. –
8:00 P.M.
c. Shiela Pearre, Finance and I.T. Director, presented the City’s monthly financial update.
ANNOUNCEMENTS BY MAYOR, COUNCIL, AND STAFF
City Council committee announcements:
• Committee on Administration – There was nothing to report at this time.
• Finance Committee – There was nothing to report at this time.
• Public Safety Committee – There was nothing to report at this time.
• Public Works & Planning Committee –The next meeting is March 9th, 7:30 A.M. in
Council Chambers.
Mayor announcements:
• The statewide tornado drill is scheduled for tomorrow, March 7th at 10:00 A.M. Mayor
Tergin reminded citizens to download the RAVE app to receive severe storm warnings.
• The 2023 MSP tours have begun this month.
3
REGULAR COUNCIL MEETING, MARCH 6, 2023
• The Bulky Item Pick-up is scheduled for Monday, April 17th for City residents west of
Highway 54, and Monday, April 24th for City residents east of Highway 54.
LINCOLN UNIVERSITY STUDENT REPRESENTATIVE UPDATE
Octavia Ailsworth announced the following:
Loss in the Lincoln University Family:
Lincoln University is sad to announce the passing of Blue Tiger Family member Jaiquan
Edwards. Jaiquan, a sophomore, elementary education major, was a dedicated member of
the Blue Tiger Cheerleaders and was an Admissions Ambassador. Jaiquan will be missed,
and our thoughts and prayers are with his family and friends today and in the days ahead.
Retool Your School:
Lincoln University is competing in the Home Depot Retool your school competition now
until March 26th and we encourage everyone to vote. Unlimited votes can be cast by visiting
RetoolYourSchool.com/Vote.The top 10 schools in each cluster will win a campus
improvement grant of up to $150K!
LU-MRRL Lecture Series:
We would like to invite everyone to the next LU-MRRL Lecture Series event on Tuesday,
March 7th from 6:30 P.M. -8:30 P.M. at the Missouri River Regional Library. Dr. Jane
Frazier, Professor of English, will focus her talk, titled “Nature Through a Book”, on nature
and literature.
LU Track and Field & Basketball:
We are happy to announce that 12 Blue Tiger members from the men & women’s track and
field team were selected to compete in the 2023 NCAA Division 2 Indoor Championships
which will be held in Virginia Beach, Virginia on March 10th -11th. Also, we would like to
congratulate the Men’s and Women’s Basketball Teams on a great season.
Spring Break:
Lincoln University will be closed for Spring Break from March 10th-17th. Classes will resume
on Monday March 20th.
PRESENTATIONS FROM THE GALLERY ON SPECIFIC BILLS OR RESOLUTIONS
The following spoke on bill 2022-106 related to the final subdivision plat of TC3C
Subdivision:
Paul Sampson, Central Missouri Professional Services, represented the property owner
and gave a brief presentation on the subdivision development plan. Timothy Joseph,
property owner, also provided input on the plans.
Jackie Coleman, Michael Hall, Patsy Johnson, Jocelyn King, and James Figueroa-Robnett
Jr. (NAACP Representative) spoke against the bill.
Barbara Brandel spoke in favor of bill 2022-106 and her positive property experiences with
property owner Timothy Joseph. She had originally purchased the property with Mr. Joseph
and later sold her half to him. She wanted to assure neighbors of Mr. Joseph’s work ethic
and good intentions for the neighborhood.
4
REGULAR COUNCIL MEETING, MARCH 6, 2023
Councilmember Lester said he is going to keep pending bill 2022-106 on the informal
calendar until the next City Council meeting when hopefully all the councilmembers will be
present to vote.
Glen Costales spoke in favor of RS2022-44.
CONSENT AGENDA
a. Minutes of City Council Meetings: February 20, 2023
b. Declaring Certain City-Owned Property as Surplus with the Disposition by Trade-in
and Approve Spending the Trade Amount for the Purchase of New JCPD Equipment
c. Authorizing $52,675 Contract Change Order # 4 with Aplex, Inc. to Replace Street
Surface on Mulberry St. as Part of the East Capitol Sewer Replacement Project
Councilmember Wiseman motioned and Councilmember Lester seconded the motion to
approve the above items on the Consent Agenda. The motion passed unanimously.
BILLS INTRODUCED
2022-108 sponsored by Councilmember Fitzwater
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE A $25,000 AGREEMENT WITH THE
MISSOURI HIGHWAYS AND TRANSPORTATION COMMISSION FOR THE
DEVELOPMENT OF THE CAPITAL AREA ACTIVE TRANSPORTATION PLAN IN
FY2023.
Councilmember Fitzwater requested to suspend the rules and take up bill 2022-108 for
third reading and passage.
With no objection, bill 2022-108 was third read by title, placed on final passage, and
passed by the following roll-call vote as Ordinance 16321:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Nay: None
Absent: Schreiber and Spicer
2022-109 sponsored by Councilmember Hensley
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI ACCEPTING THE
EVERGREEN SOLUTIONS COMPENSATION STUDY, ADOPTING SALARY
ADJUSTMENTS, AND APPROVING NECESSARY BUDGET
ADJUSTMENTS/SUPPLEMENTAL APPROPRIATIONS.
Councilmember Hensley requested to suspend the rules and take up bill 2022-109 for third
reading and passage.
With no objection, bill 2022-109 was third read by title, placed on final passage, and
passed by the following roll-call vote as Ordinance 16322:
5
REGULAR COUNCIL MEETING, MARCH 6, 2023
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Nay: None
Absent: Schreiber and Spicer
2022-110 sponsored by Councilmember Hensley
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AMENDING THE 2022 -
2023 BUDGET OF THE CITY OF JEFFERSON, MISSOURI BY REALLOCATING FUNDS
CURRENTLY APPROPRIATED FOR SALARIES IN THE GENERAL FUND TO VARIOUS
PROJECTS AND BY MODIFYING PREVIOUSLY APPROPRIATED ARPA FUNDS TO
REPLACE THE SALARY FUNDING WITHIN THE GENERAL FUND.
2022-111 sponsored by Councilmember Fitzwater
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, PERTAINING TO
ADDITIONS TO CHAPTER 31 AND APPENDIX Y OF THE CITY CODE.
BILLS PENDING
2022-107 sponsored by Councilmember Fitzwater
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AMENDING THE 2022 -
2023 ANNUAL BUDGET OF THE CITY OF JEFFERSON, MISSOURI BY
APPROPRIATING ADDITIONAL FUNDS WITHIN THE POLICE DEPARTMENT FUND.
Bill 2022-107 was read third time by title, placed on final pa ssage, and passed by the
following roll-call vote as Ordinance 16323.
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Nay: None
Absent: Schreiber and Spicer
INFORMAL CALENDAR
2022-105 Taken Up Under Public Hearings
2022-106 sponsored by Councilmember Lester
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, ACCEPTING AND
APPROVING THE FINAL SUBDIVISION PLAT OF TC3C SUBDIVISION, A SUBDIVISION
OF THE CITY OF JEFFERSON, MISSOURI.
RESOLUTIONS
RS2022-44 sponsored by Councilmember Spencer
A RESOLUTION AUTHORIZING THE CITY OF JEFFERSON TO ISSUE A REQUEST
FOR PROPOSALS FOR AN ORGANIZATIONAL AND STAFF OPTIMIZATION REVIEW
Glen Costales spoke earlier in the evening, providing a brief summary of the resolution.
6
REGULAR COUNCIL MEETING, MARCH 6, 2023
Councilmember Wiseman motioned to adopt RS2022-44. Councilmember Spencer
seconded the motion. The motion passed by the following roll-call vote:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Nay: None
Absent: Schreiber and Spicer
RS2022-45 sponsored by Councilmember Fitzwater
A RESOLUTION OF OFFICIAL INTENT OF THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, FOR THE ISSUANCE OF TAXABLE INDUSTRIAL
DEVELOPMENT REVENUE BONDS IN A PRINCIPAL AMOUNT OF APPROXIMATELY
$60,000,000 TO FINANCE A PROJECT FOR THE BENEFIT OF UNILEVER
MANUFACTURING (US), INC., AND AUTHORIZING CERTAIN ACTIONS RELATING
THERETO
City Attorney Ryan Moehlman presented the resolution. Michael Whelan, Unilever Director
of Operations in Jefferson City presented an outline of the project. JCREP CEO Luke
Holtschneider spoke in favor of the project and resolution.
Councilmember Wiseman motioned to adopt RS2022-45. Councilmember Fitzwater
seconded the motion. The motion passed by the following roll-call vote:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Nay: None
Absent: Schreiber and Spicer
RS2022-46 sponsored by Councilmember Fitzwater
A RESOLUTION AUTHORIZING THE CITY ADMINISTRATOR TO APPROVE AN
ENVIRONMENTAL ASSESSMENT
City Attorney Ryan Moehlman explained that after reviewing the assessment, a resolution
was not necessary. Mayor Tergin already has the authority to sign the as sessment upon
staff’s review and approval.
Councilmember Fitzwater withdrew the resolution.
PRESENTATIONS FROM THE GALLERY ON OTHER TOPICS
Richard Elgin informed City Council of his complaint to the City for JEFFTRAN’s route
changes. He feels it is a violation to Title VI. City Staff is looking into the complaint.
COUNCIL AND STAFF DISCUSSION OF PRESENTATION TOPICS
There was no discussion at this time.
NEW BUSINESS
There was no new business at this time.
7
REGULAR COUNCIL MEETING, MARCH 6, 2023
APPROVAL OF FEBRUARY 20, 2023 CLOSED SESSION MINUTES
Councilmember Kemna motioned, and Councilmember Wiseman seconded the motion to
approve the February 20, 2023 Closed Session Minutes. The motion passed by the
following roll-call vote:
Aye: Deeken, Fitzwater, Hensley, Kemna, Lester, Spencer, Ward, and Wiseman
Nay: None
Absent: Schreiber and Spicer
CLOSED SESSION
There was no closed session.
UNFINISHED BUSINESS
There was no unfinished business at this time.
ADJOURNMENT
A motion to adjourn was made by Councilmember Wiseman, seconded by Councilmember
Lester, and approved unanimously at 9:03 P.M.
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item B
SUBJECT: Bid RFP4094 -Bus Advertising Services by Houck T ransit Advertising of
Shoreview. Minnesota
' DATE CONSIDERED: March 20 , 2023
DEPARTMENT DIRECTOR(S): ____ --f'-~llL.::.....:-7--~--!:....:'----}~==-----
CITY ADMINISTRATOR:-.:.;~:::::====--L.!:.~~~c_ ________ _
Staff recommends the award of the bid to Houck Transit Advertising, Shoreview, MN for
the bus advertising services.
This is a revenue generating agreement. The proposal lists a guaranteed annual
revenue of $20 ,000 or 50 % of the gross revenue , whichever is greater for the first year.
Houck Transit Advertising has been used by Transit since 2013.
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid RFP4094-Bus Adverti si ng Services
Public Works-Transit -Opened January 19 ,2023
RECOMMENDATION:
Staff recommends the award of bid RFP4094 for bu s advertising services to Houck Transit Advertising of
Shorev iew, Minnesota. This was the only proposal receive d. It was evaluated and it meets the
requirements to the sati sfaction of the Department. This has been the vend or for these services since 2012
and the Transit Di vision have been satisfied w ith their performance. This bid i s for one year and allows
for four 1-year renewal s.
BIDS RECEIVED:
Houck Transit A dvertising, Shoreview, MN
This bid was advertised in the News T ribun e on 12 /21 /2022 and po sted on Bonfire. Bid notifications
were sent to 125 vendo rs of which we had 19 document takers .
FISCAL NOTE:
This is a revenue ge nerating agreement. The proposal li sts a guaranteed annual revenue of $20,000 or
50% of the gross r eve nue, whichever is greater for the fi rst year. See the attach ed proposal for years 2 -5 .
ATTACHMENTS-SUPPORTING DOCUMENTATION
Signature:~ d ~ ·nw.__
p:c Sing Agent /12115123
.J t ~UN
RFP4094-12/22 -Bus Advertising Services
Evaluation Summary
Active Submissions
·: ·-_. . . . ·: Pricing • Revenue Qualifications, . M th d f
.·· ~ · . . . Total : . Generat~d to the Experience of Staff, , Pe~or~a~ce
... · :. C1ty References ";! ·-·---·-------.--------·· ·--·---·· ---.. ---. -··-. .. . ·-. . , ~ · Supplier · /100 pts : /45 pts : /30 pts . · . /25 pts
Houck Transit
Advertisin g 98.33 45 ($20,000.00) 28.33
Generated on Feb 13 2023 3.28 PM CST • Le igh An n Corrigan
Page 1 o f 1
25
ATTACHMENT A-REVENUE PROPOSAL FORM
Share of Revenue:
% of Annual Income Payable to
the Oity of Jefferson ,, Co11 tract Year
50 % Orhdnal Contract Period
50 % Renewal Period 1
50 % Renewal Period 2
50 % Renewal Period 3
50 % Renewal Period 4
Minimum Guarantee:
Minimum Annual Revenue
Guarantee Contract Y eav
$20,000 Original Contract Period
$2 0,000 Renewal Period 1
$22,500 Renewal Period 2
$25,000 Renewal Period 3
$25,000 Renewal Period 4
Are the it e ms bid manufac tured , produced or assembled in the United Sta t es? YES _X_ NO_
I/We the undersigned do herby certify that the information presented in this proposal is true and
acc urate and agree to provide the specified products and services at the price and time stated if
awarded the bid.
H o uck Trans it Adve rti s in g Justin Houc k-Pres ident
1025 Tomly n Ave, Sh oreview, MN 55 126
j ustin@ ho uckads .com 65 1-34 1-2801
II ~
S i gnatnre. /!Jl L.,-T/ 1/1 1/2 023
~ -, VY
Form of Bu smess:""" So le Proprie tors hio Pa rtnershio X Corooratio n Li mited Lia bilitv Co ro orat ion
12
CITY OF JEFFERSON
TRANSIT ADVERTISING AGREEMENT
THIS CONTRACT, made and entered into the date last executed by a party as indicated below,
by and between Houck Transit Advertising, hereinafter called "Contractor", and the City of
Jefferson, Missouri, a municipal corporation, hereinafter called "City"
WITNESSETH: That Whereas, Contractor has become the lowest responsible bidder for
soliciting, selling, and displaying advertising on the interior and exterior of buses operated by the
City.
NOW THEREFORE, the parties to this contract agree to the following:
1. Definitions. As used in this agreement the following terms shall have the following
meantngs:
a. Advertising -The removable panel and the words, pictures and symbols visible to
the public which are on the sign panel.
b. Billing -The total of all payments that the Contractor requests from clients in a
calendar month.
c. Bus-A standard transit coach for transporting passengers that is either in use or
standing by as a spare on a daily basis.
d. Client -The person or company paying the Contractor to install advertising.
e. Eliminate buses -Selling a bus or assigning a bus to a contingency status in long-
term storage.
2. Scope of Services. Contractor agrees to perform the services related to soliciting,
selling, and displaying advertising on the interior and exterior of buses operated by the
City.
3. Contract Period. The duration of this Contract shall be for one ( 1) years beginning on
January 1, 2023, unless otherwise terminated under the provisions of this contract, and
continue until December 31, 2023. This contract may be renewed for four ( 4) additional
one ( 1) year terms by mutual agreement. Renewal shall occur automatically each year
unless one party notifies the other of its intent not to renew at least thirty (30) days before
the expiration of the agreement.
4. Grant of Exclusive Right to Advertise. The City hereby grants to the Contractor the
exclusive right and privilege to solicit, sell, and display advertising on the interior and
exterior of buses operated by the City. The Contractor shall operate to maximize the
revenue generated from such advertising.
5. Obligations of the Contractor:
a. The Contractor shall provide this service in accordance with the scope of services.
b. Advertising displayed under the terms of this contract shall be of a reputable
character, shall conform to recognized business standards and shall not conflict
with the laws or regulations of the United States, State of Missouri or political
subdivision thereof having jurisdiction over the City. The City shall have the right
to require the removal of any advertising that brings disrepute upon the City, and
the Contractor shall remove such advertising immediately or within a reasonable
time frame.
c. All advertising shall be provided, installed, changed, repaired and removed at the
sole expense of the Contractor, except when it is removed by the City for purposes
of repairing or cleaning the bus and frames.
d. In consideration of the rights and privileges granted under this contract, the
Contractor shall pay to the City each month an amount equal to the percentage
payment or the guaranteed payment, whichever is greater, as follows:
1. Guaranteed Payment Per Year (paid monthly) During Contract:
$20,000.00 in the first 12 month period
$20,000.00 in the second 12 month period
$22,500.00 in the third 12 month period
$25,000.00 in the fourth 12 month period
$25,000.00 in the fifth 12 month period
11. Percentage Payment During Contract
50% of billing in the first 12 month period
50% ofbilling in the second 12 month period
50% of billing in the third 12 month period
50% of billing in the fourth 12 month period
50% of billing in the fifth 12 month period
111. In all cases, the percentage payment will be based upon the monthly
billing by the Contractor and not upon monthly receipts. Contractor bears
responsibility for all uncollectible billing, except in the case of legally
filed bankruptcies.
e. The Contractor shall furnish to the City each month a copy of the client billing,
and at the same time remit to the City the guaranteed payment or the percentage
payment for that month, whichever is greater.
f. Contractor shall be knowledgeable of and shall comply with all applicable local,
state and federal laws and regulations.
g. Contractor shall be solely responsible for the payroll, insurance coverage,
benefits, personnel administration, and supervision of all personnel hired by the
Contractor to provide the services required by this contract.
h. Throughout the duration of this contract, the Contractor shall obtain and maintain,
at the Contractor's sole cost and expense, 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":
1. $500,000 per occurrence
11. $3,000,000 per year
1. The Contractor shall provide the City with certificates of insurance upon request
evidencing the insurance coverage required and shall not perform any services
under this contract until such insurance is secured.
J. In the event of occurrences that are beyond the control of the Contractor or the
City, such as a labor strike, act of war, act of terrorism, natural disaster, or factors
that negatively affect the state of the economy, the Contractor shall be able to pro-
rate, re-negotiate or cancel this contract with 30 day notice.
6. Obligations of the City.
a. The City agrees to provide, install, and maintain all advertising frames on all
buses now owned or hereafter acquired. The City shall insure that the frames are
in proper repair at all times. All such frames shall be and remain the sole property
of the City.
b. The City shall assume the expense of removing, storing and replacing all
advertising for the purpose of repairing or cleaning the buses and frames. The
City shall use reasonable care to protect the advertising and shall exercise due
diligence in preventing others from disturbing the same.
c. The City shall, at no charge, so far as practical and convenient to the City, make
available to Contractor storage and work area for use in connection with its
operation hereunder. The Contractor shall keep the work area clean and neat.
7. Rights of The City and Contractor.
a. This contract applies to 22 buses. The City reserves the right to add or eliminate
buses from its fleet without permission from the Contractor. In the event of such
addition or elimination of buses from the fleet, the City shall notify Contractor 30
days in advance in order for the Contractor to accommodate any client
notifications and/or billing modifications, and the guaranteed and percentage
payments by the Contractor shall be appropriately adjusted.
b. The City hereby grants the right to duly authorized and properly identified
representatives of Contractor to enter upon City property, during normal business
hours, for the purpose of operating under this contract.
c. Contractor agrees to permit any accredited representative of the City at any time
during normal and usual business hours, and from time to time, to inspect and
examine the books and records of Contractor.
d. Trades of advertising for merchandise or other concessions may not be made
during the term of this contract without the consent of both parties
e. Contractor may set rates to be charged for advertising, and terms and conditions,
and manner of payment by clients. Current rate schedules to be charged
advertisers shall be available to City at any time upon request.
f. Contractor agrees that the City may use at no charge any empty advertising
frames which are available from time to time for the purpose of promoting the
City's transit business and in such event, the City shall furnish Contractor such
advertising signs at City's expense.
g. While Contractor proposes to exercise every reasonable business effort to install
advertising sold at the maximum rate in every frame, it is recognized by the
parties hereto that Contractor may not at all times during the period of this
contract be able to reach the maximum, and Contractor shall have the right to
install public, educational, and charitable advertising as Contractor shall deem
proper at a reduced rate. Contractor may also use any vacant sign space to
advertise for clients at no charge.
8. Contractor's Responsibility for Subcontractors. 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.
9. Termination. Either party has the right to terminate this contract at any time on 30 days
written notice in the event that the other party has failed to comply fully with the terms and
conditions contained herein.
10. Indemnity. To the fullest extent permitted by law, the Contractor will 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. 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.
12. 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.
13. 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.
14. 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.
15. 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.
16. Complete Understanding, Merger. Parties agree that this document including those
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.
17. 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.
18. 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.
19. 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.
20. 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.
21. 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 Co ntractor is a so le proprierorship, pa rtn ers hip . o r limited pa rtnership, Contrac tor
s hall provide proo f of c iti ze nship o r lawful pre sence of the owne r prior to issuance
of th e Notic e to Proceed.
2 1. Federal C la uses . The Co ntra cto r agree s to abide by federal clauses , hereinafter described
in Ex hibit A.
22. Notices. All not ices requ ired to be in writ ing may be giv en by fir st class mai l add ressed to
th e Pu rchasing Age nt , City of Je ffe rso n, 32 0 East McCarty , J effer so n City, Misso uri ,
6510 l , and Houck Tran si t Adve1t ising, I 02 5 Tom lyn Ave nu e Su it e 100 , Shoreview ,
Minne so ta , 55 126. Th e dat e of de live ry of an y no tice shall be the secon d n il! day after the
day of it s mailing.
CITY OF JEFFERSON, MISSOURI
Mayor
Date: ----
ATTEST:
City C le rk
APPROV ED AS TO FORM :
C ity Anomey/
._/
HOUCK TRANSIT ADVERTISING
Date: "t. · Z....' · Z J
ATTEST:
ATTACHMENT A-REVENUE PROPOSAL FORM
Share of Revenue:
% of Annual Income Payable to
the City of Jefferson Contract Year
50 % Ori2inal Contract Period
50 % Renewal Period 1
50 Ofo Renewal Period 2
50 % Renewal Period 3
50 o/o Renewal Period 4
Minimum Guarantee:
Minimum Annual Revenue
Guarantee Contract Year
$20,000 Orieinal Contract Period
$20,000 Renewal Period 1
$22,500 Renewal Period 2
$25,000 Renewal Period 3
$25,000 Renewal Period 4
Are the items bid manufactured, produced or assembled in the United States? YES _X_ NO_
!/We the undersigned do herby certify that the information presented in this proposal is true and
accurate and agree to provide the specified products and services at the price and time stated if
awarded the bid.
Houck Transit Advertising Justin Houck -President
1025 Tomlyn Ave, Shoreview, MN 55126
justin@houckads.com 651-341-2801
" ..
Signatnr.e.. VJl ~ 1111/2023 ~ \ l VY
Fonn ofBusmess:-Sole Proprietorship Partnership X Corporation Limited Liability Corporation
12
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item C
SUBJECT: Bid IFB4113 -Odor Control Products by Evoqua Water Technologies of
Sarasota, Florida
' DATE CONSIDERED: March 20 , 2023
DEPARTMENT Dl RECTOR(S) ==--------ft--''----"L...<"'---r---.:....______;_;;---f-==-----
CITY ADMINISTRATOR:___,J(::_(2::::;~7_~~~i2~-------
Staff recommends awarding bid IFB4113 to the best bid , Evoqua Water Technologies .
Approval of this consent agenda item would allow the Wastewater Division to purchase
odor control products for use at the Wastewater Plant and Pump Stations .
Funds will be taken from the Wastewater Operating Account 64-670-514020 Chemicals .
The estimated cost for the first year is the prorated amount for the remainder of FY2023
at $235 ,137.00.
PAST PERFORMANCE:
This vendor has provided product as specified and bid i n the past.
FINANCE DEPA RTMENT
PURCHASING DIVISION
SUBJECT: Bid IFB4113 -Odor Control
Public Works, Wastewater, Opened February 7, 2023
RECOMMENDATION:
Staff recommends the award of bid IFB41 13 to Evoqua Water Technologies of Sarasota, Florida for the
purchase of odo r control products for Wastewater. This bid was evaluated and awarded to the lowest and
best bid. The co ntract period will be March 21, 2023 through March 20, 2024. This bid a ll ows for two
one-year renewal options. The aver age spend amount over the past four years is $366,119 . It is estimated
that this years cost will be appro x imate ly $403 ,092 due to an in crease in cost (11 %) depending on how
much product is purchased.
BIDS RECEIVED :
USP Technologies , Glen Allen, VA
Evoqua Water Tech , Sarasota , FL
No Bid received from Univar Solutions
Original Period 1st Renewal 2nd Renewal
$4 .53/gallon $4.81 /gallon $5.09/g allo n
$2 .85 /gallon $3.01/gallon $3.22/gallon
This bid was advertised in the News Tribune on 2/5/2023 and posted on Bonfire. Bid notifications were
sent to 54 vendors and there were 14 document takers.
FISCAL NOTE:
Expended or
Account Number Description FY 2023 Budget Encumbered Bid Amount Balance
Amount
Chemicals-
64-670-514020 Wastewater Funds $480,000.00 $125,089.80 $235,137.00 * $11 9,773.20
Bid Total $235,137.00
*Note -thi s amount is a p rorated amount for the reminder of FY2023
ATTACHMENTS-SUPPORTING DOCUMENTATION
Signature ~ t2 ~--. Pur asfn g Agent 3/2123 -=
Bid Tabulation-IFB4113-Odor Control
Opened February 23, 2023
Item 1-Biological Process for Hydrogen Sulfide Control for City of
Jefferson
Item 2 -Biological Process for Hydrogen Sulfide Control for City of
Holts Summit
Evoqua Water
Item Descriptions Technologies USP Technologies
Item 1, Unit Price , Year 1 2.85 4.53
Item 1, Total Cost, Year 1 404,700.00 643,260 .00
Item 1, Unit Price, Year 2 3.01 4.81
Item 1, Total Cost, Year 2 427,420.00 683,020.00
Item 1, Unit Price , Year 3 3.22 5 .09
Item 1, Total Cost, Year 3 457,240.00 722 ,780.00
Item 2, Unit Price , Year 1 2.85 4.53
Item 2, Total Cost, Year 1 47,025 .00 74,745.00
Item 2, Unit Price, Year 2 3.01 4.81
Item 2, Total Cost, Year 2 49,665.00 79,365 .00
Item 2, Unit Price, Year 3 3.22 5.09
Item 2, Total Cost, Year 3 53,130.00 83,985.00
Est Qty
142,000
16,500
Univar Solutions
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
No Bid
From:
To:
Cc:
Subject:
Date:
Haeochen Clara
Corrigan Lejgh Ann; \layghan C@jQ
Seaman Eric
RE: Odor Conb'ol Bid Tabulation
Monday, February 27, 2023 12:04:07 PM
looks like we should move forward with awarding Evoqua the bid.
From: Corrigan, leigh Ann <lCorrigan@jeffersoncitymo.gov>
Sent: Thursday, February 23, 2023 3:53 PM
To: Seaman, Eric <ESeaman@jeffersoncitymo.gov>; Haenchen, Clara
<CHaenchen@ jeffersoncitymo.gov>; sewer@ holtssummit.org
Subject: Odor Control Bid Tabulation
Eric, Clara, and Keith, attached is the bid tabulation for the odor control bid. Other documentation is
contained within Bonfire.
Please let me know if you have any questions.
leigh Ann Corrigan
Purchasing Agent
City of Jefferson
573-634-6325
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item D
SUBJECT: Contract Change Order Number 2 with Concrete Solution LLC , to Conduct
Additional Work on the Adams Street Sidewalk 2022 Project (#.32169)
, DATE CONSIDERED: March 20, 2023
DEPARTMENT DIRECTOR(S):. __ ____,~~~~~~--===---------
CITY ADMINISTRATOR:____,J_=------~~~;.s...-~=--------
Staff requests approval of this contract cha aer, that will allow Concrete Solution
LLC to conduct additional work on the Adam Street Sidewalk project. Specifically, this will
allow them to conduct tree grinding around a shallow gas main , remove add itional rock in
conflict with the project, construct a curb wall along the back of the sidewalk to limit rock
removal, and repair additional street.
The cost of this change order will be $57 ,1 00 and will result in the project change order
total reaching 14.3% of the City Council approved project cost. Cost for this change order
will be covered by Sales Tax G funds .
DEPARTMENT OF PU BLIC WORKS
E NGINEERING DIVISION
3 20 EAST M c CARTY S T REET
JEFFERSON C ITY, MISSOURI 6 5101
A CCOU NT N O . '-f 5-1 9 o -S 1'7 o 7 '-f
Change Order No. T wo (2) Project No. 3216 9 Ord . No. 2 Date : 2/24/2023
J ob & Location: ADAMS STREET SIDEWALK 2 022
Contractor: Con c r e te Soluti on~ LLC
It is hereby mutua ll y agreed that when this change order has been signed by the contracting parties , the followi ng described
changes in the work required by the contract shall be executed by the contractor without changing the te rms of the co ntract except
as herein stipulated and agreed.
DESC RIPTIO N OF CHA NG ES : (See Attached Sheet for Detailed Description I Exp lanation )
Note : Item numbers prefixed with "EW' (Extra Work) are new line items to the contract.
Item
No.
EW2
9
11
21c
Description
Tree G rinding & Removal around Gas
Rock Excavation/Removal
Residential Street (Remove & Rep lace)
Wall; Monolit hic Curb(Remove & Replace)
Unit
LS
CY
SY
LF
Quantity in
Quantity in Change
Contract O rder
0 1
40 60
225 275
10 180
C ONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES :
Revised
Contract
Quantity
1
100
500
190
Unit Price
$1 ,900.00
$120.00
$132.00
$65.00
Amount of
Overrun or
Underrun
$1,900.00
$7 ,200 .00
$36 ,300.00
$11,700 .00
1/We hereby agree to the modifications of the contract as described above and ag ree to furnish all materia ls and labo r and perform
all work in connection therewith in accordance wi th the requirements for similar work in existing contract except as otherwise
stipulated herein, for the fo ll owing considerations :
Contract Amount -Add $57,100.00 (Fifty Seven Thousand One Hundred Dollars and No Cents) to the Contract
Amount
Contract Time -Add 27 ca lendar days to the Contract
STATE MENT OF CON TRAC T AMO UNT:
Amount %Change Time
ORIG INAL CONTRACT $550,448 .95 153
PREV IOUS APPROVED CHANGE ORDERS $21,850.00 4.0% 15
TOTAL THIS CHANGE ORDER $57,100.00 10.4% 27
TOTAL OF ALL CHANGE ORDERS $78,950.00 14.3% 42
CON TRACT AMOUN T TO DATE $629,398.95 195
--ilil-72 7
Da te
Recommended by: 3 -(-;A~
Da te
1/1/2023
Da te
Verification of Encumbrance :
Finance Director '
Accepted by:
Owner-City Administrator I Mayor Date
Approved as to Form:
Office Use Only
Percentage
Change
based on
Council
Approved
Change Order Contract
Amount Amount
Change Order #1 $21,850.00 3.97%
Change Order #2 $57,100.00 14.34%
Cumulative
Amount of
Change Orders
since last Council Governing
Approval Criteria
$21 ,850.00 < $25,000
$78,950.00 >10%
Required
Approval
Admin.
Council
Date
Council Approved
Contract Amount
$550,448.95
$~29,398.95
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item E
SUBJECT: Awarding Bid IFB41 09 for Veterinary Supplies -Med icine and Non-
Med icine for the An imal Shelter
DATE CONSIDERED: March 20 , 2023(! / h
DEPARTMENT DIRECTOR(S): ~M/1,{
CITYADMINISTRATOR:.~~~~t~~~~~~~~~~~~~~~~~~~~-
Staff recommends awarding bid IFB41 09 for veterinary supplies to Zoetis and Midwest
Veterinary . The bids were awarded on a line item basis t o the lowest and best bid
meeting specifications .
The expenses for veterinary supplies will be paid out of Account Number 10-330-
544040-Care of Animals -General Fund .
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid IFB4109-Veterinary Supplies, Medicine and Non-Medicine
Police Department, Animal Shelter, Opened February 16, 2023
RECOMMENDATION:
Staff recommends awarding bid IFB41 09 for veteri nary supplies to the following vendo rs: Midwest
Veterinary Supply and Zoetis. This bid consisted of 16 3-line items. The bids were awarded on a line item
basis with the intent to award to as few vendors as possible to avoid managing several contracts . Midwest
Veterinary Supply was the lowest on most items and Zoetis provides a larger discount on certain items
that others cannot compete with . In FY22, the Animal Shelter spent approx imately $59,558. They are
expected to spend the same amount in FY23.
BIDS RECEIVED :
See the attached spreadsheet for the awarded line items. The highlighted items are the items sel ected for
award. Green indicates the awarded line item. Yellow indicates a lo wer price. It should be noted that the
item may be lower but there may be a difference in what was bid or the quantity per price. Therefore,
lower unit cost may not actually be a lower price.
This bid was advertised in the News Tribune on 1129/2023 and posted on Bonfire. Bid notifications were
sent to 156 vendors and there were 17 document takers.
FISCAL NOTE:
'·tA Expended or
Account Number Description FY 2023 Budget Encumbered Bid Amount Balance
'' Amount
Care of Animals,
10-330-544040 General Fund $49,290.00 $14,587.46 $34,742.12* -$30.58**
Bid Total $34,742 .1 2
*Prorated amount for seven months remaining in FY23
**lfthe budgeted amount is exceeded, staff will request a budget adjustment.
ATTACHMENTS-SUPPORTING DOCUMENTATION
Signarure :~(} ~
Pur sing Agent 3/8/23
Bid Tabul a tio n -I FB4 109-Veterinary S u p plies, Medicine and Non-Medicine
c ovetrus Or1 menca, Me -et nternahona 1 west derma ry upp1y, N h A LLC d V I I M'd V S Zo' ehs Cl S ean ~pace P ' LLC ro ect,
# Items TY UM Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price .. . ' ' I ~·'11 UDO I 0 -J\MUAI-
Amoxicillin/C iavulanate CLAY 875-125MG Clavamox, comes
Potassium -(Generic) TAB 20-in 112count,
875mg/125mg Tablets B LOODWORTH priced to match 20
#I-I 20cl) I Bottle WHOLESALE $5.51 RXAUG875 $5.87 Same 53 .47 ct $15.10 No Bid No Bid
~~·'UUWLI~-
AMOXIC!LLIN
250MG CAP 500 -
Amoxicillin caps 250 mg BLOODWORTH
# 1-2 500cl) I Bottle WHOLESALE $22.66 RXAM0250-500 $20.17 Same $14.64 No Bid No Bid No Bid No Bid
~~lm U75 1UZ •
AMOXICILLIN
500MG CAP 500 -
Amoxicill in caps 500 m g CARDINAL HEALTH
#1-3 500ct) I Bottle 107 $31.32 RXAMOS00-500 $27.52 Same $23.1 6 No Bid No Bid No Bid No Bid
Sku 058134-
CEPHALEXJN
250MG CAP 500 -
Cephalexin 250mg ASCEND RXCEP250-500
#1-4 500et) I Bottle LABORATORIES $38.09 CAPS $36.07 Same 522.67 No Bid No Bid No Bid No B id
Sku 055970-
CEPHALEXJN
500MG CAP 500 •
Cephalcxin 500mg ASCEND RXCEP500-500
#1-5 500ct) I Bottle LABORATORIES $44.16 CAPS $50.47 Same 530.88 No Bid No Bid No Bid No Bid
I ~KU UDJOL-
C LINDAMYC lN HCL
150MG CAP 100 -
CARDINAL HEALTH RXCLII SO-l 00 Antirobe, ISO rn g,
#1-6 C lindanwcin 150mg I Bottle 107 $9.30 CAPS $1 1.7 1 Same-I 00 ct-Caps 56.40 100 ct $1 14 .38 No Bid No Bid
)K\J u """"-
DOXYCYCLINE
HYCLATE IOOMG
CAP 500-
Dox'Ycycline IOOm g caps CARDINAL HEALTH Same -50ct-Doxy
#1-7 List quantities) I Bottle 107 $48.93 RXDOX I 00-50C $4.18 Hyclate $3.53 No Bid No B id No B id No Bid
~KU U>IJOJ •
KETOCONAZOLE
200MG TAB 100-
TARO
Ketocona7.o le 200mg PHARMACEUTICAL
#1-8 I OOct) I Bottle S USA INC S49.30 RXKCN200-100 $64.71 Same 560.00 No Bid No Bid No Bid No Bid
~·'11 u lb l
METRONIDAZOLE
250MG TAB 250 -
UNICHEM
Metronida>.ole Tabs PHARMACEUTICAL
#1-9 250mg (250ct) I Bottle S (USA), IN C. $14 .73 RXMTN250-250 $1 1.88 Same 58.13 No Bid No Bid No Bid No B id
~~·'11 U74b3U •
MIRTAZAPINE
15MGTAB30 -
CARDINAL HEALTH
#1-10 Mirta7.apine 15 m g (30ct) I Bottle 107 $2.85 RXMIRTAZIS-30 $2.36 Same $1.25 No Bid No Bid No Bid No Bid
Covetrus North America, LLC Med-Vet Internati onal Midwest Veterina r y S upply, Zoe tis Clean Space Pro eel, LLC
# Item s TY UM Comments Disc Price Comments Disc Price Comm ents Disc Price Comments Disc Price Comments Disc Price
~KU U f)JHU •
ONDANSETRON
HCL 8MGTAB 30 ·
CARDINAL HEALTH
#I -ll O ndansetron 8 mg (30ct) I Bottle 107 $2.78 RXZOF8-30 $1.54 Same S1.32 No Bid No Bid No Bid No Bid
~Ku U7~~J~ •
PREDNISONE I OMG
TAB 100-AMNEAL
PHARMACEUTICAL
#1 -1 2 Prednisone 10 mg (I OOct) I Bottle s $7.89 RXPRED I 0 -100 $7.84 Same $3.03 No Bid No Bid No Bid No Bid
S ku 057003-NOVOX IRXNOV I00-30-
CARPROFEN CAPTS CH NOVOX
Rimadyl (or generic) IOOMG 30CT-IOOMG30CT Carprieve
#1-13 I OOmg (30 ct) I Bottle VEDCOINC $17.24 CHEW TAB $20.32 #6452169 $15.93 Same $32.03 No Bid No Bid
SKu U5b~~7 -NUVUX
CARPROFEN CAPTS RXNOV25-30-CH
Rimadyl (or generi c) 25MG 30CT -NOVOX25MG Carprievc
#1-14 25mg (JOel) I Botlle VEDCOINC $11.5 1 30CT CHEW TAB $13.40 #645 1969 510.50 Same $22.12 No Bid No Bid
~Ku U~H4HH •
TERBINAFINE HCL
250MGTAB 100-
Terbinafine 250 mg CARDINAL HEALTH
#1-1 5 IOOct) I Bottle 107 $14 .17 RXTERBIN250-30 $4.02 Same 510.96 No B id No Bid No Bid No B id
3KU UO.L<OO •
CREDELIO TAB
450MG 50LB GRN
I OX6DS -L!LL Y
Credc lio (lotilancr) 25.1-COMPANION Same -16 boxes-
#1-16 50 lbs(green) I Box ANIMAL HEALTH $819 .3 1 No B id No Bid let each $240.41 No B id No Bid No Bid No B id
~Ku U/JLLU •
TRAZODONE HCL
IOOMG TAB 100 -
CARDINAL HEALTH RXTRAZ I 00-100
#1-17 Trazcdone (I 00 mg) I Bottle 107 $7.62 TABS IOOCT $5.0 1 Same -I 00 count $3.96 No Bid No Bid No Bid No Bid
Ill . ' .. .,
~Ku U~H~~H •
AMOXICILLIN
250MG/5ML SUSP
Amoxic illin oral powder 150ML -CARDINAL
#2-1 200mg/5ml (50ml) I Bottle HEALTH 107 $2.22 RXAMS200-50 $1.61 Same 51.51 No Bid No Bid No Bid No B id
:;Ku U6UHUU • AMUX.l·
Amoxicilli n/Ciavu lanate CLAY 200-
Potassium-(Generic) 28.5MG/5ML SUSP
200mg/28.5mg/ml (50 50ML -CARDINAL
#2-2 ml) I Bottle HEALTH 107 $2.69 RXAUGS200-50 $2.75 200mg-28.5mg/5ml 5 1.98 No Bid No Bid No Bid No Bid
~Ku U4~b~U •
MARQUIS
ANTIPROTOZOAL
PASTE 4XI27GM-
Marqui s ( 15% ponazuril) BOEHRINGER
#2-3 4 tubes/box I Box INGELHEIM $1 ,004.00 RXMARQUIS 532 1.47 No B id No Bid No Bid No Bid No Bid No Bid
Covttrus Nor th America, LLC Med-Vet In te rn ational M idwest Veterina r y Supply, Zoetis C lea n Space Project LLC
# Items TY UM Comments Di sc Price Comments Disc Price Com men ts Disc Price Comments Disc Price Commen ts Disc Price
~KU U/lbb4 •
MELOXIDYL O RA L
1.5MG/ML 200ML
PVL-CEVA
Meloxieam O ral Solution ANIMAL HEALTH RXMELOXIDYLI Loxicom 1.5 mglml-
#2-4 1.5mg/ml) I Bottle INC $10 1.24 0 $15.43 IOml #6451702 $11.33 No Bid No B id No Bid No Bid
~KU UUD)) •
PANACUR SUSP
I 0%40DS JL •-
MERC K ANI MAL RXV-PANACUR-
#2-5 Panac ur Svso. (I 000 mil I Bottle HE ALTH $143.0 0 LT $200.20 Same $143.00 No Bid No Bid No Bid No Bid
SKU UZZ0 18-Pyrante l Pamoate
STRONGID C2X PYRANTEL S usp. 32oz
St rong id Tor e qua l item PELLET I OLB PAIL PAMOATEPH-MVS# 191 .59034 .3
#2-6 l(qunn si1.e) I Bottle ZO E -ZOETIS INC $53.15 PYRANTEL $28.70 Human Pharm $36.91 No Bid No Bid No Bid No Bid
:~KU OJ 14 84-PRU
PECTALIN G EL
30ML VTQEA-
VETOQ UINOL USA RXVPRO-
#2-7 Pro-Pcctalin Paste. 30 ml I Syri nge INC $16.45 PECT ALIN $2o.62 Same $16 .45 No Bid No Bid No Bid No Bid
" I~KU uuoo.o-
ACEPROMAZ!NE
INJ I OMG/ML 50ML
PVL-BOEHRJNGER
Accpromaz ine I Omg/m l INGELHE IM Promoce Inj
#3-1 50ml) I Bottle VETMEDICA INC $2 4.24 RXACE-50V $30.9 1 #136059 $24 .07 No Bid No Bid No B id No Bid
SKU 0J4JbJ-
ANTISEDAN INJ
ZOE I OML -ZOET IS RX ANTISEDAN-
#3-2 Ant iscdan (I Om!) I Each IN C $234.85 10 $328.79 Sa me $234.85 5ml!!m l,10 ml $176.14 No Bid No Bid
I~KU U74 7bU-
AT RO PINE SULF
.54MG/ML INJ RXATROP INE INJ Atropine Sulfate
I OOML PVL -0.4 MG/ML20ML l /120gr 0.54mg/ml-
#3-3 Atropine I Bottle VEDCOINC $27.73 MDV $57.3 1 lOO m! $22.07 No Bid No Bid No Bid No B id I Sku 0377 13-
BAYTRJL 100 INJ LA Enrofl ox I 00 inj -
I OO MG/ML I OOM L -IOO mg/mi -I OOml -
#3-4 Baytril LA I OOmg/ml I Bottle ELANCO US INC. $56.53 RXB AYTRJL $79.14 #6068408 $45.08 No Bid No B id No Bid No Bid
S~"U 0755 15 -Dolorex I Umgtm t-
BUTORPHANOL 50ml #0 17070 Torb ugesic-AS,
Butorphanol (generic) I OMG/ML INJ 50ML (Zoctis is a lower Injectable, 2
#3-5 I Om!Vml (50ml) I Bottle C4 PVL -AKORN $152.99 RXTORBUGI 0-50 $270.62 concentration) $183.53 mglml IOml 35.85 No Bid No Bid
RXCERENJA-INJ
#3-6 Cercnia I Omg/ml I Bottle No Bid No Bid I OMG/ML 20ML $303.38 Sante-20m! $197.00 No Bid No Bid No Bid No Bid
S ~"ll U7794 Z -
CERENIA FEUK9
Ccrcni a 20 ml inj ectab le INJ 2 0ML VIA L -RXCEREN!A-INJ
#3-7 solut ion I Vial ZOETIS INC $1 97.00 I OMG/M L 20ML $303.38 Same -I Omglml $197.00 Cerenia $147.76 N o B id No Bid
!Sku 034362-
DEXD OMITOR INJ
Dexdomito r (gene ri c) 0 .5MG/ML ZOE
#3-8 10m)) I Each I OML -ZOETIS INC $2 12.25 RXDEXDOMJTOR $297.16 Same -0 .5mg/ml $108.87 0.5 mg/ml, I 0 m l $159.18 No Bid No Bi d
c ovetrus N ort Amcn ca, LL c MdV ct lntcrnatlona e -Midwest v s etermary , upp1 y, z oehs c c lea n Space Pro·ect, LL
# Items TY UM Comments Dis c Price Comments Disc Price Comments Disc Price Comments Disc Price Comments Di sc Price
~lru UILIW-
DIAZEPAM
SOMG/I OML INJ
SX I OML C4 -DASH
PHARMACEUTICAL RXDIAZEPS-1 0 Diazepam 5mglml-
#3-9 Diazepam 5mg/ml (Sml) I Bottle S LLC $224.26 SMGIML I OML S64.40 IOml-5 vial pack $202.50 No Bid No Bid No Bid No Bid
RXBEN-50-INJ
Diphenhydramine EACH/SINGLE I Same-sold as 25
#3-1 0 50mg/ml I ml vials I Box No Bid No B id MLVIAL $1.10 count box $27.33 No Bid No Bid No Bid No B id
Slru 07 11J I -
EPINEPHRINE
Epinephrine I: I 000 I: 1000 I MGIML
#3 -11 30m I) I Bottle SOML-VEDCO INC $34.12 No Bid No Bid Same-50ml $28.07 No Bid No Bid No Bid No Bid
~lru UJ>YQO -• A I AL
PLUS SOLUTION
250ML
C2NVORTECH -
VOR-TECH
Fatal Plus (pentobarbital) PHARMACEUTICAL
#3-12 250m! I Bottle s $125.73 RXFATAL-PLUS $122.49 Same $91.99 No Bid No Bid No Bid No Bid
Sku U557:J7-
HEPARIN SOD
30,000U/30ML INJ
Heparin 1000 units (10 30ML -CARDINAL
#3-13 ml) I Bottle HEALTH 107 $8.47 RXHEPARIN-10 $4.14 Same $4.08 No Bid No Bid No Bid No Bid
Sku 021532-Agri-Mectin 1%
IVERMECTIN 1.87% Injection fo r Cattle
PASTE I-DOSE PVL-and Swine 50 ml
#3-14 lve rmectin I% (50ml ) I Bottle MED PHARMEX INC S6.SS PH-IVOMEC $37.56 #225 $23.00 No Bid No Bid No Bid No Bid
~KU UU)QO , -
KETOFEN
KETOPROFEN
I OOMG/ML SOML-
#3-15 Ketofen (I OOcc) I Each ZOETIS INC $110.25 RXKET0-100 $228.63 Same $184.45 No Bid No Bid No Bid No Bid
~KU UO>OOU-
LACTATED
RINGERS INJ
14X IO OOML BAX-
BAXTER
Lactated ringers I 000 m l HEALTHCARE-
#3-16 bag I Bag FLUIDS $84.46 RXRINGL-1000 $8.8 1 Same S6.28 No Bid No Bid No Bid No Bid
~leU UUYO)U -
LACTATED
RINGERS INJ
Lactated ringers 500 ml 24X500ML LF -ICU
#3-17 bag I Bag MEDICAL, INC $139.14 RXRINGL-500 $7.35 Same 56.57 No Bid No Bid No Bid No Bid
S~'U 002468 -
LIDOCAINE 2% INJ
IOOML PVL-
#3-18 Lidocaine 2% (I OOcc) I Bottle VEDCOINC $4.11 No Bid No Bid Same-HCI ln'ection S3.00 No Bid No Bid No Bid No Bid
~lru UMUJJ-
NALOXONE HCL Same-lnj 0.4mg/ml-
4MG!IOML INJ IOML RXNALOXONE I ml-sold as t 0
#3-19 Naloxone I Bottle -AKORN INC S61.8 1 0.4MG/ML IOML $79.44 count $1 18.67 No Bid No Bid No Bid No Bid
Covetrus North America, LLC Med-Vet I nternational Midwest Ve ter inary S upply, Zoe tis Clean Space Project, LLC
# Items IQTY UM Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price
INOTOCIIIIO
Sku 062440-Suspens ion-! OOml-
Pen G 300,000 uni ts/m l NOROCILLIN INJ #VJN V-NORO-
#3-20 l OOm I) I Bottle I OOML -VEDCO INC St0.87 No Bid No Bid lOOM 510.96 No Bid No Bid No Bid No Bid
I ~I<U Ui14>0 -
PRAZIQUANTEL INJ
SOML-BlMEDA
Praziquantcl 56.8 mg/ml ANIMAL HEALTH RXPRAZIQ-10
#3-21 SOml) I Bottle IN C $388.00 IOMLVIAL $135.69 Same 536 1.67 No Bid No Bid No Bid No Bid
Sku 069 173 -Same -So ld as
STERILE WATER 25eount bottles -
#3-22 Sterile Water In. {I 00 ml I Bottle FOR INJ I L -NOVA-S5.S7 No B id No Bid l OOm! each $121.56 No Bid No Bid No Bid No Bid
~•U uo•u»-
XYLAZ INE
INJECTION
I OOMG/ML SOML
PVL -BIMEDA Xy laMed
Xylazine I 00 mglml ANIMAL HEALTH RXANASEDSO-I OO mglmi-S Oml-
#3 -23 50ml) I Bottle INC $25 .23 100 $3 1.09 #1020083 $23.28 No Bid No Bid No Bid No Bid
>Jru U JJUUO -
HYDROM ORPHONE
40MG120ML INJ
20ML C2 -HIKMA
Hydromorphone PHARMACEUTICAL Same-2mglml-1 ml
#3 -24 in· cctable (t ist sizes) I Bottle S USA INC. $28.96 No Bid No Bid vial-I 0 count 522.91 No Bid No Bid No Bid No Bid
~KU U4>1JO •
MELOXJCAM INJ
SMG/ML 20ML PVL -
NORBROOK RXALLOXATES-Loxicom inj-
Mcloxicam injectable LABORATORI ES 10 S,MGIML Smg/ml-1 Om I-
#3-25 lrLi st sizes) I Bottle LIMITED $124.60 IOML $94 .80 #6 451602 $60.28 No Bid No Bid No Bid No Bi d
~KU 014751 -
RIMADYL INJ ZOE Caprieve inj -lnf Solution 50
Carp rofen injectable {List 50MGIML 20ML -RXCARP -INJ 50mg/ml-20ml-mg/ml, 20
#3-26 sizes) I Bottle ZOETIS IN C $153 .25 SOMG/ML 20ML $91.56 #6451503 $57.78 mllbottle $114 .94 No Bid No Bid
SKU 070 186-
MIDAZOLAM HCL
5MG/5MLINJ
I OX5ML C4 -HIKMA
Mida>.o lam injectable PHARMACEUTI CAL RXMIDAZ -1 OML
#3-27 ICList sizes) I Bottle S USA INC. $18.09 5MGIML IOML $5.88 Same-5mg/ml-l Om I $10.69 No Bid No Bid No Bid No Bid
!SKU 004866-InJectable, I 00
TELAZOLINJ Til7.olan inj mg/5ml when
Te lazo l injectable (List I OOMGIML C3N ZOE RXTELAZOL-5 I 00m glml -5ml -reconstituted, 5rn l
#3-28 sizes) I Bottle SML -ZOET IS IN C $79.75 IOOMGIML 5ML $11 1.65 #17033-010-05 SS6.7S bottl e $59.81 No Bid No Bid
RXBUPRENOR5-Same-0.3 mg/ml-
Buphrenorphin c V 0.3MGIML I ml vial-s old as 5
#3-29 in ectable {Lis t s izes) I Bottle No Bid No Bid 5X I MLVIALS $112 .70 count $84.88 No Bi d No Bid No Bi d No Bid
~~KU 077640-
KETAMINE HCL INJ
Ketaminc HCL injectable IOOMGIML IOML RXKETAMINE Same-I OOm glml -100 mg/ml , 10 ml
#3-30 List sizes) I Bottle C3N -VEDCO INC $8.3 1 IOOMGIIOML $10.5 8 IOml $7.07 bottle $12.41 No Bid No Bid
Covetrus North America, LLC Med-Vet Int ernationa l Midwe st Ve ttrinarv S uoolv, Zor ti s Clean Space P ro· ect LLC
# !I ems TY UM Comments Disc Price Comments Disc Price Comments Di sc Price Comments Disc Price Com ments Disc Price
Sku075 18 1 -K9 Can ine Distemper,
VANGUARD truCan DAPPI+L4-Adenovirus Type 2,
Vanguard Plus 5 L4 (25 DAPPIL4 25X I OS -PH V-25count-Para influenza,
#3-31 dose/tray) I Tray ZOETIS INC $335.00 VNGUARD5L4 $418.25 #AV705881AAM $202.13 Pnrvovirus (I dose) 53.74 No Bid No Bid
t..anme AaenOV IruS
Type 2 ,
Sku 057434 -K9 Parainfluen za,
VAN GUARD RAPID truCan BAPi (IN)-Bordetella
Vanguard Rapid Resp 3 RESP 3 ZO E 25X IDS PHV-VANGUARD 25count-bronchiscptica (I
#3-32 25 dose/tray) I Tray ZOETIS INC $193.75 R3 $243.25 #AV7 16281AAM $13 1.75 dose) $3.58 No Bid No B id
Sku 0571 11 -RAB
DEFENSOR I ZOE
5X I ODS -ZOETIS RXV -I RABD EF-Rabvac l-50counl-Vanguard Rabies
#3-33 Defensor I (50 dose/tray) I Tray INC $188.25 SO D $248.53 #AV687682GAM $102.90 50 dose) $67.50 No Bid No Bid
Soru 075184-FEL
VAN GUARD RC P truFe l HC P-
Feloccll 3 RCP (25 25X IDS -ZOETIS 25count-Vanguard Feline
#3-34 dose/tray) I T ray INC $182.50 PHV-FELOCELI.3 $241.50 #AV7 14381AAM $111.86 RCP (25 doses) 554.00 No Bid No Bid
Sku 075185-FEL
VANGUARD truFel HCP+Ch-Vanguard Feline
Felocell 4 RCP-CH (25 RCP+CH 25X I DS-25count-RCP+CH (25
#3-35 dose/tray) I Tray ZOETIS INC $212.50 PHV-FELOCELL4 $264.25 #AV714881AAM $120.39 doses) 571.75 No Bid No Bid
~~·-u U455JJ-
CONVEN IA INJ VIAL Covenia, Inj ectable
Con venia I 0 ml ZOE IOML-ZOETIS Solutio n 80 gm/10
#3-36 in· ectablc, 80 mg powder I Vial INC $392.15 RXCONVENIA $549.02 Same $392.15 ml $294.12 No Bid No Bid
I SkU 059094-
D!ROBAN INJ
Diroban-1 FDC 25 mglml 25MG/ML 5X50MG -
#3-37 50mg x 2m I vial, 5 pack I Pack ZOETIS INC $257.00 R.XFD!ROBAN-5 $359.82 Same $257.00 Dirobnn, I vi $41.12 No Bid No B id
~ ' ' .. " . I
SkU 0 I 0026 -
VETROPOL YCIN HC
BNP (triple antibiotic) OPHTH OINT DVP RXTRIPOPH-
#4-1 O pth 3 .5~ I Tube 3.5GM -VEDCO INC $9.49 3.5GM $11.39 Same $5.40 No Bid No Bid No Bid No Bid
!Sku 02 19 17 -IC iot romazo le cream
OTOMAXOINT RXCLOT-BETI5 1%-loz-
150M BTLSCH CLOTRAMIZLEIB MVS# 191.36120.3
Clotrim nzo le ointment 12/CTN -MERCK ETACRREAM #Human
#4-2 List sizes) I T ube ANIMAL HEALTH $234.12 150M $2.10 Pharaceutica ls $1.67 No Bid No Bid No Bid No Bid
I~"" ULUI>'IL-ALUc
OTIC CLEANING
SOL 80Z PVL -JICE PHV-EPI-OTIC-A8
PHARMACEUTICAL EPIOTIC Vet Care Plus-8oz-
#4-3 Ear c leaner (List sizes) I Bottl e s $6.93 ADVANCED 80Z $19.08 #0405200 $5.44 No Bid No Bid No Bid No Bid
I SkU 07SH4H -
OPHTHAVET
OPHTHALMIC
OINTMENT 50 -PH-PURALUBE-Optixcare Gel -
#4-4 Eye Lubricant Ointment I Tube VEDCO IN C $15.95 VET $7.48 20gm-#OP X-4242 $9.54 No Bid No Bid No Bid No B id
Soru u 50~1 4-
STERILE EYE WASH Ophth almic
98.3% SOL 236ML-PH-EYE-4 40Z eyewnsh-8oz-
#4-5 Eve Wash -(List s izes) I Bottle AKORNINC $6.11 BOTTLE 53.85 #900108 56.00 No Bid No Bid No Bid No Bid
Covdrus Norlh America, LLC Mrd-Vct International Midwes t Veterinary Supply, Zoetis C lean Space Project, LLC
# Ite ms TY UM Comments Disc Price Comments Disc Price Comments Disc Price Comm ents Disc Pri ce Comments Disc Price
~k-u U)b lOb -
INTERCEPTOR
PLUS 8LB ORG EAH
5X6DS -LILLY RXINTPLUS-OR-6
Interceptor Plus, 2-8 lbs, 6 COMPANION BOXOF6NOT Same-Sold as Revolution, up to 5
#4 -6 ack I Sleeve ANIMAL HEALTH $147.00 SLEEVE $37.24 5x6count $147.00 lbs, 3 pack $30.94 No Bid No Bid
~~·-u U00/0~-
INTERCEPTOR
PLUS 25LB GRN Revo lution , up to
EAH 5X6DS -LILLY RXJNTPLUS-GR-6 5.1-10 lbs, 3 pack
Interceptor Plus, 8-25 lbs, CO MPANION BOXOF6NOT Same-Sold as = 38.1 0, also
#4-7 6 pack I Sleeve ANIMAL HEALTH $14 8.80 SLEEVE $37.70 5x6count $148.79 come s in 6 pack $38.10 No Bid No Bid
I ~KU uoo IV -
INTERCEPTOR
P LUS 50LB VEL
EAH 5X6DS -LILLY Revo lution, 20.1 -
Inte rceptor Plu s, 25 -50 COMPANION RXINTPLUS-YE-6 Same-Sold as 40 lb, 3 pack, also
#4 -8 lbs, 6pack I Sleeve ANIMAL HEALTH $188.27 6PK NOT S LEEVE $47.70 5x6count $188.27 comes in 6 oack $40.13 No Bid N o Bid
I ~KU U)O
INTERCEPTOR
PLUS I OOLB BLU
EAH 5X6DS -LILLY Revolut ion, 40.1 -
In terceptor Plus, 50-I 00 COMPANION RXINTPLUS-BL-6 Same-Sold as 96 lb, 3 pack, also
#4-9 lbs, 6 pack I Sleeve ANIMAL HEALTH $226.33 6PK NOT SLEEVE $57.34 5x6count $226.33 comes in 6 pk $40.32 No Bid No Bid
#4-10 Lime Sulfur Dip I Gallon No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid
I ~KU 0072 10-
OTOMAXOINT
2 15GM BTLSCH
Otomax Oi ntment or 80Z EA -MERCK RXOTOM-8
#4-11 I generic 2 15g I Bottle ANIMAL HEALTH $203.45 OTOMAX80Z $276.29 Same $203.45 No B id No B id No Bid No Bid
I Sku 0 589 11 -
REVOLUTION K9 RXVREV-
Revoluti on 6 pack, Plum , 130LB PLUM 5X6DS PLUMX66PK Same-Sold as 3 pk= $51.11 ,6 pk
#4-12 dog. 85.1-130 lbs Top Sol I Sleeve • -ZOET IS INC $625.00 NOT SL EEVE $166.26 5x6count $625.00 = 93.75 $51.11 No Bid No Bid
~~·-u U /<11,-
SENERGY K9 85.1-Revoll Spot-On
Selamcctin for dogs, 85-130LB PLUM 85.1-130#-sold as 3 pk = $51.11 ,6 pk
#4-13 130 lbs (plum) I Sleeve I OX3DS • -VEDCO $438.97 No Bid No Bid 5x6count-# 160 18 $369.25 = 93.75 $51.11 No Bid No Bid
!Sku 068510-Steneare SodiUm
UL T IGIENE NORM C hlori de for
Sodium C hlo ride for SALINE SOL RGD RX0 .9NACL-irrigalion-1 OOOm l-
#4-1 4 irrigation (250 m l) I Bottle 250ML -VEDCO INC SJ .77 250JR $9.79 #6281 $5.09 No Bid No Bid No Bid No Bid
Sku 015450-
UNIVERSAL
M EDI CAT ED
SHAMPOOVTQ
Universal Medica ted 160Z-
#4-1 5 Shampoo I Gallo n VETOOUINOL USA $18.28 No Bid No Bid Same $112.18 No Bid No Bid No B id No Bid
I ~k-u 0)/4U4 -
VECTRA 3D K9 XL
RED 12X6DS -CEV A
ANIMAL HEALTH PHV-VECTRA39-Same-Sold as
#4 -16 Vectra 3 D Dog 951b+ I 6-Pkg INC $957.96 95 3DOSE X 12 $675 .22 12x6count $957.96 No Bid No B id No Bid No Bid
Covetrus North America, LLC Med-Vellnternational Midwest Veterina ry_ Supply , Zoeti s C lean Space Project, LLC
# Items TY UM Comments Disc Price Comm ents Disc Pri ce Co mments Disc Pri ce Comments Disc Pri ce Comments Disc Price
1 ~1ru u i002o-
VETROPOL YCIN HC RXNP B-HC
OPHTH OINT DVP NEO/POL YIBAC
#4-17 Vetropolycin HC I T ube 3.5GM -V EDCO INC $9.49 WIHC S8 A O Same 59.49 No Bid No Bid No Bid No Bid I Sk-u 0 10028-
VETROPOL YCIN
OP HTH OINT DVP RXTRIPOPH -
#4-18 Vctrooolvcin (No HC) I Tube 3 .5GM-VEDCO INC $8.27 3.5GM $11.39 Same $8.27 No Bid No Bid No Bid No Bid
~Jru U f q OLO -
GENTAMICIN 0.3%
OPTH SOL 5ML -
C ARDINAL H EALTH
#4-19 Gentamic in ophthalmic I Bottle 107 $2.2 t RXGENOPH-5 $2.2 1 Same-0.3%-5ml $2.13 No Bid No B id No B id No Bi d
~Jru UlHYH J -'H-I t:KKA-t /H
TERRAMYCIN TERRAMYCIN
OPHTHALMIC OINT OPHT HALMIC Terramyci n
Terramycin Ophthalmic I/80Z ZOE-ZOETIS OINTMENT , Ophthalmic Oint-
#4-20 O il (I 0 pack) I Package INC $17.20 EACH $24.09 1/Soz-# I 0000474 $17.20 1/8 oz. I 0 per pack $16.34 No Bid No Bid
1>1
Sku 029405-
ISOFLURANE SOL
250ML PVL •-
P!RAMAL CRI TICAL
#5-I lsoflurane (250cc bottl e) I Bottle CARE INC $41.13 RXJ S0-250 $39.19 Same-USP $29.7 1 No Bid No Bi d No Bid No Bid
r;, ' .. ;
~·-u u. ,. -
MSCOPE CVR SLP
G LS 22X22 SZ2 I OZ
PVL -Y AN CHENG
Mic ro scope covers 22 x HU lDA IMP.&
#6-1 22m #2; Thickness-I oz I Package EXP.CO .• LTD. $2.99 94-t -222 $2.48 Same $6.06 No Bid No Bid No Bid No B id
~~Jru U I L I O-
COTTON T IP APPL Cotto n tipped wood
6 ' ST ER 2/PK I 00 app li cators non-
PVL -GOODWOO D steril e 6'-sold
Cotton tip ap plicato" 6" MEDICAL CARE CTA6 1000/BOX as I OOO count box-
#6-2 -pack ets I 00, 10 pktlbox I Box LTD $2.80 NON-STERILE $5.93 #4302 $7.25 No Bid No Bid No Bid No Bid
~KU u u~••-
WOODEN
APPLICATOR STK
61N I OOOCT PVL -
GOOD WOOD
MEDICAL CARE 97-870 1-10 plain
#6-3 Wood applicator st icks I Packa~e LTD $7.18 aool sti cks. I OOOct $7.53 Same-1000 count $3.13 No Bid No Bid No Bid No Bid
Sku 0014 16-
SPONGES GAUZE
Gauze Sponges 4 x 4 -NS 4X4 8-PL Y KEN PK408 4X4 Same-Non-woven-
#6-4 I OOs I Sleeve 200 -C ARD INAL $9.49 8PL Y200/PKG $3.26 8ply $2.88 No Bid No Bid No Bid No Bid
~KU U N UOq -I N"t:
PO ROUS ADH WHT
I INX IOYD 12 PVL -
JORGENSEN
S tandard Porous Tape I " LABORATORIES PTI l 'X IO YD Same-Kendall -Sold
#6-5 X 360" I Roll INC S l 6.90 12/BOX $11.02 as a 12 count $16 .95 No Bid No Bi d No Bid No Bid
Covetr us North America, LLC Mtd-Vel lnltrnational Midwtst Vderina ry Su ppl y, Zoe tis Clean Spa<e Pro'ect, LLC
# Items 1QTY UM Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price
~lru 0073 19-
BLADES SS
STERILE 10 BX I OO Bard Parker Sterile
Surgical blades #I 0, PVL-RIBBEL Scalpel Blade# I 0-
#6-6 100/box I Box INTERNATIONAL $19.00 ZB I O $13.99 50count-#371210 534.19 No Bid No Bid No Bid No Bid
Sku 007322-
BLADES SS
STERILE 15 BX I 00 Bard Parker Sterile
Surg ical blades # 15, PVL-RIBBEL Scalpel Blade# 15-
#6-7 100/box I Box INTERNATIONAL $18.99 ZBI5 Sl3.99 50count-113 7 1215 539.07 No Bid No Bid No Bid No Bid
Sku 071125-
GLOVES EXAM
LATEX PF PC SM mVet Latex exam
Powder Latex gloves -I OOCT PVL-SRI gloves, powder free ,
I 00s: Small, Medium, TRANG GLOVES small-1 OOcount-
#6-8 Large I Box !(THAILAND) CO $11.84 AHSPFS SMALL $10.99 #10771 ADI 58.18 No Bid No Bid No Bid No Bid
!Sku 055167 -jPH-CHLOR4-GAL
CHLORHEXQ CHLORHEX4% Pro-Tee Chlorseptic
SCRUB 2% GALLON SOLUTION/SCRU 4% with Aloe Vera-Nolvasan Surgical
#6-9 Chlorhexidene Scrub I Gallon -VEDCOINC $45.09 B $43 .64 I Gall on-1159003 $23.63 Scrub. I eal $ 126.95 No Bid No Bid
'~KU U/LO~O -
AUTOCLAVE
INDICTR TAPE STM
112"PVL-Comply Stearn
TIANCHANG JIARUI Autoclave Indicator
PACKAGING Tape lend free-
#6-10 Autoclave Tape Y," I Roll MATERIAL S2.94 AUTOTAPE I/2 $5.99 0.5'x60ud S3.98 No Bid No Bid No Bid No Bid
~KU U509LO -LA~ f
PADDING SYNTH Wcbril Cast
2X4 YO BG24 PVL-CCP2 COTTON Padding 2'x4yards
#6-1 1 Cast Paddine 2" I Bag HENRY SCHEIN INC S5.83 2'X4YD 12CT $7.99 24count-111418 $15.64 No Bid No Bid No B id No Bid
~~~-u 056930-CAH
PADDING SYNTH Webril Cast
4X4YD BG I2 PVL -CCPD COTTON Padding 4 'x4yards
#6-12 Cast Paddine 4" I Bae HENRY SCHEIN IN C $5.65 4' X4YD 12/BAG $12.99 12count-#3175 5 15.86 No Bid No Bid No Bid No Bid
~~·-u UOLjUO -
TUBULAR STRETCH
BANDAGE
2 .5CMX6.5M -Dynarex stretch
JORGEN K.RUUSE gauze 2'x4 .1 yard
#6-13 Stretch Gauze 2" I Bag AJS $12.36 492Z $2.75 12count-113 102 S l .27 No Bid No Bid No Bid No Bid
Dukal gauze stretch
4 'x4 .I yard 12count
#6-14 Stretch Gauze 4" I Bag No Bid No B id 494Z $4.75 #DUK 8519 52.99 No Bid No Bid No Bid No Bid
~~lru OOIObb-
AUTOCLAVE TUBE
HT SEAL 3'X IOO'
ROLL -MEDICAL
ACTION
#6-15 Sterili zation TubinA 3" I Roll INDUSTRIES INC $8.97 TUBE3 3'XIOO' $5.85 Same-I 00' roll $20.25 No Bid No Bid No Bid No Bid
c ovetrus North Amer ica, LL c Med-Vct International Midwest Veterinary S upply, Zoetis Clean Space Project, LLC
# Items TY UM Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Pri ce
>KU UUIOO/·
AUTOCLAVE TUBE
HT SEAL4"XIOO'
ROLL -MEDICAL
ACTION
#6-16 Sterilization Tubin~ 4" I Ro ll INDUSTRIES INC $10.22 TUBE4 4" X 100' $9.95 Same-I 00' roll $23.75 No Bid No Bid No Bid No Bid
>KUUJUU I •U:.O
TUBE CONE
PLYSTR 15ML JOR546E 15ML.
I OOCT -JORGENSEN CENTRJFUGE
Centrifuge Tubes LABORATORIES TUBE, ROUND
#6-17 d isposable !Sec I 00/box I Box INC $18.68 BOTTOM $26.60 Same $17.70 No Bid No Bid No Bid No Bid
Nitri le Powder free mVet Nitrile exam
gloves; Small & Medium glo ves powder free
I 00/box, Standard gloves, NITRILE-M black small-
#6-18 no spec ific color I Box No Bid No Bid MEDIUM $6.99 I OOcount-# 14371 $6.71 No Bid No Bid same S4.90
~lru U321UU-ULTRA
CLNR CLEAN/SMPL JOR649
Topi-Zyme or equal CSUI I GALEA-ENZYMATIC Instrument cleaner
in strument cleaner TUTTNAUER USA INSTRUMENT lubricant-1 gall on-
#6-19 concentrate) I Gall on CO LTD $697.50 CLEANER $88.00 #3 -710 $27.99 No Bid No Bid No Bid No Bid
>KU UJ/4" •
INSTRUMENT LUBE
MILK BATH MLX
GAL -INTEGRA
#6-20 In strument Milk/lubri can t I Gall on MILTEX $38.28 ILG $28.41 Same-Concentrate $46.00 No Bid No Bid No Bid No Bid
>KU U)OLOL • AHl'
RESCUE LIQ RTU
FORMULA !GAL-Rescue Concen trate
CLIPPER Gallon
DISTRIBUTING CO Manufacturer
#6-21 Accel I Gallon I Each LLC $14.60 No Bid No Bid Item:23305-00I C $39.69 No Bid No Bid No Bid No Bid
>KU U I OU)J -ANt:.>
BAG WN AL VE 0.5
Ll JOR J248EDI -
JORGENSEN
LABORATORIES JOR249A 0.5L
#6-22 Anesthesia bags 0.5L I Each INC $14.10 DISPOSABLE $2.82 Same $17.81 No Bid No Bid No Bid No Bid
>lru U IOUO)-ANt:.>
BAG DISP 1.0 LITER
J249B EA-
JORGENSEN
LABORATORIES JOR249B
#6-23 Anesthesia bags I.OL I Each INC $7.54 DISPOSABLE $2.84 Same $17.45 No Bid No Bid No Bid No Bid
Sku 069785 -ANES JOR249B2
BREATH BAG 2L -DISPOSABLE
#6-24 Anesthesia bags 2 .0L I Each MID MARK CORP $42.00 2LITER $3.60 Same $18.75 No Bid No Bid No Bid No Bid
>KU U I OUOO • ANt:.>
BAG DISP 3.0 LITER
J249C JOR EA -
JORGENSEN JOR349C
LABORATORIES DISPOSABLE
#6-25 Anesthesia bags 3.0L I Each INC $7.52 3LITER $3.50 Same $19.23 No Bid No Bid No Bid No Bid
Sku 069782 -ANES
BREATH BAG 5L-
#6-26 Anesthesia bags S.OL I Each MIDMARK CORP $42.00 No Bid No Bid Same $20.16 No Bid No Bid No Bid No Bid
Cove tru s Nortb America, LLC Med-Vet Jnternational Midwut Veterinary Supply, Zoetis C lean Spacr Projrct, LLC
# Items QTY UM Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price
[~lruUW:l~4 •
CLIPPER SPRAY
C lippercide or e qual CLIPPERCIDE BSA
clipper Blade 150Z •-KJNG Oster Clipper Blade
#6-27 cleaner/lube/disinfectant I Gallon RESEARCH $7.86 CLIPPERCIDE $7.86 Wash-18oz 55.53 No Bid No Bid No Bid No Bid
~ICU UOOJJ • KJW t.t.~
TAGS ALUMINUM
200CT -STONE RABIESTAG23 Rabies tags blank
Rabies Tags, 200/box, MANUFACTURING BELLSHAPE 2023 grcrn bell
#6-28 circular, engraved I Box &SUPPLY CO $83.22 IOO CT Sl8.65 nJuminum 564.00 No Bid No Bid No Bid No Bid
~lru U40UU •
DERMATOPHYTE
Dennatophytc Mini Plates DTM MINI PLATES Bi-Piatc Duo
(Not lidded jars) -(List 6CT-SHELBY Dennntophytc-
#6-29 uantity per box) I Box SCIENTIFIC IN C S l 2.64 No B id No Bid I Ocount-#20 165 525.06 No Bid No Bid No Bid No Bid
~lruU/1 14 /·
MSCOPE CVR SLP
GLS 22X22 SZ2 I OZ
PVL • Y ANCHENG mVet Microscope
HUlDA IMP.& MIC ROPLAIN Slides, plain-
#6-30 Glass S lides (no n-frosted) I Box EXP.CO ., LTD. $2.99 72PC $3 .35 72count 52.24 No Bid No Bid No Bid No Bid
Sku 058315 -
SHARPS
CONTAINER 5 QT
BALANCE EA PVL -SHARP-IG I
#6-3 1 S harps Container 5qt I Each OAKRIDGE S4.93 GALLON SIZE $5.82 Same-5.4 quart 57.36 No Bid No Bid No Bid No Bid
Sku 037973 •
SHARPS
CONTAINER 8.2QT
REDBDKEA -
BECTON SHARP-2 2
#6-32 Sharps Container 8qt I Each DJCKJNSON & $1 1.04 GALLON $7.28 Same S4.97 No Bid No Bid No Bid No Bid
~ICU U /JJOJ • MA~II.
SURG TIE-ON NS
BLUE 50CT PVL -
Disposable tie -o n surgery ZHENDE MEDICAL Tic-On M as ks 3ply-
#6-33 masks 50/Box I Box [(HK) CO., LIMITED $12.42 MASK-T S I 0.94 50count-#J0731 5 15.67 No Bid No Bid No Bid No Bid
I ~"" UtJ OOJ-~l Air
DIP QK REFIL KJT
3X500ML PVL • -
JORGENSEN
LABORATORIES
#6-34 Dip Quick Stain (set of 3) I Set INC $55.03 JOR322 3X 180ML $51.04 Same-180ml $36.45 No Bid No Bid No Bid No Bid
ucnnASSISt Latex
Sku 056813 • GLOVE Surgical glaves
SURG SYN CRJT C R powder free sterile -
SZ 6 .5 50 PVL -50pair-#IHC
#6-35 Size 6 .5 Surgical Gloves I Box HENRY SCHEIN INC $97.27 SG6.5PF $38.79 133650 $30.69 No Bid No Bid No Bid No Bid
I~KU UI)/OJ -lJennAsSISt Latex
GLOVESSURG Surgical glavcs
POL YISPR PF 7 .5 po wder free steri le-
25PR KRU -JORGEN 50pair-#IHC
#6-3 6 Size 7.5 Surgical G loves I Box KRUUSEAIS $98.68 SG7.5PF $38.79 133750 $30.69 No Bid No Bid No Bid No B id
Covctrus No rtb Amtrica, LL C Med·Vet International Mid wes t Velerina rv Suoolv, Zoe lis Clean Spa ce Project, LLC
# Items TY UM Comm ents Disc Price Co mments Disc Pri ce Comments Disc Price Comments Di sc Price Comments Disc Price
uermASSISI UlteX
Sku 075780 -S urgical Gloves
GLOVESSURG Powder Free Steri le
POL YJSPR PF 6.0 S ize 6
25 PR KRU -JORGEN 50 pair
#6-3 7 Size 6 Surgical Gloves I Box KRUUSENS $98.68 SG6PF $38.79 #IHC 133600 $30.69 No Bid No Bid No Bid No Bid
~KU U /Y/HL -u e rmASSISt Latex
GLOVES SURG S urg ical glaves
POL YJS PR PF 7.0 powd er free sterile-
25 PR KRU -JORGEN 50pa ir-#!HC
#6-38 Size 7 Surg ical Gloves I Box KRUUSENS $98.68 SG7PF $38.79 133700 $30.69 No Bid No Bid No B id No Bid
~KU ULJHJY -ANt~
ABSORB
CARB O LIME C HT 5
GAL-SUMMIT
Sodasorb (List sizes FIN ANCIAL
#6-39 avail able) I Gallon RESOURCES LP $104.74 JOR553 3 LBS $14 .69 Samc-3# Bag Sll.25 No Bid No Bid No B id No Bid
~KU UJ 1477-
VETERIN ARY SURG mVet Surg ical
ADHES IVE 2ML PVL Adhesiv e
• -C P MEDIC AL Rivcrbond-3 ml -
#6 -40 Tiss ue adhes ive I Each CORPORATION $14.03 VG3 3G BOTTLE $13.81 #TA-03 $15.87 No Bid No Bid No Bi d No Bid
~KU UUO UHO • AN t~
GAS FILTER
CANISTER EA PVL -
Clean Air or F-Ai r or DEE VETERINARY
#6-4 1 encri c can isters I Each PRODUCTS LLC $9.33 F-AJR $32.17 C lean Ai r $5.10 No Bid No Bid No Bi d No Bid
i >k'll UU II H -,U
BRAUNAMID #3
NONE 50M C ASS • -
Suture Cassettes -3-0, 2-JORGENSEN PG30 PG A Ve tacry l Su ture
0, 0 Vicryl or equal LABO RATORIES CASSETTE, 3-0 Vio let Cassette 3-0,
#6-42 en cri c suture I Each INC $55.24 15M S29.95 25m-#PG30 $72.80 No Bid No Bid No B id No Bid
Sku 029247-SUT
PDQ VI OLET 3-0 Po ly-Dox Suture
Suture Cassettes-3-0, 2-2 5M CASS -CP PD30 3-0 PDO C iolet Cassette 3-0,
#6-43 0 , 0 PDS o r equal suture I Each M EDICAL $78.23 CASSETTE 15M S39.60 2 5m-#SMC30 $86.59 No Bid No B id No B id No Bid
S uture Cassettes 3-0,2-MF30 NYLON Surgamid S uture
0, 0 Ethilon or equal CASSETTE, 3-0 , Bl ue Cassette 3-0,
#6-44 suture I Each No Bi d No Bid lOO M S31.00 I OOm-# 1360008 $53.09 No Bid No Bid No B id No Bid
I ~Kll UUL YY4-m Vet ,urg1ca1
WRAPPER INSTRU Ins trum ent Wrap
C loth In strument Dra pes 30X301N WA EA -Blue 30' x 30'
#6-45 Non-fen estrated 30"x30" I Each KVPINC $16.87 W3030 S7.22 #MVIW3030 $9.60 No Bid No B id No B id No Bid
Instrum ent Wrap
C loth 4-Qua rter Drapes, 18" x 18" Each
#6-46 16"x l 6" I Each No Bid No Bid No B id No Bid #W I $9.19 No Bid No Bid No Bi d No Bid
Sku 002038 -TUBES Tomcat S il icone
FEEDING 3 .5FR RR Ure thral Catheter
Red Rubber Catheters, 16IN SHW EA -3.5 fr 5' Open End
#6-47 3.5fr 1 Each C ARDINAL HEALTH $1.73 No Bid No B id #TM350E S20.10 No Bid No Bid No B id No Bid
Covetrus North America, LLC Med-Vet International Midwest Veterinary S upply, Zoetis C lean Space Pro· eel, LLC
# Items TY UM Comments Disc Price Comments Disc Price Comments Disc Price Comments Di sc Price Comments Disc Price
ICiearVtew foley
Sku 002039 -TUBE Silicone Catheler
FEEDING SFR RR 5fTx l 2' w/J.Occ
161N SHW EA-Balloon Pink-
#6-48 Red Ru bber Catheters. SIT I Each CARDINAL HEALTH $1.73 No Bid No Bid #CFC530 $25.14 No Bid No Bid No Bid No Bid
~ICU UULU4U ·TUBE~
FEEDING 8FR RR Canine urinary
161N SHW EA-Catheter 8fTx20'-
#6-49 Red Rubber C atheters, 8ft I Each CARDINAL HEALTH $1.73 CATH8-R $1.22 #JO I 54M $1.75 No Bid No Bid No Bid No Bid
Sku 002041 -TUBES
FEEDING JOFR RR Canine ur inary
Red Rubber Catheters, 161N S HWEA -Catheler 10fTx20"-
#6-50 l Oft I Each CARDINAL HEALTH $1.73 CATHJO-R $1.16 #JOI54L $2.50 No B id No Bid No Bid No Bid
~"" uuu•Jo -~u
NDL REG 3/SCJR
CUT EDG SZI4 12CT 3/8 Circle reverse
3/8 circle cutting edge -CINCINNATI cutting size 14
surgical needles; Size 14 ; SURGICAL surgeons needle-
#6-51 6 pack I Package COMPANY $18.85 No Bid No Bid 6count-# 1822-14R $9.75 No Bid No Bid No Bid No Bid
JtlS t1rc e reverse
cutting size 3 eye
needle-6count-
3/8 circle cutting edge choice of sizes are
surg ical eye needles; 6 1,2,3, or 4-# 1830-
#6-52 I pack I Package No Bid No Bid No Bid No Bid I R.2R.3R. or 4R $9.75 No Bid No B id No Bid No Bid
Sku 060067 -SYR Exel Syringes
SOFTPK 3ML 22X3/4 w/necdle 3cc
LL JOOCT PVL -22gx3/4" LL-
Needle/syringe 22 x '!."-JIANGSU CAINA I OOcount-#EXE
#6-53 3 cc luer lock ; I 00/box I Box MEDICAL CO LTD $1 0.8 6 AH03 L22 19 $9.0 5 26115 $7.57 No Bid No Bid No Bid No Bid
,~ICU UOU/'" • ~ rK
SOFTPK IML TB
25X5/8 LS I OOCT PV Dynarex Tuberculin
Tuberculin SHANGHAJ KINDLY syringe w/needle
syringe/needle , I cc, 25 ENTERPRJSE DEY I cc 25gx5/8"-
#6-54 auee (25e x 5/8")-IO Os I Box GRP $17.24 AH OIT25 16 $11.63 I OOcount-#6937 $9.00 N o Bid No Bid No Bid No Bid
I ~I<U UOUIJ I -~YK
SOFTPK 12ML NO
NDL LL I OOCT PVL -
Syringes, 12 cc, luer lock JIANGSU CAINA 26265 I 0-12CC
#6-55 50/box I Box MEDICAL CO LTD $18.58 EXEL SYRJNGES $22.46 Same -80 count $23.12 No Bid No Bid No Bid No Bid
I ~"" uou /JO-SYR
SOFTPK 6ML LS
IOOC T PVL -AHOS L SCC LL Ideal Syri nges 6cc
JIANGSU CAINA SYRJNGES, LS Soft pack-
#6-56 Svringes only-6 cc-50s I Box MEDICAL CO LTD $13.4 1 I OOCT $11 .6 3 I OOcount-#911 0 $17 .65 No Bid No Bid No Bid No Bid
I~ICU UULU LY-~ 'K
DISP 3ML ORAL
MED W/CAP SHW
O ra l Syringes-3 cc -10 0-CARDINAL
#6-57 IOOs I Box HEALTH $21.10 B-D3 05210Z $32.79 Same $18.37 No Bid No Bid No Bid No Bid
1 ~KU uJ qY J U-~YK
DISP IMLORAL NON6500 1Z
MED W/CAP SHW ORAL SYRJNGE,
Oral Syringes-I cc -I 00 -CARDINAL C LEAR,IML
#6-58 IOOs I Box HEALTH $18.23 50/BOX $12.44 Same $17.21 No Bid No Bid No B id No Bid
Covdrus North America, LL C Med-Vet Internat ional Midwest Veterinary Supply, Zoetis Clean Space Pro'ecl, LLC
# Items TY UM Comments Disc Price Comments Disc Pri ce Comments Disc Price Comments Disc Price Comments Disc Price
~ICU UbU /bJ • NUL
SOFTPK 25X5/8
IOOCfPVL -25gx5/8' -Dynarex
SHANGHAI KJNDL Y AHS25 16RN peel pack po lyhub
Needles only, 24 x 5/8" -ENTERPRISE DEY 25X5/8 NEEDLES. needle 25gx5/8'-
#6-59 IOO s I Box GRP $4.91 IOOCT $5.16 I OOco unt-#6972 $8.26 No Bid No Bid No Bid No Bid
~KU UOU/0, • I'UL
SOFTPK 22X I I OOCT
PVL -SHANGHAJ
KJNDLY
Needles only, 22 x I -ENTERPRISE DEY
#6-60 I OO s I Box GRP $4.92 AHS2225RN $5.16 Same-Exel $4.29 No Bid No Bid No Bid No Bid
~~KU UOUIO< ·N UL
SOFTPK 20X I I OOCT
PYL -S HANGHAI
KJNDLY
Needles only, 20 x I -ENTERPRISE DEY
#6-6 1 I OOs I Box GRP $4.92 AHS2025RN $5.16 Same-Dynarex $3.75 No Bid No Bid No Bid No Bid
Sku 060758 -N DL
SOFTPK 20X I -1/2
IO OCT PYL -
SHANG HAl KlNDL Y
Need les only, 20 x y,-ENTERPRISE DEY
#6-62 I OOs I Box GRP $4.83 26431 $6.70 Same-Enguage $4.50 No Bid No B id No Bid No Bid
I~KU UUUU'I-~I MYLC·
TEAR BDG BRIGHT
2IN 36CT PYL -Same-m Yel
SUZHOU Cohesive wrap
MEDSPORT OF2BX 2' 2"x5yds neo n co lor
2" vet wrap mult i-color PRODUCTS CO., COHESIVE TAPE p ack-36count-
#6-63 ack I Each LTD. $44.36 36/BOX $28.22 #070 11 PK $38.06 No Bid No Bid No Bid No Bid
Sku 058569-
COLLAR ELIZ 7.5CM mVet Can ine c-
CLR 5PKPYL-coll ar basic clear
#6-64 E -Collars (Li st sizes) I Each JORGEN KRUUSE $9.94 EC7.5 SIZE 7 .5 $3.60 15cm-#MYBC4 15 $1.69 No Bid No Bid No Bid No Bid
6" Silver Nitrate
#6-65 Applicators I Box No Bid No Bid RXSNA6 $25.48 Same $19.89 No Bid No Bid No Bid No Bid
!Sku 000292-KMR
KITTEN POWDER
PAG 120Z -PET-AG,
#6 -66 KMR powder 12oz I Each INC. $18.37 PH-KMR-12' $17.26 Same $14.23 No Bid No Bid No Bid No Bid
SICU 02J205 -KMR
KITTEN POWDER
PAG 280Z -PET-AG,
#6-67 KMR powder 28oz I Each INC. $36.72 No Bid No Bid Same $28.44 No Bid No Bid No Bid No Bid
!Sku 000282 -
ESBILAC PUPPY
POWDER PAG 120Z
#6-68 Esbilac powder 12oz I Each PET-AG INC . $17.00 PH-ESBILAC-12 $17.25 Same $13.16 No Bid No Bid No Bid No Bid
1 ~1ru uuJoJ7-
ESBILAC PUPPY
POWDER PAG 280Z
#6-69 Esbi lac powd er 28oz I Each PET-AG, IN C. $35.68 No Bid No Bid Same $27.64 No Bid No Bid No Bid No Bid
PH-CLIN ICARE
80Z FEL INE Nutri-Cal 4 .25oz
#6-70 Clini care I Each No Bid No Bid LIQUID DIET $6.60 #4 11 557 $9.13 No Bid No B id No Bid No Bid
Covetrus North America, LLC Med-Vet International Midwest Veterinary Supply, Zottis Clean Space Pro· eel. LLC
# Items [QTY UM Comments Di sc Price Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price
~lru U7U:lbU -IV ~I:. I
105" BUR 60DP
GRAVITY 5CT PVL-
POL YMEDICURE
#6-7 1 Drip seiS ( 15 drops/ml) I Each LTD $28.84 IV IS $1.88 Same-mYel 80" $1.33 No Bid No Bid No Bid No Bid
Slru U702H I -CATH
IV SOFTPAK PUR Surflash IV
24X3/4" I OCT PVL -Catheter 24 ga x
POL YMEDICURE C l2420 N IPRO, 3/4"
#6-72 IV catheter.; 24~ I Each LTD $8.37 24X0.75" 51.21 #SRFF24 19U $1.66 No Bid No Bid No Bid No Bid
>KU U/ULOU-L.AJH
IV SOFTPAK PUR
22X l " I OCT PVL-Surflash IV
POL YMEDICURE Cl2225 N IPR022 Cath eter 22 ga x I"
#6-73 IV catheter.; 22~ I Each LTD $8.37 X I " $1.21 #SRFF2225U $1.66 No Bid No Bid No Bid No Bid
~KU U/UL/~ -L.A I H
IV SOFTPAK PUR
20Xl" I OCT PVL-Surflash IV
POL YMEDICURE C l2025 NIPRO 20 Catheter 20 ga x I "
#6-74 IV catheter.; 20~ I Each LTD $8.37 X I " $1.21 #SRFF2025U $1.66 No Bid No Bid No Bid No Bid
~•u vooV'to-rr ru
FEL FORTIFLORA
SUPPLMT 6X30CT -
NESTLE PURINA
PETCARE PHV-FORT I-
#6-75 Feline Forti Flora I Box COMPANY $1 13.86 FELINE 30PKTS $174.22 Same $1 13.94 No Bid No Bid No Bid No Bid
OKU VOV't l < • UVWI'
Disposable gown s for ISO DISP POLY
isolatio n (List quantities)-COATBLUNIV mVet AAMI Level
Standard , no specific CS50 -JORGENSEN AHSSGL 2 Isol ation gown
specifications or color. LABORATORJ ES STERILE LARGE universal yellow-
#6-76 Las t AOWns were blue I Box INC $153.68 SURGEON GOWN $4.49 I Ocount-#70460 $10.94 No Bid No Bid No Bid No Bid
~KU VOOO>O • UVWN
ISO DISP NONSTER Isolati on Gowns
Level 4 Di s pos able YLW UNIV CS50-with E lastic C uff
Isolatio n Gown-Open JORGENSEN D iscposable 30" x
Back Wai st Ties-Yellow LABORA TORJES 42" -50 count
#6-77 Li st quantitie s) I Each INC $113 .82 No Bid No Bid #86793 $47.19 No Bid No Bid No Bi d No Bid
30cc s terile glass bo ttles
with inj ection ports (List
#6-78 [quantities) I Box No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid
~KU v•o<
FLUORESCEIN 1-
GLO OP T .STRJP JOR 1-Gi o Fluo rescein
I 00 -JORGENSEN JORII 91 1-GLO Ophthalmic Sye
LABORATORJES OPTHALMIC Strips-I OOeount-
#6-79 Flu orescence stain strips I Box INC $14 .29 STRJPS $16.58 #JII 9 1 $13.50 No Bid No Bid No Bid No Bid
Sk-u 074359 -
SECURJTY HND
SANITZER W/PMP Compan ion Hand
IG PVL•-NEOGEN Sanit ize r 7 oz
#6-80 Hand San iti ze r I Gall on CORPORATION $54.52 No B id No Bid #490909 $4.42 No Bid No Bid No B id No B id
Covdrus North America, LLC Med-Vel Internation al Midwesl Velerin ary Supply, Zoe tis C lean Space Pro eel, LLC
# Items I QTY UM Comments Disc Price Comments Disc Price Comments Disc Price Comments Disc Price Com ments Di sc Price
Sku 074363-
SECURITY FOAM
ANTBAC HND SOAP Dial Hand Soap
IG PVL-NEOGEN HHABSPG 4 Sens it ive Skin-I
#6-8 1 Anli-Baclerial Hand Soap I Gallon C ORPORATION $15.45 GALLON/CASE $78.53 I gallon $21.86 No Bid No Bid No Bid No Bid
From:
To:
Subject:
Date:
Leigh Ann,
Schaller T@yls
Corrigan Leigh Ann
Bid Process
Monday, March 6, 2023 3:16:22 PM
I have reviewed the bid worksheet over the past few weeks and have found that Zoetis and Midwest
Veterinary seem to have the majority of bids for the bulk of what we order. The past few years have
been difficult having more vendors involved as each requires many documents of licensure and
other paperwork for different products. My preference this year would be to give the bids to Zoetis
and Midwest Veterinary as they have the majority of products and have good customer service to
make the paperwork less time consuming.
Thank you,
Dr Schaller
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item F
SUBJECT: Purchase of Fire Hoses and Equipment
DATE CONSIDERED: March 20, 2023
DEPARTMENT DIRECTOR(S): __ -----;~-=-:-:F:::::::::.-.......::::::::::-7-------
CITY ADMINISTRATOR:~~~~::L~~~~~--------
In response to IFB411 0, the Fire Department r ived bids from four vendors for fire
hoses and equipment. After reviewing the bid proposals submitted by Feld Fire, Carroll ,
lA; MacQueen Emergency, Eureka , MO; Municipal Emergency Services, Sandy Hook,
CT, and Sentinel Emergency Solutions, St. Louis , MO, the Fire Department
recommends proceeding with Feld Fire . Their proposal was the lowest and best bid for
this equipment at $114,296 .
FISCAL YEAR 2023 BUDGET
Expenditure
General Fund:
10-400-572021 Purchase of Equipment-ONE TIME $102,866.40
Sales Tax H:
46-990-575002 Fire Equipment Replacement $11,429.60
FINANCE DEPART MENT
P URCHASI NG DIVISION
SUBJECT: Bid IFB4 II O-Fi r e Hoses and Equipment
Fire Department, Opened February I6, 2023
RECOMMENDATION:
Staff recommends awarding bid IFB4 II 0 for fire hoses and equipment to Feld Fire of Carroll , Iowa. T h is
bid co nsisted of2 I -l ine items . Only lines 1, 2, and I I are be in g awarded. T he bids were awarded to the
low overall bid. The total amount of the expenditure is $II 4,296.
BI DS RECEIVED:
Feld Fi r e, Carroll , lA
MacQueen Emergency, Eureka, MO
Mun icipal Emergency Services, Sandy Hook, CT
Sentine l Emergency Solutions, St Louis, MO
See the attached spreadsheet for a ll l ine items.
Bid Amounts for Awarded Line Items
$117,696.00
On ly bid item 11
$I43,3I7.83
$I27,586.70
This bid was advertised in th e News Tribune on 2/1123 and posted on Bonfire. Bid notifications were sent
to 10 I vendors and there were I 3 document takers.
F ISCAL NOTE:
Expended or
Account Number Description FY 2023 Budget Encumbered Bid Amount Balance
Amount
Purchase of
10-400-572021 Equipment, O ne Ti me, $141,576.18 $36,242.11 $102,866.40 $2,467 .67
Gene r a l Fun ds
Fi re Equipmen t
46-990-575002 Rep lace m ent, Sa les T ax $56,250.00 $0 $11,429.60 $44,820.40
H
Bid Total $114,296.00*
*Amount differs from the bid amount because F ir e Department is ordering a lower quantity than what was
bid
ATTACHMENTS-SUPPORTING DOCUMENTATION
Bid Tabulation· IFB4110 ·Are Hoses and Equipm ent
Opened-February 16, 2023
Feld Fire MacQueen Emeraenc Munlcl al Emer 1ncy Services Sentinel Em er enc Solutions
Items UM
e.t
Qtv Comments Delivery Unt i Price Total Cost Comments Delivery Untl Price Total Cost CommentJ Delivery Unt i Price Tota l Cost Comments Untl Price Total Cost
5" Supply Hose, 100' RCS0.450·
Sect ions, St ort 100' STORZ, VENDOR Information
•0-1 Sections 100
ATI/Kurivama 10·12
JRSOOV l OO·SZSOOS We eks 570 7.60 $70,760.00 No Bid No Bid No Bid No Bi d
M ATEX
NX50.1QO.m.
MATEX: NXSDY·
100-STZ·MATEX 60 5835.29 583,529.00 KEY not provided $800.77 $80,076.70
2S Attack/Supply ATI/Kuri~ma 1Q..12
MATEX
DP25CqCOLOR)·
#0.2 Hose, SO" Sections SO' Sections 100 HP250x050-NH2S·S Weeks $340 $34,000.00 No Bid No Bld No Bid No Bi d 50-ARN 60
ATI/Ku ri~ma
1.75'" Attack Hose, HP17Sx050.NH150. 10.12
MATEX
OPlBCC(COLOR}·
#0-3 SO" Sections 50' Sections 60 S Weeks $259.20 $15,552.00 No Bid No Bid No Bid No Bid SQ..ARN 60
so· or 100'
Sect ions
Forestry/Wildland (Specify
#0-4 Hose, 100' Sections Lenath)
Akron 1.5" Mi d·
Ranae AJsault lip,
#0-5 Style 4866 Each
Akron, Shut-off with
Pistol Grip, with
#0-6 15/16 o rifice hch
Rice Hose Test ina
#0·7 Machine Each
TFT 5'" Stort
#0-8 Wrenches hch
Elkhart Brass
#Q..9 Standpi pe Baa
RoliN Rack LDH s~
Each
#0-10 Hose Roller Each
Hlah Rlse Pack Tool
"Q..ll Kit Each
5• Female NST X 5•
#0-12 Riald Stort Each
lnllne Pressure
#0·13 Gauae
#0..14 Drain Elbow
Each
Each
h ch
ATI/Kuriv ilma
55H75YJOOG 3/4 • x
EXCEPTION -1•
diameter.
M ATEX FLA5H
POINT FORESTRY
SPY10PUY-1QO.
20
100' w/Guden Hose
Connections, Yellow 10.12
Treated Weeks 594 $1,880.00 No Bid No Bid No Bid No Bid ARN·MATEX 60
704064
22 Akron 48 66 10Weeks $436 $9,592.00 Akron 56 days 523.29 5512.38 4866-AKRON 30
Akron 24321·1/2•
Saber Shut·Off Akron Ul tra AKRON
w/Pistol Gri p 2433 • Jet Model SBR TIP SO 1.5NH
22 Orlice 15/16• 10 W eeks $327.50 $7,205.00 1820 8 Weeks $1,242.95 $27,344.90 X 1.SNH 15/16D# 30
FH·10.B, Bria&s
Motor FH-1-H, 8 • 10 FH10.B RICE HYDRO
Honda Motor Weeks 55.031.00 $5,031.00 w/Adapters 8 Weeks SS.306.39 55,306.39 FH10.H
TFT A3090 Jumbo A3800 TFT
11 Spanner Wrench 8 Weeks $30.50 $335.50 AdjustJble 1 1 Week $140 $1,540.00 A3090.TFT
11
Elkhart 1681 8001
Baa Only 8 Weeks 5196 $2,156.00 No Bi d
No Bid No Bid No Bid No Bid No Bi d
Elkhut 80035001,
lnlcudelnline
Pressure Giiu&e,
Drain Elbow, Ga te Task Force
No Bi d No Bid No Bid
No Bid No Bid No Bid
ELKH ART
80035001·
ELKHART
EXCEPTION-
GROVES
LOHW-GRV
Valve, 1ncreue,(2) Tips HI· Rise· TFT
11 Spanner Wre nches 8 Weeks 51,176.00 512,936.00 E 2 Weeks $1,526.30 $16,789.30 HIGH·RISE·R
Action
Coup!inas
HARRINGTON
HSFSS0·50NHLH·
70
40
90
90
90
11 TFT AA1ST·NT 6 Weeks $260.50 $2,865.50 AA137 8 Weeks: $309.60 53,405.60 HARRINGTON 90
11
11
Elkhart lf00688201 Included
228A, 1·1/r lnline i n Hiah
Pressure Gauge Rise Pack
Elkhart #:00465001 Included
10SA, 1·1/2• Drai n i n Hilh
Elbow Rise Pack
Included
Elkhart #003810 1 In Hl&h
Elkhart 228A
$3 15 53,465.00 00688201 8 Weeks
Elkhart 10SA
5247 $2,717.00 BN573 8 Weeks
El khartx86A
11 G11te Valve Rise Pack $458.50 55,043.50 0038 1101 8 Weeks
ElKHART (228A)
00688201-
5400.68 $4,407.48 ELKHART
ELKHART (105A)
00465001·
60
5354.9S $3,904.45 ELKHART 60
ELKHART
00381101·
5 12S.S6 $1,381.16 ELKHART 60
DP25·1000.
COMBAT, Information
$417.65 54 1,765.00 VENDOR · KEY not provided $362.75 $36.275.00
OP17·1000, Information
$311 .76 $18,705.60 VENDOR ·KEY not provided $292.33 517,540.00
SPECIAL ORDER, Informatio n
$197.65 $3,953.00 VENDOR KEY not provided
SPECIAL ORDER,
VENDOR· Information
$1 28.43 $2,568.50
$4 14 $9,108.00 AKRON not provided $416.06 59,153.41
SPECIAL ORDER,
VENDOR · Information
$350 $7,700.00 AKRON not provided 5312.73 $6,880.00
SPECIAL ORDER,
VENODR ·RICE lnform11tion
$6.284.15 56,284.1S HYDRO not provided 53.750.00 $3,750.00
A3090, VENDOR Information
$29 5319 TFT not provided 526.36 $290.00
SPECI AL ORDER,
VENDOR · Informat ion
51 ,500.32 516,503.52 ELKHART BRASS not provided 5 1,313.64 $14,450.00
SPECI AL ORDER,
VENDOR· Information
51,718.27 $1,718.27 GROVES not provided 51,41 5.00 $1,415.00
Hl-RI SE·E, Information
$1,638.53 518,023.83 VENDOR · TFT not provided 51,021.36 $11,235.00
AA1HST·NT, Information
$297.14 53,268.54 VENDOR· TFT not provided $268.18 $2,950.00
SPECI AL ORDER,
VENDOR ·
$352.14 53,873.54 ELKHART
SPECIAL OR OER,
Information
not provided
VENDOR · Information
$110 $1,210.00
$27S.S3 $3,030.83 ELKHART not provided 5428.64 54,715.00
SPECIAL ORD ER,
VENDOR· Informati on
5511.88 55,630.68 ELKHART not provided 5118.64 $1,305.00
Feld Are M~~tQuoenEal......., Munld .. IEme'l "<YSeMces Sonlb>eiEal-Sol .......
Est • ...... UM 01'1 . Qlmments Dollwrv UntiPri<e Tololeo.t CoiJIIIMints Dollvorv UnH Price T ... leo.t Comments Dollwtrv UntiPrtce Toloi Cost CoiJIIIMints Dollvorv UntiPrlc:e T ... I Cost -·,
Included 5PEOAL ORCER,
lnH!Bh Elkh.ln: 111A ELXHAJIT (111A) VENDOR· lntorm.tion
10-16 lncreeaer Each 11 Elkhart 1111386007 Rise Pack $09.50 P;liM;SO' 11386107 &Weeks $574.67 $6,321.37 11386107 60 $109.86 $1,208.46 EUCHART not provided $547.36 $6,021.00
8-10 ' Weekl,12 EUCHAJIT 5PEOAL ORCER,
NozzJe-1.5• XD BkMrd XDt.s• If Elkhart 0033)(001-VENDOR· lnfonnltion i~ 10-17 5h111Dff Each 11 003XC0kalar '•-d $384 $4,224.00 0033XC01 4Weeks $461.33 $5.294.&3 EUCHART 60 $44S.84 $4.!104.24 EUCHART notorovlded $148.64
Elkhart, XD187·"np 8-10 -Elkhart ELKHART
10-18 Tlp-187-XC Each 11 66756007-co!or Wnks 12 $106,50 ;,$U7J.5ii 66756007 &Weeks $135.14 $1486.54 667S6007 60 511S 51,26§.00 NoBld No Bid No Bid NoB!d
8-10 1 .. EUCHART
Nou5e-2.s• XD Elkh1rt XD 2.5• Wee ks,12 Elkhort 0069XD01·
10-19 ShiiiDII Each 11 0069XD0kolor If $489.50 S5.J84.5iJ 06XD0602 SWnks $1222.00 $13,332.00 EUCHAJIT 60 $582.67 $6409.37 No Bid NoBld No Bid No Bid
Ellhort XC188 Tip 8·10 Elkhart EUCHAJIT
110-20 Tip-lBS-XD Each 11 66166007-color Weeks 5133 $1,463.00 6676007 4Weeks $168.92 51.858.12 66759007 60 5115 $1.2&5.011 No Bid No Bid No Bid No Bid
lnduded ELICH ART
In High ElkhortT-712970()()..
110-21 Spanner Wrench Each 22 ElkhortT-464 Rise Pock $28.25 SliZLSO 464 7129700 !Week $36.81 $609.82 EUCHART 60 $35.97 $791.34 No Bid No Bid No Bid No81d
PURCHASE REQUISITION
Items to be used fora Federal Grants/Purchase of Equipment ONE TIME P.O. No
Dalt or Reqabfdon: March 7, 2023
Purchase Vendor No. 11232 Ship To
From Ed M. Feld Equipment Co, Inc. Dept JEFFERSON CITY FIRE DEPARTMENT
113 N. Griffith Road Address 305 E MILLER ST
Address
City/StateJZip Carroll, lA 5140 1 JEFFERSON CITY, MO 65101
City/State/Zip
Telephone 800-568-2403 573-634-6401
P.O. Dille Raale: I Delivery Required
Pardwc Rcquisitloa No
Account No. Description Qty Unit Price Amount
I 0-400-572021 S" Supply Hose, I 00' Sections, Storz Couplings. 100 $707.60 $70,760.00
A TII/K.uriyama JRS007 I 00-SZSOOS
10-400-572021 2.5" Attack/Supply Hose, 50' Sections. 90 $340.00 $30,600.00
ATIIK.uriyama HP250x050-NH25-S
10-400-572021 High Rise Pack Took Kit. Elkhart 8003500 I, include 11 $1,176.00 $1,506.40
inline pressure gauge, drain elbow, gate valve,
increase (2) spanner wrenches
46-990-575002 High Rise Pack Took Kit Elkhart 8003500 I, include $1 1,429.60
inline pressure gauge, drain elbow, gate valve,
increase (2) spanner wrenches
Tttauldbcoaat I CoallnaiDJ I~ TotAl $114,296.00
Suggested Bidders: Comments:
NAME
address
telephone
NAME
address
telephone ·-~~· _./'
----=---===--------Requested by: ~~
NAME
address
Approved by:
telephone
Putchulns o11061t1
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item G
SUBJECT: Application for Missouri Department of Transportation , Traffic & Highway
Safety Division Impaire d Driving Enforcement Grant
, DATE CONSIDSERED: March 20, 2023
DEPARTMENT DIRECTOR(S): ___ --1-~~.-.....~><------------
CITY ADMINISTRATOR:_~L..::::::::~:::.....__£_.1.&:::.~~~---------
Approval of this Conse nt Agenda item would ap ove the opportun ity to apply f or the
Missouri Department of Transportation , Traffic & Highway Safety Impa i red Driving
(OWl) Enforcement Grant. This grant provides funds , payable at an overtime rate , for
c ommissioned personnel to participate in enforcement efforts associated with OWl
Enforceme nt and to provide funding for law enforcement tra ini ng .
This will be the si xteenth year the Police Department has util ized a OWl Enfo rcement
Grant. Th is will be a continuation of our efforts to promote traffic sa fety in the area of
OWl e nforcement.
Th e requested grant amount is $28 ,853 .50 and would not require th e City to match
funds , nor have any future obligations .
Highway Safety and Traffic Division
P.O. Box270
Jefferson City. MO 65102
1-800-8()()..2358 or 573-751-4161
CITY COUNCIL AUTHORIZATION
On----------· 20_ the Council of __________ _
---------held a meeting and discussed the City's participation
in Missouri's Highway Safety Program.
It is agreed by the Council that the City of---------------
will participate in Missouri's Highway Safety Program.
It is further agreed by the Council that the Chief of Police will investigate the
financial assistance available under the Missouri Highway Safety Program for
Traffic Enforcement and report back to the Council his/her recommendations.
When funding through the Highway Safety Division is no longer available, the
local government entity agrees to make a dedicated attempt to continue support
for this traffic safety effort.
Council Member Council Member
Council Member Council Member
Council Member Council Member
Council Member Council Member
Mayor
-·~
Agency:
Address:
City:
Phone:
Contact:
Jurisdiction:
Highway Safety and Traffic Division
TRAFFIC ENFORCEMENT APPLICATION
October 01, 2023 throu~h SeDtember 30, 2024
(Application due by March 01, 2023)
Jefferson City Pollee Dept Agency ORI#:
401 Monroe Sl Federal Tax 10#:
DUNS#:
Highway Safety and Traffic Division
P.O. Box270
830 MoDOT Drive
Jefferson City, MO 65102
M00260100
446000193
VDNHEABWLHK6
Jefferson City State: MO Zip: 65101--3120 County: Cole
573-634-6400 Fax: 573-634-8726
Sgl Doug Ruediger Email: druediger@jeffersoncitymo.gov
Urban Jurisdiction Population: 43,228
Targeted Population: Impaired Drivers
Project Title:
Brief Description:
OWl Saturation Enforcement
Impaired Driving Enforcement
Steve Crowell
Authorizing Official
Requested Amount: $28,853.50
City Administrator
Authorizing Official Title
Page 1 of 11
I
' --. .. PROBLEM IDENTIFICtTJON
==============~· =========== .. ··3
S!Jbslance-impalred drivers contributed to 22.0 percent of M"assouri' s traffic crashl fatalities during the past five years. Alcohol
remains the primary contributor to substance-Impaired driving crashes; however,
1
the number of persons under the influence of
presCription medications and/or UlfcH drugs continues to increase. Male drivers were more likely than females to be involved in
substance-lmpaired driving crashes. During the past five years, males were res~nsible for 81.7 percent of
substance-impaired driving fatalities. Ten percent of the children less than 15 yekrs of age, who were killed in motor vehicle
crashes over the last five years, were riding with a substance-impaired driver. I
Jefferson City is the Capitol of Missouri and has a total area of 37.58 square miles. The majority of Jefferson City is located
inside Cole County with a small portion of the city being tn Callaway County. Thejpopulation for Jefferson City from the July 1,
2021 US Census Bureau Quick Facts, was reported to be 42,772 (estimate). However, the Jefferson City Chamber of
Commerce reports that the population in Jefferson City swells to an estimated 7o!ooo people during the day and evening due
to those coming from smaller, surrounding communHies to Jefferson City for wor~, shopping, dining, and entertainment.
I
Jefferson City has 3 major state hlghways that bring traffic through it; US 50, US 54, and US 63. The City also has several
other state roadways including MO 94, MO 179, MO Route B, and MO Route C bHnging traffic In and out of Jefferson City as
well. US 54 continues to be a heavUy travelled state roadway for traffic going to a~d from the Lake of the Ozarks during the
spring, summer, and fall for shopping and vacationing seasons. With this number:of highways and state roads, the need for
additional traffic and impaired driving enforcement to promote safe travel for motor·sts continues to be one of this Department's
primary goals.
Additionally, Jefferson City now has the Capital Region MU Health Care Amphitheater. This concert arena has Increased its
concerts bringing popular entertainers to Jefferson City, again, increasing the ne~d for additional enforcement.
The Jefferson City Police Department utilizes the Law Enforcement Tracking Syslm (LETS) to report and electronically
submit Hs crash reports to the Missouri State Highway Patrol. According to statistib from the LETS system, the Jefferson
I
City Police Department reported to STARS, 3,204 motor vehicle crashes that invotved 6,052 vehicles during a 3-year span of
2020 -2022 with 122 of those 6,052 vehicles, or 3.2% of those involving an alcohol impaired driver and 47 or 1.2% invoMng a
drug impaired driver. I
For the 3-year time span, the following is a breakdown of crash types that were reported to the Missouri State Highway
Patrol. ;
Fatal= 9
Injury= 803
Property Damage = 2,392
Total 3,204
According to the Missouri State Highway Patrol, 2018-2020 Reporting Period, Jefferson City was. ranked the following as
compared to other Missouri cities:
Alcohol Involved Traffic Crashes
Jefferson City -11th
Alcohol Involved Disabling Injuries Traffic Crashes
Jefferson City·-1oth
Alcohol Involved Fatal Traffic Crashes
Jefferson City -9th
Alcohol and Drugs Involved Traffic Crashes
Jefferson City -13th
Alcohol and Drugs Involved Disabling lnjuries Traffic Crashes
Jefferson City -14th
Page 2 of 11
GOALS/OBJECTIVES
Core Performance Measure Goals
1. Based on our goal of 0 fatalities by 2030, Missouri is projecting a five-year average target of 276.8 alcohol-impaired
driving involved fatalities by December 31, 2023.
The Jefferson City Police Department is committed to reducing traffic crashes and removing impaired drivers from the
roadways. The Department will continue to participate in all statewide enforcement campaigns targeted at arresting those that
make the choice to drive while Intoxicated.
Additionally, saturation patrols will be available during times of day and days of the week that correspond with driving while
intoxicated arrests as well as special events that, by their very nature, present the potential for impaired driving to occur.
Driving While Intoxicated continues to be a problem that requires dedicated officers that seek out impaired drivers . Our
commitment to assertively seek out and arrest impaired drivers will remain a priority.
Our impaired driving arrests increased in 2022 by 33.8% (118 in 2021 to 158 in 2022). Of our 158 OWl arrests in 2022, drug
impairment was included in 23.4% of our OWl arrests.
Page 3 of 11
PROJECT DESCRIPTION
Each month, a sign-up list for that month is posted allowing officers to sign-up for this project. The dates and times that are
made available are determined by a review of past Impaired driving arrests for Time of Day and Day of Week. That information
is then used for generating the sign-up Jisl Historically, the times of day and days of the week are primarily Friday and
·· Saturday nights, however, there's also an ongoing review of upcoming special events in the City as well as surrounding
communities, such as county fairs and holidays throughout the year that have the potential for fmpalred driving to occur. Those
types of events also contribute to the decisions made for extra overtime shifts to be made available.
Page 4 of 11
SUPPLEMENTAL INFORMATION
Question
1 Does your agency have and enforce an internal safety belt policy for all personnel?
2 Does your agency have and enforce a policy restricting cell phone use while driving?
3 Does your agency report racial profiling data annually?
4 Does your agency report to STARS?
5 Does your agency report MJBRS information annually?
6 Please explain any NO answer(s) to questions 1-5:
7 Have any of your officers/personnel been debarred and are therefore not eligible to receive
federal funds for reimbursement of salary, fringe benefits, or overtime?
B Does your agency have adequate manpower to fully expend the funds requested in this
application?
9 H NO, please explain.
10 Have any significant changes occurred with your agency within the last year that would affect
performance, including personnel or system changes?
11 If YES, please explain.
Our Department. like most, continue to struggle with hiring officers to maintain. a full staffing level.
12 Are you aware of any fraud, waste or abuse on grant projects in your office/agency within the
last 5 years?
13 If YES, please explain.
14 If your agency received Highway Safety grant funding fn the last three {3) fiscal years and
there were unexpended balances. please explain why.
Answer
Yes
Yes
Yes
Yes
Yes
No
Yes
Yes
No
Military deployments, injured officers, and the loss of officers to other employment opportunities continue to
leave the Department at a lower level of staffing. This has resulted In patrol squads consistently woFking at
minimum staffing. To counter the required minimum staffing levels. officers are being assigned to work on their
scheduled days off. That mandatory overtime results in officers less likely to volunteer for traffic grant overtime.
15 Did your political entity receive more than 80% of its annual gross revenues In Federal Awards No
in your preceding fiscal year?
16 Did your political entity receive $25,000,000 or more fn Federal Awards in,y9~r preceding fiscal No
year?
Page 5 of 11
17 If you answered NO to either question 15 and 16, DO NOT answer this question. If you
answered YES to both question 15 and 16, and the public does not have access to this
information, list the names and compensation amounts of the five most highly compensated
employees in your business or organization (the legal entity to which the DUNS number it
provided belongs).
18 Total number of DWI violations written by your agency.
19 Total number of speeding citations written by your agency.
20 Total number of HMV citations written by your agency.
21 Total number of child safety/booster seat citations written by your agency.
22 Total number of safety belt citations written by your agency.
23 Total number of warnings issued.
24 Total number of traffic crashes.
25 Total number of traffic crashes resulting in a fatality.
26 Total number of traffic crashes resulting in a serious injury.
27 Tota l number of speed-related traffic crashes.
28 Total number of speed-related traffi.c crashes resulting In a fatality.
29 Total number of speed-related traffic crashes resulting in a serious injury.
30 Total number of alcohol-related traffic crashes.
31 Total number of alcohol-related traffic crashes resulting in a fatality.
32 Total number of alcohol-related traffic crashes resulting in a serious Injury.
33 Total number of unbuckled fatalities.
34 Total number of unbuckled serious Injuries.
35 Total number of commissioned law enforcement officers.
36 Total number of commissioned patrol and traffic officers.
Page 6 of 11
153
389
610
24
277
6 ,052
3,204
9
803
239
. 1
67
119
2
42
4
11
76
48
37 Total number of commissioned law enforcement officers available for overtime enforcement. 68
38 Total number of vehicles available for enforcement. 34
39 Total number of radars/lasers. 27
40 Total number of in-car video cameras. 31
41 Total number of PBTs. 17
42 Total number of Breath Instruments.
43 Identify primary enforcement locations.
Any and all locations that have a history of OWl arrests as well as other locations that present potential impaired
driving violations. These locations are typically in the downtown area, but there are restaurants and other
drinking establishments throughout the City that will be considered as target locations.
44 Enter the number of enforcement periods your agency will conduct each month. 4
45 Enter the months in which enforcement will be conducted.
January through December. Enforcement overtime will be posted year·round. The Spring, Summer and Fall
months are obviously more active. Winter months will be Included, but road conditions sometimes result in an
overtime detail being cancelled.
46 Enter the days of the week in which enforcement will be conducted.
Primarily, enforcement will be Friday and Saturday nights. However, additional enforcement opportunities will be
made available for officers to work that coincide with special events and holidays that have the tendency for
Impaired driving to occur. Also. a monthly review will take place of OWl arrests statistics including days of the
week and times of the day to determine if there Is a need to adjust overtime slgn.ups. The Department will make
available overtime opportunities for all statewide impaired driving enforcement campaigns as well.
47 Enter the time of day in which enforcement will be conducted.
The sign-up times for overtime DWI enforcement will primarily be 5:00 p.m. to 2:00 a.m. although these times
will be flexible due to special events, holidays and historical trends for OWl arrests.
48 Enter the number of officers assigned during the enforcement period.
49 If equipment or supplies are requested to conduct this project, explain below why It is needed
and how it will be used.
None
Page 7 of 11
1
PROJECT EVALUATION
The MHTC will administratively evaluate this project Evaluation will be based, at a minimum, upon the following:
1. Law enforcement compliance with state UCR, Racial Profi6ng, and STARS reporting requirements (law enforcement contracts
only)
2. 11mely submission of monthly reimbursement vouchers and appropriate documentation to support reimbursement for
expenditures (I.e., personal services, equipment. materials)
3. limely submission of periodic reports Q.e., monthly, quarterly, semi~annual) as required
4. limely submission of the Year End Report of activity (due within 30 days after contract completion date)
5. Attaining the Goals set forth in this contract
6. Accomplishing the Objectives* established to meet the project Goals, such as:
• Enforcement activities (planned activities compared with actual activities)
• Programs (number and success of programs held compared to planned programs, evaluations If available)
• Training {actual vs. anticipated enrollment, student evaluations of the class, student test scores on course examinations,
location of classes. class cancellation information)
· Equipment purchases (timely purchase of equipment utilized to support and enhance the traffic safety effort; documentation of
equipment use and frequency of use)
• Public awareness activities (media releases, promotion events, or education materials produced or purchased)
• Other (any other information or material that supports the Objectives)
7. The project will be evaluated by the Highway Safety and Traffic Division through annual crash analysis.
Evaluation results will be used to determine:
• The success of this type of activity in general and this particular project specifically;
Whether similar activities should be supported in the future; and
• Whether grantee will receive funding for future projects.
Evaluating the success of impaired driving enforcement is difficult. The true measure of successful impaired driving enforcement
is to ~ave zero arrests and zero impaired driver crashes. A strong, clear and concise message has to be sent to the public;
impaired driving will not be tolerated. To do that, officers have to be committed to seeking out and arresting those that make the
choice to drive while intoxicated. Additionally, a strong relationship with the media regarding impaired driving and a commitment
of the Jefferson City Pollee Department to reduce and eliminate the dangers associated with impaired driving is crucial. Each
month •. a sign~up sheet for that month is posted allowing officers to slgn~up for this project The dates and times available are
primarily Friday evenings and nights as well as Saturday nights. An ongoing review of upcoming special events as well as
holidays throughout the year that have the potential for Impaired driving will result in additional dates and times being available.
Page 8 of 11
. "·
ADDITIONAL FUNDING SOURCES
,. .. i.
Grant Description Project# Dates of grant Amount
MO Safety Center Mini Grants
Youth Seat Belt 22-M2HVE..05-032 March 15-31, 2022 $750.00
Click It or Ticket 22-M2HVE-05-032 May 23 -June 5, 2022 $750.00
Child Passenger Safety 22-M2HVE-o5-032 Sept 18-24, 2022 $500.00
MODOT Grants
Hazardous Moving Violations 23-PT -Q2-062 Oct. 1, 2022-Sept 30, 2023 $26,287.36
OWl Saturation 23-154-AL -D49 Oct. 1, 2022 -Sept 30, 2023 $20,000.00
Page 9 of 11
BUDGET
Category Item Description Quantity Unit Cost Total Match Total
Requested
Personnel
Overtime and Overtime and 450 $55.23 $24,853.50 $0.00 $24,853.50
Fringe Fringe
$24,853.50 $0.00 $24.853.50
Training
Professional 20241ACP 2 $2,000.00 $4,000.00 $0.00 $4,000.00
Development Impaired Orfvfng
and Traffk: Safety
Conference
$4,000.00 $0.00 $4,000.00
Total Contract $28.853.50 $0.00 $28,853.50
Page 10 of 11
·'
• 0 ••
Document Type
WORD
Description
Word
ATTACHMENTS
Original File Name
MODOT IACP Conference training
request letter.docx
Page 11 of 11
Date Added
02/24/2023
.• 4
To: MODOT Division of Highway Safety and Traffic Division
I am requesting your consideration for funding to send our 2 Drug Recognition
Experts (ORE's} to the 2024 IACP Impaired Driving and Traffic Safety Conference.
In 2022, we were fortunate to have one of our ORE's attend the conference
(funded by MO Safety Center). This officer was recognized as conducting the most
drug recognition evaluations in Missouri during a 3-year time span. Of course,
with the passing of recreational marijuana, there is zero doubt that our impaired
driving by drugs use will increase. Although I've never attended this conference,
Officer Skinner, who did attend in 2022, informed me that the conference was
very informative and he brought a lot of information back. With the assistance of
MODOT, we can continue keeping our ORE's up to date with the latest and
greatest training which allows for greater success in removing impaired drivers
from our roadways.
Respectively,
Sgt. Doug Ruediger
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item H
SUBJECT: Application for Missouri Department of Transportation . Traffic & Highway
Safety Division HMV Enforcement Grant
DATE CONSIDERED: March 20, 2023
DEPARTMENTDIRECTOR(S: ______ ~~F=~----------------------
CITY ADMINISTRATOR:~~::::::::::::=::::::___-£--£.4'4-~#-----------
Approval of this Consent Agenda item would app ave the opportunity to apply for the
Missouri Department of Transportation , Traffic & Highway Safety Hazardous Moving
Violations (HMV) Enforcement Grant. This grant provides funds , payable at an overtime
rate, for commissioned personnel to participate in enforcement efforts associated with
HMV Enforcement. In addition to providing funds for HMV Enforcement , the grant
monies can provide funding to be used towards law enforcement training.
This will be the nineteenth year the Police Department has utilized the HMV Grant. This
will be a continuation of our efforts to promote traffic safety in the area of HMV
enforcement.
The requested grant amount is $33,948.18 . $22,975.68 will be used for HMV overt ime
expenses , $2,000 will be used for law enforcement training , and $8 ,972.50 will be used
for equipment purchases . The grant requires a 50% match for equipment purchases .
Therefore, the City is obligated to provide $8 ,972.50 to fulfill the 50% match requirement
for equipment purchases .
Highway Safety and Traffic Division
P.O. Box270
Jefferson City, MO 65102
1-800-8()().2358 or 573-751-4161
CITY COUNCIL AUTHORIZATION
On __________ , 20_the Council of __________ _
---------held a meeting and discussed the City's participation
in Missouri's Highway Safety Program. .
It is agreed by the Council that the City of---------------
will participate in Missouri's Highway Safety Program.
It is further agreed by the Council that the Chief of Police will investigate the
financial assistance available under the Missouri Highway Safety Program for
Traffic Enforcement and report back to the Council his/her recommendations.
When funding through the Highway Safety Division is no longer available, the
Jocal government entity agrees to make a dedicated attempt to continue support
for this traffic safety effort.
Council Member Council Member
Council Member Council Member
Council Member Council Member
Council Member Council Member
Mayor
Agency:
Address:
City:
Phone:
Contact:
Jurisdiction:
Highway Safety and Traffic Division
TRAFFIC ENFORCEMENT APPLICATION
October 01,2023 throuAh September 30,2024
(Application due by March 01, 2023)
Highway Safely and Traffic Division
P.O. Box270
830 MoDOT Drive
Jefferson City, MO 65102
Jefferson City Police Dept. Agency ORI#: M00260100
401 Monroe St. Federal Tax 10#: 446000193
DUNS #: VDNHEABWLHK6
Jefferson City State: MO Zip: 65101-3120 County: Cole
57~34-6400 Fax: 573-634-8726
Sgl Doug Ruediger Email: druedlger@jeffersoncltymo.gov
Urban Jurisdiction Population: 43,228
Targeted Population: All Drivers
Project Title: HMV Enforcement Requested Amount: $33,948.18
Brief Description: Hazardous Moving Violations Enforcement
Steve Crowell
Authorizing Official
City Administrator
Authorizing Official THie
Page 1 of 13
PROBLEM IDENTIFICATION
Aggressive driving can be any one of us, when we make the choice to drive over the speed limit; change lanes several times In
a short distance and/or follow too closely. Aggressive driving is a costly decision, often made in an instan~ but can have
lifelong consequences. According to the National Highway Traffic Safety Administration, aggressive driving is when an
individual commits a combination of moving traffic offenses so as to endanger other persons or property. During the last five
years (2016-2020), the combination of aggressive driving behaviors contributed to 53 percent of fatalities and 44 percent of
serious injuries In Missouri. Speed-related conditions, including exceeding the speed limit and too fast for conditions,
accounted for the most fatalities of all aggressive driving behavfors. Thirty-seven percent of all Missouri fatalities over the last
five years were speed related.
Page 2 of 13
· .... . ...
Jeffer.son City is the Capitol of Missouri and has a total area of 37.58 square miles. The majority of Jefferson City is located
-inside Cole County with~ small portion of the City being in Callaway County. The population of Jefferson City from the July 1,
2021 US Census Bureau Quick Facts, was reported to be 42,772 (estimate), however the Jefferson City Chamber of
Commerce reports that the population in Jefferson City swells to an estimated 70,000 people during the day and evening due
to those coming from smaller, surrounding communities to Jefferson City for work, shopping, dining. and entertainment
Jefferson City has 3 major state highways that bring traffic through it; us 50, US 54, and US 63. The City also has several
other state roadways including MO 94, MO 179, MO Route 8, and MO Route C bringing traffic in and out of Jefferson City as
well. us 54 continues to be a heavily travelled state roadway for traffic going to and from the Lake of the Ozarks during the
spring, summer, and fall shopping and vacationing seasons.
Additionally, Jefferson City now has the Capital Region MU Health Care Amphitheater. This concert arena has increased its
concerts bringing popular entertainers to Jefferson City again, increasing the need for additional enforcement.
The Jefferson City Police Department utilizes the Law Enforcement Traffic System (LETS) for electronically reporting and
submitting its crashes to STARS. According to LETS, the Jefferson City Police Department investigated 3,204 traffic crashes
during a 3-year span of 2020 -2022. During that 3-year time period, there were 9 fatal crashes, 803 crashes involving injuries
and 2,392 crashes involving property damage. Of those 3,204 crashes, there were a total of 1,1051njured persons (minor and
disabling). The majority of the crashes occurring in the City are between 7 a.m. and 6 p.m., Monday through Friday. These
times correlate to times where higher volumes of traffic are taking place. These crash statistics were retrieved from the LETS
Reports; Crashes from Severity, Crashes by Day of Week and lime of Day and Probable Contributing Circumstances
The Top 5 contributing circumstances in 2022 were:
1) Fail to Yield-19% of all crashes
2) Inattention -13% of all crashes
3) Following too closely -12% of all crashes
4) Improper Lane Usage I Change -9% of all crashes
5) Too Fast for Conditions -5% of all aashes
The top 5 crash locations in Jefferson City in 2022 with 9 or more crashes were:
1) Missouri Blvd. at US 50/63
2} US 50/63 at .Broadway Sl
3) Missouri Blvd. at Heisinger Rd.
4) Southwest Blvd. at Jefferson St.
5) W. Truman Blvd. at Amazonas St.
Additionally, according to the Missouri State Highway Patrol, 2019-2021 Reporting Period, Jefferson City was ranked the
follo~ng as compared to other Missouri cities:
Traffic Crashes
Jefferson City-14th
Disabling Injury Crashes
Jefferson City -17th ·
Fatal Crashes
Jefferson City -13th
Speed Involved Crashes
Jefferson City-31st
Speed Involved Disabling Injuries
Jefferson City -18th
Speed Involved Fatal Crashes
Jefferson City -12th
Page3 of 13
Distraction Involved Traffic Crashes
Jefferson City 12th
Distraction Involved Disabling Injuries Crashes
Jefferson City -12th
..
Page4of13
GOALS/OBJECTIVES
Core Performance Measure Goals
1. Based on our goal of 0 fatalities by 2030, Missouri is projecting a five-year average target of 362.4 speed related fatalities
by December 31,2023.
The Jefferson City Police Department will continue its commitment to reducing traffic crashes through directed enforcement in
high crash locations. The Department will continue to participate in all statewide traffic safety mobilization campaigns as
provided by the MODOT Highway Safety and Traffic office. That same commitment extends to the enforcement of seat belt
and child restraint use. Officers will be provided with a monthly report of the high crash locations and probable contributing
circumstanc;:es attached to the overtime sign-up sheet for officers to review. That information will be derived from reports that
are generated from the LETS program. A concerted effort will be implemented to decrease hazardous moving violations (such
as speeding, following too closely, driving too fast for conditions, improper lane use and changes, and failure to yield) by 1 0%
at high crash locations during high crash times of the day and week as well as other locations where violations are occurring
Page 5 of 13
PROJECT DESCRIPTION
As stated fn the Problem Identification section, Jefferson City has several different highways coming through the City as well
as an increased population throughout the week, primarily due to being the State Capitol. All officers of the Department are
expected to conduct traffic enforcement, but with the availability of a dedicated Traffic Unit, these officers have the specific
duty and responsibility of focusing on hazardous driving violations as well as Impaired driving in an effort to promote safe travel
throughout the City for motorists as well as bicyclist and pedestrians.
Traffic Officers have available to them the use of police department motorcycles that offer maneuverability in and out of traffic
and quick response to traffic crashes and hazards. Additionally, their work schedule has been modified in an effort to
maximize their availability for traffic enforcement during those times of the day during the week where traffic volumes are
highesl
The total number of crashes in Jefferson City reported to STARS decreased from 1,139 crashes in 2021 to 1 ,024 crashes in
2022; a decrease of 10%. There were 376 persons injured in crashes 2021 and 4 fatalities and 377 injured in crashes in 2022
and 2 fatalities.
The constant effort to reduce crashes by seeking out and taking the appropriate enforcement action on those that choose to
drive erratically such as speeding. following too close, too fast for conditions, falling to yield and distracted driving will continue
to be a primary focus of officers within the Jefferson City Police Department.
Page 6 of13
SUPPLEMENTAL INFORMATION
1 Does your agency have and enforce an internal safety belt policy for all personnel?
2 Does your agency have and enforce a policy restricting cell phone use while driving?
3 Does your agency report racial profiling data annually?
4 Does your agency report to STARS?
5 Does your agency report MIBRS information annually?
6 Please explain any NO answer(s) to questions 1-5:
7 Have any of your officers/personnel been debarred and are therefore not eligible to receive
federal funds for reimbursement of salary, fringe benefits, or overtime?
8 Does your agency have adequate manpower to fully expend the funds requested in this
application?
9 If NO, please explain.
10 Have any significant changes occurred with your agency within the fast year that would affect
performance, including personnel or system changes?
11 If YES, please explain.
Yes
Yes
Yes
Yes
Yes
No
Yes
Yes
Our Department, like most other agencies, continue to struggle with hiring and retaining officers to maintain a full
staffing level.
12 Are you aware of any fraud, waste or abuse on grant projects In your office/agency within the
last 5 years?
13 If YES, pJease explain.
14 If your agency received Highway Safety grant funding in the last three (3) fiscal years and
there were unexpended balances, please explain why.
No
Military deployments, Injured officers, and the loss of officers to other employment opportunities continue to
leave the Department at a lower level of staffing. This has resulted In patrol squads consistently working at
minimum staffing. To counter the required minimum staffing levels, officers are being assigned to work on their
scheduled days off. That mandatory overtime results in officers less likely to volunteer for traffic grant overtime.
15 Did your political entity receive more than 80% of its annual gross revenues in Federal Awards No
in your preceding fiscal year?
16 Did your political entity receive $25,000,000 or more In Federal Awards In your preceding fiscal No
year?
Page 7 of13
'-
17 If you answered NO to either question 15 and 16, DO NOT an swer this question. If you
answered YES to both question 15 and 16, and the public does not have access to this
information, list the names and compensation amounts of the five most highly compensated
employees in your business or organization (the legal entity to which the DUNS number it
provided belongs).
18 Total number of OWl violations written by your agency.
--19. Total number of speeding citations written by your agency.
20 Total number of HMV citations written by your agency.
21 Total number of child safety/booster seat citations written by your agency.
22 Total number of safety belt citations written by your agency.
23 Total number of wamlngs Issued.
24 Total num ber of traffic crashes.
'·
-25 Total number of traffic crashes resulting in a fatality.
. 26 Total number of traffic crashes resulting In a serious injury.
27 Total number of speed-related traffic crashes.
28 Total number of speed-related traffic crashes resulting in a fatality.
29 Total number of speed-re lated traffic crashes res ulting in a serious injury.
30 Total number of alcohol-related traffic crashes.
31 Total number of alcohol -related traffic crashes resulting in a fatality.
32 Total number of alcohol-related traffic crashes resulting in a serious Injury.
33 Total number of unbuckled fatalities.
34 Total number of unbuckled serious injuries.
35 Total number of commissioned law enforcement officers.
36 Total number of commissioned patrol and traffic officers.
Page 8 of 13
153
389
610
24
277
6,052
3,204
9
803
239
67
119
2
42
4
11
76
48
• 37 Total number of commissioned law enforcement officers available for overtime enforcement 68
38 Total number of vehicles available for enforcement. 34
39 Total number of radars/lasers. 27
40 Total number of in-car video cameras. 31
41 Total number of PBTs. 17
42 Total number of Breath Instruments.
43 Identify primary enforcement locations.
There will be Increased enforcement conducted in those locations that are identified on a High Crash Location
Report from LETS. Additionally, there will be Increased enforcement in locations that have historically been
reported to have excessive speeding violations, following too closely and oUter, miscellaneous hazardous moving
violations. There will also be increased enforcement In areas where special events result in Increased motor
vehicle and pedestrian traffic.
44 Enter the number of enforcement periods your agency will conduct each month. 4
45 Enter the months in which enforcement will be conducted.
January through December
46 Enter the days of the week in which enforcement will be conducted.
The majority of enforcement will be conducted Monday through Friday. This correlates with the Increased
volume's of traffic in the city due to employment, school and shopping. However, there are numerous special
events that occur throughout the year includfng weekends resulting in a higher number of vehicle and pedestrian
traffic. Those special events and holidays will be Included in determining enforcement dates and times.
47 Enter the time of day in which enforcement will be conducted.
The Increased enforcement will primarily be 7:00 a.m. to 6:00 p.m. This time frame Is consistent with the higher
crash times provided by the Crashes by Day of Week and Time of Day report from LETS . Again, the" time of day
may be adjusted due to other special events occurring within the City.
48 Enter the number of officers assigned during the enforcement period. 1
49 If equipment or supplies are requested to conduct this project, explain below why it is needed
and how It will be used.
I am requesting the purchase of 4 new radar units for our department motorcycles. The radar units currently
Installed are quite dated and some are beginning to fail. Additionally, In an effort to curb speeding violations in
our residential neighbor hoods, I'm also requesting assistance with purchasing a RADAR trailer.
Page 9 of 13
PROJECT EVALUATION
The MHTC will administratively evaluate this project. Evaluation will be based, at a minimum, upon the following:
1. Law enforcement compliance with state UCR, Racial Profiling, and STARS reporting requirements (law enforcement contracts
only}
2. Timely submission of monthly reimbursement vouchers and appropriate documentation to support reimbursement for
expenditures (i.e., personal services, equipment, materials)
3. Timely submission of periodic reports (I.e., monthly, quarterly, semi-annual) as required
4. Timely submission of the Year End Report of activity {due within 30 days after contract completion date)
5. Attaining the Goals set forth in this contract
6. Accomplishing the Objectives* established to meet the project Goals, such as:
• Enforcement activities (planned activities compared with actual activities)
• Programs (number and success of programs held compared to planned programs, evaluations if available)
· Training (actual vs. anticipated enrollment, student evaluations ofthe class, student test scores on course examinations,
location of classes, class cancellation information)
• Equipment purchases (timely purchase of equipment utirrzed to support and enhance the traffic safety effort; documentation of
equipment use and frequency of use)
• Public awareness activities {media releases, promotion events, or education materials produced or purchased)
• Other (any other information or material that supports the Objectives)
7. The project will be evaluated by the Highway Safety and Traffic Division through annual crash analysis .
Evaluation results will be used to determine:
• The success of this type of activity in general and this particular project specifically;
• Whether similar activities should be supported in the future; and
• Whether grantee will receive funding for future projects.
Evaluating the success of hazardous driving is measured most importantly by the reduction in motor vehicle crashes and
decreased citizen complaints in residential neighborhoods. Another method, although difficult to truly gauge, is the reduction in
citations issued for hazardous violations. That being said, officers will continue being vigilant in their enforcement efforts.
Additionally, a good relationship with the media to include social media, will further the Department's educational component of
reducing hazardous driving and the dangers that result from violations such as excessive speeding, distracted driving, following
too closely and driving too fast for the conditions.
Page 10 of 13
ADDITIONAL FUNDING SOURCES
MO Safety Center mini-grants
Grant Description Project # Dates of grant
Youth Seat Belt Enforcement 22-M2HVE-05-032 March 15-31. 2022
Click It or Ticket
Child Passenger Safety
MODOT Highway Safety Grants
22-M2HVE-05-032 May 23 -June 5. 2022
22-M2HVE-05-032 Sept. 18 -24. 2022
Amount
$750.00
$750.00
$500.00
Hazardous Moving Violations #23-PT -02-062
Driving While Intoxicated #23-154-AL-049
Oct. 1. 2022-Sept. 30.2023 $26,287.36
Oct. 1, 2022-Sept. 30, 2023 $20,000.00
Page 11 of 13
BUDGET
Category Item Description Quantity Unit Cost Total Match Total
Requested
Equipment
Radar Stalker RADAR 1 $3,295.00 $3,295.00 $1,647.50 $1,647.50
unltfor
Department
motorcycle
1 • 2014 HD Road
King motorcycle
Radar Stalker RADAR 2 $3,425.00 $6,850.00 $3,425.00 $3,425.00
unit for
Department
motorcycles
2-2016 HD Road
King motorcycles
Speed Trailer 1 MobDe Systems 1 $7,800.00 $7,800.00 $3,900.00 $3,800.00
Prodigy 22L
speed traUer -
Text and
Graphical Display
$17,945.00 $8,972.50 $8,972.50
Personnel
Overtime and Average officer 416 $55.23 $22,975.68 $0.00 $22,975.68
Fringe overtime = $40.92
Average officer
fringe= 14.31
Total = $55.23
$22,975.68 $0.00 $22,975.68
Training
Training 2024LETSAC 2 $1,000.00 $2,000.00 $0.00 $2,000.00
Conducted Conference -
$2,000.00 $0.00 $2,000.00
Total Contract $42,920.68 $8,972.50 $33,948.18
Page 12 of 13
...
ATTACHMENTS
,'
Document Type Description OrJqlnal File Name Date Added
Page 13 of 13
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item I
SUBJECT: Change Order #2 for Project No. 32168-Concrete Street Repair
DATE CONSIDERED: March 20. 2023
DEPARTMENTDIRECTOR~)=~~~)~~~~~-~~~~~~~J~~~~~~~~
CITYADMINISTRATOR:~~~~~~-~~-~-~~~~~~~~~~~
This change order will allow for our contractor, Sam Gaines Construction, Inc., to continue
to make repairs to the City's concrete streets at the original bid prices. This project was
undertaken using ARPA funds designated for street repair. This change order is made
possible by the infusion of additional ARPA funds into CIP accounts which has freed up
sales tax monies within those accounts.
The current contract value is $276,501.00 and this change order will increase it to
$650,751.00. Funds that will be used were collected as part of Sales Tax G and are being
held in the Street Resurfacing account 45-990-577031.
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI65101
ACCOUNT NO. 45-990-577031
Change Order No. Two (2) Project No. 32182 Ord. No. 16284
Job & Location : CONCRETE STREET REPAIR
Contractor: Sam Gaines Construction, Inc .
Date: 3/10/2023
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described
changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description I Explanation)
Note : Item numbers prefixed with "EW" (Extra Work) are new line items to the contract.
Quantity in Revised Amount of
Item Quantity in Change Contract Overrun or
No. Description Unit Contract Order Quantity Unit Price Underrun
3 Traffic Control (Genera l) SY 1707 5500 7207 $3.00 $16,500.00
7 6" Concrete Pavement, Remove & SY 1707 3500 5207 $55.00 $192 ,500.00
8 7" Concrete Pavement, Remove & SY 1015 2000 3015 $65.00 $130 ,000.00
10 4" Concrete Sidewalk, Remove & Replace SY 7 45 52 $300.00 $13,500.00
11 6" Concrete Sidewalk Ramp, Remove & SY 18 100 118 $200.00 $20,000.00
12 Detectable Warning Panels SF 30 50 80 $35.00 $1,750.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I /We hereby agree to the modifications of the contract as described above and agree to furni sh all material s and labor and perform
a ll work in co nn ection therewith in accordance with the requirements for similar work in existing contract except as otherwise
stipu lated herein , for the following considerations :
Contract Amount-Add $374,250.00 (Three Hundred Seventy Four Thousand Two Hundred Fifty Dollars and No Cents)
to the Contract Amount
Contract Time -Add 1 00 working days t o the Contract
STATEMENT OF CONTRACT AMOUNT:
OR IGINAL CO NTRACT
PREVIOUS APPROVED CHANGE ORDERS
TOTAL TH IS CHANGE ORDER
TOTAL OF ALL CHANGE ORDERS
CO NTRACT AMOUNT TO DATE
Sam Gaines Construction, Inc. Con~~
Recommended by:
Verification of Encumbrance:
Finance Director
Accepted by:
Owner • City Administrator I Mayo r
App rove d as to Form : c;t~
---
Amount %Change Time
$244,195.00 90
$32,306 .00 13.2% 0
$374,250.00 153.3% 100
$406 ,556.00 166.5% 100
$650,751.00 190 --
Date
Date
Date
) -I&-J-,2}J)
Date
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item J
SUBJECT: Declares Ce rtain City-Owned Personal Property Surplus and Authorizes
th e D isposition by Sale through Auction
' DATE CONSDIERED: March 20 , 2023
DEPARTMENT DIRECTOR(S):_-+---==~::........:._____:_.:....____,J:....__~~~~~:....__----
CITY ADMINISTRATOR: _ _,#_~~=:zt;~~~'2__ _______ _
Approval of this consent agenda item is to declare a Police Department vehicle and a
Public Works Department vehicle as surplus . The vehicles will be sold via online auction
by Purplewave .
Est
Vehicle Type Tag# VIN Mileage Condition Value
1998 Jeep Cherokee
(PW-3 15) 13 940 1 J4F J28S9WL2520 16 62 ,298 Good $6,000
2 017 Ford Police
Interceptor (PD -115) 19645 1 FM5K8AR3HGD 1396 0 119,907 Fair $4 ,000
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item K
SUBJECT: Declares Certain City-Owned Personal Property Surplus and Authorizes the
Dispos ition by Donation to Historic City of Jefferso n
DATE CONSDIERED: March 20 , 2023
DEPARTMENT DIRECTOR(S): ____ ~'-----"F--~---=_...,.:::~-----
CITY ADMINISTRA TOR:_____:!~-==--~=----Z--+-tLI-<~~t-B~-------
Approval of this consent agenda item is to declare the structure at 415 Monroe Street as
surplus . The structure itself will be demolished by Mid-Missouri Earth Movers. Prior to
demolition , the City w ill allow the Historic City of Jefferson (Not-fo r-Profit) to remove items of
historical value or interest which they will then resell to the general public .
LICENSE AGREEMENT
WHEREAS, the City of Jefferson, Missouri, a municipal corporation, (referred to herein
in the singular as “City” or “Owner”) is the owner of property known as 415 Monroe, Jefferson
City, Cole County Missouri (referred to herein as the “Property”); and
WHEREAS, Historic City of Jefferson (hereinafter “Licensee”) is non-profit organization
that as an interest in architectural salvage of historic structures and Licensee desires to enter upon
the Property for the purpose of engaging in architectural salvage of elements of 415 Monroe;
NOW THEREFORE, for valuable consideration, it is agreed as follows:
1. Owner hereby grants a license to Licensee for use by Licensee and Licensees’ employees,
officers, volunteers, or agents the right of occupancy, ingress, and egress upon and over the
Property to the extent necessary to engage in architectural salvage of the Property.
2. Licensees assume all risk associated with the work identified herein and expressly waive any
claim for injuries or damages suffered as result of the work identified herein. Licensees further
agree to indemnify and hold the City harmless from and against all claims, losses and liabilities
arising out of personal injuries, including death, and damages to property to the extent caused
by any negligent act or omission on the part of the Licensees related to its use of the License
granted to it by the City.
3. The term of this License shall be April 3, 2023 through April 7, 2023, 8;00am to 5:00pm daily,
provided that the City Administrator may enlarge or extend this term in writing.
4. Notwithstanding the term in Paragraph 3 above, this License shall terminate five (5) days after
a party notifies the other in writing that it desires to terminate the License.
5. This license is personal to Licensee and is not assignable without the prior written consent of
the City.
6. All architectural elements and materials salvaged from the Property by Licensee shall be made
available to the general public through Licensee’s architectural salvage shop for a period of at
least ninety (90) days.
CITY OF JEFFERSON LICENSEE
____________________________ ______________________________
City Administrator Historic City of Jefferson
Dated: _____________________ Dated: ________________________
:lt'ruod O..L SV 03/\0tlddV
:..LS 3 ..L..L V
CONSENT AGENDA STAFF REPORT
ITEM CONSIDERED: Item L
SUBJECT: Cancellation of Special Tax Liens for 1421 St. Mary's Boulevard
DATE CONSIDERED: March 20, 2023
DEPARTMENT DIRECTOR(S): ___ ...::..__-r---+----->...:::=--.....:::_-------
CITY ADMINISTRATOR:~~~~=t:/J.~~~Zd.~--------
Gwen Wilson , the current property owner of 1421 St. Mary's Boulevard, would like to
donate the property to Habitat for Humanity. To date, this property has seven outstanding
special tax liens for numerous property abatements (mowing , boarding up a door and
window , trash pick-up and disposal , asbestos inspection and abatement) and demolition
totaling $24 ,230 .2 0. Pursuant to Section 1-23 of the City Code, a tax bill that has not been
paid in full may be cancelled by a motion and vote of the City Council. Cancelling such
outstanding tax bills will unencumber the property from delinquent liens and allow the new
owner, Habitat for Humanity , to purchase and redevelop the property located at 1421 St.
Mary's Boulevard .
Approval of this co nsent agenda item would instruct the City C lerk to cancel any
applicable tax liens for 1421 St. Mary's Boulevard only upon transfer or donation of the
property to Habitat for Humanity by the current property owner.
BILL SUMMARY
BILL NO: 2022-112
SPONSOR: Councilmember Schreiber
SUBJECT: Approve a Contract with WHP Trainingtowers ™ for the Training Tower/Burn
Building Project at 2304 Hyde Park Road. Utilizing an established Sourcewell
Contract; Approving a contract with UDT. LLC , to Demolish the Existing
Building; Accepting an Additional Contribution of $200,000 from Cole County
ARPA Funds. and Approving Supplemental Appropriations from Sales Tax G
Gleaning Funds
DATE INTRODUCED: March 20, 2023
DEPARTMENT DIRECTOR(S):.~--...<---::>----<::----==----------
CITY ADMINISTRATOR:___,e£--=::::..._---=:::::::::::::=::_--4~~~~---------
Staff Recommendation: Approve .
Origin of Request: Fire Department
Department Responsible: Fire Department
PERSON RESPONSIBLE: MATT SCHOFIELD, Fire Chief
Summary: This bill would authorize the Jefferson City Fire Department to , utilize the
Sourcewell Contract, 011822-JHK, with WHP Trainingtowers TM of Grandview, MO, to
purchase , design, and install a 5-story tower and a 2-story residential/industrial fire training
facility at 2304 Hyde Park Road and enter into a contract with UDT, LLC , Rolla , MO, for
demolition of the existing facility. In addition , the bill authorizes acceptance of an additional
contribution of $200,000 from Cole County ARPA funds and approves necessary budget
transfers from Sales Tax G gleaning funds .
Background Information:
The Jefferson City Fire Department seeks to utilize the Sourcewell Contract, 011822-JHK ,
with WHP Trainingtowers™ of Grandview, MO, to purchase, design , and install a 5-story
tower and a 2-story residential/industrial fire training facility at 2304 Hyde Park Road .
The Fire Department initially bid out an engineering/architect contract to have a firm
design and then bid out the construction of the tower and burn building but after
discussions with those vendors , it was determined that the City would save funds by
contracting directly with a firm to construct the building for us.
The Sourcewell contract was competitively bid and vendors were evaluated and ranked.
WHP Training Towers ranked number one out of 18 in the evaluation report.
Additionally, the Sourcewell contract allows us to take advantage of 10% discount for
materials and 5% discount for services.
Total cost to design and construct the tower and building is $1,798,461.85 ; however,
WHP Trainingtowers™ has indicated that they may provide a change order deduction
through the contract of up to $32,000 to cover the cost of demolition of the existing
facility. The Fire Department will bring a separate recommendation to award the
demolition contract.
In response to a request for proposals, No. 4104, six vendors submitted proposals for
demolition of the existing drill tower and burn building located at 2304 Hyde Park Road.
After reviewing the bid proposals, the Fire Department recommends proceeding wit h
UDT, LLC. Their proposal included all of the requested services and was the lowest
and best bid at $32,000.
The Fire Department requests authorization to accept an additional $200,000 from the
US Dept of Treasury American Rescue Plan State and Local Recovery Fund (SLFRF)
Program passing through Cole County, Missouri, for this project. A grant acceptance
memo and a supplemental budget request are included in this packet.
Fiscal Information: Authorize an expenditure of $1,798,461.85 from the following
accounts:
10-990-599507 Hyde Park Burn Building (Cole County ARPA Funds) $500,000.00
10-995-599507 Hyde Park Burn Building (City ARPA Funds) $1,000,000.00
45-990-578063 Sales Tax G Contingency/Gleaning $298,461.85
BILL NO. 2022-112
SPONSORED BY Councilmember Schreiber
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING
UTILIZATION OF THE SOURCEWELL CONTRACT, 011822-JHK, WITH WHP
TRAININGTOWERS™ OF GRANDVIEW, MO, FOR THE PURCHASE, DESIGN, AND
INSTALLATION OF A 5-STORY TOWER AND A 2-STORY RESIDENTIAL/INDUSTRIAL
FIRE TRAINING FACILITY AT 2304 HYDE PARK ROAD; APPROVING A CONTRACT
WITH UDT, LLC, OF ROLLA, MO, TO DEMOLISH THE EXISTING BUILDING;
ACCEPTING AN ADDITIONAL CONTRIBUTION OF $200,000 FROM COLE COUNTY
ARPA FUNDS; AND APPROVING NECESSARY SUPPLEMENTAL APPROPRIATIONS
FROM SALES TAX G GLEANING FUND.
WHEREAS, The Fire Department will utilize a Sourcewell contract to contract with WHP
Traininigtowers to purchase, design and install a 5-story tower and 2-story
residential/industrial fire training facility at 2304 Hyde Park Road; enter into a
contract with UDT, LLC, to demolish the existing building; accept additional
ARPA funds from Cole County.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. The City of Jefferson enters into a contract with WHP Trainingtowers™
to purchase, design, and install a 5-story tower and a 2-story residential/industrial fire
training facility at 2304 Hyde Park Road.
Section 2. The City of Jefferson enters into a contract with UDT, LLC for demolition
of the existing building.
Section 3. The agreements shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section 4. Authorization to accept an additional $200,000 from Cole County ARPA
funds, attached hereto as Exhibit B.
Section 5. Authorize necessary supplemental appropriations from Sales Tax G
gleaning Funds, attached hereto as Exhibit C.
Section 6. 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
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
FINANCE DEPARTMENT
PURCHASING DIVISION
SUBJECT: Bid IFB4104-Demolition of Drill Tower/Bum Building
Cooperative Procurement -Sourcewell, Contract 0 11822-JHK
Fire Department-Opened by Sourcewell January 18, 2022
RECOMMENDATION:
Staff recommends the award of bid IFB4104 to UDT, LLC. of Rolla, Missouri for demolition
services at 2304 Hyde Park Rd (Drill Tower and Burn Building) for $32,000.00. The bid was
evaluated by Fire Department staff is being awarded to the lowest responsive bid meeting
specifications.
Staff also requests approval to utilize the Sourcewell contract, 0 11822-JHK, with WHP
Trainingtowers or Grandview, Missouri for the purchase designing and installing a 5-story tower
and a 2-story residential/industrial building for fire training.
The Fire Department initially bid out an engineering/architect contract to have a firm design and
then bid out the construction of the tower and burn building but after discussions with those
vendors, it was determined that the City would save funds by contracting directly with a firm to
construct the building for us.
The Sourcewell contract was competitively bid and vendors were evaluated and ranked. WHP
Trainingtowers ranked number one out of 18 in the evaluation report.
Total cost to design and construct the tower and building is $1,798,461.85.
BIDS RECEIVED FOR THE DEMOLITION:
UDT, LLC, Rolla, MO
A & D Construction Services, LLC, California, MO
GWH Landscaping Contracting, LLC, Jefferson City, MO
lndEqX, Seymour, MO
Mitch Bonnot Excavation, LLC, Loose Creek, MO
S Shafer Excavating, Inc., Pontoon Beach, IL
Mid-Missouri Earth Movers, Jefferson City, MO
Bid Amount
$17,900.00
$32,900.00
$48,548.00
$39,763.20
$34,500.00
$112,200.00
No Bid
This bid was advertised in the News Tribune on 1/11/2023 and posted on Bonfire. Bid
notifications were sent to 163 vendors and there were 27 document takers.
FISCAL NOTE:
Expended or
Account Number Description FY 2022 Budget Encumbered Bid Amount Balance
Amount
Hyde Park Burn Bldg-
10-990-599507 General Fund (County) $500,000.00 $0 $500,000.00 $0
Hyde Park Burn Bldg-
10-9 95 -599507 ARPA Fund s $1,000.000.00 $0 $1,000,000.00 $0
Sales Ta x G
45-990-578063 Contingen cy/Gl eaning $330,461.85 $0 $330,461.85 $0
Bid Total for Demolition $32,000.00
Sourcewell Contract Total for New Structure $1,798,461.85
Expenditure Total $1,830,461.85
ATTACHMENTS-SUPPORTING DOCUMENTATION
Signat1rre ~ a tau~
Pur as ing Agent 3/7/23
# Location
Fire Tower and Burn
Building, 2304 Hyde
#0-3 Park
Fire Tower and Burn
Building, 2304 Hyde
#0-3 Park
Fire Tower and Burn
Building, 2304 Hyde
#0-3 Park
IFB4104 -Demolition of Drill Tower & Burn Building
Opened January 26, 2023
A&D Construction Services, LLC GWH Landscaping Contracting LLC
Days to Days to
complet complet
Lump Sum work Landfill Lump Sum work Landfill
Republic
Services Repub l ic
$32,900.00 20 days JC Landfill $48,548.00 20 days Services
Mid-Mi ssouri Earth Movers II Mitch Bonnot Excavation LLC
No Bid No Bid No Bid $34,500.00 7-10 days Republic
UDT, LLC
Days to
complet
Lump Sum work Landfill
$32,000.00 15 REPUBLIC
lndEqX
Days to
complet
Lump Sum work Landfill
Republic
$39,763 .20 30 Services
S Shafer Excavating Inc
Jefferson
Republic
$112,200.00 15 Days Landfi ll
Memorandum
TO: Leigh Ann Corrigan, Finance
From: Chief Matthew Schofield, Fire Chief"0
Date: February 27, 2023
Re : Burn Building/Drill Tower Demolition
The Fire Department recommends awarding this contract to UDT, LLC, out
of Rolla, MO.
That recommendation is based on their low bid for this project and positive
feedback we received from Planning and Protective Services regarding their
past performance.
c: DC Jerry Blomberg
DocuSign Envelope ID: 44284B92-EF49-4E02-B7B2-706B134B794E
~·~ ~..c-..1" ,.------....::,'-!11 \\\
1 Sourcewe ll ~ J
I; _A~
4 .... i
• .... ..;lble Points
Confortnanc.e to RfP
Requirements
Prk:inc
Finandat Viability and
~rttetplace SuccHs
Ability to Se-ll and Del tv~
S<<Vi<e
Marketin& Plan
Va lue Added Attributes
Wnrinty
Depth and Brea dth of Offered
Equipment, Produas, or
Se.tvices
Total Poin ts
ltan.'<.Oia.,. -.. ~ ,
Possible Points
Conformance t o RFP
Requirements
Pricinc
Flnancbl VIability and
M.11rketpbce Success
Ability to Sell and OellvH
~rvice
Marketin& Plan
Va lue Added Attrlbuu~s
Warranty
Ot>plh and Bu~adth of Offered
Equipment, Prod ucts, o r
Services
ToUI Poin ts
Ran~Ordet . ~ "
·-.
Atbn!k Divine Supply, In<.
50 42
400 308
75 63
100 84
50 38
75 62
50 41
200 159
1,000 797 ..... ·~
laerdal Medical Corporation
50 41
400 319
75 67
100 83
50 39
75 58
50 42
200 165
1.000 814
-·-2
Pro posal Ev a luation
Publ ic Safety Trai ning and Si mulation Eq ui pm ent a n d Technology RFP 110 11822
Excel Drive r Se:rvk.es, UC d~
CAE Healthcare Ool"on Precision Systems, Inc.. S.m. Tech FMC, lnoorpot3ted Fire Facilities, Inc.
41 39 36 39 40
306 313 270 273 278
65 66 51 63 65
85 79 67 73 72
40 36 35 38 43
61 55 54 53 54
40 41 40 42 41
168 160 152 173 148
806 789 705 754 741
3S &.5 -u ll 12 -
Tar&etSolutJons l ea min&. LLC
lexipol, LLC UON First Responder PPE,Inc.
40 40
326 308
55 60
71 81
43 38
59 58
42 42
166 162
802 789
6 8.5
[~~~
7[)(){)CEFD8830450 .•
Greg Grunig, Procurement lead Analyst
lr!lo<:uSigned by: L~~~
Craig West, Procurement Analyst
Pod::et Nurse Enterprises, Inc.
38
313
64
72
40
58
39
154
778
10
PowerDMS, Inc. d~ Vedor Solutions
I C.::~~
L 6EE63AED£05F48E...
Car~ Jackson, Procurement Analyst
~Oo<:uS~ned by:
mdc. s;kt-
4513A600CA0 1467-
Nick Scholer, P rocurement Analyst
-
37
288
55
77
39
55
39
ISO
740
1J
J~hnke & Sons Construcdon,
FirtbbrtG~I Inc. dba WtW TralnJnctowen JHB Group, Inc .
34 4 1 41
316 348 339
56 58 60
59 78 71
35 40 40
54 6 1 63
39 42 38
146 156 154
739 824 806 ·-. 14 l . -3.5
TSG Industries, LLC Virace Simulation, Inc. W .S. D arley & Co.
24 43 38
233 310 265
40 6 1 67
59 78 67
31 43 38
34 66 52
36 42 39
128 162 156
585 80S 722
11 _s ll
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
Sourcewell ~
Solicitation Number: RFP #011822
CONTRACT
This Contract is between Sourcewell, 20212th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) ~nd Jahnke & Sons Construction, Inc., dba WHP Trainingtowers, 519 Duck
Road, Grandview, MO 64030 (Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of th~ State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
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 Public Safety Training and Simulation Equipment and
Technology from which Supplier was awarded a contract.
Supplier 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 March 23, 2026, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended one additional year
upon the request of Sourcewell and written agreement by Supplier.
C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
other rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Rev.3/2021 1
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
Table 11: Pricing and Delivery
Provide detailed pricing 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 described in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
Line
Item
59
60
61
62
63
64
65
66
Question
1:11 ,,
Describe your pricing model (e.g., line-item discounts or
product-category discounts). Provide detailed pricing data
(including standard or list pricing and the Sourcewell
discounted price) on all of the items that you want
Sourcewell to consider as part of your RFP response. If
applicable, provide a SKU for each item in your proposal.
Upload your pricing materials (If applicable) in the
document upload section of x-our response.
Quantify the pricing discount represented by the pricing
proposal in this response. For example, if the pricing in
your response represents a percentage discount from
MSRP or list, state the percentage or percentage range.
Describe any quantity or volume discounts or rebate
programs that you offer.
Propose a method of facilitating "sourced" products or
related services, which may be referred to as "open
markef' items or "nonstandard options''. For example, you
may supply such items "at cost" or "at cost plus a
percentage ," or you may supply a quote for each such
request.
Id entify any element of the total cost of acquisition that is
NOT included in the pricing submitted with your response.
This includes all additional charges associated with a
purchase that are not directly identified as freight or
shipping charges. For example, list costs for items like pre-
deli very inspection, installation, set up, mandatory training,
or initial inspection . Identify any parties that impo se such
costs and their relationship to the Proposer.
If freight, delivery, or shipping is an additional cost to the
Sourcewell participating entity, describe in detai l the
complete freight, shipping, and delivery program.
Specifically describe freight, shipping, and delivery term s or
programs available for Alaska, Hawaii, Canada, or any
offshore delivery.
Describe any unique distribution and/or delivery methods or
options offered in your proposal.
. ,
Bid Number: RFP 011822
. .,
Response *
We ha ve included an overview document including our pricing
schedule. In general, we offer a 10% discount on our list pricing
for our materials items and a 5% discount for our service rela ted
items.
We offer discounts from list pricing in the 5%-10% range .
We do not include any volume discounts or rebates at this time.
We want to make an effort to customize each building to provide a
comprehensive package that meets each customer's specific
needs. Part of that effort requires us to have the ability to source
options to be included as open market or non-standard items.
We propose the same structure off of ou r open market list pricing
with a 10% discount on open market materials list pricing and a
5% discount on open market service items .
Our pricing includes all materials, freight , and labor line items
necessary for the successful completion of the project. We offer a
foundation design option for the customer to utilize with their local
forces to install a foundation prior to our installation. We also
recommend concrete fill on metal floor decks in our Alarm series
for a complete installation. Some other items which we exclude,
however may not be necessary for a co mplete in stallation include
freight beyond 750 mile radius of Grandview, MO, prevailing wages,
taxes, bonds, and perm its .
We offer a freight line item for each one of our materials packages
within a 750 mile radius of Grandview, MO which covers the
majority of the continental United States. We will Include an open
market line item for any freight beyond this radius.
Containerization is required for mos t shipments to Alaska, Hawaii ,
or other off-shore locati ons. We would containerize at our facility
and deliver the con tain ers to the port at which our base freight lin e
item wou ld be invoiced. We then would issue an open market line
item for the additional ocean f reig ht costs associated with providing
our materials package to an off-shore location . Most Canadian
locations can still be reached by over-the-road trailer and our open
market freight lin e item beyond our 750 mile radius would take
effect.
In order to provide the complete turn-key solution that Sourcewell
participating entities are looking for, we are offering line items for
materials freight , and labor. Not all Sourcewe ll customers will want
a complete turn key solution, and by Item izing ou r costs into these
th ree line items, they can choose anywhere from materials on ly, all
the way to a full turn-key installation. With our great history in
providing turn-key solutions across the US, and our 25 contractor
licenses and counting , we know that our packages offer a unique
opportunity for Sourcewell participating entities to obtain a fully
designed , manufactured, and installed fire training structure. Also,
our burn room options are designed as Class A burn ro om s
meaning customer's can burn combustib le materials such as wood
and straw, but they would also have the option to purchase a Class
B (propane or NG fired) prop from a Gas-fired prop company for
installation within our bur ro om system. Our framework allows the
customer a multitude of options during the installation and post-
installation .
Vendor Name: Jahnke & Sons Construction, In c.
DocuSign Envelope 10: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
Table -12: Pricing Offered
Line .. a .~
Item The Pricing Offered In this Proposal is: • Comments
67 c. better than the Prop oser typica lly offers to GPOs, cooperative procurement organiza tions, or sta te purchasing We offer materia ls packages
departments.
Table 13: Aud it and Administrative Fee
Line
Item
68
69
70
Question
Specifically describe any self-audit process or program that you
plan to employ to verify compliance with your proposed Contract
with Sourcewell. Th is process includes ensuring that Sourcewell
participating entities obtain the proper pricing , that the Vendor
reports all sales under the Contract each quarter, and that the
Vendor remits the proper adm inistrative fee to Sourcewell. Provide
sufficient detail to support your ability to report quarterly sales to
Sourcewell as described in the Contract template.
If you are awarded a contract, provide a few examples of Internal
metrics that will be tracked to measure whether you are having
success with the co ntract.
Id entify a proposed administrative fee that you will pay to
Sourcewell for facilitating, managing, and promoting the Sourcewell
Contract in the event that you are awarded a Contract. This fee
is typica ll y calculated as a percentage of Vendor's sa les under the
Contract or as a per-unit fee; it is not a lin e-item addition to the
Member's cost of goods. (See the RFP and template Contract for
additional details .)
Bid Number: RFP 0 11822
through other purchasing
organizations, however
Sourcewell's platform is
unique wi th a focus on
providing turn -key solutions.
We understand the
opportunity for participating
entities to streamline their
project with this purchasing
platform, and we have
structured ou r pricing to be
unique to meet Sourcewell's
tum-key request. We ha ve
structured our pricing to best
meet the needs of those
participating entities looking
for a true tum-key sol ution
through a Sourcewell contract.
Response •
When our salespeople generate a So urcewell quote or
estimate they will denote on the quote or es ti mate that it is
Sourcewell pricing. Upon receiving a signed quote or
purchase order based on the quote the salesperson then
hands the approved quote or purchase order over to project
management who generates a project number or sales order
number.
On Sourcewell projects and Sourcewell sales the order is
denoted for a project as Location Year-W-Project Number
SOURCE
For example: Kansas City, KS 21 -W-911 SOURCE
For a sales order it Is denoted as Location S-Sales Order
Number Sourcewe ll Example : Kansas City , KS S-20526
SOURCE
They are coded with the Modifier "SOURCE" behind their
project numbe r or sales number and will be re vi ewed
quarterly by job ty pe .
We will use a couple of d ifferent metrlcs to track our
success with the contract. Fiscally we wi ll use percentage
of sales of Sourcewell sales against our percentage of
overall sales in order to track our immediate success. In
addition, we will track our success rate by looking at data
analytics associated with all of our marketing engagements
and social media engagement targeted specifically to
Sourcewell buyers .
We propose a fee of 1.25% of our sales under the contract.
Vendor Name: Jahnke & Sons Construction , Inc.
CITY OF JEFFERSON
DEMOLITION CONTRACT
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 the UDT, LLC., 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 demolition of the following structure
and all debris and other trash items on the lot at the Fire Tower & Bum Building in Jefferson City, Missouri,
and the proper disposal in an approved landfill.
NOW THEREFORE, the parties to this contract agree to the following:
1. Scope of Services.
Contractor agrees to perfonn the services related to demolition of the structure and grading of lot at the Fire
Tower and Bum Building in Jefferson City, Missouri, more particularly described in Exhibit A attached
hereto. Contractor further agrees to obtain a demolition penn it from the City and the Missouri Department
of Natural Resources, if necessary, prior to performing any services.
2. Payment to Contractor.
The City hereby agrees to pay Contractor for work done pursuant to this contract at intervals of not less
than 28 calendar days upon acceptance of said work by the Fire Department, and in accordance with the
rates and/or amounts of stated in the bid of the Contractor dated 1126/2023, which are by reference made a
part of hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or
materials furnished hereunder. Lien releases must be provided prior to any payment being made to the
Contractor. The total amount of this contract shall not exceed Thirty-Two Thousand Dollars and Zero Cents
($32,000.00).
3. Notice to Proceed.
Contractor shall not begin the work to be perfonned until receipt of written Notice to Proceed, after which
the Contractor shall complete said work within Thirty (30) calendar days thereafter.
4. Insurance.
Contractor agrees to obtain and maintain throughout the tenn 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. City shall
be named as an additional insured on such policy.
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 a one person in a single accident
or occurrence. City shall be named as an additional insured on such policy.
D. 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.
E. 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 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 E 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 police (or rider attached thereto) of the general contractor provides adequate
protection against claims arising from operations by anyone directly or indirectly employed by
Contractor.
5. Specifications, Codes and Regulations.
Contractor shall comply with all appropriate specifications and codes referred to and with all regulations,
ordinances and laws of the City, the State of Missouri, and the Federal Government, and permit reasonable
inspection of all work by authorized inspectors.
6. Asbestos Compliance.
Contractor shall comply with Missouri Air Conservation law, RSMo. 643, Sections 225-250, Missouri
regulations CFR 1 0.6.080, 1 0 CFR 6.240, and 10 CFR 6.250, EPA regulations at 40 CFR Part 61 governing
asbestos, and OSHA worker protections regulations.
7. Permits and Licenses.
Contractor will obtain and pay for all permits and licenses necessary for the completion and execution of
the work and labor to be performed.
8. Debris and Material Removal.
Contractor shall keep the premises clean and orderly during the course of the work and remove all debris
as it accumulates. Materials and equipment that have been removed and replaced as part of the work shall
belong to the Contractor, unless specifically spelled-out otherwise in Exhibit A. Dispose of the demolition
debris in compliance with State and Federal laws.
9. 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 a 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.
10. Termination of Contract for Cause.
If through any cause, Contractor shall fail to fulfill in a timely and roper manner their obligations under this
contract, or if Contractor shall violate any of the covenants, agreements, or stipulations of their contract,
the City shall thereupon have the right to terminate this contract by giving written notice to Contractor of
such terminations and specifying the effective date thereof, at least five days before the effective date of
such termination. In such event, all finished or unfinished documents and reports prepared by Contractor
under this contract shall, at the option of the City, become its property, and Contractors shall be entitled to
receive just and equitable compensation for any work satisfactorily completed thereunder.
Notwithstanding above, Contractor shall not be relieved of liability to the City for damages sustained by
the City by virtue of a breach of Contract by Contractor, and the City may withhold any payments to
Contractor for the purpose of set-off until such time as the exact amount of damages due to the City from
Contractor is determined.
11. Termination for Convenience by the Owner.
The City may terminate this contract at any time by giving at least ten (10) days' notice in writing to
Contractor. If the contract is terminated by the City, as provided herein, Contractor will be paid for the time
provided and expenses incurred up to the termination date. If this contract is terminated due to the fault of
the Contractor, Paragraph 10 hereof to termination shall apply.
12. Owner's Right to Proceed.
In the event this contract is terminated pursuant to Paragraph 11, then the City may take over the work and
prosecute the same to completions, by contract or otherwise, and Contractor and its sureties shall be liable
to the City for any costs over the amount 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.
13. lndemnitv.
To the fullest extent permitted by law, the Contractor will 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 (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.
14. Payment for Labor and Materials.
Contractor agrees and binds itself to pay for all labor done and for all the materials used in the work to be
completed pursuant to this contract. Contractor shall furnish to the City a bond to insure the payment of all
materials and labor used in the performance of this contract.
15. Sales Tax Exemption.
Effective August 28, 1994, Section 144.062, RSMo. allows contractors and subcontractors to purchase
materials for tax exempt projects with project-specific exemption certifications approved by the Department
of Revenue. The City will supply a certificate to the contractor for this project after approval is obtained
from the Department of Revenue.
16. Acceptance of Final Payment as Release.
Contractor's acceptance of final payment shall be a release to the City of all claims and all liability to the
Contractor.
17. Changes.
City may, at any time, request changes in the scope of the work without invalidating the contract. If such
changes increase or decrease the amount due under the Contract, or in the time required for performance of
the work, an equitable adjustment shall be authorized by Change Order. The City shall review and give
final approval to all Change Orders.
18. Time for Completion and Liquidated Damages.
If the Contractor fails to complete the work within the contract time or extension of time granted by the
City, then the Contractors may be required to pay to the City the amount of $100.00/day for liquidated
damages for each calendar day that the Contractor shall be in default after the time stipulated in the contract
documents.
19. Contract Documents.
The contract documents shall consist of the following:
a. This Contract
b. Addenda
c. Information for Bidders
d. Signed Copy of Bid
e. Work Write-Up
f. General Provisions
g. U.S. Department of Housing and Urban Development Supplemental General Conditions
20. Protection of Lives and Health.
Contractor shall exercise proper precaution at all times for the protection of persons and property and shall
be responsible for all damages to persons or property, either on or off the site, which occurs as a result of
Contractor's prosecution of the work. The safety provisions of applicable laws and building and
construction codes, in addition to specific safety and health regulations described by Chapter XIII, Bureau
of Labor Standards, Department of Labor, Part 1518, Safety and Health regulations for Construction as
outlined in the Federal Register, Volume 36, No. 75, Saturday, April 17, 1971, Title 29-LABOR, shall be
observed and the Contractor shall take or cause to be taken, such additional safety and health measures as
the Contracting Authority may determine to be reasonably necessary.
Safety Training
a. Contractor shall provide a ten ( 1 0) hour Occupational Safety and Health Administration
(OSHA) construction safety program for all employees who will be on-site at the project.
The construction safety program shall include a course in construction safety and health
that is approved by OSHA or a similar program approve by the Missouri Department of
Labor and Industrial Relations which is at least as stringent as an approve OSHA program
as required by Section 292.675, RSMo.
b. Contractor shall require its on-site employees to complete a construction safety program
within sixty ( 60) days after the date work on the project commences.
c. Contractor acknowledges and agrees that any of contractor's employees found on the
project site without documentation of the successful completion of a construction safety
program shall be required to produce such documentation within twenty (20) days, or will
be subject to removal from the project.
d. Contractor shall require all of its Subcontractors to comply with the requirements of this
section and Section 292.675, RSMo.
Notice of Penalties for failure to Provide Safety Training
a. Pursuant to Section 292.675, RSMo., Contractor shall forfeit to City as a penalty Two
Thousand Five Hundred Dollars (2,500), plus One Hundred Dollars ($1 00) for each on-
site employee employed by Contractor or its Subcontractor, for each calendar day or
portion thereof, such on-site employee is employed without the construction safety training
required in the above paragraph.
b. The penalty described in Subsection a of this section shall not begin to accrue until the time
period described in Paragraphs b and c above have elapsed.
c. Violations of above paragraph and imposition of the penalty described in this section shall
be investigated and determined by the Missouri Department of Labor and Industrial
Relations.
21. Regulations Pursuant to So-Called "Anti-Kickback Act" Title 18, U.S.C.
874 Kickbacks from public works employees: Whoever, by force, intimidations, or threat of procuring
dismissal from employment, or by any other manner whatsoever induces any person employed in
construction, prosecution, completion or repair of any public building, public work, or building or work
financed in whole or in part by loans or grants from the United States, to give up any part of the
compensation to which he is entitled under his contract of employment, shall be fined not more than five
thousand dollars ($5,000) or imprisoned not more than five years or both.
22. Equal employment Opportunity, Nondiscrimination, and Minority Business Enterprise
Utilization.
a. The Contractor will not discriminate against any employee or applicant for employment
because of race, color, handicap, age, religion, sex, or national origin. The Contractor will
take affirmative action to ensure that applicants are employed, and that employees are
treated during employment, without regard to race, color, religion, sex, or national origin.
Such action shall include, but not be limited to the following: Employments, upgrading,
demotion, or transfer; recruitment advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training, including apprenticeship. The
Contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided setting forth the provisions of this nondiscrimination
clause.
b. The Contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contract, state that all qualified applicants will receive consideration from
employment without regard to race, color, religion, sex or national origin.
c. The Contractor will send to each labor union or representative or workers with which he
as a collective bargaining agreement or other contract or understanding, a notice to be
provided by the Contract Compliance Officer advising the said labor union or workers'
representatives of the Contractor's commitment under this section, and shall post copies of
the notice in conspicuous places available to employees and applicants for employment.
d. The contractor will comply with all provisions of Executive Order 11246 of September 24,
1985, and ofthe rules, regulations and relevant orders of the Secretary of Labor.
e. The contractor will furnish all information and reports required by Executive Order 11246
of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records and accounts by the
Department and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations and orders.
f. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this
Contract or with any of the said rules, regulations or orders, this contract may be cancelled,
terminated or suspended in whole or in part and the Contractor may be declared ineligible
for further government funded contracts in accordance with procedures authorized in
Executive Order 11246 of September 24, 1965, or as otherwise provided by law.
g. The Contractor will include the portion of the sentence immediately preceding paragraph
( 1) and the provisions of paragraphs ( 1) through (7) in every subcontract or purchase order
unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant
to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions
will be binding upon each subcontractor or vendor. The Contractor will take such action
with respect to any subcontract or purchase order as the Department may direct as a means
of enforcing such provisions, including sanctions for noncompliance; provided, however,
that in the event a Contractor becomes involved in or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the Department, the Contractor may
request the United States to enter into such litigation to protect the interests of the United
States.
h. The Contractor will make affirmative efforts to utilize minority business enterprises for
suppliers and subcontractors and will document his efforts to the City.
1. For contracts in excess of$1 0,000, equal opportunity provisions of"Exhibit A" shall apply
to this contract.
23. Training and employment of Lower Income Residents of Project Area.
a. The work to be performed under this contract is subject to the requirements of Section 3 of
the Housing and Urban Development Act of 1968, as amended, 12 U .S.C. 1701 u. Section
3 requires that to the greatest extent feasible, opportunities for training and employment be
given lower income residents of the project area and contracts for work in connection with
the project be awarded to business concerns which are located in, or owned in substantial
part by persons residing in, the area of the project.
b. The parties to this contract will comply with the provision of said Section 3 and the
regulations issued pursuant thereto by the Secretary of Housing and Urban Development
ad all applicable rules and orders of the Department issued hereunder prior to the execution
of this contract. The parties to this contract certify and agree that they are under no
contractual or other disability that would prevent them from complying with these
requirements.
24. 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:
(I) 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 statute.
25. Federal Funds to be Used.
The City of Jefferson is a recipient of federal grant funds. Therefore, the grant requirements in Exhibit B
shall be fully considered in preparing responses and performing work under any resulting award.
26. Notices,
All notices required or pennitted hereinunder and required to be in writing may be given by fLrSt 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
27. Jurisdiction.
If to the Contractor;
UDT, LLC
Tonie Cahill
1420 BEast State Hwy 72
Rolla, Missouri 6540 I
This agreement and every question arising hereunder shall be interpreted according to the Laws and statutes
of the State of Missouri.
CITY OF JEFFERSON, MISSOURI UDT,fL~ c ~.?bu>~r~k
Title: _!: ,... ~") '/ J _)
Date: --.3~1£"---"'~:;,....o/'
Mayor
Date: ___ _
ATTEST: ATTEST:
Title: Title
APPROVED AS TO FORM :
c;cy~
EXHIBIT A
Unit of Number of Days landfill Site to be Item Quantity location Unit Price to Complete used for Debris
Number Required Measure Demolition Disposal
Fire Tower and Burn
Building, 2304 Hy de
#0-3 Park 15 REPU BLIC
EXHIBIT B-FEDERAL CLAUSES
The City of Jefferson is a recipient federal grant funds through the American Rescue Plan Act of
2021. Therefore, the following requirements shall be fully considered in preparing responses and
performing work under any resulting award.
Access to Records
Vendor agrees to provide the City, the Federal Government, and any applicable Federal
Adn1inistrator, Director~ the C01nptroller General of the United States, or any of their authorized
representative~ s access to any books, docun1ents, papers, and records of the Vendor which arc
directly pertinent to this contract for the purposes of n1aking audits, exatninations, excerpts. and
transcriptions. The Vendor agrees to pennit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed. Nothing
contained herein shall be construed as intending to litnit or prohibit audits or internal reviews by
Federal personnel or the Comptroller General of the United States.
Retention Requirements for Records
The contractor shall retain financial records, supporting documents, statistical records and all
other records pertinent to the financial assistance agreement for a period of three years starting
from the date of submission of the final payment request. Authorized representatives of federal
awarding agencies, the Federal Inspectors General, the Comptroller General of the United States,
the City or any of their designees shall have access to any pertinent books, documents, and
records of contractor in order to conduct audits or examinations. The contractor agrees to allow
monitoring and auditing by the City and/or authorized representative. If any litigation, claim,
negotiation, audit, or other action involving the records has been started before the expiration of
the three-year period, the contractor shall retain records until all litigations, claims or audit
findings involving the records have been resolved and final action taken.
Breach of Contract
1. In the event of material breach of the contractual obligations by the contractor, the City may
cancel the contract. At its sole discretion, the City may give the contractor an opportunity to
cure the breach or to explain how the breach will be cured. The actual cure must be completed
within no more than 10 working days from notification, or at a minimum the contractor must
provide the City within 1 0 working days from notification a written plan detailing how the
contractor intends to cure the breach.
2. If the contractor fails to cure the breach or if circumstances demand immediate action, the
City will issue a notice of cancellation terminating the contract immediately. If it is
determined the City improperly cancelled the contract, such cancellation shall be deemed a
termination for convenience in accordance with the contract.
3. If the City cancels the contract for breach, the City reserves the right to obtain the equipment,
supplies, and/or services to be provided pursuant to the contract from other sources and upon
such terms and in such manner as the City deems appropriate and charge the contractor for
any additional costs incurred thereby.
4. The contractor understands and agrees that funds required to fund the contract must be
appropriated by the General Assembly of the State of Missouri for each fiscal year included
within the contract period. The contract shall not be binding upon the City for any period in
which funds have not been appropriated, and the City shall not be liable for any costs
associated with termination caused by lack of appropriations.
Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)
Each contractor certifies to the tier above by completing the Certification Regarding Lobbying
form, that it will not and has not used Federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of the City, an
agency, a member of Congress, officer or employee of Congress, or an employee of a member of
Congress in connection with obtaining any Federal contract, grant or any other award covered by
31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes
place in connection with obtaining any Federal award.
Clean Air Act (42 U.S.C. 7401-7671q.) and Federal Water Pollution Control Act (33
u.s.c. 1251-1387)
The contractor must comply with the Federal Clean Air Act (42 U.S.C. 7401-7671q), as
amended, and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended.
Failure to abide by these laws is sufficient grounds to cancel the agreement. By agreeing to this
agreement, the contractor certifies that the contractor, its board of directors and principals are
following these specific federal laws. Further, the contractor shall report to the City any instance
in which the contractor or any member of its board of directors or principals is determined by
any administrative agency or by any court in connection with any judicial proceeding to be in
noncompliance with any of these specific federal laws. Such report shall be submitted within ten
(1 0) working days following such determination. Failure to comply with the reporting
requirement may be grounds for termination of this agreement or suspension or debarment of the
contractor.
Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708)
1. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which they are employed
on such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate
of pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (b) ( 1) of this section the contractor and any subcontractor
responsible there for shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer
or mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (b) (1) of this section, in the sum of$10 for each calendar day on which such
individual was required or permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the clause set forth in paragraph
(b) (I) of this section.
3. Withholding for unpaid wages and liquidated damages. The contractor shall upon its own
action or upon written request of an authorized representative of the Department of Labor
withhold or cause to be withheld, from any moneys payable on account of work performed
by the contractor or subcontractor under any such contract or any other Federal contract with
the same prime contractor, or any other federally-assisted contract subject to the Contract
Work Hours and Safety Standards Act, which is held by the same prime contractor, such
sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (b )(2) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraph (b) (1) through (4) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (b) ( 1) through ( 4) of this section.
5. The contractor or subcontractor shall maintain payrolls and basic payroll records during the
course of the work and shall preserve them for a period of three years from the completion of
the contract for all laborers and mechanics, including guards and watchmen, working on the
contract. Such records shall contain the name and address of each such employee, social
security number, correct classifications, hourly rates of wages paid, daily and weekly number
of hours worked, deductions made, and actual wages paid. The records to be maintained
under this paragraph shall be made available by the contractor or subcontractor for
inspection, copying, or transcription by authorized representatives of the City and the
Department of Labor, and the contractor or subcontractor will permit such representatives to
interview employees during working hours on the job.
6. Contracts for construction, alteration, and repair, including painting and decorating, must
provide that no contractor or subcontractor contracting for any part of the contract work shall
require any laborer or mechanic employed in the performance of the contract to work in
surroundings or under working conditions that are unsanitary, hazardous, or dangerous to
health or safety, as established under construction safety and health standards the Secretary
of Labor prescribes by regulation based on proceedings pursuant to section 553 of title 5,
provided that the proceedings include a hearing similar in nature to that authorized by section
553 oftitle 5.
Debarment and Suspension (Executive Orders 12549 and 12689)
A contract award will not be made to parties listed on the government wide exclusions in the
System for Award Management (SAM), in accordance with the OMB guidelines, 2 CFR 180.
SAM exclusions contain the names of parties debarred, suspended or otherwise excluded by
agencies as well as parties declared ineligible under statutory or regulatory authority other than
Executive Order 12549.
Equal Employment Opportunity
During the performance of this contract, the contractor agrees as follows:
I. The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national origin.
The contractor will take affirmative action to ensure that applicants are employed, and that
employees are treated during employment without regard to their race, color, religion, sex,
sexual orientation, gender identity, or national origin. Such action shall include, but not be
limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff
or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided setting forth the provisions
of this nondiscrimination clause.
2. The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, City that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, sexual orientation, gender identity,
or national origin.
3. The contractor will not discharge or in any other manner discriminate against any employee
or applicant for employment because such employee or applicant has inquired about,
discussed, or disclosed the compensation of the employee or applicant or another employee
or applicant. This provision shall not apply to instances in which an employee who has
access to the compensation information of other employees or applicants as a part of such
employee's essential job functions discloses the compensation of such other employees or
applicants to individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an investigation,
proceeding, hearing, or action, including an investigation conducted by the employer, or is
consistent with the contractor's legal duty to furnish information.
4. The contractor will send to each labor union or representative of workers with which they
have a collective bargaining agreement or other contract or understanding, a notice to be
provided advising the said labor union or workers' representatives of the contractor's
commitments under this section, and shall post copies of the notice in conspicuous places
available to employees and applicants for employment.
5. The contractor will comply with all provisions of Executive Order 11246 of September 24,
1965, and of the rules, regulations, and relevant orders ofthe Secretary of Labor.
6. The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or
pursuant thereto, and will permit access to his books, records, and accounts by the
administering agency and the Secretary of Labor for purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
7. In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the contractor may be declared ineligible for
further Government contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of
September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as
otherwise provided by law.
8. The contractor will include the portion of the sentence immediately preceding paragraph (1)
and the provisions of paragraphs ( 1) through (8) in every subcontract or purchase order
unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to
section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be
binding upon each contractor or subcontractor. The contractor will take such action with
respect to any subcontract or purchase order as the administering agency may direct as a
means of enforcing such provisions, including sanctions for noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is threatened with,
litigation with a contractor or subcontractor as a result of such direction by the administering
agency, the contractor may request the United States to enter into such litigation to protect
the interests of the United States.
Procurement of Recovered Materials
The contractor must comply with section 6002 of the Solid Waste Disposal Acts as amended by
the Resources Conservation and Recovery Act. The requirements of this section include
procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at
40 CFR part 24 7 that contain the highest percentage of recovered materials practicable,
consistent with maintaining a satisfactory level of competition, where the purchase price of the
item exceeds $1 0,000 or the value of the quantity acquired during the preceding fiscal year
exceeded $1 0,000; procuring solid waste management services in a manner that maximizes
energy and resource recovery; and establishing an affirmative procurement program for
procurement of recovered materials identified in the EPA guidelines.
Rights to Inventions Made Under a Contract or Agreement (37 CFR Part 401)
If the contractor produces subject matter, which is or may be patentable in the course of work
sponsored by this agreement, the contractor shall promptly and fully disclose such subject matter
in writing to the City. In the event that the contractor fails or declines to file Letters of Patent or
to recognize patentable subject matter, the City reserves the right to file the same. The City
grants to the contractor the opportunity to acquire an exclusive license, including the right to
sublicense, with a royalty consideration paid to the City. Payment of royalties by contractor to
the City will be addressed in a separate royalty agreement.
Termination
1. Termination for Cause. The City may terminate this agreement, in whole or in part, at any
time before the date of completion whenever it is determined that the contractor has failed to
comply with the terms and conditions of the agreement. The City shall promptly notify the
contractor in writing of such a determination and the reasons for the termination, together
with the effective date. The City reserves the right to withhold all or a portion of funds if the
contractor violates any term or condition of this agreement. Termination for cause may be
considered for evaluating future agreements. The contractor may object to terminations with
cause and may provide information and documentation challenging the termination.
2. Termination for Convenience. Both the City and the contractor may terminate the agreement,
in whole or in part, when both parties agree that the continuation of the project would not
produce beneficial results commensurate with the further expenditure of funds.
3. The City reserves the right to terminate the contract at any time, for the convenience of the
State of Missouri, without penalty or recourse, by giving written notice to the contractor at
least thirty (30) calendar days prior to the effective date of such termination. The contractor
shall be entitled to receive compensation for services and/or supplies delivered to and
accepted by the City pursuant to the contract prior to the effective date of termination.
Domestic Preference for Procurements
As appropriate, and to the extent consistent with law (including 2 C.F.R. §200.322)~ the
contractor should, to the greatest extent practicable, provide a preference for the purchase,
acquisition, or use of goods, products~ or materials produced in the United States. This includes,
but is not limited to iron, alutninum, steel, cetnent, and other n1anufactured products.
Prohibition on certain telecommunications and video surveillance services or equipment
Contractors are prohibited from obligating or expending project funds to:
1. Procure or obtain;
2. Extend or renew a contract to procure or obtain; or
3. Enter into a contract (or extend or renew a contract) to procure or obtain equipment,
services, or systems that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any
system. As described in Public Law 115-232, section 889, covered telecommunications
equipment is telecommunications equipment produced by Huawei Technologies
Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
a. For the purpose of public safety, security of government facilities, physical
security surveillance of critical infrastructure, and other national security
purposes, video surveillance and telecommunications equipment produced by
Hytera Communications Corporation, Hangzhou Hikvision Digital Technology
Company, or Dahua Technology Company (or any subsidiary or affiliate of such
entities).
b. Telecommunications or video surveillance services provided by such entities or
using such equipment.
c, Telecommunications or video surveillance equipment or services produced or
provided by an entity that the Secretary of Defense, in consultation with the
Director of the National Intelligence or the Director of the Federal Bureau of
Investigation, reasonably believes to be an entity owned or controlled by, or
otherwise connected to, the government of a covered foreign country.
4. In implementing the prohibition under Public Law 115-232, section 889, subsection (f),
paragraph ( 1 ), heads of executive agencies administering loan, grant, or subsidy programs
shall prioritize available funding and technical support to assist affected businesses,
institutions and organizations as is reasonably necessary for those affected entities to
transition from covered communications equipment and services, to procure replacement
equipment and services, and to ensure that communications service to users and
customers is sustained.
5. See Public Law 115-232, section 889 for additional information.
6. See also § 200.4 71.
Disadvantaged Business Enterprise Statement
Contractors bidding on City contracts funded in whole or in part by assistance from a federal
agency shall take the following affirmative steps to assure that small, woman owned, and
minority businesses are utilized when possible as sources of supplies, services and construction
items.
a. Contractors will submit the name and other information, if any, about their DBE sub-
contractors along with their bid submissions.
b. Sufficient and reasonable efforts will be made to use qualified DBE sub-contractors
when possible on City contracts.
c. Qualified small, woman owned, and minority businesses will be included on
solicitation lists as sub-contractors for City supplies, services, and construction.
d. Qualified small, woman owned, and minority businesses will be solicited whenever
they are potential sources.
e. When economically feasible, contractors will divide total requirements into smaller
tasks or quantities so as to permit maximum small, woman owned, and minority
business participation.
f. Where the requirements permit, contractors will establish delivery schedules which
will encourage participation by small, woman owned and minority businesses.
Contractors will use the services and assistance of the Small Business Administration, the Office
of Equal Opportunity, and the Community Services Administration.
CITY OF JEFFERSON
CONSTRUCTION SERVICES AGREEMENT
IXHIIITA
THIS CONTRACT, by and between the City of Jefferson, Missouri, a municipal corporation of the State
of Missouri, hereinafter referred to as "City", and WHP Trainingtowers, hereinafter referred to as
"Contractor".
WITNESSETH:
THAT WHEREAS, Contractor has been selected for furnishing the supervision, labor, tools,
equipment, materials and supplies for the following City improvements: installation of a five-story tower
and two-story Residential/Industrial Building, as described in Exhibit A and depicted in Exhibit B.
NOW THEREFORE, the terms of the Sourcewell Contract: RFP #011822 shall govern, except in
instances that conflict with the following terms:
1. 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. 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 (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.
3. Performance and Materialman's Bonds Reguired.
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.
4. 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.
5. 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.
6. 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.
7. 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.
8. 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.
9. 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.
10. 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.
2
If to the C ity:
C ity of J efferso n
Department of Law
320 East McCa11y Street
Jefferson C ity, Missouri, 6510 I
CITY OF JEFFERSON, MISSOURI
Mayo r
Date: ----
APPROVED AS TO FORM:
lf to the Contractor:
WHP Traini ngtowers
J oe K ir chn er
5 I 9 Duck Road
Grandview, M isso uri 64030.
WHP TRAININGTOWERS
Ti tle:
Date: ___ _
ATTEST:
T itle:
3
HP
RETHINK HOW YOU TRAIN
January 18 '\ 2023 RefNumber: Q-23 17707 (via e mail)
Jerry Blomberg, Division Chief of Trai ni ng
Je fferso n C ity Fir e Departme nt
320 East McCart y Stree t
Je fferson City. MO 6510 I
573 -634-6403
j b lo m berg@ jcffe rso ncit vmo.e:o v
Dear Chief Blomberg:
We are p lea sed to provide yo u wit h the follow ing proposa l utilizi ng our Sourcewe ll contract number 0 11822 -JHK
and the Cit y of Jefferso n City Sourcewe ll contract number I 03420 for a CUSTOM GENERAL ALARM FIVE-
STORY WHP trainin g simulator. The simul ator wou ld con s ist of a structure that would approx im ate the following:
I. Sect ion A wi ll be a Five-St01·y Tower approx im ate ly 2 1'-11" W x 25 1 -4 " L x 54'-0" H (to top of
parapet).
a. Four (4) int er io r flo ors (2"d, 3'd , 4111 , 5'11 )
b. One (I ) flat ro of with parap et roof guard system
c. One (I) 22 'x26 1 pa inted ste e l ca nopy
d. Two (2) 3'-4" doubl e sw ing gates
e. Four (4) rapp e lling anchors on th e roo f
f. One (I) rapp e ll in g rail
g. One (I) 2'-6" x 3'-0" Bil co roof hatc h
h. One (I) ve rti ca l ladder from th e 5th floo r up to th e roof hatc h
1. One (I) fiv e-s tory inter io r stair with we ld ed stair rai li ng
j. One (I) inset balcony on the second fl oo r with we lded raili ng
k. One (I) 4'xT ca ntil evered balcon y at the 3'd fl oor with ra ili ng a nd door
I. O ne (I) 4-story galv anized standp ipe w/FDC and 2-hea d s prinkler run
m. Five (5) 3' x 7' plat e stee l door and hardware
n. Nine (9) 3 I x 4 1 window op enin gs with latching s hutt ers-The four additional sh utt ers will
be lo cated: 2"d fl oor B-side , 3'd floor D-s ide , 4'11 and S'h C-S id e. Each add iti onal wi nd ow will
hav e an ove r-w in dow rappe ll ing an chor and ba il out prop.
o. One (I) 3 ' x 3 ' access hatch to re sid ent ial att ic
p. Two (2) 9 1 xT garage doors
2. Sec tion B will be a Two-Story Res identia l/! ndu stria l secti on approximate ly 2 1 '-1 I " W x 35'-0" L x
24 ' -0" H to eave.
a. One (I) gable roof, 5/12 and 9/12 un-eq ua l pitch on hal f of roof with perim eter welded
g ua rdrail
b. One (I) flat roof with parapet wa ll s on ha lf of roof with two (2) swing ga te openings
c . Two (2) 6' -0 " cha in gates
519 Duck Road, Grandview, MO 64030 1 P: 800 .35 1.2525 1 www.TrainingTowers .com 1 lnlo@Trai ningTowers.com
d. Two (2) chop-o ut s on gab led roof one 48 " x 48" and one 48"x96"
e. One (I) attic space prov id ed between the gabled roof a nd th e second floor
f. One (I) 3' x 3' framed window opening with latching shu tters at ex terior gabled end of the
attic
g. Seven (7) 3' x 4' fr ame d wi nd ow openings wit h latching shutt ers
h. Two (2) 3' x 4' fra med burn room window openin gs with latchi ng shutters
1. One (I ) 6 'x 4 ' double framed wi ndow openin g with latc hi ng sh utters
J. Fo urteen ( 14) 3' x 7' plate stee l door and hardware
k. Five (5) 3' x 7' burn room pla te stee l door a nd hardwa re
I. Multiple rooms pe r drawing s
m. One (I) over-window rappelli ng anchor with bai l out prop
n. One (I) two -story interior sta ir wi th we ld ed stair ra ili ng
o. One (I) 4'x38' ba lco ny and fi re esca pe to second floor
p. One (I) 12 'x l 2' Class A burn ro om on the JS' floor protected with a Padgenit e lnt e rl oc kTM
liner system
q. One (I) II ' x 16 ' Cla ss B burn room on th e 2"d floor protected with a Padgenite Int erlock™
I i ner syste m
r. One (l) 49 "x49" pa ll et style burn c rib
s. One (I) 4 'x4 ' attic burn area system
3. Sect ion C will be a One-Story Annex approximate ly 21 '-II" W x 14'-6" L x I 0'-0" H.
a. Two (2) 3' x 4' framed window openings with latc hing s hu tters
b. One (I) 3' x 7' exterior burn room plate stee l door and hardware
c. Entire room sha ll be protected with a Pad ge nite ln ter lockTM li ner system
d. One (I) 49 "x49 " pallet style burn crib
e. One (I) Tempe ra tur e monitorin g sys tem
4. Othe r incl ud ed opt ions:
a. Co ncrete de molition for fo und ation place ment-in clud es sawcut and re mov in g conc rete 5 '
beyo nd th e perimeter of th e new buildin g and rep laci ng the so il up to 72 "
b. Foundation design
c. Concrete s lab on grade
d. 4" concrete sidewalk at the pe rime ter of th e new building
e. Concrete fill o n e levated metal deck s
f. Gas li ne and cond uit from Jefferso n City sup pli ed propane ta nk to building stub up (up to
100')
g. 200 Amp pane l connected to ex isti ng power
h. Co nnect b uildin g dra inage to Je fferso n City drai nage sys tem (up to 75')
Materials and Freight is:
Labor is:
S ubcontract is:
Total:
$739 ,503.05
$497 ,879.80
$56 1.079.00
$1 '798,461.85
Prevailin g Wages: Prevailing wages have been incl uded based on Genera l Decision Numbe r: M020220040
12/23 /2022 for Co le Cou nty Misso ur i. If th e Genera l Deci sio n is updated or a job spec ifi c wage determ inatio n is
perforn1ed wage s will be adjusted accordingly and be th e re spon s ibility of the owner.
Page 2 of 3
5 19 Duck Road , Gra ndview. MO 64030 1 P : 800.35f.2525 1 www.Trai ningTower s.com 1 lnfo@Traini ngTo wers.com
All pricin g is in US Do ll ars and is valid for 30 days . It is th e po li cy of WHP Trai ningtowers™ to provi de a
reason able cos t estim ate for your bud ge tin g purposes. It is not un comm on in th e con structi on in dustry to offer cost
estimates th at are fo r low end or stripped-down struc tur es . WHP be li e ves t he c ost es timate shou ld refl ect a tra inin g
s imul a tor th at meets OS HA safety req uiremen ts, is o fthe hi ghe st quality , and will meet the expectat ions of th e
c ustome r.
Schedu le: We would require 2-4 we eks to prepare conceptu a l drawin gs aft er award of th e con tract or pu rchase
o rder a nd 18-20 weeks for de li ve 1y afte r rece ipt o f approv ed draw ing s. If the fo un da t ion is in p lace t he erecti o n
wo uld be comp lete a pprox imat e ly 15-17 week s afte r de li ve 1y of buildin g. Some op tiona l item s such as brick
ex te ri ors wi II req uire more tim e to complete e rect ion.
Design Criteria: Pricin g is based on th e foll ow in g stru ctura l des ign c rite ri a per IB C 2012 :
I. Live Loads-(a) Roo f: IOOpsf (b) Floor: IOO psf (c)Att ic: IOOpsf
2. Wind Loads -(a) Spee d: 115 mph (b) Expos ur e: C
3. Seis mic Loads-(a) Coeffi cie nt Ss [m ax ]: 55 (b) Co effi c ien t S I [max]: 13
4 . So il Capacity -Minimum 1500 lbs/sq.ft .
*Require me nt s exceed in g th ese loads may res ult in additi ona l costs.
E xclusions: We excl ud e fr om our pro posa l: demo lition of ex ist in g buildi ng, bonds, ta xes , pe rm its, special
insur ance req uir eme nt s if any , fi e ld pa intin g of exte ri or ha ndrai ls and sta irs, mecha nic a l, electr ica l, fire protect io n
sys te ms, wint e r con diti ons, site wo rk , engin ee ring layo ut a nd ge nera l cond iti on ite ms and an y ot he r misce l lan eo us
fees .
Terms: For mate ri a ls a depos it of25% on the bui ld in g package is du e o n rece ipt o f o rde r (sig ning of contract).
Ba lance of pay me nt on ma teri a ls du e on deli ve ry to s it e. No retent ion on materia ls . Labor will be billed mo nthly .
Invoi ces not in di s put e ove r 30 days will be assesse d I ~%pe r month on ba la nces in exce ss o f 30 days . F ina ncin g
is ava il a bl e throug h lease purchase prog rams.
We hope yo u fi nd the propos al acceptabl e. If we can prov ide you with furth er informa tion please fe e l free to ca ll.
Sin ce re ly,
Ca pt. Ro b Va n Bi bbe r (Ret.)
WHP Tra inin gtow ersTM
Pa g e 3 of 3
519 D uck Road , G randview, MO 64030 1 P : 800.35f.2525 1 www.T rainin gTowers.com 1 lnfo@Trai ningTow ers.com
m
1--m -%
t.1
@--
®-
@--
®----
,.-
(e
',
r-v ..,11:£ x r·r ""'" avtiii<AI~ca:JI "''' .. 'a..c:a..O.....,...,NII(
\~
\~ ........
T
SECTION •g•
@/J
-__ ...
i
..n.·~·~ ;y so.-..c fVK AIIIU.l ~CJ..trt'(J
rl[Dt L(V[L rQ SllL l[Yfl.
~liD RESIDENTIAL 2ND FLOOR PLAN AND ANNEX RO(Jl:........E.LAt:':!.
$CAL£ 11•· ~ r -o·
T T
\~ ........ <®
SECTION • .,. SECTION T
\~ ........
TOV/ER RESIDENTIAl ANO ANNEX lS T FLOOR PLAN
SCAI..[• 1/4• • ''·0"
SECTION •c•
BURN ROOM 12
--
r
l
T{IIII'(IMJ ..
IIQIII:Ifc.K.S•1tl•
>-D::o:: ~0
U)t-w:5 >:J
U:::E
'iii :E(!) D::z :5:z c(-..J~ ~~ Wo:: z-wu.
(!)
0::
0
~
::J
2
iii
C) z z
~ t-
t-z w
2
~ w
0
w
0::
ii:
~-::..=:
•
::ia:.. ~:"'.:A _.::::.:.~
iii~ ~...:s:r:---=-
8'-=
V'l 110~ ~§ !3.:
~e
1
-s ~b!
i i r i
~n-• ·• "'~L
I r--···'--1 . p::i; :~~;!:srr.. ~ ....... ..,.
,._ •• 1;0.1 .. ,/
''"'"'""~-UOGIA~
,//\'
IA-0..-D.Il..:JII'
J"~tVI[-...t~CJ..-t(J
tt.CDI'LLvn.ros:t.LI.CVO.
S(CTICif 'A'
\~
....
eaT -ftH VltH
L•CCU ro ruor kt:Jw
II-~! -~ -rO.JJII~•
cfomnlfTTTT711
HT7
~lj'L..U~Lhl,l,lJ[
~
ll II. ;.
~N,J ~ ~-
.11111 -l II
ll J u. .ll JUJ __u 11 UJ A lUi J1 Jl llllll J llJ.IJ AflllllliiW llU ll liT u Ll Jl. u,
\ ,_.,.., """'"-""-" \...~ :-~~:..:.·:,. '0111 n•r IIIIC1 or -aJ"
TOWER AND RESIDENTIAL ROOF PLAN
!;CAlr 11•• a 1'-0"
/ \.:r·r ...,..,
'',,',, ""' '
' /
I
\,, ,/
',,D/ /a
// ',, ,'
/ ' I
// '\, \
,/ \,
/ '
/ ' ', 1/
~) r-:r·
TOWER 3RD FLOOR PLAN AND RESIDENTIAL ATTIC PLAN
~CAL£· 11~· • t'-0"
i i
®-1\~~~"~----l
I h 1 .. fi..ilill~ ~
®-
i
TnWER 5TH FLnDR PLAN
SCAl.[ 114" • t•-c• -------
.. n.·OJf"'-7
)"IQ.WI(I'VI(.VCC.(IO.Nft1
f'UJll' L(vt\. TO SU LCV{l
Cl> t:I.DI IAt(l
~LlPC 111001
OVC..,._OIQ.Jirta ®-l-~?, ~====r==r.• ~c====~SV~'~
TOWER 4TH FLOOR PLAN
seAL£· v•· • r-o•
> D::o:: oo ........ ~5 >:::»
U:::::E •c;;
::?:(!) D::z 5z c(--~~ ~~-
UJW z~ wLL
(!)
0::
~
::l
:I;
iii
Cl z z
~
I-
I-z w
:I;
~ w
0
w
0:: u:::
=:r1":""~-~
ti+n&"'~ ~.9:::.:.3 ~:=.:.F-
a~:·
~~
aG:..:.SV.:i ~~:r"'i· ~~'l'JL
!~
~-~ ~~~ ··~ee
~~~
2
IZ
c.v
I ~ 1 1
=-=: ~
p • \:I I ~ \ : I nll=tliJE=fl --®
ll!Oll soc
AllJ LITI SOC
u£VAra.s
---e
GENERAL ALARM -FIVE STORY
FIRE TRAINING SIMULATOR
FIRE DEPARTMENT TRAIN ING SIMULATOR
f 1 -e
--®
~NHP
• O• 01' .w-e "1'4 Do\ toors""-Ctoo ..C.
S1 t OJOI'II)~•IIOl<4XI
IQ... 1 U •lU·.lU-J .._....,~··-
10.1."1U'· .. .bi•U.U ••• _..._._
z
~l
"flri ... "' ~ REAR SOC
IIJJ laOH 90£
UEVATICI.~
~
GENERAL ALARM-FIVE STORY
FI RE TRAINING SIMULATOR
FIRE DEPARTMENT TRAINI NG SIM ULATOR
fNHP
•Ch'l:r..........:lN<OJO'ItCD>SI'I'II.Iti!Or<r<.
l!tDuOCIC~•~hOJQ
lQ.. tU ·Je)·ltU lo·--..,.._•c-
I'Q.lll'l[lt*«»-l5t-nH ..... -"1~-
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
Sourcewe~~ ~:
Solicitation Number: RFP #011822
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Jahnke & Sons Construction, Inc., dba WHP Trainingtowers, 519 Duck
Road, Grandview, MO 64030 (Supplier).
Sourcewell is a State of Minnesota local government unit 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 eligible
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 Public Safety Training and Simulation Equipment and
Technology from which Supplier was awarded a contract.
Supplier 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 March 23, 2026, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended one additional year
upon the request of Sourcewell and written agreement by Supplier.
C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
other rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Rev. 3/2021 1
DocuSign Envelope 10: 222103EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
Supplier's Equipment, Products, or Services Proposal {Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new and the current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Supplier's dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturer's warranty that extends
beyond the expiration of the Supplier's warranty will be passed on to the Participating Entity.
C. DEALERS/ DISTRIBUTORS/ AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplierls authorized dealers, distributors, or resellers relative to the Equipment/
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier's responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment/ Products/ or Services under this Contract will be priced at or below the price
stated in Supplierls Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment1 Products/ and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity1 s requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
Rev.3/2021 2
DocuSign Envelope 10: 2221 03EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax-
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
Rev.3/2021 3
DocuSign Envelope 10: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Change Request Form will become an
amendment to this Contract and will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity's
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity's use of this Contract is at the Participating Entity's sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Supplier's employees may be required to perform work at government-
owned facilities, including schools. Supplier's employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
Rev. 3/2021 4
DocuSign Envelope 10: 222103EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Supplier's acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry-specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements},
or specific local policy requirements. Some Participating Entities may require the use of a
Participating Addendum; the terms of which will be negotiated directly between the
Participating Entity and the Supplier. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity's requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity's order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
Rev.3/2021 5
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, supply issues, customer
issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report {Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
• Participating Entity Name {e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
Rev.3/2021 6
DocuSign Envelope 10: 222103EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Supplier's name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above "Attn: Accounts Receivable" or remitted electronically to
Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier's Authorized Representative is the person named in the Supplier's Proposal. If
Supplier's Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
Rev.3/2021 7
DocuSign Envelope 10: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party.For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master-servant, or principal-agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any claims or causes of action, including
attorneys' fees incurred by Sourcewell or its Participating Entities, arising out of any act or
omission in the performance of this Contract by the Supplier or its agents or employees; this
indemnification includes injury or death to person(s) or property alleged to have been caused
by some defect in the Equipment, Products, or Services under this Contract to the extent the
Equipment, Product, or Service has been used according to its specifications. Sourcewell's
responsibility will be governed by the State of Minnesota's Tort Liability Act (Minnesota
Statutes Chapter 466) and other applicable law.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and
license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Supplier.
b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and
license to use Supplier's trademarks in advertising and promotional materials for the
purpose of marketing Supplier's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
Rev.3/2021 8
OocuSign Envelope 10: 222103EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
resellers, marketing representatives, and agents (collectively "Permitted Sublicensees") in
advertising and promotional materials for the purpose of marketing the Parties' relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other party's trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's trademarks only in good faith and in a dignified manner consistent with
such party's use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
Rev.3/2021 9
DocuSign Envelope 10: 2221 03EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party's reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Rev. 3/2021 10
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non-defaulting
party may:
• Exercise any remedy provided by law or equity, or
• Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
lB. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy{ies) in effect
at all times during the performance of this Contract with insurance company{ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A-or better,
with coverage and limits of insurance not less than the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts not less than listed below:
Minimum limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office {"ISO") Commercial General liability Form
CG0001 {2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products-completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Minimum Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products-Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non-owned automobiles
in limits of liability not less than indicated below. The coverage must be subject to terms
Rev.3/2021 11
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
no less broad than ISO Business Auto Coverage Form CA 0001 {2010 edition or newer),
or equivalent.
Minimum Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer's Liability, Commercial General Liability, and
Commercial Automobile.
Minimum Limits:
$2,000,000
5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional
Liability. During the term of this Contract, Supplier will maintain coverage for all claims
the Supplier may become legally obligated to pay resulting from any actual or alleged
negligent act, error, or omission related to Supplier's professional services required
under this Contract.
Minimum Limits:
$2,000,000 per claim or event
$2,000,000-annual aggregate
6. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data-including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Minimum limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Rev. 3/2021 12
DocuSign Envelope 10: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision{s) or endorsement{s) must further provide that coverage is
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require {by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors. The waiver must apply to all
deductibles and/or self-insured retentions applicable to the required or any other insurance
maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must
require similar written express waivers of subrogation and insurance clauses from each of its
subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy{ies), or self-insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Rev.3/2021 13
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State· of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to 11 federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of 11federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, 11 Equal Employment Opportunity'' (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, 11Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, 11 0ffice of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
11 Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
Rev. 3/2021 14
DocuSign Envelope 10: 2221 D3EA-4FOF-468D-9280-45C86DB7DF19
011822-JHK
the Copeland "Anti-Kickback" Act {40 U.S.C. § 3145), as supplemented by Department of Labor
regulations {29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Supplier must be in
compliance with all applicable Davis-Bacon Act provisions.
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT {40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations {29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award
meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that "funding agreement," the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, "Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT {33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act {42 U.S.C. § 7401-7671q) and the Federal Water Pollution
Control Act as amended {33 U.S.C. § 1251-1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Rev.3/2021 15
DocuSign Envelope 10: 2221D3EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 {3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment {31
u.s.c. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
Rev.3/2021 16
DocuSign Envelope 10: 2221 03EA-4FOF-46BD-9280-45C86DB7DF19
011822-JHK
records of Supplier that are directly pertinent to Supplier's discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier's personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to
this Contract or any purchase by an Participating Entity and is not subject to any obligations or
liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Contract or any purchase by an authorized user.
0. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier's actions pertaining to this Contract or any purchase by a
Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to
the anticipated work under this Contract raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and
Participating Entity are able to assess the actual or potential conflict; and provide any additional
information as necessary or requested.
Rev.3/2021 17
OocuSign Envelope 10: 2221 03EA-4FOF-46BD-9280-45C860B70F19
011822-JHK
R. U.S. EXECUTIVE ORDER 13224. The Supplier~ and its subcontractors~ must comply with U.S.
Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources
and support to individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable~ Supplier certifies that during the term of this Contract it
will comply with applicable requirements of 2 C.F.R. § 200.216.
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable~ Supplier certifies
that during the term of this Contract will comply with applicable requirements of 2 C.F.R. §
200.322.
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time~ with or without cause~ upon 60
days~ written notice to the other party. However~ Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Supplier1 S
Proposal. Cancellation of this Contract does not relieve either party of financial~ product~ or
service obligations incurred or accrued prior to cancellation.
Sourcewell
By:G;;~,:~~~~
Jeremy Schwartz
Title: Chief Procurement Officer
3/18/2022 I 4:14 PM COT
Date: -----------------------------------------
Approved:
[p~'&d
By: 7E42B8F817A64CC ...
Chad Coauette
Title: Executive Director/CEO
3/23/2022 I 7:01 PM COT
Date: -----------------------
Rev.3/2021
Jahnke & Sons Construction~ lnc.1
dba WHP Trainingtowers
"OocuSigned by:
By: ~~L.,:rcku
Joseph P. Kirchner
Title: Executive Vice President
3/23/2022 I 6:37 PM COT
Date: ----------------------------------
18
DocuSign Envelope 10: 2221 03EA-4FOF-46BD-9280-45C86DB7DF19
RFP 011822 -Public Safety Training and Simulation Equipment
and Technology
Vendor Details
Company Name: Jahnke & Sons Construction, Inc.
Does your company conduct
business under any other name? If WHP Trainingtowers
yes, please state:
Address:
Contact:
Email:
Phone:
Fax:
HST#:
Submission Details
Created On:
Submitted On:
Submitted By:
Email:
Transaction#:
Submitter's I P Address:
Bid Number: RFP 011822
519 Duck Rd
Grandview, MO 64030
Rob VanBibber
info@trainingtowers.com
913-385-3663
800-736-7594
742855791
Monday January 17,2022 08:51:32
Tuesday January 18, 2022 16:02:10
Rob VanBibber
info@trainingtowers.com
5b9a1 bf2-b73f-4ed1-b976-1 f3162de71 e6
45.16.238.177
------------··-···------
Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Envelope ID: 2221 D3EA-4FOF-468D-9280-45C86DB7DF19
Specifications
Table 1: Propose r Id e ntity & Authorized Represe ntatives
Ge nera l Instruc ti o n s (app lies to all Tables) Sourcewell prefe rs a brief but tho rough response to each question. Do no t mere ly attach
add itiona l documents to your response without also providing a substan tive re sp onse. Do not leave answers blank ; respond "N/A" if th e
question does not apply to you (preferabl y with an exp lanation).
Line Qu est ion Respo nse • Ite m
1 Proposer Legal Name (one legal entity on ly): Jahnke and Sons Cons tru ction , Inc.
(In the event of award , wi ll execute the .
resulting contract as "Supplie r'')
2 Identify all subsidiary entities of the Proposer WHP Trainingtowers
whose equipment , products , or services are .
in cl uded in the Proposal.
3 Identify all applicable assumed nam es or DBA WHP Trainingtowers
names of the Proposer or Proposer's .
subsidiaries in Line 1 or Line 2 above.
4 Provide your CAGE code or DUNS number: Cage Code: 1 LD28 .,
DUNS : 04-663 -5053
5 Proposer Physi cal Address : 519 Duck Road -Gra ndview. MO 64030
6 Proposer website address (o r addresses): www.trai ni ngtowers.com .
7 Proposer's Authorized Representative (name, Joseph P. Kirchner
title. address. email address & phone) (The Exe cutive Vi ce President
representative must have authority to sign 519 Duck Road
the "Proposer's Assurance of Compliance" on Grandview. MO 64030 '
behalf of the Proposer and. in the event of joek@trainingtowers .com
award , wi ll be expected to execute the 913-343-0446
resu lting contract):
8 Proposer's primary co ntact for this proposal Joseph P. Kirchner
(name . titl e. ad dress , ema il address & phone): Executive Vice Pres ident
519 Duck Road .
Gra ndview. MO 64030
joek@trainingtowers .com
913-343 -0446
9 Proposer's other contacts for this proposal . if Magg ie Scaletty
any (name. title. address. email address & Chief Ope ra ti ng Office r
phon e): 519 Duck Road
Grandview. MO 64030
maggies@training towers.com
913 -385-3 663
Tabl e 2: Company Informatio n and Financial Stre ngth
~~~: l a uestion !Respo nse •
Bid Num ber: RFP 0 11822 Vendor Name: Jahnke & S ons C onst ruc t ion, Inc.
DocuSign Envelope 10: 2221 03EA-4FOF-46BD-9280-45C86DB7DF19
10
11
12
13
14
15
16
Provide a brief history of your company,
including your company's core values,
business philosophy, and industry longevity
related to the requested equipment, products
or services.
What are your company's expectations in the
event of an award?
Demonstrate your financial strength and
stability with meaningful data. This could
include such items as financial statements,
SEC filings, credit and bond ratings, letters
of credit, and detailed reference letters.
Upload supporting documents (as applicable)
in the document upload section of your
response.
What is your US market share for the
solutions that you are proposing?
What is your Canadian market share for the
solutions that you are proposing?
Has your business ever petitioned for
bankruptcy protection? If so, explain in detail.
How is your organization best described: is
it a manufacturer, a distributor/dealer/reseller,
or a service provider? Answer whichever
question (either a) or b) just below) best
applies to your organization.
a) If your company is best described as
a distributor/dealer/reseller (or similar entity),
provide your written authorization to act as a
distributor/dealer/reseller for the manufacturer
of the products proposed in this RFP. If
applicable, is your dealer network
independent or company owned?
b) If your company is best described as
a manufacturer or service provider, describe
your relationship with your sales and service
force and with your dealer network in
delivering the products and services
proposed in this RFP. Are these individuals
your employees, or the employees of a third
party?
Bid Number: RFP 011822
Jahnke & Sons Construction, Inc. (JSC) dlb/a WHP TrainingtowersTM (WHP) is a
family-owned corporation in the 24th year of business. JSC was established as a
local construction company by the owner, Chief William Jahnke (Ret.). In 1997, Chief
Jahnke retired as Chief of the Overland Park, KS Fire Department. In 1998, Chief
Jahnke acquired WHP. WHP sells pre-engineered fire training towers to fire
departments, military, governments, and municipalities throughout the world. JSC's 23
employees work diligently to market, sell, and make the best metal training facility
on the market.
WHP was established in 1980 and was the first company on the market to offer an
alternative to older costly concrete designs. At WHP, we plan, construct, and stand
behind the strongest, most rugged metal structure in the fire training business. Our
experience, quality and innovation can be seen in more than 900 training tower
installations over forty years.
We believe that in order to ensure our customers receive the most quality products
with the most value for their training program, our involvement throughout the
process is critical from start to finish. The majority of our projects are turn-key from
design, to fabrication, delivery, and installation. We don't stop there as we also
provide training, maintenance, and inspection services after completion of the
project. The safety of our communities rides on the success of each of our
installations for each individual customer.
A Sourcewell contract award would allow JSC dba WHP Trainingtowers to reach
more customers looking to improve their training programs. At the end of 2021 we
moved our corporate and production facilities to a larger location. This move has
doubled our production capacity as well as providing over 4 acres of paved staging
and outdoor warehousing space. By marketing a newly executed Sourcewell
contract, and creating awareness of our new purchasing platform, we expect to
generate immediate interest in both your existing customer base as well as peak
the interest of potential customers looking for a purchasing program such as
Sourcewell.
Financial documents have been attached in the documents portion of our response.
Our market share for the US market for metal fire training towers is 60%.
In 2021 the portion of our overall revenues to the Canadian government was 12.5%
and our Canadian Market Share for Steel Fire Training Facilities is 40% of the
Canadian Market.
No.
From the descriptions provided, JSC dba WHP Trainingtowers is best described as
a manufacturer and service provider. There are components of our overall system
which we source from our network of suppliers, however as a whole, we design the
each training structure, complete the procurement of raw materials and components,
and deliver the complete building package to our specifications. Our sales &service
force is a combined team of both JSC sales & service employees and regionally
located individuals providing sales & services as a third party. This format allows
our direct employees to provide immediate functions during the sales and service
cycle and assist our outside sales & service team as necessary. We also have the
ability to expand capacity quickly through our outside sales & service team.
Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD -9280-45C86DB7DF19
17 If applicable , provide a detailed explanation We have provided the Fire Service with more pre-engineered metal fire training
outlining the licenses and certifications that towers and buildings than any other supplier in the wortd and have done so as a
are both required to be held , and actually licensed turn key contractor and building supplier. WHP is currently licensed in 25
held, by your organization (including third stales throughout the United States with the ability to obtain/activate additional
parties and subcontractors that you use) in licenses when necessary for a specific project. There are 16 states that do not .
pursuit of the business contemplated by this require a co ntractor's license to work in their state. We also provide a third party
RFP. engineer review of every training structure we deliver. Our third party enginee rs has
the ability to wet stamp our engineered documents in all 50 states as well as every
Canadian Province . Engineer wet stamps are required by NFPA 1402.
18 Provide all ·suspension or Debarment" N/A.
information that has applied to your
orga nization during the past ten years .
Tabl e 3: Indus try Recog nition & Mar ketp lace Su ccess
Line Question Response • Item
19 Describe any relevant industry awards or We do not have record of any re levant industry awa rds within the past 5 years.
recognition that your company has received
in the past five years
20 What percentag e of your sales are to the In the past 3 years 98.23%% of our sales have been to Federal, State and Local
governmen tal sector in the pas t th ree years Government. 9.63% is federa l government contracts and 1.77% of our sales are to .
industry customers.
21 Wha t percentage of your sales are to the Percentage of sa les to the educationa l is 5.48%
education sector in the past three years
22 List any state, provincial . or cooperative GSA Contract # GS07F5448P
purchasing contracts that you hold. What is
the annual sales volume for each of these
contracts over the past three years?
23 List any GSA contracts or Standing Offers GSA Contract # GS07F5448P
and Supply Arrangements (SOSA) that you
hold. What is the annual sales vo lume for 2019 Sales: $894 ,300.32 .
each of these con tra cts over the pa st thre e 2020 Sales: $2,532,166.06
years? 2021 Sales: $1 ,041 ,757.56
Table 4: Ref e re n ces/Test imon ials
Lin e I tem 24. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name • Contact Name • Phone Number •
Colorado Division of Fire Prevention and Mark Quick 9707495100
Control
University of Maryland Fire Rescue In stitute Pa trick Marlatt 3012269900
Brookline Fire Department John Sullivan 6177302272 .
City of Fairfield Fire Department Donald Bennett 5138675379
Massachusetts Department of Fire Services Peter Shipman 9785673164
Bid Number: RFP 011822 Vendor Name : J ahnke & Sons Constructio n, Inc.
DocuSign Envelope ID : 2221 D3EA-4FOF -46BD-9280-45C86DB7DF19
Table 5: Top Five Government or Education Customers
Lin e Item 25. Provide a list of your top five government, education , or non-profit custome rs (entity name is optional), including e ntity
type , the state or province the entity is located in , scope of the project(s), size of transaction(s), and doll ar vo lumes from the past th ree
years.
Entity Name Entity Type • State I S c ope of Work • Size o f Transac tio ns • Dollar V o lume Pas t Three
Province· Years ·
Farme(s Government Texas-TX Tum-Key design, manufacture , 51,536 ,443.56 50.00
Branch Fire install of a custom high-rise fire
Department train ing structure including .
foundation design, foundation
installation, and utilities.
Pa lm Beach Government Florida-FL Turn-Key design, manufacture , 51 ,472,411.86 $1,472,411 .86
Gardens Fire install of a custom high-rise fire
Department training structure including .
foundatio n design, foundation
installation, and utilities.
Luzerne Education Pennsylvania -Turn-Key design , manufacture , 51 ,365 ,878.49 527,908.49
Community PA install of a custom high-rise fire
College training structure and service
Santa C larita Education California -CA Turn-Key design, manufacture, $2,168,284.00 $0.00
Community install of a custom high·rise fire
Co llege training structure including .
foundation design , and foundation
installation .
Los Angeles Government California -CA Tum-Key design , manufacture . $4,370,680.60 SO.OO
County install of a custom hazmat .
training center.
Table 6: Ability to Sell a nd Deliver Service
Describe your company's capab ili ty to meet the needs of So u rcewe ll part icipating enti ties across the US and Canada, as app licable .
Your re sponse should address in detail at least the following areas : locations of your network of sa les and service providers, th e number
of workers (full-time equiva lents) involved in each sector, whether these workers are your direct employees (or employees of a third
party), and any overlap between the sa les and service functions.
~~~~ !Questio n I Res ponse •
Bid Number: R F P 011822 Vendor Nam e : Jahnke & Sons Constru ctio n , Inc.
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
26
27
28
29
30
31
32
Sales force.
Dealer network or other distribution
methods.
Service force.
Describe the ordering process. If orders
will be handled by distributors, dealers or
others, explain the respective roles of the
Proposer and others.
Describe in detail the process and
procedure of your customer service
program, if applicable. Include your
response-time capabilities and
commitments, as well as any incentives
that help your providers meet your stated
service goals or promises.
Describe your ability and willingness to
provide your products and services to
Sourcewell participating entities in the
United States.
Describe your ability and willingness to
provide your products and services to
Sourcewell participating entities in Canada.
Bid Number: RFP 011822
The WHP sales team is made up of two internal sales representatives, three
contracted external sales representatives, and two internal auxiliary sales staff. Our
internal sales staff is located at our corporate location in Missouri while the three
outside sales people represent the Northeast. Southeast and South regions.
Together, they call on potential clients and create a custom fire training tower that
fits the needs and wants of each client's community.
Our sales force works together to meet the following objectives:
• Increase sales and profits
• Increase customer numbers
• Increase upsells and cross-sells
• Increase productivity
• Enhancing the sales process.
For years, WHP has been at the forefront of customer-focused fire training towers,
offering a full tum-key approach to department's fire training needs. Over this time,
we have built a wealth of knowledge, from industry experts and experience, in what
department's need and want for their community. Combining our industry knowledge
and our experience in delivering complex training towers, WHP is well placed to help
customers quickly see a return on their investments. We understand that a successful
implementation is more than just delivering a building, this is why we also work with
our clients to provide post-sale support and deliver a training program to enable their
department.
By choosing this approach, departments will directly benefit from our expertise and
knowledge of the industry. While the fire industry faces different challenges within
their community, we know our clients have individual needs and priorities. Our team
is flexible and adaptable to easily configure a custom training tower that will fit and
help any department's needs and wants.
Our consultants will work with the departments to identify which capabilities are
required and deliver those priorities accordingly. Using our in-house production and
manufacturing team, allows us to accelerate this process and help departments move
quickly into building their fire training tower.
Most all of our sales are direct to customer sales. We feel that it is important to
communicate directly with our customers as much as possible during the design,
manufacturing, delivery, installation, and post-sale support. We do sell some products
through our network of affiliates when it makes the most sense for the end use
customer.
The WHP service team comprises of two field technicians, two service technicians,
and a third party contracted service company. We have the ability to deploy
personnel to five separate locations at one time, or combine a team of technicians
for larger service calls. Our technicians also communicate remotely with our
customers, answering questions and helping our customers with simple upgrades or
modifications.
After the inside or outside salesperson has refined the design to meet the
customer's needs and the order is processed, the Inside salesperson then submits
the customer's purchase order to our project management team. All orders are
initially reviewed by the salesperson who is the point of contact during the sale, then
they are submitted to project management for initial logging and to start the project
cycle. The salesperson is involved in the project hand-off and to answer any specific
questions that the customer or the project management team have prior to the start
of the project cycle.
Customer service comes through several channels, typically from project management,
warranty, sales, or web contact. Each inquiry is logged into our CS database
system by the database manager and tagged based on subject. The subject tag
initiates the team member with the best expertise to solve the customers
issue/concern. Many CS items are resolved utilizing remote communication for
example instructions on operating a temperature monitoring system would be handled
by our a technical service team member. Our initial response goal is 24 hours, with
follow-up remote service able to be conducted immediately. CS requests that involve
field service can typically be performed within two weeks, depending on complexity
and customer urgency. In rare urgent cases, we have mobilized within 24 hours for
customer service.
As a US based company, the majority of our projects fall within the United States.
As stated previously, our contractor licensing resume and ability to obtain additional
local licenses or certifications allows us to work anywhere in the United States.
The majority of the projects we provide to Canada are materials supply contracts for
installation by local professionals. We limit our current staff to work under our
licenses in the United States, but we do make available our technicians to consult on
Canadian installations either remotely or in-person at the customer's request.
Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
33 Identify any geographic areas of the United We are currently able to provide material products and service in all parts of the
States or Canada that you will NOT be United States and material products in Canada. We offer consultation services in
fully serving through the proposed contract. Canada for the installation portion of the project.
34 Identify any Sourcewell participating entity We currently do not have a limit on participating entity sectors.
sectors (i.e., government, education. not-for-
profit) that you will NOT be fully serving
through the proposed contract. Explain in
detail. For example. does your company
have only a regional presence. or do other
cooperative purchasing contracts limit your
ability to promote another contract?
35 Define any specific contract requirements Some of these regions require the local workforce to supply a percentage of the
or restrictions that would apply to our work on the project. If this Is the case, we would work with the customer to provide
participating entities in Hawaii and Alaska the appropriate amount of field consulting to ensure proper installation of the
and in US Territories. product(s). Labor and Freight rates will be affected in these regions also.
Table 7: Marketing Plan
Line
Item
36
37
38
39
Question
Describe your marketing strategy for
promoting this contract opportunity.
Response •' j
Each year, WHP's marketing focuses on eight main objectives:
Upload representative samples of your 1. Increase lead quality
marketing materials (if applicable) in 2. Reduce the percentage of lost sales
Increase a customer's lifetime value the document upload section of your 3.
response. 4. Improve awareness and demand around new products
New product launches
Describe your use of technology and
digital data (e.g., social media,
metadata usage) to enhance
marketing effectiveness.
In your view, what is Sourcewell's role
in promoting contracts arising out of
this RFP? How will you integrate a
Sourcewell-awarded contract into your
sales process?
Are your products or services
available through an a-procurement
ordering process? If so, describe your
a-procurement system and how
governmental and educational
customers have used it.
5.
6.
7.
8.
Increase profitability
Create new revenue
Increased brand awareness.
Partnered with the sales team, WHP attends an average of 20 trade shows each year to
obtain these objectives. Promotion of these shows is done through social media
marketing, email blasts, networking and direct paid advertisements. As a result, we see
hundreds of potential new customers each year through trade shows.
The opportunity to hold a Sourcewell contract will give us the ability to promote the
contract as a tool for customers to get the quality product they envision for their
community in a streamlined, turn-key delivery method. We understand that not all
opportunities will fit within this contract, however, out goal will be to present our Sourcewell
contract as one of the primary solutions available to them. Knowing our historic customer
base. it will give us the opportunity to introduce many more entities to the Sourcewell
name.
Currently, WHP's products are featured on Facebook, lnstagram, YouTube, and Linkedln.
We have gained followers and interacted with over 4200 customers through these outlets
since January 1, 2022. Through these outlets we promote our new customers that are
added to the WHP Family, training articles, well wishes for holidays, grant information,
partner companies, and blog entries.
As we tell our customers, we are experts in our field, just like Sourcewell is the expert in
getting their participating entities the resources they need. We have designed and
constructed over 900 projects, but we have never built the same thing twice. All of our
customers are unique and we use the historic knowledge of our past customers to help
each new customer define a solution that best fits their needs. We aren't interested in
trying to sell them the same thing we sold before. We want to listen to them and
provide them the best solution and we feel that Sourcewell's role will be to help the
participating entities understand the ease of procuring a training solution specific to their
community's needs.
We do not currently have an a-procurement platform for our products.
..
..
..
Bid Number: RFP 011822 Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Envelope ID : 2221D3EA-4FOF-46BD-9280-45C86DB7DF19
Table 8: Value-Added Attributes
Line
Item
40
41
42
43
44
45
Question
Describe any product, equipment,
maintenance, or operator training
programs that you offer to
Sourcewell participating entities.
Include details , such as whether
training is standard or optional ,
who provides training , and any
costs that apply.
Describe any technologica l
advances that your proposed
products or services offer.
Describe any "green" initiatives
that relate to your company or to
your products or services , and
include a list of the cert ifyi ng
agency for each .
Identify any third-party issued eco-
labels, ratings or certifications that
your company has received for
th e equipment or products
included in your Proposal re lated
to energy efficiency or
conserva tion , life-cycle design
(cradle-t o-cradle), or other
green/sustainability factors.
Describe any Women or Minority
Business Entity (WMBE), Small
Business Entity (SBE), or veteran
owned business cert ifications that
you r company or hub partners
have obtained. Upload
documentation of certi fi cation (as
applicable) in th e document
upload section of your response.
Wha t unique attributes does your
company, your products , or your
services offer to Sourcewell
participating entities? What makes
your proposed solutions unique in
your industry as it app lies to
Sourcewe ll participating entities?
Bid Number: RFP 01 1822
Respons e •
We list a two-day Live Fire Fixed Faci l ity Training Cou rse conducted at the customer's
training facility for up to 12 trainees. The course complies with NFPA 1403 standards . In
addition, the course will be customized to meet the specific requirements of the fire
department. This content as we ll as current prin ciples and practices associated with live
bum training will be fac il itated by a WHP Trainingtowers Training Consultant. This course
delivery will consist of the purposes and processes necessary to comply with NFPA 1403
standards to ensuring that live fire training evolutions are conducted in safe facilities with
minimal exposure to health and safety hazards for fire figh ters. This includes both
curriculum-based team ing as well as hands-on practical training in the fire department's own
fixed facility structure . This course will include a minimum of 4-hours that will consist of an
active overview including the completion of live burn tra ining evolutions and burn procedures
with the instructor in order to review practical live fire training applications specific to the
cus tomer. The textbook associated with this course is Live Fire Training: Principles and
Practice . 1st Edition. ISBN-13 : 9781284041231. WHP Train ing Towers will not supply the
textbooks as they are not required for course completion. Upon successful completion of
this course, trainers will receive a certification of course completion from WHP
Trainingtowers stating successful completion of the requirements as stated within NFPA
1403 standards. This is an optional program and costs $7,125 per sess ion and is
detailed in our pricing attachment.
Specific to our burn ro oms, we offer out Patent Pending Padgenile lnterlockTM thermal
lining system. This thermal lining system is further described i n the attached marketing
material , however the highlights of this product include reduced maintenance, highes t surface
durab ility on the market , and the best overall thermal resistance as compared to the
durability.
We also are offing our Patent Pending MODx modular fire training structures. These
structures offer a modular construction solution without the need for structural walls. This
allows the walls, windows , and doors to be interchangeable unlike other building systems
requiring fixed structural walls and sta ti onary doors and windows.
With ou r burn rooms we include a battery operated WIF I enabled tempera ture monitoring
system. This system allows for viewing and operation from up to 5 handheld devices
through the available app.
As our tra ining structures are primari ly manufactured from steel , we fo llow ini tia tives to
utilized recycled content in our raw steel products. Our initiative is relevant to the "Leaders
in Energy and Environment Design " LEED rating system.
Our Alarm Series raw structura l materials are manufactured in accordance with ISO 9001
quality standards.
Ou r Padgenite l nterlockTM raw th erma l materials are manufactured in accordance wi th ISO
900 1 quality standards
We are registered as a small business through SAM (Sy stem fo r Award Management).
We are the only provider in the industry offering the Patent Pending MODxTM , Patent
Pending Padgenite lnterlockTM , and exclusive Alarm SeriesTM products. We also offer
freight and labor for installation making this a true turn-key so lution, unique to others in the
industry. Because these products are so unique, having our company, the manufacturer,
also provide th e installation makes this a true turn-key benefit for the customer knowing they
have one point of contact throughout the process and beyond.
Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
Table 9A: Warranty
Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure,
and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document
upload section of your response in addition to responding to the questions below.
Line ~esponse* '•
':· ..
Item Question j '. .; ::::': I . ..
46 Do your warranties cover all products, parts, and WHP Trainingtowers carries various warranties across our line of products
labor? from 1 year to 40 years. We offer a standard 1 year labor warranty, then .
extended warranties on various materials as defined in the attached warranty
samples.
47 Do your warranties impose usage restrictions or Our warranties do require end users to operate the structure per NFPA or * other limitations that adversely affect coverage? any other state guidelines and maintain the system per the O&M manual.
48 Do your warranties cover the expense of Our labor warranties do cover all costs associated with labor including time,
technicians' travel time and mileage to perform travel, and mileage. ..
warranty repairs?
49 Are there any geographic regions of the United We have the ability to provide warranty repairs in all 50 states. We do not
States or Canada (as applicable) for which you have labor available in Canada at this time, however we do work with
cannot provide a certified technician to perform companies within Canada to ensure warranty issues are addressed in a ..
warranty repairs? How will Sourcewell timely manner.
participating entities in these regions be provided
service for warranty repair?
50 Will you cover warranty service for items made by The majority of our warranties are direct warranties from WHP
other manufacturers that are part of your proposal, Trainingtowers as the manufacturer/installer. We do have some extended
or are these warranties issues typically passed on warranties from our network of material vendors. Some vendors we have ·•
to the original equipment manufacturer? worked with for over 25 years and have a long standing relationship to
ensure warranty issues are addressed properly.
51 What are your proposed exchange and return In most cases, we will repair or replace the material in question and if it is * programs and policies? no longer available we will replace with a material of equal or greater value.
52 Describe any service contract options for the We provide an option for an annual inspection/maintenance visit which
items included in your proposal. includes labor and a small amount of stock materials for any repairs .
necessary. This item is detailed in our pricing attachment.
Bid Number: RFP 011822 Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Envelope ID: 2221 D3EA-4FOF-468D-9280-45C86DB7DF19
Table 98: Performance Standards or Guarantees
Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and
overall structure. You may upload representative samples of your performance materials (if applicable) in the document upload section
of your response in addition to responding to the questions below.
Line
Item
53
54
Question
Describe any performance standards or
guarantees that apply to your services
Describe any service standards or
guarantees that apply to your services
(policies, metrics, KPis, etc.)
Bid Number: RFP 011822
, .... ··. :;:--· .:· ' ''·
'· .. ' '· .. :·~. ;,::~~~; :-:.:._.;' :', :
The reason WHP Trainingtowers gravitates towards a tum-key solution centers around
our ability to control the process and provide a full guarantee to the customer. With
our direct involvement throughout the process from design to engineering and
manufacturing to installation; we take full responsibility for the success of the
project. We have been providing these services for years and our customers expect
us to stand behind our products because we are involved in every aspect of their
project. The customer has one phone call to make and we take care of the rest.
Specific standards we have in place include:
• Track each instance of reported incorrect parts/assemblies and identify if the
problem is with the CAD, tool-paths or process and amend as needed.
• Track makeup· shipments per project, then correct master packing lists, takeoff
spreadsheets or embedded CAD blocks as necessary. Review takeoff/shipping
procedures if the makeup shipments exceed .25 per project.
• Track weld/fitting re-works during QC. Do additional training if re-work
exceeds 1% of welds or one in 10 assemblies for fit-up issues.
• Track shipment requested date and date shipments are assembled for
departure. Track down where issues that cause any late shipments and adjust
Kanban limits/lead time guidelines as necessary.
• Review each project with the installer to address any shortages, fitment issues,
or design change requests.
• CNC equipment to be checked for slop, binding and squareness as
recommended by manufacturer or shop procedures. CNC operators to be trained
and cleared by the shop manager.
• Welders are certified and checked out by shop management.
Specific standards which apply to our services include:
• All installations are punch-list walked through by an in-house WHP Installation
Inspector before completion.
• Items that cause field issues more than three times shall have the installation
details reviewed and edits or re-engineering notes sent to installation
technicians/contractors.
• All shipments from WHP/vendors shall be checked and contents verified upon
delivery to prevent delays in the case of shortages.
• Shortages, fit-up issues or incorrect hardware is reported to PM for review with
the vendor or WHP shop to correct as needed.
• Any deficiency requiring a charge-back shall generate a report explaining the
specific issue, the field remedy, and a recommended correction.
Vendor Name: Jahnke & Sons Construction, Inc.
DocuS ign Envelope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
Table 10: Paym e nt Terms and Financing Options
Line Qu estion Item
55 Descri be your payment terms and accepted payment
methods .
56 Describe any leasing or financing options available for use
by educationa l or governmental entities.
57 Describe any standard transaction documents that you
propose to use in connection with an awarded contract
(orde r forms . terms and conditions . service level
agreements , etc.). Up load a sample of each (as
applicable) in the document upload sect ion of your
response.
58 Do you accept the P-card procurement and payment
process? If so , is there any additional cost to Sourcewell
part icipating entities fo r using this process?
Bid Number: RFP 011822
Res p on se •
In general , our payment te rms are as follows, however can be
negotiable depending on cus tomer's req uirements: For materials a
deposit of 25% on the bu ilding package is due on receipt of order
(signing of contract). Ba lance of paymen t on materials due on .
delivery to site. No retention on mate rials. Labo r will be billed
monthly. Invoices not in dispute over 30 days wi ll be assessed 1 Y2
% per month on balances in excess of 30 days.
We work with lease/finance companies to provide financing options. .
These options can be quoted . as an open market line-item cost.
Once a contract is awa rded , we wi ll adhere to the terms and
conditions se t forth in the Sou rcewell contract. Individual
transactions with partici pat i ng entities can either be contracted wit h .
their PO or we can issue a written co nstruction con tract, a sample
of which has been prov ided in th e attachment section.
We are not set up fo r P-Card procurement at this lime . .
Vendor Name: Jahnke & Sons Construction , Inc.
DocuSign Envelope 10: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
Table 11: Pricing and Delivery
Provide detailed pricing 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 described in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
Line
Item
59
60
61
62
63
64
65
66
Question ! I
Describe your pricing model (e.g., line-item discounts or
product-category discounts). Provide detailed pricing data
(including standard or list pricing and the Sourcewell
discounted price) on all of the items that you want
Sourcewell to consider as part of your RFP response. If
applicable, provide a SKU for each item in your proposal.
Upload your pricing materials (if applicable) in the
document upload section of your response.
Quantify the pricing discount represented by the pricing
proposal in this response. For example, if the pricing in
your response represents a percentage discount from
MSRP or list, state the percentage or percentage range.
Describe any quantity or volume discounts or rebate
programs that you offer.
Propose a method of facilitating "sourced" products or
related services, which may be referred to as "open
marker items or ·nonstandard options". For example, you
may supply such items "at cosr or "at cost plus a
percentage," or you may supply a quote for each such
request.
Identify any element of the total cost of acquisition that is
NOT included in the pricing submitted with your response.
This includes all additional charges associated with a
purchase that are not directly identified as freight or
shipping charges. For example, list costs for items like pre-
delivery inspection, installation, set up, mandatory training,
or initial inspection. Identify any parties that impose such
costs and their relationship to the Proposer.
If freight, delivery, or shipping is an additional cost to the
Sourcewell participating entity, describe in detail the
complete freight, shipping, and delivery program.
Specifically describe freight, shipping, and delivery terms or
programs available for Alaska, Hawaii, Canada, or any
offshore delivery.
Describe any unique distribution and/or delivery methods or
options offered in your proposal.
Bid Number: RFP 011822
Response*
We have included an overview document including our pricing
schedule. In general, we offer a 10% discount on our list pricing
for our materials items and a 5% discount for our service related
items.
We offer discounts from list pricing in the 5%-10% range.
We do not include any volume discounts or rebates at this time.
We want to make an effort to customize each building to provide a
comprehensive package that meets each customer's specific
needs. Part of that effort requires us to have the ability to source
options to be included as open market or non-standard items.
We propose the same structure off of our open market list pricing
with a 10% discount on open market materials list pricing and a
5% discount on open market service items.
Our pricing includes all materials, freight, and labor line items
necessary for the successful completion of the project. We offer a
foundation design option for the customer to utilize with their local
forces to install a foundation prior to our installation. We also
recommend concrete fill on metal floor decks in our Alarm series
for a complete installation. Some other items which we exclude,
however may not be necessary for a complete installation include
freight beyond 750 mile radius of Grandview, MO, prevailing wages,
taxes, bonds, and permits.
We offer a freight line item for each one of our materials packages
within a 750 mile radius of Grandview, MO which covers the
majority of the continental United States. We will include an open
market line item for any freight beyond this radius.
Containerization is required for most shipments to Alaska, Hawaii,
or other off-shore locations. We would containerize at our facility
and deliver the containers to the port at which our base freight line
item would be invoiced. We then would issue an open market line
item for the additional ocean freight costs associated with providing
our materials package to an off-shore location. Most Canadian
locations can still be reached by over-the-road trailer and our open
market freight line item beyond our 750 mile radius would take
effect.
In order to provide the complete turn-key solution that Sourcewell
participating entities are looking for, we are offering line items for
materials freight, and labor. Not all Sourcewell customers will want
a complete tum key solution, and by itemizing our costs into these
three line items, they can choose anywhere from materials only, all
the way to a full tum-key installation. With our great history in
providing tum-key solutions across the US, and our 25 contractor
licenses and counting, we know that our packages offer a unique
opportunity for Sourcewell participating entities to obtain a fully
designed, manufactured, and installed fire training structure. Also,
our bum room options are designed as Class A bum rooms
meaning customer's can bum combustible materials such as wood
and straw, but they would also have the option to purchase a Class
B (propane or NG fired) prop from a Gas-fired prop company for
installation within our bur room system. Our framework allows the
customer a multitude of options during the installation and post-
installation.
Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Enve l ope 10 : 2221 D3EA-4 FOF-46BD-9280-45 C86 DB7 DF1 9
Table 12: Pr icing Offe red
Lin e The Pri cing Offered in t hi s Proposal is: • Comments Ite m
67 c. be tter than the Proposer typically offers to GPOs . coopera tive procurement org anizations, or state purchasing We offe r mate rials pa ckages
dep artmen ts.
Table 13: Aud it and Adm inistrative Fe e
Li ne
Item
68
69
Qu es tion
Specifica lly describe any self-aud it process or program that yo u
plan to employ to verify compl iance wit h your proposed Contract
with Sourcewell . This process incl udes ensuring that Sourcewell
participating entities obt ain the proper pric ing , that the Ve ndor
reports all sales under the Contra ct each quarter, and that the
Vendor remits th e proper adm inistrat ive fe e to Sourcewell. Provide
sufficient detai l to sup port your ability to report qua rte rly sales to
Sourcewe ll as described in the Contract temp late.
If you are awarded a contract, provide a few examples of internal
metrics that will be tracked to measure whether you are having
success wi th the contract.
through other purchasing
organizations , however
Sourcewell's platform is
unique wi th a focus on
providing turn-key so lutions.
We understand the
opportunity for participat ing
entities to streamline thei r
project with this purchasing
platform , and we ha ve
structured our pricing to be
uniq ue to meet Sourcewell's
turn-key request. We have
structured our pri ci ng to best
meet the needs of those
participating entities looking
for a true turn-key solution
through a Sourcewell contract.
Response -
Whe n our salespeople generate a Sourcewell quote or
estimate they wi ll den ote on the quote or estimate that it is
Sourcewe ll pricing. Upon receiving a s igned quote or
pu rc hase order based on th e quote the salesperso n then
hand s the approved quote or purchase order over to project
managem ent who generates a project number or sales order
number.
On Sourcewell projects and Sourcewell sa les the orde r is
denoted fo r a projec t as Location Year-W-Proje ct Number
SOURCE
For exa mple : Kansas City , KS 21-W-911 SOURCE
For a sa les order it is denoted as Location S-Sales Order
Number Sour ce we ll Examp le: Kansas City, KS S-20526
SOURCE
Th ey are co ded with the Modifier "SOURCE" behind their
project number or sales number and wi ll be rev iewed
quarterly by jo b type.
We will use a cou ple of diffe rent metrics to track our
success with the contrac t. Fiscally we will use percen tage
of sales of Source well sales aga inst our percentage of
overa ll sales in order to track our immediate success. In
addition , we wi ll track our success rate by look ing at data
analytics associated with all of our marketi ng engagements
and social media engagement targeted specifically to
Sourcewell buye rs.
70 Identify a proposed administrative fee that you wi ll pay to We propose a fee of 1.25% of our sa les unde r the contract.
Sourcewell for faci litating , manag ing , and promoting th e Sourcewell
Contract in the event that you are awarded a Con tract. This fee
is typically ca lculated as a percentage of Vendor's sa les under the
Contract or as a per-unit fee; it is not a line-item addition to the
Member's cos t of goods . (S ee the RFP and template Contract for
add itional details.)
Bid Number : RFP 01 1822 V endor Name: Jahnke & Sons Construction, Inc.
DocuS ig n Enve lope ID: 2221 D3EA-4FOF-46BD-9280-45C86DB7DF19
Table 14A: Depth and Breadth of Offered Eq uipment Products and Serv ices
Line
Item
71
72
Question
Provide a detai led description of the
equipment , products , and seNices that you
are offering in your proposal.
Within th is RFP category there ma y be
subcategories of sol utions. List subcategory
titles that best des cribe your products and
seNices.
Bid Number: RFP 011822
Response •
WHP Trainingtowers n.• offe rs bot h structural steel fire training tower options as well
as modu lar fire training systems in a variety of models and configurations to meet
your training needs. Our offering of standard options and models as well as custom
config uratio ns provides the ability to better control venti lation and fire suppression in
a way tha t more rea l istically mimics the challenges of today 's modern fi re
environment.
WHP TrainingtowersrM provides extensive background in the des ign, and cons truction
of fire training faci lities. Our team approach to this projec t would be to develop ,
fro m the specifications , a pre l iminary design of th e bui lding . We would then meet
with the participating entity and an y other parties identified by the participating entity
to review all aspects of the building as it pertains to tra ining operations and site
adaptation to the specific si te. From this input we would :
Deve lop working drawings for review and cha ng es as appropriate and finalize
for approval.
Develop our bu ilding submittal pac kage to present to the authority having
jurisdiction fo r app rova ls and permits.
• Prov ide a cons truction schedule input to keep the project on schedu le and
meet the completion dates.
• Provide mon thly updates on schedule and cost.
• Prov ide erection of the building .
• Prepare maintenan ce and ope rationa l manuals .
Final acceptance of the proje ct by the Owners.
We set a high standard for our bu ild ings with regard to qua lity . Our team is trained
to pay attention to minor details in the fabrication of the building and the quality of
the ma teria ls supplied . We have a check list that every crew must fo ll ow which acts
as a reminder to them of the level of quality we expect on each project. This
attention to quality is reflected in our offering a 5-y ear warranty on our structure and
40-yea rs on the paint. More importantly it is reflected in ou r sat isfied customers
and longevity of our structures. We truly mean "Bui lt to Last".
We pride ou rse lves on once a contract is exec uted, we se ldom, if ever, have
cha nge orders on a project except when the owner changes the scope of a project.
We strive to anticipate problems before w e fina lize our drawings minimizing change
orders and cost overruns . Completion of your project on time and in budget is our
number one priority.
WHP Training towe rs r"' prides itse lf on our safety record . We have had no lost time
accidents on a job site for the pas t seven years. We ha ve a written loss contro l
plan , which is applied to every projec t. We require our subcontractors to have
written safety plans and we monitor the ir activities to ensure a safe working
environment is main tained on the projects.
WHP would provide the fi re train ing building des ig n, deliver the bu il ding package ,
fo ll ow through on fina l approva l and close out of the project.
Since 1980 WHP has pro vided the Fire SeNice with more pre-engi neered fire
training buildings than any supp lier in the world. We are owned and operated by
Fire SeNice Professionals prepared to partner with you from the initial needs
assessment to acceptance of the completed product. Our success is directly tied to
your satis faction.
WHP Trainingtowers "' offers many advantages over other options on the market:
Strength -Nothing in our structu ral components is lighter than 18-gauge hot
dipped galvanized metal.
Low Maintenance -Built into the system
Safety -OSHA complian t, engineered to meet YOUR loca l building codes
• Rea lism -Designed to si mul ate "real world" condi tions
We blend a strong commitment to quality and safety with the experience to do the
job right.
As sub-categories to our fixed and modular train ing facili ties/structures, we offer the
foll owin g:
. Fre ight . Labor to install . Foundation Des ig n . Tra ining . SeNice/Maintenance . Inspections
Ven dor Name: Jahnke & Sons Construction , Inc.
DocuSign Envelope 10: 222103EA-4FOF-46BD-9280-45C86087DF19
Table 148: Depth and Breadth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment. products , and services are offered within you r proposal. Provide additional
comments in the text box p rovided , as necessary.
Line Item Category or Type Offered • Comments
73 Facilit ies , structures (fixed or mobile), equipment, r. Yes We offer both fixed and modular fire
props, supplies , and consumables . r No training facilities/structures and well as
burn rooms and roof props all as
Sou rcewell contract line items. We
can provide additional customization
though ou r open market platform.
74 Augmented or virtual reality, interactive , and digita l rYes We do not offe r augmented or virtual
simulation tech nology an d re lated software , r. No rea lity at this time.
hardwa re , or equipment.
75 Instructi ona l, educa tional , and traini ng programs or r. Yes We offer a training program adhering
systems wi th re lated materials and supplies . r No to NFPA 1403 as defined in our
atta ched proposal .
76 Services related to the offering of the so lutions r. Yes Des ign , Installation , Maintenance ,
described in RFP Sections 1. a. -c ., including r No Repair, and Training are all provided
design , installalion , maintenance , repair, training, as line items in our pricing structure.
integ ration , support , an d cus tomization. We can also assis t wi th integration of
props or components from other
vendors as we ll as customization
through our open market platform.
B id N u m ber : R F P 0 11822 Vendor Name: J ahnke & Sons Construction , Inc.
DocuSign Enve lope 10 : 222103EA-4FOF-46B0-9280-45C86087DF19
Table 15: Industry Specific Questions
Line
Item
77
78
79
80
81
Qu estion
Describe your products/services
interoperability with other public safety
equipment, software and sys tems , if
applica ble.
Des crib e your strate gy re lated to
implementation, use of in stall atio n pa rtn ers
and inte gratio n with oth er training prod ucts
and sys tems if applica bl e.
Exp lain your licensing process and service
agreements with end use rs.
Describe compliance to appli cabl e nati onal
standards such as : Natio nal Fire Protectio n
Associati on (NFPA), Occupationa l Safety
an d Hea lth Adminis tration (OS HA), and
American National Standards Institute
(ANS I).
Exp lain and provide in formation about any
design services you provide if applicab le.
Bid N umber : RF P 011822
Response •
Ou r products provide both fixed and modular s pace allowing the end user to ut il ized
the space for thei r firefighter, police , and public safety training pro grams. The end
user's equipment and techno logy can be utilized within the open spaces provided in
our fixed and modular training facilities/structures . Many of our customer add
additiona l feat ures such as Class B gas-fi red pro ps, stan dpipes, sprinkle rs, smoke
machines , etc. all avai lable through our ope n marke t purchasing structure.
As a tu rn-key des igner, man ufacturer, and ins tall er, we have the abili ty to integ rate a
mu ltitud e of options, wheth er from our open market st ru cture or with anot her ve ndor's
trai ning products. Wi th our cons tant involvem ent in our projects from start to fi nish,
we are fam ili ar wi th all differen t types of trai ning products that ca n be added during
constructio n or pos t-insta llatio n. We work to make sure our customer has th e bes t
solution for them whe ther it is from our list of market or off-market so lutions, or
integrating with another vendor's so lution.
We currently carry 25 sta te contractor licenses and including the 16 sta tes tha t do not
require a l icense , th is allows us to remain active in the majority of the states in the
co untry. We also activate other state licenses or loca l licenses if necessary for
comp letio n of the contract or service for the end user. With our Annu al Ins pectio n
and Ma in tena nce agreeme nt , we agree to bring th e training str uc ture back up to
service co ndit io n and he lp the end user ma intain compliance with NFPA 1402.
Our structures comply wit h the foll owing standards:
A. Nati onal Fi re Protection Association (NFPA)
1. NFPA 1402 -Standard on Faci lities for Fi re Training and Associated Props
2. NFPA 1403 -Standard on Live Fire Tra ining Evolutions
B. American Society for Tes ting and Mate r ia ls (ASTM)
C. AWS 01.1 -Structura l We lding Code -Steel
D. Americ an Institute of Steel Constru ction (AISC), Manual of Steel Construction ,
latest edi tio n
E. Occup ational Safety an d Hea lt h Standa rds (OSHA)
1. 29 CFR 19 10.23 -Guard in g Wa ll and Flo or Ope nings
2. 29 CFR 1910.24 -Fixe d In dus trial Sta ir s
3. 29 CFR 1910.27 -Fixed Ladders
F. Steel Deck Ins titu te (S Ol). SOl 30 -Des ign Manua l for Composi te Decks, Fo r m
De cks , Roo f Decks ; Steel Deck Institute, Inc.
It is important fo r the safety of the tra inees to mainta in comp liance with these
standards and stay informed with any potentia l changes . Rece ntly NFPA 1402 went
through a major revision causing many suppl iers to redesign the ir standa rd training
structures . WHP was ahead of th e cha nges and we had already implemented many
of the now req uired featu res into our building system. We continue to lead the
ind ustry whe n it comes to introducing new and sa fer fea tures. Also , the Pres id ent of
our compa ny is hig hl y respected in the indus try and curren tl y sits on the eva lua tion
board for NFPA 1402.
All of our ma teria ls packages incl ude design as part of the delivery. We also include
a third party engineer review and wet stamp as part of that package as defined in
our Pricing proposa l attachm ent. W e offer an optiona l foundati on design l ine item
which provides the participa ting entity an option to have us desig n the foundat ion for
their use in self-performing or hiring the founda tion installation loca lly,
Vendo r Name: Jahn ke & Sons Constr uction , Inc.
OocuSign Envel ope 10 : 2221 03EA-4FOF-46BD-9280-45C86DB7DF19
Table 16: Exceptions to Terms, Conditions, or Specifications Form
Line Item 82. NOTIC E: To identify an y exception , or to request any modification , to the Sourcew ell template Contract terms, conditions ,
or specifications, a Proposer must submit the exception or requested modification on the Exceptions to Terms, Conditions, or
Specifications Form immediately below. The contract sectio n, the specific text addressed by the exception or requested modification,
and the proposed modification must be identified in detail. Proposer's exceptions and proposed modifications are subject to review and
approval of Sourcewell and wi ll not automatically be included in the contract.
Contract Section Term, Condition, or Specification Exception o r Proposed Modification
Documents
Ensure your s ubmission document(s) conforms to the following :
1. Do cuments in PDF format are preferred . Doc uments in Word , Excel , or compatible formats may also be provided.
2. Documents should NOT have a security password , as Sourcewe ll may not be able to open the file. It is your so le responsibi lity to
ensure that the up loaded document(s) are not either defective , corrupted or blank and that the documents can be opened and viewed
b y Sourcewe ll.
3. Sourcewell may reject any response where an y document(s) cannot be opened and vi ewed by Sourcewell.
4. If you need to upload more than one (1) document for a sing le item, you shou ld comb ine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named , in relation to the su bmi ssi on form at it em responding
to. For example, if responding to the Marketing Pla n category save the document as "Marketing Plan ."
• £riQng -WHP RFP pricing and detail response 1-18-22.pdf-Tuesday January 18, 2022 10:2 5:57
• Financial Strength and Stability -JAHNKE & SONS CONSTRUCTION , INC-POE ISS UED FIN ANC IAL STATEMENTS 2020.pdf -
Tuesday January 18, 2022 11 :42 :00
• Marketing Plan /Samples -Marketing Brochures.zip - Monday January 17 , 2022 18 :20:0 1
• WMBE /MBE/SBE or Related Certificates (optiona l)
• Warranty Information -Combined Alarm , MODX, Pad genite Interlock warranties sample.pdf -Monday January 17, 2022 18:03:14
• Standard Transaction Document Samples -Sourcewell Transaction Oo cuments.z ip-Tuesda y January 18, 2022 08 :18:15
• Upload Additiona l Pocument -Sales Elowchart.jpg-Monday January 17, 2022 18:20:32
Bid Number: RFP 011822 Vendor Name: Jahnke & Sons Construction , Inc.
DocuSign Envelope 10: 2221 03EA-4FOF-46BD-9280-45C86087DF19
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the
Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in
the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the
Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under
this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not
directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of
this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or
competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the
consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this
solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a
vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an
employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this
solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in
accordance with the terms, conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or
certifications necessary to deliver such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are
acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first-quality products and
related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either
substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic
data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes
Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under
Minnesota's Data Practices Act.
11. Proposer its employees, agents. and subcontractors are not
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control
of the United States Department of the Treasury found at: https"//www.treasury.gov/ofac/downloads/sdnlist pdf;
2. Included on the government-wide exclusions lists in the United States System for Award Management found at:
https://sam gov/SAM/; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated
Bid Number: RFP 011822 Vendor Name: Jahnke & Sons Construction, Inc.
DocuSign Envelope 10: 222103EA-4FOF-46BD-9280-45C86087DF19
by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any
Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense
related to the subject matter of this solicitation.
J;; By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. -Joseph Kirchner, Executive Vice President, Jahnke and Sons Construction,
Inc. dba WHP Trainingtowers
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the
Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid.
r Yes r. No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
File Name
Addendum_1_PS_ Tralnlng_Simulatlon_Eqpt_ Tech_RFP _011822
Tue December 14 2021 07:23AM
I have reviewed the
below addendum and
attachments (If
applicable)
~
Pages
2
Bid Number: RFP 011822 Vendor Name: Jahnke & Sons Construction, Inc.
Exhibit B
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:
US Dept of Treasury American Rescue Plan State and Local
Recovery Fund (SLFRF) Program passing through Cole
County Missouri
The amount of the grant:
$200,000
The purpose of the grant:
Fire Tower Hyde Park Project
Any matching requirements or future
obligations tied to acceptance of the grant:
GL Acct where matching funds will come
from (will be used for budget adjustment upon
grant acceptance to make budget authority in
expense acct shown below whole)
No match required.
CFDA#:
21.027
Grant Award # (if any):
n/a
City Department Responsible:
Fire Department
Employee assigned as Grant Administrator:
Matthew Schofield
Revenue account # to be amended:
10-990-430010 Federal Grants
Expense account # to be amended:
10-990-599507 Hyde Park Burn Building
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 with Ordinance _________________; Bill ____________________ on this _______ day of _______, 20_____
Revised 8/2/16 by Ordinance 15545
Bill 2022-112
Exhibit C
SUPPLEMENTAL APPROPRIATION
FISCAL YEAR 2022-2023 BUDGET
Sales Tax G Fund:
45-100-495995 Transfer From (To) Surplus $298,461.85
45-990-599507 Hyde Park Burn Building $298,461.85
BILL SUMMARY
BILL NO: 2022-113
SPONSOR: Councilmember Hensley
SUBJECT: Authorizing Amendment to Budget 2022-2023 by Supplemental
Appropriation to Wastewater Enterprise Fund
DATE INTRODUCED: March 20 , 2023
Staff Recommendation: Approve
Origin of Request: City Staff
Department Responsible: Public Works
Person Responsible: MATTHEW J. MORASCH, P.E./Eric Seaman', P .E .
Background Information: In Fiscal Year Budget 2021-2022 a spreader truck was
approved and a subsequent purchase order issued February 22, 2022 .
Due to material and equipment delays, the spreader truck was not delivered before the end
of Fiscal Year 2021-2022 . This bill will adjust the FY2022-2023 Budget to allow for the
delivery and payment of the previously approved purchase order.
Fiscal Information:
Funds will come from the Wastewater Enterprise Fund Accounts as follows:
Revenue
64-100-495995 Transfer From (To) Surplus $ 213 ,730.00
Expenditure
64-670-572020 Purchase of Equipment
$ 213,730.00
BILL NO. 2022-113
SPONSORED BY Councilmember Hensley
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI , AMENDING THE 2022-
2023 BUDGET OF THE CITY OF JEFFERSON , MISSOURI, BY APPROPRIATING
ADDITIONAL FUNDS WITHIN THE WASTEWATER ENTERPRISE FUND.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON , MISSOURI , AS
FOLLOWS :
Section 1 . There is hereby supplementally appropriated within the Wastewater Fund
$213 ,730 .00 as indicated on Exhibit A , attached hereto .
Section .f.. 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
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 2022-113
Exhibit A
SUPPLEMENTAL APPROPRIATIONS
FISCAL YEAR 2022-2023 BUDGET
Wastewater Fund:
Revenue
64-100-495995 Transfer From (To) Surplus $ 213,730.00
Expenditure
64-670-572020 Purchase of Equipment
$ 213,730.00
BILL SUMMARY
BILL NO: 2022-114
SPONSOR: Councilmember Wiseman
SUBJECT: Purchase of Electronic Tablets by Employees and Officials
DATE INTRODUCED: March 20 , 2023
DEPARTMENT DIRECTOR:
Staff Recommendation: Approve .
Summary: This bill would authorize City employees and elected and appointed officials to
purchase the electronic tablets issued to them upon sepa rat io n from the City for the fair
market value in a used condition.
Origin of Request: Finance Department
Department Responsible: Finance Department
PERSON RESPONSIBLE: SHIELA PEARRE, Di rector of Fi nance and ITS
Background Information: This bill wou ld authorize City e mployees and elected a nd
appointed officials to purchase the electronic tablets issued to them upon separation from
the City for the fair market value in a used condition . This is an e xception to the general
rule that surplus property must be made generally availab le to the public . This would allow
the ITS Department to more accurately budget for tablets upon City Council t urnover a nd
employees retirements/separat ions .
Fiscal Information: The fiscal impact would be variable based on City Council turnover,
employee separations, and utilization of the program .
Editor’s note: Deleted language shown thus. Added language shown thus.
BILL NO. 2022-114
SPONSORED BY Councilmember Wiseman
ORDINANCE NO.
AN ORDINANCE AMENDING THE PURCHAING CODE RELATING TO ELECTRONIC
TABLETS.
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS
FOLLOWS:
Section 1. Section 26A-55 (Surplus Property) of Article II (Purchasing Division) of
Chapter 26A (Purchasing and Finance) of the Jefferson City Code is hereby amended by
adding a new subsection “E” thereto to read as follows:
Sec. 26A-55. - Surplus property.
A. The City Administrator may declare any property which has a reasonable fair market value of less
than $1,000.00 and which is no longer beneficial to needs to the City to be declared surplus and
dispose in a manner most financially beneficial to the City or donate to a not-for-profit
organization or another political subdivision. On a yearly basis, or as needed, the Purchasing
Agent shall submit a report to the City Council identifying all property declared surplus pursuant
to this provision.
B. Any property (other than motor vehicles) which has a reasonable fair market value of more than
$1,000.00 shall be disposed of by a method approved by the City Council. Such method shall be
approved on the consent agenda.
C. Disposable property. Notwithstanding the foregoing paragraphs the Purchasing Agent may
designate types of personal property as "disposable" which may then be disposed without annual
notice to the City Council. To be "disposable" the property must be declared as disposable by the
Purchasing Agent, and designed to be thrown away after use and have no monetary value after
use. Examples may include but are not limited to paper, pencils, pens, plastic bags, and
cardboard.
D. City employees shall not be allowed to purchase surplus City property unless such property is
sold to the highest bidder, or if offered at a pre-determined price then only after the item has been
offered to the general public for no less than six days.
E. Notwithstanding Subsection D above, beginning May 1, 2023, electronic tablets personally
issued to employees or elected or appointed officials by the City may be purchased by such
employee or official upon separation from the City for the fair market value of such tablet
in its used condition. Fair market value shall be determined by the Purchasing Agent.
'
Section 2. 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
Editor's note: Deleted language shown tflus. Added language shown thus .
'
BILL SUMMARY
BILL NO: 2022-115
SPONSOR: Councilmember Fitzwater
SUBJECT: Authorize a Contract with Structural Engineering Associates, Inc. for
Design Services Related to the Jefferson Street and Madison Street
Parking Garages and Supplemental Appropriations Amending the
FY2023 Budget by Transferring Funds within the Parking Fund
DATE INTRODUCED: March 20, 2023
Staff Recommendation: Approve.
Summary: If approved, this bill would authorize a professional services contact
with Structural Engineering Associates, Inc . (SEA) of Kansas City , MO to design
improvements related to the Jefferson Street and Madison Street parking garages.
It would also authorize a supplemental appropriation within the Parking Fund .
Origin of Request: Staff
PERSON RESPONSIBLE: MATI MORASCH , P .E./Britt E. Smith P.E.
Background information: Previously SEA completed an assessment of the
Jefferson Street and Madison Street parking garages . This contract would have
them complete design services related to recommended improvements to the
Jefferson Street parking garage and also structural repairs to level 4C of the
Madison Street Garage . This issue was discussed at the Public Works and
Planning Committee and approval was recommended.
Fiscal Information: The $59 ,000 would come from the Parking Fund unrestricted
fund balance with no impact to the General Fund .
\
BILL NO . 2022-115
SPONSORED BY Councilmember Fitzwater
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI, AUTHORIZING A
CONSULTANT CONTRACT WITH STRUCTURAL ENGINEERING ASSOCAITES , INC.
AND AMENDING THE FISCAL YEAR 2022-2023 BUDGET OF THE CITY OF
'JEFFERSON , MISSOURI, BY APPROPRIATING ADDITIONAL FUNDS WITHIN THE
PARKING FUND .
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON , MISSOURI , AS
FOLLOWS :
Section 1. The Mayor and City Clerk are hereby authorized to execute an agreement
attached as Exhibi t A, with Structural Engineering Associates , Inc . design services related
to the rehabilitation of the Jefferson Street parking garage and Level 4C of the Madison
Street parking garage.
Section .f. There is hereby supplementally appropriated within the Parking Fund
$59,000.00 as indicated on Exhibit B , attached hereto, for the funds required to contract with
Structural Engineering Associates, Inc.
Section ;2_. 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
CERTIFICATION BY MAYOR
Pursuant to Article VII , Section 7 .1 (5.) Of the Charter of th e 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 T erg in
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
IXHIIITA
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 Structural Engineering Associates, Inc., hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render certain design services
related to repairs to the 209 Jefferson Street and Madison Street Garage, 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 services
related design phase, bid phase, and construction phase for repairs to the 209 Jefferson Street and Madison
Street Garages, 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 Planning and Protective Services, and in accordance with the rates and/or amounts stated in
the bid of Contractor dated 1124/2023, 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 Fifty-Nine Thousand Dollars and Zero Cents
($59,000.00)
3. Term.
This contract shall commence on the date last executed by a party as indicated below. The Contractor shall
perform said work in accordance with the contract documents, as set forth in Exhibit A, within six (6)
months.
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
...
2
the services called for under this contract by the Contractor. Such personnel shall not be employees of or
have any contractual relationship with the City except as employees of the Contractor. All of the services
required hereunder will be performed by the Contractor or under the Contractor's direct supervision and all
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
3
Contractor of such termination and specifying the effective date thereof, at least five (5) days before the
effective day of such termination. The City reserves the right to terminate this contract for convenience by
giving at least fourteen ( 14) days prior written notice to Contractor, without prejudice to any other rights 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 rei inquishment 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 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.
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,
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:
Structural Engineering Associates, Inc.
Ralph Jones
I 000 Walnut Ste. 1570
Kansas City, Missouri 64106
[Signatures to follow on next page.]
CITY OF JEFFERSON, MISSOURl
M ayo r
Date: ----
ATTEST :
C ity C le rk
A PPR O V ED AS T O FO RM:
STRUCTURAL ENGINEERING
ASSOCIATE S, INC.
T it le :
Da te: ----
ATTEST:
T itl e :
6
STRUCTURAL ENG INEERING ASSOC IATES, INC.
January 24, 2023
Britt Smit h P.E.
Ope rati ons Di v isio n Di rector
Department o f Publi c Work s
320 E. McC arty St.
Je fferso n C it y, MO 65 10 I
Est 1909
Rc: Pa rkin g Garage Re habilitati on-209 Jeffe rs on Stree t
Prop os a l fo r Pre para tio n of Repair Do cum e nt s
Dea r Mr. S mith:
EXHIBiT A
Structura l Engineering Assoc iat es, In c . (SEA) recentl y comp leted a co nditi o n assess ment o n th e
re fe rence d park in g stru cture . In the report SE A provided reco mm end ation s for repa ir. Yo u ha ve
now asked SE A to submit a pr oposa l to pr epare co nstru cti o n document s for re pa ir o f th e ga ra ge. In
ad diti on , yo u have re qu este d that SEA also includ e repair o f th e damage d pos t-ten s ioned joi st in th e
Madiso n Str ee t ·'Muni c ip a l" ga rage . Our sco pe is to in c lud e de sign pha se, bid pha se and
eo nstru <.:tio n pha se servic es.
I unde rsta nd the co ntrac tor's co nstru ct ion scope of wo rk will includ e the follow in g.
• Re move and re pl ace the wa terproofin g memb rane o n th e top leve l in it 's entirety.
• Pe rform sla b re pairs under me mbra ne.
• Perfo rm over head co ncre te re pa irs.
• Ro ut and caulk all cracks in top deck.
• Re move and rep lace se alant in con structi on j oint s in top deck.
• Wa te r test top deck and in sta ll drains at low spot s o n top dec k.
• Re moved damaged pre-c ast pan els, repa ir supp ort and anch orage co nditi o ns and re-in s tall
panel s.
• Perfo nn mi scellaneou s co ncre te rep a ir s in sta ir.
• Perfonn mi sce ll a neo us co ncrete wa ll and co lumn repa irs.
• Re pa ir ha ndra il s in stai rs.
• Re move a nd rep lace joint se alan t in sla b-on-g rad e.
• Re pa ir ve hicular barri er cab les on lowe r lev e l.
• Rc -s trip e garage
• Re move and rep lace six uppe r-leve l dra in s and th e ir offset pipin g. T he lower lev el co ndu cto r
piping sha ll rema in for re-use.
• Pe rform repa irs to da maged pos t-tens ione d j o ist in th e Madi so n Street "Mu ni c ipal " Ga rage.
1000 Walnut • SUite 1570 . Ka nsas C1ty, M1ssouri 64 106 -8 16-421 -1042 · www.seassociates.com
Mr. Smith
January 24, 2023
Page2
I understand that the existing light fixtures in the garage are all LED and the City does not wish to
make any modifications to them. In addition, we have not included installation of camera's in the
Jefferson Garage. Ifthe City decides to add this scope of services, SEA can obtain a proposal from
our consultant for these additional services.
SEA proposes to provide the following scope of services for the above repair items.
• Review report and recommendations from condition assessment.
• Perfonn site visit to review above scope items for changes.
• Prepare construction drawings for above scope items.
• Prepare technical specifications for above work items.
• Review front end documents provide by City and provide comments as appropriate or
desired.
• Coordinate bid fonn with Jefferson City personnel.
• Prepare review documents and submit to Jefferson City at the following stages.
o Design Development
o SO% Review Construction Documents
o I 00% Review Construction Documents
• Attend design review meetings via virtual meeting fonnat.
• Attend pre-bid meeting in Jefferson City, MO
• Review bids and make recommendation to Jefferson City, MO.
• Attend pre-construction meeting with successful contractor and City personnel.
• Review submittals for above work items and take appropriate action.
SEA proposes to provide the above scope of services for a lump sum fee of $59,000. This fee
includes anticipated reimbursable expenses including travel, per diem, in house printing costs and
other in-house expenses. Please note this fee does not include printing of review drawings, bidding
documents or contractor submittals. All of these items will be provided in digital fonnat.
This fee includes the services of an MEP consultant for the above scope items. It is SEA's intent to
employ the services of Custom Engineering for these services.
Please note the above scope of services does not include construction phase services beyond a pre-
construction meeting and review of technical submittals. You have requested that construction phase
services be submitted on an hourly basis with a not to exceed fee.
Construction phase services above and beyond those listed above will be provided under separate
billing on an hourly basis with a maximum fee of $$22,000. This fee includes attendance to virtual
progress meetings, up to eight site visits to attend progress meetings or make site observation trips
and one punch list trip at the completion of the project. This fee includes travel and per diem
expenses. Additional site visits will be provided on a per trip basis of$1,900.
Mr. Smith
January 24, 2023
Page3
The attached Terms and Conditions shall become a part of this agreement. Signature or verbal
direction will serve as acceptance of this proposal and the Tenns and Conditions and will serve as
notice to proceed.
If you have any questions regarding this proposal, please feel free to contact me at your convenience.
Thank you for your interest in Structural Engineering Associates, Inc.
sm>~
Ralph C. Jones P.E.
Encl.
ACCEPTED: ________________________________________________ _
Signature of person authorized to sign contract for the City of Jefferson
Date: _________ _
Typed or Printed Name
Terms and Conditions
Parking Garage Rehabilitation -209 Jefferson Street
January 24, 2023
Page 1 of1
Performance of Service: Structural Engineering Associates, Inc. (SEA) shall perfonn the services
outlined in the attached "Proposal for Preparation of Repair Documents" in consideration of the stated
fee and payment tenns.
Additional Services: For additional services not included in the "Proposal for Preparation of Repair
Documents", Structural Engineering Associates shall be compensated as follows:
0 Option I -On an hourly basis according to attached Rate Sheet.
1m Option 2 -Additional services will not be completed until an amendment identifying scope and fee
for additional services has been signed.
Billing/Payment: The Client agrees to pay SEA for all services perfonned and all costs incurred.
Invoices for SEA's services shall be submitted, at SEA's option, either upon completion of such
services or on a monthly basis. Invoices shall be due and payable upon receipt. If any invoice is not
paid within 30 days, SEA may, without waiving any claim or right against the Client, and without
liability whatsoever to the client, suspend or tenninate the perfonnance of services. Accounts unpaid
30 days after the invoice date may be subject to a monthly service charge of 1.5% on the unpaid
balance. If any portion of an account remains unpaid 60 days after the billing, SEA may institute
collection action and the Client shall pay all costs of collection, including reasonable attorneys' fees.
Access to Site: Unless otherwise stated, SEA will have access to the site for activities necessary for the
perfonnance of the services. SEA will take reasonable precautions to minimize damage due to these
activities, but has not included in the fee the cost of restoration of any resulting damage and will not be
responsible for such costs.
Hidden Conditions: A structural condition is hidden if concealed by existing finishes or if it cannot be
investigated by reasonable visual observation. If SEA has reason to believe that such a condition may
exist, SEA shall notify the Client who shall authorize and pay for all additional costs associated with
the investigation of such a condition and, if necessary, all costs necessary to correct said condition. If
( 1) the Client fails to authorize such investigation or correction after due notifications, or (2) SEA has
no reason to believe that such a condition exists, the Client is responsible for all risk associated with
this condition, and SEA shall not be responsible for the existing condition nor any resulting damages to
persons or property.
Hazardous Materials: SEA shall have no responsibility for the discovery, presence, handling,
removal, disposal or exposure of persons to hazardous materials of any fonn.
Jobsite Safety: The Client agrees that the General Contractor shall be solely responsible for jobsite
safety, and warrants that this intent shall be carried out in the Client's contract with the General
Contractor. The Client also agrees that the Client, the Consultant and the Consultant's subconsultants
shall be indemnified by the General Contractor and shall be made additional insureds under the
General Contractor's policies of general liability insurance.
Indemnification: The Client shall, to the fullest extent pennitted by law, indemnify and hold hannless
SEA., his or her officers, directors, employees, agents and subconsultants from and against all damage,
liability and cost including reasonable attorneys' fees and defense costs, arising out of or in any way
connected with the perfonnance of the services under this agreement, excepting only those damages,
liabilities or costs to the extent caused by the sole negligence of SEA.
Fiduciary ResponsibiUty: The Client confinns that neither the Consultant nor any of the Consultant's
subconsultants or subcontractors has offered any fiduciary service to the Client and no fiduciary
REV2/24/IS
Pagel of2
responsibility shall be owed to the Client by the Consultant or any of the Consultant's subconsultants
or subcontractors, as a consequence of the Consultant's entering into this Agreement with the Client.
Information for the Sole Use and Benefit of tbe Client: All opinions and conclusions of SEA,
whether written or oral, and any plans, specifications or other documents and services provided by
SEA are for the sole use and benefit of the Client and are not to be provided to any other person or
entity without the prior written consent of SEA. Nothing contained in this agreement shall create a
contractual relationship with or a cause of action in favor of any third party against either SEA or the
Client.
Certifications, Guarantees and Warranties: SEA shall not be required to execute any document that
would result in SEA certifying, guaranteeing or warranting the existence of any conditions whose
existence SEA cannot ascertain.
Limitation of LiabUity: In recognition of the relative risks, rewards and benefits of the project to both
the Client and SEA, the risks have been allocated such that the Client agrees that, to the fullest extent
permitted by law, SEA's total liability to the Client for any and all injuries, damages, claims, losses,
expenses or claim expenses arising out of this Agreement from any cause or causes, shall not exceed
$500,000. Such causes include, but are not limited to, the SEA's negligence, errors, omissions, strict
liability, breach of contract or breach of warranty.
Ownership of Documents: All documents produced by SEA under this Agreement are instruments of
SEA's professional service and shall remain the property ofthe SEA and may not be used by the Client
for any other purpose without the prior written consent of SEA.
Assignment: Neither party to this Agreement shall transfer, sublet or assign any rights under or
interest in this Agreement (including but not limited to monies that are due or monies that may be due)
without the prior written consent of the other party. Subcontracting to subconsultants normally
contemplated by the Consultant shall not be considered an assignment for purposes of this Agreement.
Dispute Resolution: Any claims or disputes between the Client and SEA arising out of the services to
be provided by SEA or out of this Agreement shall be submitted to nonbinding mediation. The Client
and SEA agree to include a similar mediation agreement with all contractors, subconsultants,
subcontractors, suppliers and filbricators, providing for mediation as the primary method for dispute
resolution among all parties.
Termination of Services: This Agreement may be terminated at any time by either party should the
other party fail to perform its obligations hereunder. In the event of termination for any reason
whatsoever, the Client shall pay SEA for all services rendered to the date of termination, and all
reimbursable expenses incurred prior to termination and reasonable termination expenses incurred as
the result of termination.
Standard Care: In performing its services hereunder~ SEA will endeavor to perform in a manner
consistent with that degree of care and skill ordinarily exercised by member of the same profession
currently practicing under similar circumstances. SEA makes no warranties or guarantees, express or
implied, under this agreement or otheJWise, in connection with its services.
Consequential Damages: The Client and SEA both agree to waive any claims for consequential
damages against each other.
Permits and Approvals: It is the responsibility of the Owner to obtain all necessary permits and
approvals.
REV 2/24/15
Bill 2022-115
Exhibit B
SUPPLEMENTAL APPROPRIATION
FISCAL YEAR 2022-2023 BUDGET
Parking Fund:
62-100-495995 Transfer From(to) Surplus $59,000.00
62-620-522020 Professional Services $59,000.00
BILL SUMMARY
BILLNO: 2022-110
SPONSOR: Councilmember Hensley
SUBJECT: ARPA Realignment
DATE INTRODUCED: March 6, 2023 -'I"
DEPARTMENT DIRECTOR(S): 0/Ld'u..__. R.c__~
CITY ADMINISTRATOR: ~ j o/
Staff Recommendation: Accep;
Summary: This bill would authorize funds currently appropriated for salaries in the General
Fund to be reallocated to various community project uses specified in Exhibit A (attached)
and exchange the ARPA funds previously appropriated for said community project uses by
City Council to be used for salary funding within the General Fund .
Origin of Request: Finance Department
Department Responsible: Finance Department
PERSON RESPONSIBLE: SHIELA PEARRE , Director of Finance and ITS
Background Information: The benefit of this action is that utilizing the ARPA funds in this
way would result in the elimination of any spending deadlines previously associated with
the ARPA community projects . Because of the diverse and varied projects that were
selected to be funded with ARPA funds, staff is concerned that both the City and our
community partners may have difficulty completing all the projects within the t imeframes
that would otherwise be required under the ARPA regulations . The community projects
previously approved would still be allocated in the same amounts and those funds could be
reappropriated from year to year until the completion of the projects.
This action does not result in any additional net dollars being spent on General Fund
salaries than are currently budgeted .
Fiscal Information: If approved, this bill would have no fiscal impact on net dollars .
BILL NO. 2022-110
SPONSORED BY Councilmember Hensley
ORDINANCE NO. _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AMENDING THE 2022-
, 2023 BUDGET OF THE CITY OF JEFFERSON, MISSOURI BY REALLOCATING
FUNDS CURRENTLY APPROPRIATED FOR SALARIES IN THE GENERAL FUND TO
VARIOUS PROJECTS AND BY MODIFYING PREVIOUSLY APPROPRIATED ARPA
FUNDS TO REPLACE THE SALARY FUNDING WITHIN THE GENERAL FUND .
BE IT ENACTED BY THE COUNC IL OF THE CITY OF JEFFERSON, MISSOURI, AS
FOLLOWS:
Section 1. 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
ATTEST:
City Clerk
Mayor Carrie Tergin
APPROVED AS TO FORM:
CiZ)~(orney
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 2022-110
Exhibit A
BUDGET AMENDMENT
FISCAL YEAR 2022-2023 BUDGET
General Fund:
10-xxx-501020 General Fund Salaries ($5,981,982.05)
10-170-572020 Purchase of Equipment-HR Laptops $3,500
10-185-599501 JCCVB Lost Revenue $175,000
10-185-599502 Downtown Beautification-Match $150,000
10-185-599503 Organizational Review Study $150,000
10-400-572010 Purchase of Vehicles-Fire Vehicle $67,456
10-533-522022 Demolitions $180,000
10-542-572020 Purchase of Equipment-Street concrete core driller $4,000
10-542-572020 Purchase of Equipment-Preplacement street lights $12,000
10-990-540060 Cemetery Maintenance $30,000
10-990-575010 Police Renov & Upgrades-PD locker room $220,635
10-990-576007 Stormwater Improvements $540,917.60
10-990-578063 Contingency $94,136.26
10-990-599504 Lincoln-Hlth Science & Crisis $500,000
10-990-599505 PD Elevator Replacement $200,000
10-990-599506 MSP Redevelopment $1,000,000
10-990-599507 Hyde Park Burn Building $1,000,000
10-990-599508 High Street Viaduct $1,077,827.75
10-990-599509 Private Property Strmwtr Repair $200,000
10-990-599511 United Cap City Soccer Complex $100,000
10-990-599512 Street Resurfacing $276,509.44
*Any unspent related funds shall be reappropriated until all expenses for the project specified have been
recognized.
General Fund:
10-xxx-501020 General Fund Salaries $5,981,982.05
10-995-522022 Demos ($80,000)
10-995-540060 Cemetery Maintenance ($30,000)
10-995-572010 Purchase of Vehicles-Fire Vehicle ($67,456)
10-995-572020 Purchase of Equipment-HR Laptops ($3,500)
10-995-572020 Purchase of Equipment-Street concrete core driller ($4,000)
10-995-572020 Purchase of Equipment-Preplacement street lights ($12,000)
10-995-575010 Police Renov & Upgrades-PD locker room ($220,635)
10-995-576007 Stormwater Improvements ($540,917.60)
10-995-599501 JCCVB Lost Revenue ($175,000)
10-995-599502 Downtown Beautification-Match ($150,000)
10-995-599503 Organizational Review Study ($150,000)
10-995-599504 Lincoln-Hlth Science & Crisis ($500,000)
10-995-599505 PD Elevator Replacement ($200,000)
10-995-599506 MSP Redevelopment ($1,000,000)
10-995-599507 Hyde Park Burn Building ($1,000,000)
10-995-599508 High Street Viaduct ($1,077,827.75)
10-995-599509 Private Property Strmwtr Repair ($200,000)
10-995-599510 Demolitions ($100,000)
10-995-599511 United Cap City Soccer Complex ($100,000)
10-995-599512 Street Resurfacing ($276,509.44)
10-995-xxxxxx Contingency ($94,136.26)
BILL SUMMARY
BILL NO: 2022-111
SPONSOR: Councilmember Fitzwater
SUBJECT: Authorizing Additions to City Code Chapter 31 -Stormwater/Fioodplain
Management by Adding Section 31-280, Private Stormwater Conversion
Program, and Modifications to Appendix Y to Include the Same
DATE INTRODUCED: March 6, 2023
DEPARTMENT DIRECTOR(S): __ --fl-l!-#h4,Ll.Lll.~~...lLf.J_-+-~-==------
CITY ADMINISTRATOR:~:.:;;t--=------~t:....3-...-=---7f&--r----------
Staff Recommendation: Neutral.
Summary: This bill will authorize the addition of what is being referred to as the Private
Stormwater Conversion Program to Chapter 31 of the City Code and amends Appendix
Y to set the cost of the program to the applicant.
Origin of Request: Public Works and Planning Committee
Department Responsible: Department of Public Works
PERSON RESPONSIBLE: MATT MORASCH P.E./David Bange, P.E.
Background Information: Citizens often appear before the Public Works and Planning
Committee asking the City to repair/replace privately owned stormwater pipes and other
stormwater infrastructure. These pipes and systems are private because they are
located on private property and no easement exists which would give rights or
obligations to the City. Often times these pipes and structures were installed by
developers to enable the construction of a home or building on what had been a
property encumbered by a drainage ditch or other water course . Often times these
pipes connect directly to a City controlled system that is collecting water from or across
a City Street. Private pipes have also been installed by individual property owners for
the purpose of expanding parking or yard areas .
Difficulties begin to arise as the years pass, the property changes owners, and the pipes
begin to collapse . New owners are often unaware that the pipe running through their
property is theirs to maintain , and often turn to the City to address the issues related to
the failing pipes .
The City Code change that is before you would provide a way for pipes such as these to
come under the control of the City through the dedication of a stormwater easement,
and creates a program by which the City would participate with the applicant in the cost
of repairing/replacing the piping and other stormwater components. The end result
would be that the City would own the pipe and other stormwater infrastructure and bear
the responsibilities for future maintenance/replacement of that system.
Fiscal Information: There are an unknown number of privately owned pipes wit hin the
City, and privately owned pipes continue to be installed. For that reason, the ultimate
cost of this program is not known. However, the proposed City Code language does not
require the program to be funded but rather allows the City Council to designate funding
for the program as they deem appropriate.
Editor’s note: Deleted language shown thus. Added language shown thus.
BILL NO. 2022-111
SPONSORED BY Councilmember Fitzwater
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, PERTAINING TO
ADDITIONS TO CHAPTER 31 AND APPENDIX Y OF THE CITY CODE
BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS
FOLLOWS:
Section 1. Chapter 31 – Stormwater and Floodplain Management, of the Code of
the City of Jefferson, Missouri, is amended by the addition of the following:
Sec 31-280. - PRIVATE STORMWATER CONVERSION PROGRAM
The purpose of this article is to provide a means by which privately owned stormwater systems
may be accepted for future maintenance by the City through the granting of easements, system
reconstruction to City standards, and the participation in cost by private property owners.
Sec 31-281. – Petition necessary.
For each project which may be eligible for inclusion in the City’s Private Stormwater
Conversion Program (PSCP), a petition shall be submitted by the owner or owners upon whose
property the stormwater system exists. The petition shall be made on a form approved by the
Director of Public Works and said form shall be submitted by March 1 of each year for
consideration for the following year’s fiscal budget. Petitions shall be considered denied if not
funded in the following year’s budget. Any denied petition shall not be carried over to the next
budget year.
Sec 31-282. – Participation requirement.
Property owners may petition the City Council, on a form approved by the Director of Public
Works, to reconstruct private stormwater systems along an existing stormwater system or a portion
of that system that is agreed to in advance by the Director of Public Works. The petition shall be
signed by all of the owners upon whose property the agreed upon drainage system resides. No
person or property shall be eligible to participate in the PSCP which is in arrears or delinquent on
any fee, charge, fine, tax, lien, or assessment due to the City.
Sec 31-283. – Cost to applicant.
A. The cost to each property owner for the installation of the stormwater system for an
approved PSCP project shall be set by the City Administrator each year in appendix Y. If
the stormwater system lies along a property line the owner on each side shall pay ½ of the
cost outlined in schedule Y.
Editor’s note: Deleted language shown thus. Added language shown thus.
B. Owners are required to prepay the entire amount of their participating costs prior to the
approval of the construction contract by the City Council or City Administrator.
C. All costs associated with the restoration of the property shall be the responsibility of the
petitioners in addition to the costs outlined in appendix Y. This shall include but is not
limited to the restoration of pools, out buildings, driveways, sidewalks, retaining walls,
fences, trees, landscaping, and grassed areas.
D. The Council at its discretion may elect to lower the cost to the petitioner by reducing the
costs outlined in appendix Y or by increasing the City’s participation in other aspects of the
project.
Sec 31-284. – Stormwater system design and granting of easement.
A. The stormwater system will be designed by the City or by their consultants. The system will
be designed to meet City of Jefferson standards and located so as to be efficient and easily
maintained.
B. The property owners upon whose property the stormwater system is placed shall grant to
the City an easement for said stormwater system. The width of the easement shall be as
prescribed by City Standards.
C. The petitioners shall grant temporary construction easements as may be required for the
installation of the stormwater system.
Sec 31-285. – Funding, criteria for project selection.
A. The availability of the PSCP shall be subject to appropriation of sufficient funds to
undertake projects under the PSCP. The decision to appropriate funds for the PSCP shall
be in the sole discretion of the City Council. If sufficient funds are not appropriated by the
City Council, the Director of Public Work shall refuse petitions for the PSCP.
B. In determining which if any projects shall be funded the following criteria will be
considered:
a. Funding available
b. Number of properties affected
c. Existing condition
d. Effect on existing City infrastructure
e. Overall effect on area
C. City Council shall identify the projects that will be funded under the PSCP by ordinance.
The City Council may impose additional conditions upon the funding of any project under
the PSCP. Denials of applications to participate in the PSCP shall be final and non-
appealable.
Section 2. Appendix Y, of the Code of the City of Jefferson , Missouri , is amended
by the addition of the following: ·
Sect ion Secti on Title
280 er linear foot
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
Editor's note : Deleted language shown tffils. Added language shown thus.
BILL SUMMARY
BILL NO: 2022-106
SPONSOR: Councilmember Lester
SUBJECT: Final Subdivision Plat of TC3C Subdivision
(Planning & Zoning Commission Case No . P23004)
DATE INTRODUCED: February 6 , 2023
DEPARTMENT DIRECTOR(S) :-:r----=..L;J:::~:::::::::..,~L..C:?.::::.=.~<::::::....._-----
CITY ADMINISTRATOR:_...c=._ __ ___:_ __ ~..;z------------
Staff Recommendation: Approve.
Summary: Standard ordinance approving and accepting a final subdivision plat.
Origin of Request: Property Owner through the Planning and Zoning Commission
Department Responsible: Department of Planning and Protective Services
PERSON RESPONSIBLE: SONNY SANDERS /Eric Barron
Background Information: This bill would replat 6 existing vacant lots located along
Marshall Street and Roland Street into 1 0 lots . The property is zoned RS -4 Single
Family Residential. The purpose of the request is to pursue development of 10 single
family residential houses . No new streets are proposed as a part of the Final
Subdivision Plat and utilities exist in the vicinity. Please see attached Planning and
Engineering Division staff reports for more information .
Planning and Zoning Commission Review. The Planning and Zon ing Commission
reviewed the Final Subdivision Plat at their meeting of January 12, 2023. The motion
to recommend approval to the City Council PASSED on a vote of 7 in favor , 0
against.
Public Comment Received .
No public comment has been received to date .
Fiscal Information: $400 .00 in application fees were received.
Planning and Zoning Recommendation: Approve.
BILL NO . 2022-106
SPONSORED BY Councilmember Lester
ORDINANCE NO . _______ _
AN ORDINANCE OF THE CITY OF JEFFERSON , MISSOURI , ACCEPTING AND
APPROVING THE FINAL SUBDIVISION PLAT OF TC3C SUBDIVISION , A SUBDIVISION
OF THE CITY OF JEFFERSON, MISSOURI.
'WHEREAS, Zeal Enterprise, 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 : All of Lots B, C , D,
E , F, and G of REPLAT OF PART OF ROLAND L. WIGGINS SUBDIVISION ,
as per plat of record in Plat Book 12 , page 114, Cole County Recorder's
Office . Containing in all 1.88 acres ; 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 TC3C 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 .
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , AS FOLLOWS :
Section 1 . That the Final Subdivision Plat of TC3C 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 ordinance, 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 approval of said plat unde r the City of
Jefferson seal.
Se ction ~-This ordinance shall be in full force and effect from and after the date of
its passag e and approval.
Pa ssed : ----------
Presiding Officer
ATTEST:
City Clerk
Approved : ______________ _
Mayor Carrie Tergin
APPROVED AS TO FORM :
City~
1 Inch • 30 feet
o IS 80 eo
1 Onpblo Soolo -root >
Z. FtDOOHNNIHFCIIIU&ATIOtt:TNI,..I'fyillaull.dlnZ....ex-(~n~~OIIItlw.
dwO~d'lllataod,..,_,e,,....FIII:IM~-.-.eoa.Cowtot.MO.
map........snossanJJldlttd~Z.rou.
S. s.IS/r.,.'lllll:hQP~ICIIIUbcNIIclnCORWI.Mifl/rll.-.«hCIIPIC ..
WMnotklt;WI'I'IWt. ...... OitletwtMch&Nm.
4. IUmtDSOUICl:ZMI~UC.~,_ ... fifNCOntanaoot.?4tl,pap
••ndloolal4S.,...SJJ.coa.Uwcy~~~oomt..Co•eow.tr. -S. __ ;_ol,lftoi_L __ ., .........
_ .. __ U.-114.C.O.c-tv-...nCiftlco.C.O.c-tv. -.. =~=u.-:.~«ataMftUCiedlc.-dbfu.t,._.a
I
......._ SHUMAN liM 1
ICOI1U.PAiiiD6 I
1 ~.a{•·.wuJ' ------+-1 /l"WW1.J5'
i/ . _____ J I
.....-
/
r
NO'r~--~-1-r-
~~ j I I I I
I++~ • I
I 100' • 20~"1 I " l~t= I
-~
--,... __________ j__
I
I
I '=f --------------
IO~~~c:;~wD 1:1
I'OI.L'<lll.l'lGGil<Sst.'Jl>. ~ :
P!atBook 12.N• 114 )-..............
I
'AWLIY, ftiCIMoUO•&
n>C\LT>UmU eooua,. PJ.Gl 211
NE 1/4. Scc.16
T44N, Rll'lf
HAU.DAVDA
100114J,PACittM
JIOWill L l'lCCiliS seJDimiOlf
P1al ..... ..,. Sf
"'~=~l:l"u
ICOIS0.'AGI1DI
-----1-
!111#1/N
1
!wHIWI slnmmSioN I
Pial Boot il, P•l• Sll 1
ltOt.L~ !.. 11Q(;:Ss SL1m. Di'L.~'i' OP
P.utr 07 lOLL'!]) I. IIGGiliS Sl:lll),
Pl.\ Jock 12, ;...,. U I
LEGEND
UTl.l'frCOM'AMU ~oi
WArtlSUft\Y·MO~W--CD lUCIU--G.U·-ltLDHOHl·C. ... _, Link
~ .... CIIyCio<tqi .... CIIyql>o_tow..,otC.O..s-ol--
ftftlfytMtttwtpletw•~"'~UayGfoftt.Ctyol,.,.__,._~
by~No. ___ _ _ .... _..,., ___ ~
-.tauntw•. m I'.L _.,Mil;_ mw. !OII&i w. _.,_ll'ld __
l'NI.I&to'*"v~M~•••,...aotnm-...MWY ...... ~ ................ .., .......... ~
.......... I"'PP"tw ...... Md~lwnan•nii~Pat
IMI'UUitiUW~OftWJpiiii'Mdo.tllid~
waspeffomlld•~w~rt~o.,........,.Miof""'
IUndardsbMUr*'""""ikNndlrySurwyN;~
"'"-MIUDutlloardfaorArdlbca,.~(,.._,
af'ldl.Md~.
II'IWbeu....._.,,IMft~i*l"'fltal ...... ~
... 1 ...... ot ........ :ou .
_ ... __ _
Sf.ATI Of MGSOIJU (
11
COUNT'fOICOLf 5
JWiot4'IICIDI"d_dtYot_~zo_.
tt_adadand __ Mitww_M ..
.,......,.Boot_.hp_.
-.:.-.......-
---~--~-----~--~--~~~---------
TC3C SUBDIVISION
A REPLAT OF LOTS B, C, 0, E, F & G OF
REPLAT OF PART OF ROLAND L. WIGGINS SUBDIVISION
AS PER PLAT OF RECORD IN PLAT BOOK 12, PAGE 114
BEIN~ A PART OF THE NORTHEAST QUARTER
SECTION 18, TOWNSHIP 44 NORTH, RANGE 11 WEST
JEFFERSON CllY, COLE COUNlY, MISSOURI
ZONED: RS-4
AREA: 1.88 ACRES
PROPiRTY BOUNDA!n' 06CRIP110N
Ailiiii'LotJ,1,.'1..0:(f.iftdG;;tllPLAfCii'MtOflllO&AHDLWJGGtH$$UICIVZSION..UP"' .. ol
rtevrd .. ,... ... z,.,.ll4.C:O..~._.....OIIIul.
COf'I'**'III' .. UI..u.
lnflrC&ati Rtru..T 01 'AA10JftOI.AHO L MGGaHSSUIDMSION. as PI",._. oArwwd il'lf'l.n
loGitU.~Nfttle,c.eot.nr~oMt..
OWHER'S 'lRTIFICATE
CftOW .. rNf' .... theMIQMftU.thMtht~.Mtnc ..... IMI'ItQofdloeiGUofllftcl~
mtt.,.,._eao*"C~~ ..... car:aed .... ICICJtoM"'"""'"• .... ~..U
lcU ... Ofl~ .. tttw.unbwsd'tNIOtJtft41U..'*'"Ihtreof.,.fullrrr....ciiVIIifyM1forU\wNch
...... .,..,...41:1-rc:K~-
O..ltlil~-ol ) ......... "' z ... , ....__~.,~ ,.....,Mfltf ...... St.,atMII'II!P'olt.llll~W:.~,..kr'IOWI'IIIOillotNPI'"IO"
dttcrlllolclw.,...who~h~lnlltumeMa&U.INftlprrAZDIIMt,._W:.•
...._.WIMY~·tl"'db.ta3r'Ciolal'ldbtNWfAsalllllftfttd~~
lf'IWftl'4tl~ ................. ,.....,.,...,...,.,~ .... a......, .... VN' ... _,..,.,..__
U,CDI'Nfliulfl'l~~
~fi' rl't' r!?v=---
K-ILII!Id<oy
liD PLS 12578
Conlrolll-:~~~:~~~u~~=--+~~~-r=~~-+D~R~9=7~-1=33~~
Excerpt of Unapproved Minutes
JEFFERSON CITY PLANNING AND ZONING COMMISSION
January 12, 2023
COMMISSION MEMBERS PRESENT
Dale Vaughan, Chair
Penny Quigg, Vice Chair
Gregory Butler
Emily Fretwell
Hank Vogt
Treaka Young
Jacob Robinett
Sara Michael, Alternate
COMMISSION MEMBERS ABSENT
Bunnie Trickey Cotten
Shanon Hawk
Tom Werdenhause, Alternate
Randy Hoselton, Alternate
COUNCIL LIAISON PRESENT
Michael Lester
STAFF PRESENT
Eric Barron, Planning Manager
Dustin Birch, Associate City Counselor
Kortney Bliss, Planner
5:15p.m.
Sonny Sanders, Director of Planning & Protective Services
Shane Wade, Civil Engineer
Lisa Dittmer, Administrative Assistant
Jason Turner, Division Chief JCFD
ATTENDANCE RECORD
7 of7
7 of7
4 of7
6 of7
7 of7
6 of7
5 of7
1 of 1
6 of7
6 of7
0 of2
1 of 2
Guests: Paul Samson with Central Missouri Professional Services, Council Members Laura Ward
and Scott Spencer, Timothy A Joseph, Jeff and Jane Schaeperkoetter, Jacob Brooke, Lois
Hogan, Teresa Tolksdorf, Joe Scheppers, Jay and Kim Fischer, and Carolyn McDowell.
Case No. P23004 -1000 Block of Marshall St., Final Subdivision Plat of TC3C
Subdivision. Request filed by Zeal Enterprise, LLC, property owner, for a Final
Subdivision Plat for 1.88 acres proposing creation of 10 lots. The property is zoned RS-4
Medium Density Residential and is located on the Marshall Street cul-de-sac 250 feet
north of East Franklin Street and with frontage also on Roland Street and is described as
Part of the Northeast Quarter Section 18, Township 45 North, Range 11 West, in the City
of Jefferson, Cole County, Missouri. (Central Missouri Professional Services, Consultant).
Ms. Bliss stated the applicants are requesting a final subdivision plat that would replat 1.88
acres from six existing lots into 1 0 new lots to be used for single family residential uses.
Paul Samson with Central Missouri Professional Services (CMPS), representing property
owner Zeal Enterprises, LLC, presented the case. The purpose of the replat of the
subdivision is to create ten single family residential lots out of the existing six lots. The
property is zoned RS-4 which has a minimum lot frontage of 60 feet. The proposal is to
take the existing two lots on Roland Street and divide into three lots and divide the four
lots on Marshall Street into seven lots. The intent is to build smaller homes with single
family garages. All of the existing infrastructure is in place, no new streets are proposed.
Utilities are on site including stormwater, sanitary sewer, water and electric.
Ms. Bliss stated lot size dimensions were looked at, for the RS-4 district the minimum lot
size acreage is 6,000 square feet and the lot width is a minimum of 50 feet, these lots are
in compliance with the zoning code requirements. A fire hydrant exists along Roland
Street, but the applicant will need to comply with the requirement of the fire code for fire
hydrant placement on Marshall Street. Staff recommends approval of the final plat with
the conditions that technical comments by city staff be addressed and a finalized plat be
submitted prior to City Council.
Mr. Wade advised infrastructure does exist in the vicinity, utilities appear to be in order
other than the fire hydrant on Marshall Street. Minor comments have been sent back to
the consultant for the final resubmittal. The plat, as presented, is in good order and the
engineering division recommends approval.
Ms. Quigg moved and Mr. Robinett seconded a motion to recommend approval to the City
Council of the requested final subdivision plat of TC3C Subdivision with the following
conditions:
a. Address technical comments from city staff.
b. Submittal of finalized and signed plat prior to introduction to City Council.
The motion passed 7-0 with the following votes:
Aye: Butler, Fretwell, Michael, Quigg, Robinett, and Vogt, and Young.
Nay: None
Jefferson City
Planning & Zoning Commission
January 12, 2023
Case No. P23004
1 000 Block of Marshall Street
Zeal Enterprise, LLC
Final Subdivision Plat
City of Jefferson Planning & Zoning Commission
LOCATION MAP
.·
RS-2
....
~ flo. P23004
10€10 Bf<)cic of Marshall Street
FmaJ Subdivision Plat
City of Jefferson Ptanning and Zoning Commmssion
VICRNITY
Case NG. PZ3 004
'fio,oo Bbck of Marshall Street
f i llllaE Subdtv fs:ton Pfat
0 8l5 170 l 40.Feef -·•· .
PLANNING STAFF REPORT
JEFFERSON CITY PLANNING AND ZONING COMMISSION
January 12,2023
Case No. P23004 -1000 Block of Marshall St., Final Subdivision Plat of TC3C Subdivision. Request
filed by Zeal Enterprise, LLC, property owner, for a Final Subdivision Plat for 1.88 acres proposing creation
of 10 lots. The property is zoned RS-4 Medium Density Residential and is located on the Marshall Street
cul-de-sac 250 feet north of East Franklin Street and with frontage also on Roland Street and is described
as Part of the Northeast Quarter Section 18, Township 45 North, Range 11 West, in the City of Jefferson,
Cole County, Missouri. (Central Missouri Professional Services, Consultant).
Description of Proposal
A request was filed for a final subdivision plat. Given the name TC3C Subdivision, this fmal subdivision
plat would consist of 1.88 acres currently zoned RS-4 Medium Density Residential. The final subdivision
plat would replat 6 existing lots into 1 0 new lots to be used for single family residential units.
Revielv and Approval Process
Final subdivision plats are reviewed in accordance with Chapter 33 The Subdivision Code and Chapter 35
Zoning Code with recommendation from the Planning and Zoning Commission and final decision by the
City Council.
Staff Analysis
Current zoning designation of RS-4 requires the subdivision to comply with density and dimensional
standards of that particular.district. This includes lot size and width specifications. The RS-4 district requires
a minimum net lot area 6,000 square feet and minimum lot width of 50 feet.
Final Subdivision Plat request -information for consideration:
Proposed Subdivision Name: TC3C Subdivision
Total Acreage: 1.88 acres.
Number of Lots: 10 proposed lots
Lot Sizes: Lot 7 is proposed to be the largest at approximately 11 ,571 square feet and Lot 1 0 is proposed
to be the smallest at approximately 6,458 square feet.
Sidelvalks: Existing sidewalk is located along Roland Street and the northern side of Marshall Street,
ending at the cul-de-sac.
Streets: No new streets are proposed.
Utilities: Utilities exist in the vicinity.
Fire Hydrant: Fire hydrants exist on Roland Street with proper spacing. A fire hydrant will likely need
to be installed on Marshall Street to serve the proposed lots.
Staff Recommendation
The proposed fmal subdivision plat has been reviewed with respect to applicable City Code requirements
such as those laid out in Chapter 33 The Subdivision Code and Chapter 35 Zoning Code. Technical
comments from staff will need to be addressed. Staff recommended approval of the final plat of TC3C
Subdivision with the condition that technical comments by city staff be resolved.
Form of Motion
I. Motion to recommend approval to the City Council of the requested final Subdivision plat of
TC3C Subdivision with the following conditions:
a. Address technical comments from city staff.
b. Submittal of finalized and signed plat prior to introduction to City Council.
Jefferson City Planning & Zoning Commission Meeting
Engineering Division Staff Report
Thursday, January 12,2023, 5:15pm
Item 6. -New Business/ Public Hearings
Case No. P23004-Re-Piat/ Final Plat ofTC3C Subdivision, 1000 block of Marshall Street (RS-4)
ENGINEERING STAFF RECOMMENDATION-
Recommend approval.
Existing Infrastructure Summary
• Public infrastructure exists in the vicinity.
• Stonn water facilities exist in the vicinity.
• Sanitary sewer facilities exist in the vicinity.
• Streets are existing in the vicinity.
• Sidewalk exists for this subdivision.
• A street light exists for this subdivision.
• Utilities will need to be checked, to see if adequate facilities are in place to serve these proposed
lots. It does not appear that any fire hydrants are present in the vicinity of the cul-de-sac.
Technical Review of the Plat
• A few very minor technical review comments for the plat have been sent back to the consultant for
consideration. These comments will need to be addressed prior to consideration of the plat by the
City Council. The plat as presented is in good order.
cnv of Jetht!50n
Dapovfmant of· Planning & Prot~tclirt«< SeNiC«S.
32"0 E. WlcCiJrly Str4!e t
Jelfttrsol'l City.111f) 6$'/01
l?liana: 513~34-6.410
ii;:,?'(~~BWlfc#ymo.wq
flf!WW;jeffii!rsoncffymo.gov
APPLICATION FOR. SUiBID.MSROIM PlAT
Ttire ood'ersig,rrred! bereby petitions the. Planning and Zcmfillg Comi'Flissilm and cn:soC'ounci£ of ihe Cify of Jefferson,
Missouri for trw faHowfng type of subdlvisron: PteliJ:Jimary, Pfa X' Final Plat
1. Name ofSutbdivision: TC3C SUBm\trSION
'2'_ Gemi!af location: 'WOO BlOCK 0~ M:ARSHAU
3 . ExistinglProposed ;mnlng: RS-4
4. ExistingiPrroposed use o ·f the pruperty; S ingfe: Famiilj' Residential ~----~~-------------------------
5. Size of ~tl$> proper~y fn ilcr~s: 1.88 N...res 6. iota~ numoo1' of las pvoposed: _·,_o ____ _
7. Desai'pUon o$ any <tariances to the Subdi'llisian R'e~ioJOs tbeing req!i.llesred ~please n.ote section numbeG
of thel rteg ulatiofl below and attacfil a letter stafi!J\9 iiu·s.tifii1A't!i>n for title va:ziance(s ):
None
Paul SamsC!>r;l, PE
Erlgj'rteerr Name {f¥pe OJi priLlt·)
Data
J. Briara R0cl<w.eli
StJNey:or N:amn.e (tytP.e or prin~)
Contact p.e~ f~r flttis· apptiea,mn:
NaliTle:. PatJII SarnS£lm -CMPS Mfliess~ 2'5@0 E. McCarty St. Jefferson City, MO 651'01
Ph0me' n..humber: 5i7.3-6:34-3456 £nmeilt psamson@cmps-inc.esm. ~~~~~~-----------------
for Staft Us:e• OPity.
Attacllrrrel'lts;;: _ Var.fence reqtreS't leC1e.c-
N~tes: -----------------------------------------------------------------------------
fndfvkftJSkJ' sfloEJfrfcanf<Ict.th·e ADA Coordinator af. {5-13g; 6Ut570br~$t~f/14Jda1fons or a1fema/fvs formats as r(U!afred un<fer lhe·A~aM
wtfh Olsabi((ltes . Act. Pleas ~ affow fflree buslr1ess days. fl!>l p10te1!.'$: til~ teq.~.
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-48
SPONSOR: Councilmember Fitzwater
SUBJECT: Authorization for the City to Approve a Retainer Agreement
DATE INTRODUCED: March 20 , 2023
Staff Recommendation: Approve .
Summary : Approves a Retainer Agreement with Agualaw, Napol i Shkolnik PLLC , and
Robbins Geller Rudman & Dowd LLP for damages to wastewater faci lities .
Origin of Request: Public Works
Department Responsible: Public Works
PERSON RESPONSIBLE: MATT MORASCH I Eric Seaman
Background Information: Authorizes the Mayor to execute a Retainer Agreement to join a
lawsuit for damages incurred to wastewater facilities at no cost to the City .
Fiscal Information: No cost to the City. Future costs for compliance with PFAs
(polyfluoroalkyl substances) and other hazardous water contaminants would be
reimbursed .
RESOLUTION
RS2022-48
Sponsor: Coun ci lmembe r Fitzwater
A RESOLUTION AUTHORIZING THE CITY TO APPROVE A RETAINER
AGREEMENT
WHEREAS , the City seeks to retain the law firms of Aqualaw, Napol i Sh kolnik PLLC ,
and Robbins Geller Rudman & Dowd LLP to represent t he City relating to
damages suffered by the City's wastewater uti lities .
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
JEFFERSON , MISSOURI , that the contract with Aqualaw, Napoli Shkolnik PLLC , and
Robbins Geller Rudman & Dowd LLP , attached hereto as Exhi bit A , is approved and the
Mayor and City Clerk are authorized to execute the same .
Adopted this 2Q1h day of March , 2023
Mayor Carrie Tergin
ATIEST: APPROVED AS TO FORM :
City Clerk
1
1
RETAINER AGREEMENT
The ______________________________ retains\the law firms of AquaLaw, Napoli
Shkolnik PLLC, and Robbins Geller Rudman & Dowd LLP, (the ”Firms”) and as our attorneys
to prosecute any legal claim for negligence (or other viable causes of action) against any and all
parties individuals and/or corporations that are found to be liable under the law for injuries and/ or
property damages suffered by us and/or our members arising out of the contamination of
wastewater collected and treated by the ____________________________________ by per- and
polyfluoroalkyl substances (PFAS) and other hazardous water contaminants. We specifically agree
as follows:
1. FEE PERCENTAGE: Except as provided below under the heading “Class
Action,” Client and Firms agree that the Firms shall be paid Twenty-Five Percent (25%) of the
gross sum recovered by the Client, whether by suit, settlement or otherwise. The Firms will share
fees arising out of this representation equally. Client will not be liable to pay the Firms any legal
fee if there is not any form of recovery.
2. DISBURSEMENTS: In the event there is no recovery, the Client shall not be
obligated to pay the Firms a legal fee or disbursements for services rendered. Disbursements may
include some of the following expenses: court filing fees, sheriff fees, medical and hospital
report/record fees, doctor’s report, court stenographer fees, deposition costs, expert fees for expert
depositions and court appearances, trial exhibits, computer on-line search fees, express mail,
postage, photocopy charges, document management charges, long distance telephone charges
among other charges. Document management charges are the fees charged by the Firms for
processing documents during litigation, such as medical records, documents produced by
defendant(s) and/ or other parties, etc. Processing of the documents may include but is not limited
to the following: (1) scanning; (2) conversion of native files to PDF documents; (3) OCR (optical
code recognition); and/or (4) indexing. At the time of settlement and distribution of proceeds, these
expenses shall be deducted from the Client’s share after computation of the Attorneys’ Fee.
3. COMPUTATION OF FEES. The contingency fee shall be computed on the gross
recovery, resulting in a net settlement (or judgment), from which all appropriate disbursements in
connection with the institution and prosecution of this claim is deducted, as set forth in paragraph
2 above. Examples of how a contingency fee is computed are as follows:
Gross settlement $100.00
25% Attorneys’ Fee $ 25.00
Net settlement $ 75.00
Disbursements -$ 10.00
Net to Client $ 65.00
2
4. CLASS ACTION: In the event that the Litigation is resolved on a class action
basis with a settlement fund to be distributed based upon individual class member causation and/or
damage determinations, and the Court does not award the Firms attorneys’ fees to be paid from
the class settlement fund, the total amount of attorneys’ fees paid to the Firms will be allocated as
contemplated in Section I of this Agreement (e.g., 25% of Client’s gross recovery).
5. WITHDRAWAL: The Firms expressly reserve the right to withdraw their
representation at any time upon reasonable written notice to the Client. In the event that the Client
advises the Firms to discontinue the handling of this claim, or if the Client fails to cooperate with
the Firms in the handling of this claim, Client agrees to compensate the Firms a reasonable amount
for their services, and for the time spent on this claim on an hourly basis or under such other
arrangement that may be agreed upon by the parties along with any disbursements by the Firms in
connection with their representation of the Client. The Client understands that the Firms have
conditionally accepted this case based upon independent confirmation of all facts and injuries
claimed to have been sustained by Client. In the event that the Client desires to transfer the file
from the Firms, the Client shall be responsible to compensate the Firms for the reasonable value
of their services plus disbursements. Such transfer shall not include documents or attorney work
product regarding the general liability of the defendants.
6. APPEALS: The above contingency fee does not contemplate any appeal. The
Firms are under no duty to perfect or prosecute such appeal until a satisfactory fee arrangement is
made in writing regarding costs and counsel fees.
7. STATUTE OF LIMITATIONS: We understand that any lawsuit must be
commenced within a certain limited time period, (that may vary, depending upon the defendant)
starting from the “discovery of the injury” or of “the date when through the exercise of reasonable
diligence such injury should have been discovered... whichever is earlier”. We further understand
that the Statute of Limitations period for any case must be investigated and that this Agreement is
made subject to that investigation as well as an investigation of the entire case.
8. RESULTS NOT GUARANTEED: No attorney can accurately predict the
outcome of any legal matter, accordingly, no representations are made, either expressly or
impliedly, as to the final outcome of this matter. Client further understands that it must
immediately report any changes in contact information the Firms.
9. APPROVAL NECESSARY FOR SETTLEMENT: Attorneys are hereby
granted a power of attorney so that they may have full authority to prepare, sign and file all legal
instruments, pleadings, drafts, authorizations, and papers as shall be reasonably necessary to
conclude this representation, including settlement and/ or reducing to possession any and all
monies or other things of value due to the Client under the claim as fully as the Client could do
so in person. Attorneys are also authorized and empowered to act as Client’s negotiator in any and
all negotiations concerning the subject of this Agreement.
3
1
10. ASSOCIATION OF OTHER ATTORNEYS: The Firms may, at their own
expense, use or associate other attorneys in the representation of the aforesaid claims of the Client.
Client understands that the Firms employ numerous attorneys that may work on Client’s case.
11. ASSOCIATE COUNSEL: The Firms may participate in the division of fees in
this case and assume joint responsibility for the representation of the Client either in the event that
the Attorneys retains associate counsel or that the Client later chooses new counsel, provided that
the total fee to the Client does not increase as a result of the division of fees and that the attorneys
involved have agreed to the division of fees and assumption of joint responsibility. The Client will
be advised of such joint responsibility and full disclosure will be made to Client regarding the
division of fees so that the consent of the Client can be obtained.
12. NEW YORK OR APPLICABLE LAW TO APPLY: This Agreement shall be
considered construed under and in accordance with the laws of the State of New York or applicable
law and the rights, duties and obligations of Client and of Attorneys regarding Attorneys’
representation of Client and regarding anything covered by this Agreement shall be governed by
the laws of the State of New York or applicable law.
13. LEGAL CONSTRUCTION: In case any one or more of the provisions contained
in this Agreement shall for any reason be held invalid, illegal or unenforceable in any respect, such
invalidity, illegality, or unenforceability shall not affect any other provisions thereof and this
Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been
contained herein.
14. PRIOR AGREEMENTS SUPERSEDED: This Agreement constitutes the sole
and only Agreement of the parties hereto and supersedes any prior understandings or written or
oral agreement between the parties respecting the within subject matter.
We certify and acknowledge that we have had the opportunity to read this Agreement and
have answered any questions pertaining thereto. We further state that we have voluntarily entered
into this Agreement fully aware of the terms and conditions.
SIGNED AND ACCEPTED THIS day of , 2023.
CLIENT SIGNATURE PRINTED CLIENT NAME
TITLE EMAIL ADDRESS
ADDRESS
4
AquaLaw
F. Paul Calamita
ATTORNEY SIGNATURE PRINTED ATTORNEY NAME
Chairman
TITLE
6 South 5th Street, Richmond, VA 23219
ADDRESS
Robbins Geller Rudman & Dowd LLP
ATTORNEY SIGNATURE PRINTED ATTORNEY NAME
TITLE
ADDRESS
Napoli Shkolnik PLLC
ATTORNEY SIGNATURE PRINTED ATTORNEY NAME
TITLE
ADDRESS
RESOLUTION SUMMARY
RESOLUTION NO: RS2022-49
SPONSOR: Councilmember Fitzwater
SUBJECT: Missouri State Transit Assistance Grant
DATE INTRODUCED: March 20 , 2023
DEPARTMENT Dl RECTOR(S): ___ -f-Z-...I:Z<.4'~"'"-"--"----"~f-(_-=-------
CITY ADMINISTRATOR:___,..\()!j~~-h-t&s:42.~~----------
Staff Recommendation: Approve .
Origin of Request: Public Works
Department Responsible: JEFFTRAN
PERSON RESPONSIBLE: MATTHEW MORASCH , P.E ./ Gerry Stegeman
Background Information: JEFFTRAN seeks to apply for a Missouri State Transit
Assistance Grant. Annually JEFFTRAN (the Transit Division) applies for and has been
awarded state operating funds through the Missouri Highway and Transportation
Commission. The purpose of this grant is to defray a portion of the costs agencies like
JEFFTRAN incur providing transit services to the community .
The funds would be used during the period of July 1, 2023 through June 30 , 2024.
Fiscal Information: The grant is to be determined by MoDOT after the State of Missouri
budget is approved. Historically, the funds have totaled:
• $11,066 (State FY 2022)
• $11,018 (State FY 2022)
• $52,414 (State FY 2023)
Resolution Terms: The resolution would authorize the City to apply for the Missouri
State Transit Assistance Grant.
RESOLUTION
RS2022-49
Sponsor: Councilmember Fitzwater
A RESOLUTION AUTHORIZING THE CITY OF JEFFERSON TO APPLY FOR THE
MISSOURI STATE TRANSIT ASSISTANCE GRANT
WHEREAS, the City of Jefferson has the opportunity to apply for the Missouri State
Transit Assistance ; and
WHEREAS, the purpose of the grant is to defray a portion of the costs JEFFTRAN incurs
providing transit services to the community; and
WHEREAS, the total grant amount, calculated by the Missouri Department of
Transportation , will not be available prior to submission of the grant
application ; and
WHEREAS, the grant requires no local match from the City ; and
WHEREAS, receiving said grant would benefit the City .
NOW, THEREFORE, BE IT RESOLVED, that the City Council of Jefferson City , Missouri
supports and authorizes the City Administrator, or his designee to execute and submit the
necessary application to obtain funding for the Missouri State Trans it Assistance Grant.
Adopted this 2Q 1h day of March , 2023
Mayor Carrie Tergin
ATTEST: APPROVED AS TO FORM:
City Clerk
Application
Misso uri State Transit Assistance Program
Applicant Agency Name:
Street and Ma iling Address:
City, State (Missouri), Zip+4 Code
DUE MARCH 31, 2023
City of Jefferso n
320 E . McCarty St.
Jefferson City, Mo. 65101
Agency Contact Person-Name
Co ntact Perso n : e-mai l Address
Contact Per so n : Work Phone
Contact Perso n : Fa x Numbe r
Gerry Stegeman
gstegema n@jeffersoncitymo .gov
573-634-6598
573 -636-3632
Eligibi li ty Criteria: (Ch ec k All That App ly):
(If operating both urbanized and rural transit se rvice, submit separate applications)
1]1 A City
0 A City Transit Authority
0 A City Utilities Board
0 An Interstate Transit Authority (a s defined in 94.600 RSMo)
0 An Intrastate Tran sportation Authori ty
0 A recipient I direct reci pi ent of FTA Sec . 5307 urbanized formul a fu nds
0 A sub-rec ipi ent of FTA Section 5311 non-urban iz ed formu la funds
Operating and Capital Costs for Public Transit Services in Missou ri
Costs I Year
Transit Capital I Operating Costs 13.081,84 1
Annual Passe nger Rid e r ship in Mis so uri
(unlinked Trips for ca lenda r year 2022)
r-12....:..12_,4_3_3 --,
Annual Vehicle Mi les Operated; 1491 ,931
Cost per Mile (divid e tota l cost by mil es ) ._16_.2_6 __ __.
Co st per Pas senge r ~...11_4_.5_8 __ _.
(div ide tota l cost by ride r ship)
Amount of Annual Lo ca l Effort or 11.147,753
Ta x Support for Tra nsit
Continue on Page 2
12.626,878
1190 ,5 18
1492 ,236
15.34
113.79
1579,709
12 .849,652
1210,101
1524 ,176
15.44
113 .56
11 87 ,072
Description of loca l financial effort or local ta x support for appliant's publ ic transit service:
Gene ra l Revenu e, Capital Imp roveme nt Sales Tax
Agency's M iss ouri Transit Service Area Population : Urbanized: L..._x __ __.l Rura l :
Description of Cale ndar Year 2022 Pub lic Trans it Service in M issouri
Days of Trans it Operation: 248 ~------------------------------------~
Weekday Hours of Operati on: ~...16_:4_0_a_m_to_6 _:o_o...:.p_m ________________ __.
Saturday Hours of Operation: N/A ~------------------------------------~
Sunday Hours of Operation: N/A 1------------------------~
Applicant Agency Authorized Signature : Date:
Please submit authorizing resolution, if applicable.
Submit completed and signed appl ication to: motransit@modot.mo.gov
Subject Line: "STA and Agency's Name
For Technical Assistance: breeze .mccracken@modot.mo.gov
Form located at:
h ttps :/ /www. modot.org/tra nsit-a ppl ications-and -reporti ng
(Version Jan. 2023)
General L edger
CITY OF jEFFERSON Budget Statu s
JOHN G . CHRISTY MUNICIPAL BUILD ING
User: gstcgcman 320 E McCarty St
Print ed: 31812023 -2:43 PM Jefferson City, MO 65101-3193
Pcnod: Q to 12.2021
Account Number Description Budget Amount Period Amount YTDAmount YTDVar Encumbered Amount Available %Available
Fund 63 Transit Fund
Dept 63-100 Revenue
R50 lntcrgovcnunc ntal
63-100-4300 10 Federal Gra nts 1,126,828.00 -133.567.19 -133.69 1.94 1.260,519.94 0.00 1.260.519.94 111.86
63-100-43 0020 State Grants 11.066.00 0.00 11,066.00 0.00 0.00 0 .00 0.00
63-100-43 0024 State -Medicai d Waiver-I 00% 25 .000.00 7.684.74 14.335.86 10,664.14 0.00 10.664.14 42.66
63-1 00-430025 State -medicaid Waiver 60/40 155.000.00 78.9 16.92 122.183.0 1 32 .8 16 99 0.00 32.8 16.99 2 1.1 7
63-100-43 0026 Statc -ncmt 65 ,000.00 32.191.56 63,188.15 1.~1 1.8 5 0.00 1.~1 1.85 2.79
63-100-430030 Federal Operatin g Grant 790.000.00 8 16.830 .00 8 16.83 0.00 -26.83 0 .00 0.00 -26.830 .00 0.00
63-100-43 0040 Loca l Grants 0.00 0 .00 0.00 0.00 0.00 0 .00 0.00
R50 Sub Tota ls: 2,172 ,8 94.00 802,056.03 893.9 11.08 I ,278.982.92 0.00 1.27X.9X2.92 58.86
R60 Charges fo r Services
63-1 00-4403 10 C harters 0.00 0 .00 0.00 0.00 0.00 0.00 0.00
63-100-440320 Bus Fare Boxes 62,000.00 17 .227.02 44.482 .33 17,5 17.67 0.00 17,517.67 28.25
63-1 00-440325 Aduh Passe s 27.000.00 9.940.00 2 1.620.00 5.380.00 0.00 5.380.00 19.93
63-1 00-440 340 St udent Passes 5.000.00 990.00 2.466.00 2.534.00 0.00 2.534.00 50.68
63-1 00-440 345 All-Day Passes 0.00 0.00 0 .00 0 .00 0.00 0.00 0.00
63-100-440350 llandi -w hccl Fares 55.000.00 19.230.00 48.648.00 (,_352 .00 0.00 6 .352.00 11.55
63-100-440355 Reduced Fare Passes 9.000.00 2.590.00 7.405.00 1.595.00 0.00 1.595.00 17.72
63-1 00-440357 U-Pass 5,000.00 799.50 1.470 .00 3.530 .00 0.00 3,530.00 70.60
63-100-440360 Special Routes 0.00 0.00 0 .00 0.00 0.00 0.00 0.00
63-1 00-4403 70 Ve hicl e \Vas h·chargc Bac k 19.692.00 0.00 19.692.00 0.00 0.00 0.00 0.00
R60 Sub T01als: 182,692.00 5 0.776.52 145.78333 36.908.67 0.00 36,908.67 20.20
R75 01hcr Opera ting Revenues
63-1 00-481069 Utility Audil Revenue 0.00 0.00 0 .00 0.00 0.00 0.00 0.00
63 -1 00-4~1070 Miscell aneous 0.00 0.00 42 .80 -42.80 0.00 -42.80 0.00
63-100-48 1073 Bus Advertisement 25.000.00 9.950.00 17.000 .00 8.000 00 0.00 8,000.00 32.00
63-1 00-481077 Insurance Cla ims 0.00 2.022.23 2.022.23 -2.022.23 0.00 -2,022.23 0.00
63 -1 00-4~ I 07 8 Cafe teria Refund s 0.00 0.00 0 .00 0.00 0.00 0.00 0.00
63 -100-48 1079 Gas Tax Refund 12.000.00 6.227.78 14.110 .85 -2.110.85 0.00 -2.110.85 0.00
63-100-481 11 0 Long & Short 0.00 0.00 0.00 0 .00 0.00 0.00 0.00
GL-Budget Stalus (3/8/2023-2:43 PM ) Page 1
Account Nu mber Description Budget Amount Period Amount YTDAmount YTDVar Encumbered Amount Anilablc %Available
R75 Sub T01a ls: 37,000.00 18.200.01 33.175.88 3,824.12 0.00 3 .824.12 10.34
RSO Interest Income
63-100-4 700 I 0 Interest 0.00 -61.96 4,785.13 -4.785.13 0.00 -4,785 .13 0.00
63-1 00-4 70051 Unrealized Gai ns/losses 0.00 0 .00 0.00 0.00 0.00 0.00 0.00
R80 Sub To~a l s : 0 .00 -6 1.96 4.785.13 -4.785.13 0.00 -4.785.13 0.00
R85 Other Non-O perating Revenue
63-100-485050 Sale Of Assets 0 .00 0 .00 0.00 0.00 0.00 0.00 0.00
63-1 00-4 86030 Cap Contr-othcrs 0 .00 0 .00 0.00 0.00 0.00 0.00 0.00
63-1 00-4S6040 Cap Contr-c ity 0.00 0.00 0 .00 0.00 0.00 0 .00 0.00
R85 Sub Totals: 0.00 0.00 0.00 0.00 0.00 0.00 0.00
R90 T ransfers In
63-1 00-490 I 00 Trsfr From Gt•neral Fd 579,709.76 11.1111 579.709.76 0.00 0.00 0.00 0.00
63-100-490352 l r.msfcr From Cit "d" 0.00 0.00 0 .00 0.00 0.00 0 .00 0.00
63-100-490353 Transfer From Cit "c" 0.00 0.00 0.00 0.00 0.00 0 .00 0.00
63-100-490354 Transfer from CIT "F" 31.755.53 0.00 0.00 31.755.53 0.00 3 1.755.53 100.00
R90 Sub Totals: 61 1.465.29 0 .00 579.709.76 31.755.53 0.00 3 1.755.53 5.19
R99 Carry O ver Surplus
63-100-495995 Trans fer From( to) Surplus 112 ,859.00 0 .00 0.00 112.859.00 0 .00 112.859.00 100.00
R99 Sub Totals: 112.859.00 0.00 0 .00 112,859.00 0.00 112.859.00 100.00
Revenue Sub Totals: 3.11 6,9 10.29 870,970.60 1.657,365.18 1.459.545.11 0.00 1.459.545.11 46.83
Dept I 00 Sub Totals: ·3 .116,91 0.29 -870,970.60 -1.657,365.18 -1.459.545.11 0.00
Dept 63-630 Transit Operations
E05 Personnel Services
63-630-50 I 0 20 Salaries 967.030 02 342.214.71 955.029.36 12.000.66 0.00 12.000 .66 1.24
63-6 30-501021 Vacancy Savings 0.00 0.00 0.00 0 .00 0.00 0 .00 0.00
63-630-50 I 040 Part-time (w\benefi ts) 30.000.00 10.448.67 33.773.10 -3.773.10 0.00 -3,773.10 0.0 0
63 -630 -501050 Parttime(w/o Benefits) 25.000.00 6.605.09 15.707.54 9.292.46 0.00 9.292.46 37.17
(•3-630-50 I OfiO Seasona l Sala ries 0.00 0 .00 0.00 0.00 0.00 0.00 0.00
63-630-501090 Overtime 85.000 .00 29.296.65 65.087.94 19,9 12.06 0.00 19.912.06 23.43
63-630-501095 Overtime Straight Pay 5,000.00 2.907.30 7.020.66 -2.020.66 0.00 -2.020.66 0.0 0
63-630-502010 Soci:1l Securit y 85,070.30 28,427.00 77 ,256.26 7.814.04 0.00 7,814.04 9.19
63-630-502020 Group Health In surance 220.927.47 69.623.72 203.019.90 17,907.57 0.00 17.907.57 8.11
63-630-502021 Self Insuran ce-G roup 1-fc~lth 0 .00 0 .00 0.00 0.00 0.00 0 .00 0.0 0
63-630-502022 \Vell ncss Asscssm~nt 1,7 IO.g3 0 .00 1,710.S3 0.00 0.00 0 .00 0.0 0
63-630-502023 Self Insuran ce:-Retirees 0.00 0 .00 0.00 000 000 0 .00 0.00
G L-Budgct Status (3/8/2023 -2:43 PM) Page 2
Account Number
63-630-502030
63-630-502040
63-630-502050
63-630-502060
63-630-502070
63-630-503010
63-630-503020
ElO
63-630-511010
63-630-511020
63-630-512010
63-630-512020
63-630-513010
63-630-514010
63-630-514015
63-630-51401 6
63-630-514017
63-630-514040
63-630-515040
63-630-517010
El5
63-630-520030
63-630-520050
63-630-520070
63-630-521010
63-630-521020
63-630-521030
63-630-521040
63-630-521060
63-630-521065
6 3-630-521070
63-630-522010
63-630-522020
63-630-524010
63-630-526020
63-630-526 040
6 3-630-526050
63-630-526060
GL-Budget Status (3/8/2023 -2:43 PM)
Description
Ret irement
\Vorkers Compensation
Life Insurance
Long Tenn Disability
Employee Assistance Prgm
Awards Program
Unemployment Compensation
E05 Sub Totals:
Materials & Supplies
Advertising
Postage
Printing
Copies
Office Supplies
Gas&Oil
Tornado
Flooding
COVID-19
Food
First Aid Supplies
Operational Supplies
El 0 Sub Totals:
Contractual Service s
Dues And Publicalions
INACTIVE -Mtgs & Conferences
Training And Education
General Insurance
Insurance Deductible
Self Ins Prop & Casualty
Medical Claims/services
Drug/alcohol screening
Background C hecks
Prov For Unsettled Claims
Audit
Professional SeiVices
Trnsh Collections
Admin Chgs For Serv
Billing/collection Fees
Enhanced Services (St. Mary's)
Refund of Grant Proceeds
Budget Amount
!39,139.84
20,498.55
1,181.16
2,947.15
589.68
2,000.00
0 .00
I ,586,095.00
500.00
800.00
6,500.00
30.00
2,267.00
191,077.37
0 .00
0.00
0.00
1,000.00
150.00
8,000.00
210,324.37
3,200.00
0.00
10,000.00
49,884.52
0.00
1,500.00
500.00
1,455.00
260.00
0.00
4 ,375.04
12,054.00
0.00
241,866.00
49.21
0.00
0 .00
Period Amount
49,001.70
0.00
396.16
990.16
138.10
600.00
0.00
540,649.26
350.00
77.03
71.00
0.00
267.61
92,372.78
0.00
0.00
2,440.59
320.52
276.45
5,863.97
102,039.95
410.00
0.00
1,778.78
0.00
0.00
5,000.00
0 .00
1,100.00
33.25
0 .00
502.66
563.00
0.00
0.00
73 .71
0.00
1,604.58
YTDAmount
134,918.47
20.49K55
1,135.48
2,836.57
557.45
1,900.00
0.00
I ,520,452.11
674.90
250.06
582.39
0.00
2,119.06
217,122.74
0 .00
0.00
14,556.38
792.84
276.45
11,212.01
247,646.83
3,330.00
0.00
4,506.73
78,960.23
0.00
5,000.00
50.00
1,146.00
33.25
0.00
3,483.73
3,327.95
0.00
241,866.00
151.66
0.00
1,604.58
YTDVar
4,221.37
0.00
45.68
110.58
32.23
100.00
0.00
65,642.89
-174.90
549.94
5,917.61
30.00
147.94
-26,045.37
0 .00
0 .00
-14,556.38
207.16
-126.45
-3,272.01
-37,322.46
-130.00
0.00
5,493.27
-29,075.71
0.00
-3 ,500.00
450.00
309.00
226.75
0.00
891.31
8,726.05
0.00
0.00
-102.45
0.00
-1,6 04.58
Encumbered Amount
0.00
0 .00
0 .00
0 .00
0 .00
0.00
0 .00
0 .00
0.00
0.00
0.00
0.00
0.00
0.00
0 .00
0.00
0 .00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0 .00
0.00
0.00
0.00
0 .00
0 .00
0 .00
0.00
0.00
0 .00
0.00
0 .00
0 .00
Available
4,221.37
0.00
45.68
110.58
32.23
100.00
0.00
6 5,642.89
-174.90
549.94
5,917.61
30.00
147.94
-26,045.37
0.00
0.00
-14,556.38
207.16
-126.45
-3.272.01
-37,322.46
-130.00
0.00
5,493.27
-29,075.71
0.00
-3,500.00
450.00
309.00
226.75
0.00
891.31
8,726.05
0.00
0 .00
-102.45
0.00
-1 ,604.58
%Available
3.03
0.00
3.87
3 .75
5.41
5.00
0 .00
4.14
0.00
6 8.74
91.04
100.00
6.53
0.00
0 .00
0.00
0 .00
20.72
0 .00
0 .00
0 .00
0.00
0 .00
54.93
0 .00
0 .00
0 .00
90.00
21.24
87.21
0.00
20 .37
72.39
0.00
0.00
0.00
0.00
0.00
Page 3
Account Number Description Budget Amount Period Amount YTDAmount YTDVar Encumbered Amount Available · %Available
E IS Sub Totals: 325,143.77 11,065.98 343.460.13 -18,316.36 0.00 -18,316.36 0.00
E20 Utilities
63-630-531010 Electricity 7,950.79 3,103.75 6,547.84 1,402.95 0.00 1,402.95 17.65
63-630-533010 Natural Gas 12,000.00 712.66 8,589.10 3,410.90 0 .00 3,410.90 28.42
63-630-534010 Telephone 5,800.00 2,273.78 5,091.56 708.44 0.00 708.44 12.21
63-630-535010 \Vater 4,000.00 1,468.96 3,665.28 334.72 0.00 334.72 8.37
E20 Sub Totals: 29,750.79 7 ,559.15 23,893 .78 5,857.01 0 .00 5,857.01 19.69
E25 Repairs & Maintenance
63-630-540010 Building & Grounds Maint. 27,266.00 17,665.45 26,490.49 775.51 0.00 775.51 2.84
63-630-541020 Veh Maintenance 358,800.00 121,339.78 341,927.53 16,872.47 0.00 16,872.47 4 .70
63-630-541030 Vehicle Wash 15,000.00 6,977.14 16,452.08 -1,452.08 0.00 -1,452.08 0.00
63-630-546010 Clothing Expense 15 ,000.00 9,413 .73 9,958.45 5,041.55 0.00 5,041.55 33.61
63-630-546020 Unifonn Cleaning 0 .00 0.00 0.00 0.00 0.00 0.00 0.00
63-630-547010 Equipment Maintenance 500.00 0.00 0.00 500.00 0.00 500.00 100.00
63-630-547020 Maintenance Agreements 2,305.77 128.50 2,308.51 -2.74 0 .00 -2.74 0 .00
63-630-547030 Radio Maintenance 3,840.06 191.00 4 ,031.06 -191.00 0 .00 -191.00 0.00
E25 Sub Totals: 422,711.83 155,715.60 401 ,168.12 21,543.71 0 .00 21,543.71 5.10
E30 Other Operating Expenses
63-630-5500 IS Bad Debt Expense 0.00 0.00 0.00 0.00 0 .00 0.00 0.00
E30 Sub Totals : 0 .00 0.00 0.00 0 .00 0 .00 0.00 0.00
E65 Other Non-Operating Expenses
63-630 -555010 Loss On Disposal Of Asset 0 .00 0.00 0.00 0.00 0.00 0 .00 0.00
E65 Sub Totals: 0.00 0.00 0.00 0.00 0.00 0.00 0.00
E70 Capital Purchases
63-630-572010 Purchase Of Vehicles 108,652.00 0.00 0.00 108,652.00 0.00 108,652.00 100.00
63-630-572020 Purchase Of Equipment 18,014.57 0.00 0.00 18,014.57 0.00 18,014.57 100.00
63-630-573030 Purch/improv Landlbuildin 0 .00 0.00 0.00 0 .00 0.00 0.00 0.00
E70 Sub Totals: 126,666.57 0.00 0.00 126,666.57 0.00 126,666.57 100.00
E79 Depreciation
63-630-560010 Depreciation 0 .00 0.00 0.00 0 .00 0.00 0.00 0.00
E79 Sub Totals: 0 .00 0.00 0.00 0.00 0.00 0 .00 0.00
Expense Sub Totals: 2. 700,692.33 817,029.94 2,536,620.97 164,071.36 0 .00 164,071.36 6.08
Dept 630 Sub Totals: 2,700,692.33 817,029.94 2,536,620.97 164,071.36 0.00
GL-Budget Status (3/8/2023 • 2:43 PM) Page4
Account N umbe r Description B udget Amount Period Amount YTDAmount YTDVar E ncumbered Amount Available %Available
Dept 63 -700
E80 Tran sfers Ou t
63-700-590065 Tran s to Self-Funded Hlth Ins 21,700.00 2 1,700.00 2 1,700.00 0.00 0.00 0.00 0.00
63-700-5 90066 Trans to Workers Comp 20.601.00 20,601.00 20,601.00 0.00 0.00 0.00 0.00
ESO Sub Totnls: 42.301.00 42.301.00 42.30 1.00 0.00 0.00 0.00 0.00
Expense Sub Total s: 42,301.00 42.301.00 42,30 1.00 0.00 0.00 0 .00 0 .0 0
Dept 70 0 Sub Totn ls: 42.301.00 42.301.00 42,301.00 0.00 0.00
Dept 63-990
E70 Capital Purchases
63-990-590072 M0-20 19-027·00 grant ex penses 373,916.96 I ~.130.40 69,275.83 304,641.13 -0.40 304,641 .53 8 1.47
E70 Su b Totnls: 373,916.96 19,130.40 69,275.83 304.641.13 -0.40 304,641.53 8 1.47
E75 Capita l Proj ects
63-990-590071 Mo Blvdl 400-1800 Block 0.00 0.00 0.00 0.00 0.00 0.00 0.00
E75 Sub Totals: 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Expen se Sub Totals: 373.9 16.96 19 .1 30 .40 69,275.83 304,64 1.13 -0.40 304,641.53 8 1.47
Dept 990 Sub Totals: 373.916.96 19.130 .40 69,275.83 304,64 1.13 -0.40
Fund Revenu e Sub Totals: 3.116,910.29 870,970.60 1,657 ,365.18 I ,459,545 .11 0.00 I ,459 ,545 .1 1 46.83
Fund Expense Sub Totals: 3 .116.9 10.29 ~-X .¥• I.' -I 2.648,197.80 468,712.49 -0.40 468.712.89 15.04
Fund 63 Sub To tals: 0.00 7 .490.74 990.832 .62 -990.832.62 -0.40
Revenue Tota ls: 3 .11 6.9 10.29 870.970.60 1.65 7,365.18 1.459.545.11 0.00 1.459.545.11 46.83
Expense Tota ls: 3 .116.9 10.29 878.461.34 2,648,197.80 468,712.49 -0.40 468,7 12.89 15.04
Report To tals: 0.00 7,490.74 990,83 2 .62 -990.832.62 -0.40
G L-Budget Status (3/8/2023 -2:43 PM) Page 5
General L edger
CITY OF jEFFERSON Budget Statu s
JOHN G. CHRISTY MUNICIPAL BUILDING
User: gstcgcman 320 E McCarty St
Pri nted: 3/812023 -2 :4~ PM Jefferson City, MO 651 01-3193
Pl.!riod : I to X. 2022
Account Number Description Budget Amount Period Amount YTDAmou nt YTD Var Encumbe red Amount A"ailable % A"ailab le
Fund 63 Transit Fund
Dept 63-100 Revenue
R50 In te rg ovcmmcntal
63-100-4300 10 Federal Grants 3,536.597.00 864.974.00 864.974.00 2.67 1.623 .00 0.00 2.671.623.00 75.54
6 3-100-430020 State Grant s I I ,01 8.00 11,01 8.00 11 ,01 8.00 0 .00 0.00 0 .00 0.00
63-1 00-4300 24 State-Medic aid Wa iver-\ 00% 25.000.00 5.505.1 5 5,505.15 19,4 94 .85 0.00 19.494.85 77.9 8
6 3-100-430025 State-medi caid Wai ver 60 /40 155.000.00 128.246.03 128.24 6.0 3 26.753.97 0.00 26.753.97 17.26
6 3-100-43 0026 St ate-n cmt 65 ,000.00 42.840.70 42,840.70 22.159.30 0.00 22.159.30 34.09
6 3-100-430030 Federal Operating Grant 0.00 64,572.00 64,572.00 -64,572.00 0.00 -64 ,572.00 0.00
6 3-1 00-430040 Lo cal Gra nt s 0.00 0.00 0 .00 0 .00 0.00 0 .00 0.0 0
R5 0 Sub Total s: 3 .792,6 15.00 117,155.88 1,117,155.88 2,675.459.12 0.00 2.(>75.459.12 70.54
R60 Charges for Se rv ices
6 3-1 00-440 3 10 Charte rs 0.00 0 .00 0.00 0.00 0 .00 0 .00 0.00
63 -100-440320 Bu s Fare Boxes 62.000.00 26.885.41 26.885.41 35,11 4.59 0.00 35.114 .59 56.64
63-100-4403 25 Adu h Passes 27.000.00 17 .850.00 17.850.00 9.150.00 0.00 9.150.00 33 .8 9
63-100-440340 Student Pass es 5.000.00 2.1 60.00 2.160.00 2.840.00 0.00 2.840.00 56.80
63 -100-440 345 All -Da y P:tsscs 0.00 0.00 0.00 0 .00 0.00 0 .00 0.0 0
63-100-440350 Handi-whcc l Fares 55.000.00 37.2 10.00 37.2 10.00 17,790.00 0.00 17.790.00 32.35
63-100-440 355 Re duced Fare Pa sses 9.000.00 5.0 15.00 5.0 15.00 3.985 .00 0.00 3.985.00 44.28
63-100-440 357 U-Pass 5.000.00 1.592.00 1.592.00 3.408.00 0.00 3.408.00 68.1 6
63 -100-440 360 Spec ial Routes 0.00 0 .00 0 .00 0.00 0.00 0 .00 0.00
63-100-440 3 70 Vehicle Wa sh-c harge Bac k 19.692.00 19,692.00 19.692.00 0.00 0.00 0 .00 0.0 0
R60 Sub Tota ls: 182.692.0 0 I I 0.404.4 1 110.404.41 72,287.59 0.00 72.287.59 39 57
R75 Other Operating Reve nues
63-100-481069 Utility Au di t Re ve nue 0.00 0 .00 0 .00 0.00 0.00 0 .00 0.00
63-1 00-481 0 70 Mi scellaneou s 0.00 0 .00 0.0 0 0.00 0.00 0.00 0.00
63-100-481 073 Bu s Adverti sement 20.000.00 23 .250 .0 0 23.250.00 -3,250.00 0.00 -3,250.00 0.00
63 -100-48 10 77 Insuranc e Claim s 0.00 0 .00 0 .00 0.00 0.00 0 .00 0.00
63-100-48 1 0 7X Cafeteri a Re funds 0.00 0 .00 0 .00 0.00 0.00 0.00 0.00
63-100-48 1 0 79 Gas Tax Refund 12.000.00 9 .834 .82 9.834 .82 2.165.18 0.00 2.165.18 18.04
63-100-48 1110 Long& Short 0.00 0 .00 0.00 0.00 0.00 0.00 0.00
G L-Budget Status (3/8/2023 -2:48 PM ) Page I
Account Number Description Budget Amount reriod Amount YTDAmount YTD Var Encumbered Amount Available 0/o Available
R75 Sub Totals: 32,000.00 33.084.82 33.084.82 -1.084.82 0.00 -I ,084.82 0.00
R80 Interest Income
63-1 00-4700 I 0 Interest 0.00 -6.486.17 -6,486.17 6.486.17 0.00 6,486.17 0.00
63 -100-470051 Unrealized Gains/losses 0.00 0.00 0 .00 0.00 0.00 0.00 0.00
RSO Sub Tota ls: 0 .00 -6.486.17 -6.486.17 6.486.17 0.00 6.486.17 0.00
R85 Other Non-Operating Revenue
63-100-485050 Sale Of Assets 0 .00 2.000.00 2,000.00 -2.000.00 0.00 -2,000.00 0.00
63-100-486030 Cap Contr-others 0.00 0.00 0 .00 0.00 0.00 0.00 0.00
63-1 00-486040 Cap Contr-dty 0.00 0.00 0.00 0.00 0.00 0.00 0.00
R85 Sub Totals: 0.00 2.000.00 2.000.00 -2.000.00 0.00 -2,000.00 0 .00
1\90 Transfers In
63-1 00-490 I 00 Trsfi· Fro m General Fd 257.045 09 I 87.0725~ 187,072.59 69,972.50 0.00 69.972.50 27.22
63-100-490352 Transfer From Cit "d" 0 .00 0.00 0 .00 0.00 0.00 0.00 0.00
63-100-490353 Transfer From Cit "c" 0 .00 0.00 0 .00 0.00 0.00 0.00 0.00
63-100-490354 Transfer from CIT "F" 12,160.82 0.00 0.00 12,160.82 0.00 12.160.82 100.00
R90 Sub Totals: 269.205.91 187 .072.59 I 87.072.59 82.133.32 0.00 82.133.32 30.51
R99 Carry Over Surpl us
63-100-495995 Transfer From(to} Surplus 614,538.02 0.00 0.00 614.538.02 0.00 614,53lt02 100.00
R99 Sub Totals: 614.538.02 0.00 0.00 6 14.538.02 0 .00 614,538.02 100.00
Revenue Sub Totals: 4,891,050.93 1,443.231.53 1.44 3.231.53 3.447,819.40 0 .00 3,447,819.40 70.49
Dept I 00 Sub Totals: -4.891.050.93 -1.443,231.53 -1.443.23 1.53 -3.447.8 19.40 0.00
Dept 63-630 Transit Operations
E05 Personne l Services
63-630-50 I 020 Sa laries 1.225,015.73 638.864.79 638.864.79 586.150.94 0.00 586.150.94 4 7.85
63-630-501021 Vacancy Savings 0 .00 0.00 0.00 0 .00 0.00 0.00 0.00
63-630-50 I 040 Part-time (w\bcncfits ) 26.494.57 18.709.83 18.709.83 7.784.74 0.00 7.784.74 29.38
63-630-50 I 050 Parttimc(w/o Benefits) 25.000.00 17.839.14 17.839.14 7.160.86 0.00 7.160.86 28.64
63-1>30-50 I 060 Seasonal Salaries 0 .00 0 .00 0.00 0 .00 0.00 0.00 0.00
63-630-50 I 090 Ovcrtitnc 85.000.00 56.442.95 56,442.95 28.557.05 0 .00 28,557.05 33 .60
63-630-50 I 095 Overtime Strnight Pa y 47.802.15 4.615.33 4.615.33 43.186.82 0 .00 43.186.82 90.34
63-630-5020 I 0 Social Security 92,190.72 53,605.9 1 53,605.9 1 3S .5 84.R I 0 .00 38,5 X4.S I 41.S5
63-630-502020 Group Hea lth lnsunmcc 235.8 11.98 135.351.73 135,351.73 I 00,460.25 0 .00 100,4 60.25 42.60
63-630-502021 Self In surance-Group I lcalth 0.00 0 .00 0.00 0 .00 0 .00 0.00 0 .00
63-630-502022 \Vcl lncss Assessment 3,162.12 3.1 62.12 3.162.12 0.00 0 .00 0.00 0 .00
63-630-502023 Self In surance-Retirees 0.00 0.00 0.00 0.00 0.00 0.00 0.00
GL-Budget Status (3/8/2023-2:48 PM ) Page 2
Account Number
63-630-502030
63-630-502040
63-630-502050
63-630-502060
63-630-502070
63-630-503010
63-630 -503020
EIO
63-630-511010
63-630-511020
63-630-5 12010
63-630-512020
63-630-513010
63-630-514010
63-630-514015
63-630-514016
63-630-514017
63-630-5 14040
63-630-5 I 5040
63-630-517010
E15
63-630-520030
63-630-520050
63-630-520070
63-630-5210 l 0
63-630-521020
63-630-521030
63-630-521040
63-630-521060
63-630-521065
63-630-521070
63-630-522010
63-630-522020
63-630-524010
63-630-526020
63-630-526040
63-630-526050
63-630-526060
GL-Budget Status (3/8/2023 -2:48 PM)
Description
Retirement
Workers Compensation
Life Insurance
Long Tenn Disability
Employee Assistance Prgm
Awards Program
Unemployment Compensation
E05 Sub Totals:
Materials & Supplies
Advertising
Postage
Printing
Copies
Office Supplies
Gas&Oil
Tornado
Flooding
COVID-19
Food
First Aid Supplies
Operutional Supplies
EIO Sub Totals:
Contractual Services
Dues And Publications
INACTIVE -Mtgs & Conferences
Tmining And Education
General Insurance
Insurance Deductible
Self Ins Prop & Casualty
Medical Claims/services
Drug/a lcohol screening
Background Checks
Prov For Unsettled Claims
Audit
Professional Services
Tmsh Collections
Admin Chgs For Serv
Billing/collection Fees
Enhanced Services (St. Mary's)
Refund of Grunt Proceeds
Budget Amount
153,884.83
20,498.56
1,211.82
3,029.89
589.68
2,500.00
0.00
I ,922,192.05
900.00
800.00
3,000.00
30.00
3,767.00
245,000.00
0.00
0.00
2,923.26
1,516.80
156.01
15,018.00
273,111.07
2,330.00
0.00
7,000.00
54,584.17
0.00
1,500.00
500.00
I ,455.00
260.00
0.00
9,319.94
5,900.00
0.00
247,486.00
0.00
0.00
0.00
Period Amount
94,472.88
20,498.56
740.52
1,885.36
414.30
1,700.00
0.00
I ,048,303.42
0.00
194.66
2,280.00
0.00
535.05
199,194.87
0.00
0.00
2,923.26
1,315.52
156.oL
9,348.29
215,947.66
2,045.00
0.00
2,368.95
82,630.12
l9,506.6I
0.00
414.80
698.00
166.25
0.00
4,419.09
3,047.49
0.00
247,486.00
247.50
0.00
4,375.00
YTDAmount
94,472.88
20,498.56
740.52
1,885.36
414.30
1,700.00
0.00
I ,048,303.42
0.00
194.66
2,280.00
0.00
535.05
199,194.87
0.00
0 .00
2,923.26
1,315.52
156.QI
9,348.29
2 15 ,947.66
2,045.00
0.00
2,368.95
82,630.12
19,506.6 1
0.00
414.80
698.00
166.25
0.00
4,419.09
3,047.49
0 .00
247,486.00
247.50
0.00
4,375.00
YTDVar
59,411.95
0.00
471.30
1,144.53
175.38
800.00
0.00
873,888.63
900.00
605.34
720.00
30.00
3,231.95
45,805.13
0.00
0.00
0.00
201.28
0.00
5,669.71
57,163.41
285.00
0.00
4,631.05
-28,045.95
-19,506.61
1,500.00
85.20
757.00
93.75
0.00
4,900.85
2,852.51
0.00
0.00
-247.50
0.00
-4,375.00
Encumbered Amount
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0 .00
0.00
0.00
0.00
0.00
0.00
0.00
0 .00
0.00
0 .00
0.00
0.00
0 .00
0 .00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0 .00
0.00
0.00
0.00
487.97
0.00
0 .00
0 .00
0.00
0.00
Available
59,411.95
0.00
471.30
1,144.53
175.38
800.00
0.00
873,888.63
900.00
605.34
720.00
30.00
3,231.95
45,805.13
0.00
0.00
0.00
201.28
0.00
5,669.71
57,163.41
285.00
0.00
4,631.05
-28,045.95
-19,506.6I
1,500.00
85.20
757.00
93.75
0.00
4,900.85
2,364.54
0.00
0.00
-247.50
0.00
-4,375.00
o/o Available
38.61
0.00
38 .89
37.77
29.74
32.00
0.00
45.46
100.00
75.67
24.00
100.00
85.80
18.70
0.00
0.00
0.00
13.27
0.00
37.75
20.93
12 .23
0.00
66.16
0.00
0.00
100.00
17.04
52.03
36.06
0.00
52 .58
40.08
0.00
0.00
0.00
0.00
0.00
PageJ
Account Number Description Budget Amount Period Amount YTDAmount VTDVar Encumbered Amount Available %Available
El 5 Sub Totals: 330,335.11 367,404.81 367,404.81 -37,069.70 487.97 -37,557.67 0.00
E20 Utilities
63-630-531010 Electricity 7,000.00 3,405.84 3,405.84 3,594.16 0.00 3,594.16 51.35
63-630-533010 Natural Gas 11,000.00 10,227.68 10,227.68 772.32 0.00 772.32 7.02
63-630-534010 Telephone 5,800.00 3,462.18 3,462.18 2,337.82 0.00 2,337.82 40.31
63-630-535010 Water 4,000.00 2,105.94 2,105.94 1,894.06 0.00 1,894.06 47.35
E20 Sub Totals: 27,800.00 19,201.64 19,201.64 8 ,598.36 0.00 8,598.36 30.93
E25 Repairs & Maintenance
63-630-540010 Building & Grounds Mainl. 15,000.00 27,827.53 27,827.53 -12.827.53 102.50 -12,930.03 0.00
63-630-541020 Veh Maintenance 336,288.88 241,276.36 241,276.36 95,012.52 0.00 95,012.52 28.25
63-630-541 030 Vehicle Wash 15,000.00 16,762.66 16,762.66 -1,762.66 0.00 -1,762.66 0 .00
63-630-546010 Clothing Expense 13,339.00 11,061.40 11,061.40 2,277.60 1,561.48 716.12 5 .37
63-630-546020 Uniform Cleaning 0 .00 0.00 0.00 0.00 0.00 0.00 0 .00
63-630-547010 Equipment Maintenance 0.00 0 .00 0 .00 0.00 0.00 0.00 0 .00
63-630-547020 Maintenance Agreements 14,050.00 3,600.09 3,600.09 10,449.91 135.84 10,314.07 73.41
63-630-547030 Radio Maint enance 857.00 675.30 675.30 181.70 0.00 181.70 21.20
E25 Sub Totals: 394,534.88 301,203.34 301 ,203.34 93,331.54 1,799.82 91,531.72 23 .20
E30 Other Operating Expenses
63-630-5 50015 Ba d Debt Expense 0.00 0.00 0.00 0.00 0 .00 0.00 0.00
E30 Sub Totals: 0.00 0.00 0.00 0.00 0.00 0.00 0 .00
E65 Other Non-Operaling Expenses
63-630-555010 Loss On Disposal Of Asset 0 .00 0 .00 0.00 0.00 0.00 0.00 0.00
E65 Sub Totals: 0.00 0.00 0.00 0.00 0.00 0.00 0.00
E70 Capital Purchases
63-630-572010 Purchase OfVehic les 1,444,191.00 0 .00 0.00 1,444,191.00 0.00 1,444,191.00 100.00
63-630-572020 Purchase Of Equipment 209,219.02 0 .00 0.00 209,219.02 0 .00 209,219.02 100.00
63-630-573030 Purchlimprov Landlbuildin 0.00 0 .00 0.00 0.00 0.00 0.00 0.00
E70 Sub Totals: 1,653,410.02 0.00 0 .00 I ,653,410.0 2 0.00 1,653,410.02 100.00
E79 Depreciation
63-630-560010 Depreciation 0.00 0 .00 0.00 0.00 0 .00 0.00 0 .00
E79 Sub Totals: 0.00 0.00 0.00 0.00 0.00 0.00 0 .00
Expense Sub Totals: 4 ,601 ,383.13 1,952,060 .87 1,952,060.87 2,649,322.26 2,287.79 2,647,034.47 57.53
Dept 630 Sub Totals: 4,601,383.13 1,952,060.87 1,952,060.87 2,649,322.26 2,287.79
GL-Budget Starus (318/2023 -2:48 PM) Page4
Account Number Des crip tion Budget A mount Period A mo unt YTDAmo unt YTD Var E n cu mben~d Amount Availa ble %Available
Dept 63-700
E80 Transfers Out
63-700-590065 Trans to Self· Funded 1-Jhh Ins 0.00 0 .00 0 .00 0.00 0.00 0 .00 0.00
63-700-590066 Trans 10 \Vorkers Comp 0.00 0.00 0.00 0.00 0.00 0 .00 0.00
E80 Sub Tota ls: 0.00 0.00 0 .00 0.00 0.00 0 .00 0 .00
Expense Sub Totals: 0.00 0 .00 0.00 0.00 0.00 0.00 0.00
Dept 700 Sub Totals: 0.00 0 .00 0.00 0.00 0.00
Dept 63-990
E70 Capital Purchases
63-990-590072 M0-20 19·027 grant expenses 289,667.80 o no 0.00 289,667.80 0.00 289.667.80 100.00
E70 Sub Totals: 289,667.80 0.00 0.00 289.667.80 0.00 289.667.80 100.00
E75 Cnpital Projects
63-990-590071 Mo Blvdl400-1800 Block 0.00 0.00 0.00 0.00 0.00 0.00 0.00
E75 Sub Totals: 0.00 0.00 0 .00 0.00 0.00 0.00 0.00
Expense Sub Tot als: 289.667.80 0.00 0 .00 289,667.80 0.00 289.667.80 100.00
Dept 990 Sub Totals: 289.667.80 0.00 0.00 289,667.80 0.00
Fund Revenue Sub Totals: 4,89 1,050.93 IA4~.n I "3 1.443,231 .53 3,447,8 19.40 0.00 3.447 ,8 19.40 70.49
Fund Expense Sub ·h,tab: • 4,891.050.93 \.9:'2.(160 X7 1,952,060.8 7 2,938.990.06 2.287.79 2.936.702.2 7 60.04
Fund 63 Sub Totals: 0.00 508.829.34 508.829.34 -508.829.34 2.287.79
Revenue Totals: 4,891.050.93 1.443.231.53 1.443.231.53 3.447,819.40 0.00 3,447.8 19.40 70.49
Ex pense Totals: 4.891 ,050.93 1.952,060.87 1.952.060.87 2.938,990.06 2.287.79 2.936.702.27 60.04
Report Totals: 0.00 508.829.34 508.829.34 -508.829.34 2.287.79
GL-Budget Status (3/8/2023 -2:48PM) Page 5
CMRESOLUTION SUMMARYRESOLUTION NO: RS2022-50SPONSOR: Councilmember FitzwaterSUBJECT: Approves a Real Estate Agreement with the Missouri Primary CareAssociation and the Missouri Behavioral Health Council for the sale of 1.75acres or real estate at MSPDATE INTRODUCED: March 20. 2023DEPARTMENT DIRECTOR(S):CITY ADMINISTRATOR:Staff Reootnmendatioii: Neutral.Summary: Authorizes the Mayor to execute a Real Estate Agreement with the MissouriPrimary Care Association and the Missouri Behavioral Health Council for the sale of 1.75acres of real estate within the Missouri State Penitentiary redevelopment area.Origin of Request: Missouri Primary Care Association and the Missouri Behavioral HealthCouncilDepartment Responsible: LawPERSON RESPONSIBLE: RYAN MOEHLMANBackground Information: Authorizes the Mayor and City Clerk to execute a Real EstateAgreement with the Missouri Primary Care Association and the Missouri Behavioral HealthCouncil for the sale of 1.75 acres or real estate within the Missouri State Penitentiaryredevelopment area for $400,000. The agreement also grants the Buyer an option for anadditional -0.67 acre site south of the subject property for its parking needs and allowsMPCA/MBHC to lease such area until the option vests or not. The option will vest onJanuary 1, 2026 unless the City proceeds toward an area-wide parking solution at the MSPsite. The price on the option area is calculated on the per-acre price of the subject propertyor a future appraisal and a sliding scale based on the amount of tax-generating retailinstalled on the subject property.Fiscal Information: The 1.75 acre site carries a sale price of 400,000. The proceeds arepledged to be reinvested in the MSP redevelopment site.
RESOLUTIONRS2022-50Sponsor; Councilmember FitzwaterA RESOLUTION AUTHORIZING THE CITY TO APPROVE A REAL ESTATEAGREEMENT WITH THE MISSOURI PRIMARY CARE ASSOCIATION AND THEMISSOURI BEHAVIORAL HEALTH COUNCIL FOR THE SALE OF 1.75 ACRES OFREAL ESTATE AT MSPWHEREAS, on June 6, 2022, the City Council approved Resolution 2022-09, whichsupported the potential location of the MPCA-MBHC Center of Excellenceat the MSP Redevelopment area and authorized the City staff to continuenegotiations with the Missouri Primary Care Association and the MissouriBehavioral Health Council to potentially facilitate such location; andWHEREAS, pursuant to such resolution, the MPCA, MBHC, and City staff havenegotiated the Real Estate Agreement attached hereto as Exhibit A.NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OFMISSOURI, that the Real Estate Agreement with Missouri Primary CareAssociation and the Missouri Behavioral Health Council substantially in form attachedhereto as Exhibit A, is approved and the Mayor and City Clerk are authorized to executethe same and the Mayor, City Administrator, City Attorney, and appropriate City staff areauthorized to execute all documents necessary to carry out the intent of this resolution.Adopted this 20^^ day of March, 2023Mayor Carrie TerginATTEST; APPROVED AS TO FORM:City ClerkCity Attorn
Page 1 of 12
Real Estate Purchase and Sale Agreement
This Real Estate Purchase and Sale Agreement (the “Agreement”), made and entered into the date
last signed by a party as indicated below, by and between City of Jefferson, Missouri, a municipal
corporation (“Seller”), and Missouri Coalition for Primary Health Care dba Missouri Primary Care
Association and Missouri Coalition of Community Mental Health Centers dba Missouri
Behavioral Health Council, (jointly “Buyer”), with reference to the following facts:
A. Seller owns 1.75 acres of real property in Cole County, Missouri being situated within the City
of Jefferson, Missouri (collectively referred to herein as the “Property”), as further described as:
SEE EXHIBIT A FOR SITE PLAN
B. Buyer desires to purchase, and Seller desires to sell, the Property on the terms and conditions
set forth in this Agreement. The Parties agree that Seller also shall reserve unrestricted rights-of-
way such that Buyer may access the Property from Chestnut Street via such rights-of-way.
C. Seller shall prepare the legal description for the Property to be purchased by Buyer and the legal
description for the unrestricted rights-of-way from Chestnut Street through the Property depicted
on Exhibit B attached hereto.
NOW, THEREFORE, in consideration of the mutual promises contained in this Agreement and
other valuable consideration, Buyer and Seller agree to the above recitals and as follows:
1. Sale and Purchase. Seller agrees to sell, and Buyer agrees to purchase, the Property, for the
Purchase Price described immediately below, and in accordance with and subject to the terms and
conditions contained herein. Seller and Buyer also agree that any and all items of personal property
remaining in the Property at the date of closing shall become the sole property of Buyer. This
paragraph shall not apply any personal property which is hazardous, dangerous, or unlawfully
stored on the property.
2. Purchase Price. The Purchase Price for the Property shall be Four Hundred Thousand Dollars
and No Cents ($400,000.00). The Purchase Price shall be payable as follows:
2.1. On the date that the Deed (defined in § 5 below) is recorded (“Closing”) (or at such other time
as Cole County Abstract & Title Company (“Escrow Agent”) may require so as to be able to
disburse all funds on Closing), the Purchase Price ($400,000.00) shall be deposited by Buyer with
Escrow Agent in the form of immediately available funds. Said balance shall be paid to Seller
upon the Closing.
2.2 Seller covenants that the funds derived from the Purchase Price shall only be utilized by Seller
for design, demolition, construction, installation, or maintenance of improvements within the
boundaries of the Missouri State Penitentiary Community Improvement District.
3. Title Insurance. The following shall apply with regard to the Property:
Page 2 of 12
3.1 Seller shall cause to be issued a preliminary title report by a financially responsible title
insurance company authorized to do business in Missouri (the “Title Company”) committing such
company to issue its ALTA owners title insurance to the Buyer herein, insuring marketable title,
free and clear of liens and encumbrances, subject only to easements, restrictions and reservations
of record.
3.2 Within fourteen (14) days of the date of this Agreement, Seller shall deliver to Buyer such
commitment in which the Title Company shall agree, subject to conditions of the commitment
which shall not be inconsistent with the obligations of Seller under this Agreement, to issue to
Buyer immediately after Seller's special warranty deed to Buyer shall be placed of record, and
upon payment of the charges therefore, its Owner's Policy of Title Insurance in the form described
above and in the amount of the Purchase Price. Within fourteen (14) days after receipt of the
commitment, Buyer shall advise Seller in writing of any objections to title and of any easements,
restrictions, reservations of record, or defects that would adversely affect Buyer's anticipated use
of the Property. Seller shall have until two (2) days prior to the Closing to make such corrections
in the title and remove any easements, restrictions, reservations, or defects as required by Buyer
or the Title Company and in such manner as shall be required by Buyer or the Title Company. In
case such defects, easements, restrictions, reservations, or defects are not rectified within this time
period, or the title insurance commitment is not delivered, Buyer may at its option either void this
Agreement by written notice to Seller or take title to the Property subject to such title defects. The
costs to correct any title defects shall be paid by Seller if Seller elects to correct any such title
defects. Buyer shall pay for the cost to record the special warranty deed.
4. Escrow. The Escrow Agent shall be Cole County Abstract & Title Company at 240 East High
Street, #100, Jefferson City, Missouri. Escrow Agent shall consider this Agreement and all
amendments hereto as its escrow instructions. Buyer and Seller agree to execute such further
instructions as Escrow Agent reasonably may require in order to clarify its duties and
responsibilities hereunder. Any such additional escrow instructions shall not modify or amend the
provisions of this Agreement, unless otherwise expressly set forth therein.
5. Closing, Prorations and Transfer of Title.
5.1. The Closing shall occur on or before June 1, 2023 or, at the election of Buyer, Buyer can
extend Closing up to 120 days to satisfy all contingencies listed herein.
5.2. At Closing, Seller shall deliver to Buyer a special warranty deed (the “Deed”) in proper form
for recordation, conveying to Buyer or its assignee title to the Property.
5.3. Prior to Closing, the Parties agree Buyer shall be allowed to assign all of its rights and
obligations hereunder to another legal entity formed by Buyer at Buyer's discretion.
5.4. Subject to the terms and conditions contained herein, at Closing, Escrow Agent shall cause
the Deed to be recorded in the official records of Cole County. Buyer shall pay the costs of Title
Page 3 of 12
Insurance, all recording charges, and any transfer fees or taxes. All Escrow Agent's fees and
Closing costs will be shared equally between Buyer and Seller.
5.5. Real property taxes, assessments and all other costs or income items transferred from Seller
to Buyer hereunder, if any, shall be computed on a daily basis and prorated between the Buyer and
Seller as of the Closing. Buyer acknowledges that Seller is not assigning any hazard or other
insurance policies or any insurance proceeds to Buyer in connection with this transaction, and that
all insurance desired by Buyer must be obtained by Buyer as of the Closing. Buyer further
acknowledges that Seller is not holding any security deposits or prepaid rents in connection with
the Property, and hereby releases Seller from all claims in connection therewith.
6. Inspections. Within sixty (60) days of the date of this Agreement or before Closing, at the
election of Buyer, Buyer has the right to obtain at Buyer’s sole cost and expense written inspection
reports on the Property from independent qualified inspectors. The inspections may include, but
are not limited to, the following:
A. Environmental Assessments. This inspection is intended for items such as radon, waste
sites, and other environmental assessments as might be deemed necessary by Buyer and/or the
United States Health Resources and Services Administration ("HRSA"). The Parties recognize that
an Environmental Assessment under NEPA and a hazardous materials may be required.
B. Historical Site Assessments. The Parties recognize that a consultation under Section
106 of the National Historic Preservation Act with the State Historic Preservation Officer
(SHPO)/Tribal Historic Preservation Officer (THPO) (and any other consulting parties if
identified) and any other historical site assessments must occur as required by Buyer and the
HRSA.
C. Gas Leakage. An inspection to determine any leakage of gas lines, if any, may be
conducted by Buyer.
D. Water Supply Testing. An inspection to determine the quality of water in private wells
and cistern systems, if any, may be conducted by Buyer.
E. Other Inspections as Deemed Necessary by Buyer. Buyer shall provide all inspection
reports to Seller and indicate in writing all material defects or conditions which are not acceptable
to Buyer no later than ten (10) calendar days after the inspection is performed. If Buyer does not
report any requirements within the ten-day period, Buyer shall be deemed to have accepted the
Property in its condition on the date of Agreement and Seller shall deliver possession of the
Property on the possession date in substantially the same condition as on the date of Agreement.
Following receipt of the written list of defects, Seller shall have seven (7) calendar days to notify
the Buyer in writing if Seller is willing to correct any or all of such defects and conditions prior to
the Closing Date. If Seller does not correct any list of defects from Buyer, Buyer may notify Seller
that it shall not proceed with Closing.
Page 4 of 12
7. Conditions to Closing.
7.1. Buyer's Conditions.
Buyer 's obligation to complete the purchase of the Property is subject to satisfaction or written
waiver of the following conditions at or prior to Closing: (a) all of the representations and
warranties of Seller contained herein are true and accurate, and shall be so on the date of Closing;
(b) the Property passes a geotechnical survey to the satisfaction of Buyer; and (c) Seller shall have
performed all of the obligations to be performed by Seller prior to Closing under the terms of this
Agreement.
7.1.1 Buyer’s Conditions Related to Grant.
Buyer and Seller acknowledge that Buyer’s purchase of the Property is to construct
improvements that will be in part be paid for with federal grant money through HRSA.
Thus, HRSA must approve of the purchase of the Property and Buyer shall have no
obligation to close if Buyer cannot secure sufficient approvals as required by HRSA for
the purchase of the Property.
7.1.2 Flood Zone Determination Certification.
A certified inspection of records to determine if the Property is in a flood zone as required
by Buyer and HRSA.
7.1.3 Restrictions, Covenants, Legal Description, and Survey.
Buyer shall review all restrictions, covenants, legal description, and surveys secured for
the Property to ensure they are acceptable to Buyer.
7.1.4 Zoning.
A review of the permitted uses and restrictions of the current zoning classification with
appropriate governing authority may be conducted by Buyer and must be acceptable to
Buyer. Buyer acknowledges that it will be required to secure approval of a Planned Unit
Development Plan prior to issuance of building permits on the Property.
7.1.6 Access.
Verification and acceptance by Buyer, in its sole discretion, that adequate access to and
from the Property is available without Buyer having to secure additional property is
required. In addition, Buyer shall approve the rights-of-way reserved by Seller from
Chestnut Street to the Property.
7.1.7 Appraisal.
The Property must appraise at a value equal to or greater than the Purchase Price.
7.1.8 Laws.
Verification by Buyer, in its sole discretion, that land development, building,
environmental and other laws, ordinances, rules, regulations, orders and the like of the
United States, the State of Missouri, and the County of Cole, including any political
Page 5 of 12
subdivision or agency thereof that are applicable to the Property, permit the development,
use and occupancy of the Property for Buyer's intended development, operation and use.
7.1.9 The Parties recognize that the real estate contract between the City and the State of
Missouri dated May 22, 2018 related to the transfer of certain Real Estate, including the
Property, ("MSP Real Estate Contract") reserves a right of reentry to the Property by the
State of Missouri if the City or any of its successors or assigns improve, develop, use or
occupy the Real Estate in a manner inconsistent with the MSP Real Estate Contract for a
period of twenty-five (25) years from the effective date of the MSP Real Estate Contract.
In addition, the MSP Real Estate Contract provides that the State of Missouri reserves the
right of reentry if development of the Real Estate does not commence within two (2) years
after the closing date of the MSP Real Estate Contract and/or if construction of planned
developments and/or or infrastructure has not begun within four (4) years after the specified
closing date of the MSP Real Estate Contract. Buyer's purchase of the Property at Closing
is contingent upon the Buyer securing a written and recordable waiver of any right to
reenter the Property and the Property comprising Exhibit B by the State of Missouri under
the terms of the MSP Real Estate Contract in a form acceptable to Buyer. Seller agrees to
assist Buyer in Buyer’s such efforts.
7.1.10 The Parties recognize that the MSP Real Estate Contract requires that all buildings,
fixtures and improvements installed or constructed on the Property shall be in a style
consistent with the existing historic structures in the Real Estate and the State of Missouri,
Office of Administration, Division of Facilities Management, Design and Construction
("FMDC") must pre-approve in writing all construction plans for the Real Estate for a
period of fifteen (15) years after the effective date of the MSP Real Estate Contract.
Buyer 's purchase of the Property at Closing is contingent upon the Buyer securing the
written approval of FMDC of Buyer's construction plans for the Property prior to Closing.
Buyer agrees to promptly provide Seller with a copy of its construction plans for
presentation by the Seller to FMDC within fifteen (15) days of the signing of this
Agreement. Seller agrees to assist Buyer in Buyer’s such efforts.
7.1.11 The Parties recognize that the MSP Real Estate Contract requires that the Seller and
its successors or assigns shall maintain the existing MSP wall in substantially the same
appearance as at the closing date of the MSP Real Estate Contract or restore the wall to its
former historical appearance. The MSP Real Estate Contract further provides no portion
of the wall shall be modified or demolished without approval of the director of FMDC; that
if any portion of the wall is demolished, selective demolition will be used as not to damage
the remaining portions of the wall; and any stone that ceases to remain part of the wall shall
belong to the State of Missouri. Buyer's purchase of the Property at Closing is contingent
upon the Seller securing the written approval of FMDC to allow the City's removal or
reduction of the height of the wall that runs parallel to the Property along Chestnut Street
to four (4) feet.
Page 6 of 12
7.1.12 The Parties recognize that the MSP Real Estate Contract requires that the State of
Missouri reserves a general easement over the Property for ingress and egress to and from
the Gas Chamber building and the surrounding property which is retained by the State of
Missouri. During the development and construction of the Real Estate, the State of
Missouri may access the Gas Chamber by any route across the Real Estate that is most
convenient to the Seller and before the completion of the development, State of Missouri
and Seller shall agree on a permanent, fixed location for the easement. Buyer's purchase
of the Property at Closing is contingent upon Buyer’s satisfaction with the impact of the
aforementioned easement provisions in the MSP Real Estate Contract on its use and ability
to access the Property.
7.1.13. Buyer and/or its successors or assigns shall grant the State of Missouri a license to
continue using the existing paved parking lot located on the Property across from the
Missouri State Health Laboratory for a nominal amount until construction on the Real
Estate begins. Such parking use shall not be open to general public use, but shall be limited
to the State of Missouri’s employees and vehicles.
7.1.14. Buyer shall review and approve any rights-of-way for a roadway and/or street
retained by the Seller on the property depicted in yellow on Exhibit B.
7.2. Seller's Conditions.
Seller's obligation to complete the sale of the Property is subject to satisfaction or written waiver
of the following conditions at or prior to Closing: (a) all of the representations and warranties of
Buyer contained herein are true and accurate, and shall be so on the date of Closing; (b) Buyer
shall have performed all of the obligations to be performed by Buyer prior to Closing under the
terms of this Agreement; and (e) the Buyer shall pay to Seller at the Closing the Purchase Price for
the Property in the amount and form provided for herein.
8. Inspections and Surveys. Buyer may, prior to Closing, enter the Property at reasonable times
for purposes of inspecting, surveying, and testing; provided, however, no entry by Buyer upon the
Property shall cause any damage to the Property nor unreasonably interfere with the use of the
Property by Seller. Buyer hereby agrees to indemnify, defend, and hold harmless Seller and its
agents and the Property from and against any and all claims, costs, liens, actions, or judgments
directly resulting from Buyer or any of its employees, agents or independent contractors’ entrance
or activities on or about the Property prior to the Closing.
9. Representations and Warranties of Seller. Seller hereby represents that: (a) Seller is a
municipal corporation properly authorized to own real property in the State of Missouri; (b) Seller
is the owner of the Property and has the right, legal capacity, and power to enter into this
Agreement, to convey the Property to Buyer pursuant to the terms and provisions hereof, and to
perform its other obligations hereunder; (c) at Closing, the Property shall not be encumbered by a
mortgage or deed of trust, and there shall be no leases or rental agreements affecting the Property;
(d) there is no claim, suit, action, arbitration, legal or other proceeding or governmental
investigation pending, or to Seller's knowledge, threatened which affects the Property or this
transaction; (e) there are no mechanic's materialmen's or similar claims or liens presently claimed
Page 7 of 12
or which will be claimed against the Property for work performed or commenced prior to the
Closing at the request of Seller or of which Seller has knowledge; (f) Seller neither knows of, nor
has been advised of, any legal or administrative proceedings, claims or alleged claims, violations
or alleged violations, infractions or alleged infractions of any laws, rules or regulations relating to
the condition of the Property; and (g) the Parties and persons executing this Agreement on behalf
of Seller have been duly authorized to execute this Agreement.
10. Representations and Warranties of Buyer. Buyer hereby represents and warrants that: (a) it
has, or, prior to Closing will have, inspected and become familiar with the Property, and has or
will have made such independent inspections, investigations, and analyses as it deems necessary
or appropriate concerning the Property, including, without limitation, the physical and
environmental condition of the Property, and all surface, soil, subsoil, geologic, and ground water
conditions, the square footage of the Property and any and all improvements thereon, the status of
any and all leases affecting the Property, hazardous materials review, all relevant laws, statutes,
rules, regulations, ordinances, limitations, restrictions, and requirements concerning the zoning,
use, density, location, suitability, or any other aspect of the Property or any existing or proposed
development thereof; (b) Buyer is purchasing the Property solely in reliance on Buyer's own
investigation, and, except as specifically provided herein, no representations or warranties of any
kind, express or implied, have been made by Seller or by Seller's agents or brokers; (c) any and all
documents or materials heretofore or hereafter furnished by Seller to Buyer, if any, are furnished
to Buyer for the sole purpose of assisting Buyer in the conduct of its own inspections,
investigations, and analyses of the Property, and Seller does not make, has not made, and, by
entering into this Agreement, is not making any representation or warranty as to the accuracy or
completeness of the information contained therein, it being understood that such documents and
materials, if any, are not intended to and do not constitute or contain any agreement, representation,
or warranty of Seller with respect to the Property, and Buyer shall have no claim or right against
any person or entity involved in preparing such documents or materials; (d) neither this Agreement
nor anything provided to be done hereunder violates or shall violate any contract, document,
understanding, agreement, or instrument to which Buyer is a party or by which Buyer may be
bound; (e) the parties and persons executing this Agreement on behalf of Buyer have been duly
authorized to execute this Agreement; (f) Buyer is properly organized under the laws of the State
of Missouri and properly authorized to perform its obligations hereunder; (g) this transaction, and
any and all improvements constructed by Buyer, shall not cause the imposition of, or create any
obligation of Seller to comply with, any current building, fire, ADA or other codes related to
Seller’s adjacent real estate and improvements, and (h) Seller shall incur no planning fees,
engineering fees, development fees, permit costs or any other costs required for Buyer’s
contemplated development.
11. Parking Improvements. Parties acknowledge that Buyer will have parking needs beyond
what can be accommodated by Buyer on the Property. As such, Seller will make available to
Buyer parking on City-owned land adjacent to the Property as depicted in yellow on Exhibit B at
the lowest daily monthly rate applicable to City-owned parking lots in the downtown Jefferson
City area until such time that a permanent parking solution for the convention center and hotel to
be developed within the Missouri State Penitentiary redevelopment area has been constructed or
for one hundred (100) years. Seller shall maintain a parking lot on Exhibit B in improved (i.e.,
Page 8 of 12
non-gravel) form beginning no later than the date the construction of the new building on the
Property is complete and no sooner than June 1, 2024 and keep such parking lot in good repair
while used by Buyer and its successors and assigns until a parking solution as described below is
made available. Upon construction and opening of a parking solution acceptable to Buyer or its
successors and assigns, Buyer shall utilize such parking solution for its off-site parking needs,
which, if such parking solution is controlled by the City, shall be made available to Buyer at rates
no greater than the generally applicable market rate for such parking. Should the parking solution
be a parking garage in an area on the Real Estate acceptable to Buyer and controlled by Seller,
Seller shall make not less than 100 spaces in the parking garage available to Buyer and Buyer shall
lease such spaces at market rates at the time of opening the garage and thereafter for no less than
fifty (50) years. Buyer agrees that it shall not unreasonably withhold acceptance.
11.1. Seller agrees to secure and provide Buyer with a legal description for the real estate in yellow
on Exhibit B no later than Closing.
11.2. The Parties agree that Buyer shall secure written waiver of any right of the State to reenter
the real estate depicted in yellow on Exhibit B in a form acceptable to Buyer.
11.3. Seller agrees that Buyer shall have an exclusive Option to purchase the real estate depicted
in yellow on Exhibit B which the Parties agree can be executed by Buyer no sooner than January
1, 2026, upon the terms and conditions set forth herein:
11.3.A. Purchase Price.
11.3.A.1. If Buyer elects not to place any retail on the Property, the purchase price
for the real estate shall be the lesser of the same per acre price charged by Seller to
Buyer for the Property based on the acreage comprising the yellow portion of
Exhibit B or the appraised value as determined by a Missouri licensed real estate
appraiser selected jointly by the Parties familiar with commercial properties in Cole
County, Missouri, and such purchase price shall be calculated to exclude any
portion of the City's right-of-way on the real estate in yellow on Exhibit B. The
appraisal must be dated within 90 days of the Option being exercised. If the Option
is exercised, the cost of the appraisal shall be paid for by Buyer.
11.3.A.2. If Buyer elects to place no less than 10,000 square feet of retail on the
Property, Seller agrees to sell the acreage comprising the yellow portion of Exhibit
B at a price of Ten Dollars ($10.00) at the time Buyer exercises its Option. If Buyer
elects to place less than 10,000 square feet of retail on the Property, Seller agrees
to sell the acreage comprising the yellow portion of Exhibit B at a price of one
hundred-percent (100%) of the applicable rate for Buyer under Section 11.3.A.1 at
the time Buyer exercises its Option times the discount hereinafter. If Buyer elects
to place less than 10,000 square feet of retail, the discount on the Exhibit B property
shall decrease at a 100ft2 : 1% ratio (for example, 5,000 of retail space shall entitle
Buyer to a 50% discount on the Exhibit B property price).
Page 9 of 12
11.3.B. Option Period. The Option period given herein shall begin at Closing and shall
continue and be irrevocable under December 31, 2113.
11.3.B.1. Notwithstanding 11.3.B above, the Option shall expire if the City, prior
to January 1, 2026, initiates construction of a parking garage described in Paragraph
11 above and acceptable to Buyer. Buyer agrees that it shall not unreasonably
withhold acceptance.
11.3.C. Exercise of the Option. If Buyer desires to exercise such Option, Buyer shall
deliver to Seller, whichever the case may be, a Contract for the Sale of Real Estate signed by Buyer
in the form, or substantially in the form, of this Agreement on or before the expiration date of the
Option period.
11.3.D. Option is Exclusive. Seller covenants and agrees that the Option given herein shall
be exclusive and that Seller shall not enter into a contract for the sale of the real estate or option to
purchase the real estate with any other party during the Option Period, unless Buyer shall have
released in writing their rights under this Option or the Option shall have expired.
11.3.E. Recording. Buyer may record a Notice of Option with the Recorder of Deeds
Office, Cole County, Missouri, in the form attached hereto as Exhibit C.
11.3.F. In conveying the real estate comprising Exhibit B upon Buyer exercising its Option
described herein, the City may reserve a drive aisle no more than fifty (50) feet wide to provide
access from Chestnut Street to the City’s real estate west of the Property.
12. Condemnation. If any condemnation proceeding shall be threatened or instituted with respect
to the Property prior to the Closing, Buyer shall have the option either (i) to terminate this
Agreement, in which event neither party shall have any further obligation to the other, or (ii) to
close, in which event all rights in the condemnation proceeding, including condemnation proceeds
paid prior to the Closing Date, shall be assigned or paid to Buyer on the Closing Date.
13. Miscellaneous Provisions.
13.1. TIME IS OF THE ESSENCE FOR THIS AGREEMENT AND EACH AND EVERY PART
HEREOF.
13.2. All notices, requests, demands, and other communications required or permitted to be given
under this Agreement shall be in writing, and shall be served personally or shall be delivered to
the party to whom notice is to be given, by reputable overnight mail carrier or by first class,
certified mail, return receipt requested, postage prepaid, and properly addressed to the Buyer and
Seller, as follows:
Page 10 of 12
If to the Buyer: Joseph E. Pierle
Chief Executive Officer
Missouri Primary Care Association
3325 Emerald Lane, Suite B
Jefferson City, MO 65109
jpierle@mo-pca.org
With a copy to: Cathleen A. Martin
Newman, Comley & Ruth P.C.
P.O. Box 537
Jefferson City, MO 65102
martinc@ncrpc.com
Brent McGinty
Chief Executive Officer and President
Missouri Behavioral Health Council
221 Metro Drive
Jefferson City, MO 65109
bmcginty@mobhc.org
With a copy to: John Landwehr
Cook Vetter Doerhoff & Landwehr P.C.
231 Madison Street
Jefferson City, MO 65101
jlandwehr@cvdl.net
If to the Seller: City of Jefferson
c/o Office of the City Attorney
320 East McCarty Street
Jefferson City, Missouri 65101
13.3. In the event of any action at law or in equity between the parties hereto to enforce any of the
provisions hereof, the unsuccessful party or parties to such litigation shall pay to the successful
party or parties all costs and expenses, including actual attorney fees, incurred therein by such
successful party or parties; and if such successful party or parties shall recover judgment in any
such action or proceeding, such costs, expenses, and attorney fees may be included in and as part
of such judgment. The successful party shall be the party who is entitled to recover its costs of suit,
whether or not the suit proceeds to final judgment.
13.4. This Agreement shall be construed in accordance with the laws of the State of Missouri. Any
action brought at law or in equity relating to or in connection with this Agreement must be
maintained in Cole County, Missouri.
13.5. This Agreement constitutes the full and complete agreement and understanding between the
parties hereto and shall supersede all prior written and oral agreements concerning the subject
Page 11 of 12
matter contained herein. This Agreement may be modified or amended only by a written
instrument executed by all the parties hereto.
13.6. This Agreement shall be binding upon and inure to the benefit of the Parties, their respective
heirs, legal representatives, successors, and assigns. This Agreement is not assignable by either
party without the prior written approval of the other party in its sole discretion except as otherwise
provided herein. All provisions related to performance by either party shall survive the Closing.
The provisions of this Agreement and of the documents to be executed and delivered at Closing
are and will be for the benefit of Seller and Buyer and Buyer's assignees or successors only and
are not for the benefit of any third party. No third party shall have the right to enforce the provisions
of this Agreement or of the documents to be executed at Closing except Buyer's assignees or
successors.
13.7. All exhibits attached hereto and referred to herein are incorporated herein as though fully set
forth at length.
13.8. Whenever the context requires, the use herein of (i) the neuter gender includes the masculine
and the feminine, and (ii) the singular number includes the plural.
13.9. The Parties each have had the opportunity to review and negotiate the terms of this
Agreement, and all rule of construction to the effect that ambiguities are to be resolved against the
drafting party shall not apply in the interpretation of this Agreement.
13.10. Each party to this Agreement warrants to the other that no person or entity can properly
claim a right to a real estate commission, real estate finder's fee, real estate acquisition fee, or other
real estate brokerage-type compensation (collectively, “Real Estate Compensation”) based upon
the acts of that party with respect to the transaction contemplated by this Agreement. Each party
hereby agrees to indemnify and defend the other against and to hold the other harmless from all
loss, cost, liability, or expense (including, but not limited to, attorney fees and returned
commissions) resulting from all claim for Real Estate Compensation by any person or entity based
upon such acts.
13.11. This Agreement may be executed in all number of counterparts, each of which will be
deemed to be an original, but all of which together will constitute one instrument.
13.12. A modification of any provision herein contained, or any other amendment to this
Agreement, shall be effective only if the modification or amendment is in writing and signed by
both Seller and Buyer. No waiver by any party hereto of any breach or default shall be a waiver of
any other breach or default. The waiver of any condition shall not constitute a waiver of any breach
or default with respect to any other condition, representation, or warranty.
13.13. Whenever possible, each provision of this Agreement and any related document shall be
interpreted in such a manner as to be valid under Missouri law. If any of the foregoing provisions
or provisions of a related document are deemed to be invalid or prohibited under applicable law,
such provisions shall be ineffective to the extent of such invalidity or prohibition, without
Page 12 of 12
invalidating the remainder of such provision or the remaining provisions of this Agreement the
related document.
13.14. The covenants to be performed by either party hereto after Closing and the representations
and warranties of Seller contained in Section 11 shall survive the execution and delivery of the
deed from Seller to Buyer, shall survive Closing, and shall not merge into the deed. The Parties
agree that the provisions of Section 11 shall be enforceable for the term set forth in such Section.
13.15. Buyer and Seller agree to execute such further documents and take such further actions as
may reasonably be required to carry out the provisions and intent of this Agreement or any
agreement or document relating hereto or entered into in connection herewith.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date last signed
by a party as indicated below:
CITY OF JEFFERSON, Seller
__________________________________
Mayor Carrie Tergin
Dated: _____________________
ATTEST:
__________________________________
City Clerk
APPROVED AS TO FORM:
___________________________________
City Attorney
BUYER
MISSOURI COALITION FOR PRIMARY
HEALTH CARE DBA MISSOURI
PRIMARY CARE ASSOCIATION
By: ___________________________
Joseph E. Pierle
Chief Executive Officer
Dated: _____________________
MISSOURI COALITION OF COMMUNITY
MENTAL HEALTH CENTERS DBA
MISSOURI BEHAVIORAL HEALTH
COUNCIL
By: ___________________________
Brent McGinty
Chief Executive Officer and President
Dated: _____________________
(;+,%,7$
(;+,%,7%
1
2
EXHIBIT C
NOTICE OF OPTION TO PURCHASE
Take notice of an Exclusive Option to Purchase Real Estate dated __________________,
2023 ("the Agreement") by and between City of Jefferson, Missouri, a municipal corporation
("Grantor"), and Missouri Coalition for Primary Health Care dba Missouri Primary Care
Association and Missouri Coalition of Community Mental Health Centers dba Missouri
Behavioral Health Council (jointly "Grantees"), which said Agreement gives to Grantees the
option to purchase the property described as follows:
[INSERT LEGAL DESCRIPTION]
on the terms contained in said Agreement.
Any third party purchaser of the property described herein is put on notice of Grantees'
rights.
GRANTOR: GRANTEES:
CITY OF JEFFERSON
___________________________________
Signature
Printed Name: ______________________
Title: ______________________________
MISSOURI COALITION FOR PRIMARY
HEALTH CARE DBA MISSOURI
PRIMARY CARE ASSOCIATION
By: ___________________________
Joseph E. Pierle
Chief Executive Officer
Dated: _____________________
2
Dated: _____________________
ATTEST:
__________________________________
City Clerk
APPROVED AS TO FORM:
___________________________________
City Attorney
MISSOURI COALITION OF COMMUNITY
MENTAL HEALTH CENTERS DBA
MISSOURI BEHAVIORAL HEALTH
COUNCIL
By: ___________________________
Brent McGinty
Chief Executive Officer and President
Dated: _____________________
STATE OF MISSOURI )
) ss.
COUNTY OF COLE )
On this _____ day of _______________, 2023, before me appeared _________________,
to me personally known, who, being by me duly sworn, did say that ___ is the Mayor of the City
of Jefferson, and that said instrument was signed on behalf of said City of Jefferson, and said City
of Jefferson acknowledged said instrument to be the free act and deed of said City of Jefferson.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my
office in said county the day and year first above written.
_______________________________
Notary Public
My Commission expires:
___________________
3
STATE OF MISSOURI )
) ss.
COUNTY OF COLE )
On this ____ day of _______________, 2023, before me appeared Joseph E. Pierle, to me
personally known, who, being by me duly sworn, did say that he is the Chief Executive Director
of Missouri Coalition for Primary Health Care dba Missouri Primary Care Association and that
the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said
instrument was signed on behalf of said corporation by authority of its board of directors, and
acknowledged said instrument to be the free act and deed of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my
office in said county the day and year first above written.
_______________________________
Notary Public
My Commission expires:
_____________________________
4
STATE OF MISSOURI )
) ss.
COUNTY OF COLE )
On this ____ day of _______________, 2023, before me appeared Brent McGinty, to me
personally known, who, being by me duly sworn, did say that he is the Chief Executive Director
and President of Missouri Coalition of Community Mental Health Centers dba Missouri
Behavioral Health Council and that the seal affixed to the foregoing instrument is the corporate
seal of said corporation, and that said instrument was signed on behalf of said corporation by
authority of its board of directors, and acknowledged said instrument to be the free act and deed
of said corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my
office in said county the day and year first above written.
_______________________________
Notary Public
My Commission expires:
____________________________