MONROE COUNTY BOARD OF COMMISSIONERS REQUESTED AGENDA INFORMATION FOR THE COMMISSIONERS MEETINGS

Tide of item to appear on the agenda: Debris Management Plan Annex to the CEMP

Fund Name: ______Fund Number: ------­ ~ount: ______

The Commissioners willnot accept this item for their Board of Commissioners Meeting if this form is not completely .filled out This resolution adopts a "Debris Management Plan Annex" the the Monroe County Emergency Executive Management Plan (CEMP). This plan was developed over two years and has been approved by Summary: the Emergency Management Advisory Council and is now forwarded to the Commissioners for adoption. The plan creates the mechanism to manage the removal of debris durtng a disaster event to meet local, state and federal requirements. D

Date item will appear on the Commissioners' Agenda: _,6::.11,_,3"'12::::0:..:1c..:4____ _

ContactPerson:_,J~im~C~o~m~e~~~or_,d~------Phone Number: 812.349.2546

Presenter at Commissioner Meeting (if not contact person):------­ Office/Department: ______County Legal Review required prior to submission of this form: Attorney Name who reviewed: .:.K.::e:.:.v::.:inc.:D:..:o"g"'a""'n______

Is this a grant request? Yes D No lv"'l New or current Grant? NewOCurrent D Grant application uploaded into the Grant Navigator (required) YesO

TOTAL Amount of grant money to be awarded: ..::0______Federal: 0 State: 0 Local Match: 0

Signo

1 of 157 RESOLUTION 2014­

A RESOLUTION TO ADOPT A DEBRIS MANAGEMENT PLAN AS A PART OF THE COUNTY COMPREHENSIVE EMERGENCY MANAGEMENT PLAN

WHEREAS, Monroe County faces the threat of disasters and emergencies and goverrunent at all levels has a responsibility to address this for the health, safety and general welfare of its citizens; and

WHEREAS, the County has adopted a Comprehensive Emergency Management Plan ( CEMP) to delineate key actions necessary to meet the challenges of emergency and disaster situations; and

WHEREAS, one important aspect of managing many emergency and disaster situations that may arise is arranging for the removal and disposal of the debris resulting from these situations, and

WHEREAS, the Monroe County Emergency Management Agency has prepared a Debris Management Plan for inclusion as a planning annex to the Monroe County CEMP to address this; and

WHEREAS, the approval of the County Board of Commissioners is required to adopt a CEMP and any amendments or additions to a CEMP; and

WHEREAS, the Board of Commissioners of Monroe County has reviewed the proposed Debris Management Plan addition to the CEMP prepared by the Monroe County Emergency Management Agency and have found that it does serve to protect the health, safety and general welfare of the citizens of Monroe County.

BE IT THEREFORE RESOLVED, the Board of Commissioners of Monroe County, adopts the Debris Management Plan to be included as a planning annex to Comprehensive Emergency Management Plan (CEMP) prepared by the Monroe County Emergency Management Agency.

Approved this 11th day of June 2014, by the Board of Commissioners of Monroe County, Indiana.

MONROE COUNTY BOARD OF COMMISSIONERS

"AYES" "NAYS"

Patrick Stoffers, President Patrick Stoffers, President

2 of 157 Iris F. Kiesling, Vice President Iris F. Kiesling, Vice President

Julie Thomas, Member Julie Thomas, Member

ATTEST:

Steve Saulter, Auditor

3 of 157 Monroe County

Comprehensive Emergency Management Plan

Debris Management Plan Annex

Emergency Management

4 of 157 TABLE OF CONTENTS

Section I Objectives 5 A. General 5 B. Authority 5 C. Debris management plan participants 6 Section II- Explanation of Terms 8 Section III- Debris Management 9 A. Staff Roles and Responsibilities 9 1. General 9 2. Debris management center 9 3. County staffing assignments and duties 10 a. Debris manager 10 b. County highway departmeqt 11 c. Highway department de]Jris.t;oordinator 11 d. Administrative staff S)lpport 11 e. Local fire departments >' 13 f. County sheriffs departnier1t· 13 g. Utilities 13 4. State assistance 14 5. Federal assistance 17 B. Administration 17 C. Contracting andprgcurement 18 18 D. Legal ··············.··...... E. Emergency•coriilnunica]ipns plan 18 F. Health andsilf'cty plan all.clprocedures 18 18 G. Training scheclul~•·... .·..··•· Section IV- Situation irhisf.asiumptiorw. 18 A. Design disaster evenf 18 B. Forecasted debris 19 Section V- Debris collection pl({/'J." 20 A. Priorities 20 B. Response Operations 20 1. General 20 2. Response 21 C. Recovery Operations 22 I. Damage assessment teams 22 2. Debris clearance priorities 25 3. Curbside collection (Recovery) 25 4. Household hazardous waste program 27 D. Monitoring staff and assignments 28 E. Load ticket disposition 29 Section VI- Debris management sites 31 A. Site management 31 1. Site manager 31 2. Safety personnel 31

2

5 of 157 B. Establishment and operations planning 31 1. Permits 31 2. Site preparation and baseline data 32 3. Volumetric reduction methods 34 4. DM site closure 35 Section VII- Contracted services 36 Section VIll- Private property demolition and debris removal 37 A. Private property disposal and demolition 37 B. Condemnation criteria and procedures 38 C. Demolition permitting 39 D. Mobile home park procedures 39 E. Navigation hazard removal procedures 40 Section IX- Public information plan 40 A. Public information officer 40 B. Pre-scripted information 40 Section X- Weapons of mass destruction/terrorism event 41

List of Figures Figure I: Debris management rPn,tPr 12

Figure 2: Debris management fl()\Y,a~agntm 24 Figure 3: Load ticket 30

3

6 of 157 LIST OF ATTACHMENTS Attachment I P43 Acronyms and Definitions Attachment 2 P48 Debris Management Zones Attachment 3 P49 Landfill and Temporary Debris Management (DM) Site Locations Attachment 4 P53 Critical Facilities Attachment 5 P64 State Maintained Highways and Private Streets Attachment 6 P65 FEMA Debris Management Policies and Guidance Attachment 7 P66 Debris Removal Documents • Debris eligibility reference table • Debris removal bid doc Attachment 8 P79 Monitoring Documents • Tower monitoring log • Roving monitor report • Monitoring reqyirements • Daily issuelog • Project W(frlc;;heet • Truck cerfi./i241ion form • Load tickets Attachment 9 P80 Lump Sum Contract Attachment I 0 P8I Time and Materials Contract Attachment II P82 Unit Price Contract Attachment I2 P83 Force Account Documents , '' , • Equipment summary

, ;;,~;Labor summary Attachment 13 P84; Contracf1Jpl/Agreement Documents •, Mutual aid agreement

r;,~ifWofentryagreement

Note: This plan has been formr-{lted to cothpry}jiith Appendix A of FEMA Public Assistance Debris ManagementQ~~~e,FEMA325, July 2007

4

7 of 157 DEBRIS MANAGEMENT PLAN

SECTION I OBJECTIVES

A. General

The Momoe County Debris Management Plan identifies actions required to plan and respond to natural or man-made debris generating events. It is designed to identify local, state and federal agencies responsible for operations with respect to executing a coordinated response to major debris generating events that impact citizens.

The Momoe County Board of Commissioners encourages close coordination between local, state and federal agencies identified in the Plan. The Board of Commissioners will designate a debris manager in the event of a disaster. The debris manager will

manage operations and report to the Incid~)lfCbmmander.The Debris Management Center (DMC) will be located at 2800SJ

The Debris Manager will direct and coordin~W,c!elxisclbaringoperations (Response) and debris removal and disposal operations (Re®Wr.Y) utilizing personnel and equipment from local departments, mutual aid prbvigers and private debris removal and disposal contractors.

The Debris Ma!J.~gel''\ViHsoordinatedebris operations with respect to emergency

clearance anqjJ~rmanentryP/oval/disposalof debris deposited along or immediately adjacent to Coll.!J.tymaintai!J.ed street rights-of-way in consultation with Indiana Department ofTFarlsportatioi1 (INDOT) and other agencies. All State and Federal highways are undet:rf,l.QQTc'c6jj.trol,This approach ensures a seamless and efficient cleanup operation.

s:~<;-_ --<>::\::~:>

The Debris Management C~hi'ilr(DMC);;iJoperate as a unified organization under 3 the Debris Manager. All debris'cl;eapng, removal and disposal operations within the County will be directed and coordinated by a joint DMC staff located at 2800 S Kirby Rd. Phone 812.349.2546, fax 812.349.2052.

B. Authority This plan is developed, promulgated and maintained under the following statutes and regulations: • Momoe County Emergency Management Plan • Indiana Code 10-14-3 • 44CFR200 Code of Federal Regulations (CFR) Title 44, Part 200 et seq.

5

8 of 157 C. Debris Management Plan Participants

Primary: Monroe County Emergency Management Agency (MCEMA) Director (James Comerford) Address 2800 S Kirby Rd Bloomington, IN 47403 Phone 812.349.2546 Cell812.325.4321

Monroe County Highway Department County Engineer (Bill Williams) 501 N Morton St, Rm 216 Bloomington, IN Phone 812.349.2577 Cell 812.325.1133 Fax 812.349.2959

Monroe County Highway Department Superintendent (John Chambers) Address 2800 S Kirby Rd Bl()()mington, In 47403 Phone 812.825.5352 Cell 812.325.8134 Fax 812.825.5358

Support: Monroe County Building Department::­ Building Commissioner (Jim Gerstbauer)' Address 501 N Morton St, Bloomington;IN: 47404 Phone .812.349.2581 .··... GpW&i2.,'32iQ(}52

c.Ffut"' 812.349:296Jc',,,------­

~~~tT¢£hnicalSe~idd~,pepartment GIS CO:qnlinator (Kurt]3:Wcock) Address'SOLN Morton]31oomington, IN 47404 Phone 812:349.2048 ··. · Cell 812.272.9771. Fax 812.339.7558/>

Monroe County Health Department Environmental Protection (Dennis Williamson) Address 119 W 7th St Bloomington, IN 47404 Phone 812.349.2072 Cell 812.327.5840 Fax 812.339.6481

6

9 of 157 Momoe County Health Department Public Health Coordinator (Lisa Kane) Address 119 W 7th St Bloomington, IN 47404 Phone 812.349.2849 Cell 812.360.6370 Fax 812.339.6481

Momoe County Sheriffs Office Chief Deputy (Michael Pershing) Address 301 N College Bloomington, IN 47404 Phone 812.349.22756 Cell 765.748.6974

Momoe County Solid Waste Management Ln,,u,,c, Environmental Compliance and Safety Landfill Director (Tom McGlasson, Jr.) 812.349.2016 [email protected]

Momoe County Solid Waste Management (Lee Paulsen) Environmental Compliance Officer 812.349.2953 tmoore@mcswmdcorg..•••

Momoe Coul1tyl)torm Watet.Utility

Drainage EngineefJTodd ~tev~nson) 501 N Morton St, ~gl(i.'. ··. 812.349.2499

Momoe County Highway Operations Manager (Lisa Ridge)'. 501 N Morton St, Rm 216 812.349.2554

Momoe County Fire Chiefs Association Chairman (Faron Livingston) 5081 N Old State Road 37 Bloomington, IN 47408 812.339.1115

Federal: Federal Emergency Management Agency (FEMA), Region 5 536 South Clark Street, 6th Floor Chicago, IL 60605

7

10 of 157 Phone: 312-408-5500

U.S. Army Corps of Engineers, Louisville District Operations Division, Emergency Management Branch 600 Dr. Martin Luther King, Jr. Place Louisville, KY 40202 Phone: 502-315-6911

Other: Indiana Department of Environmental Management (IDEM) Indiana Government Center North 100 North Senate Avenue , IN 46204 Phone: 800.451.6027

Indiana Department ofTransportation{IjNDOT), Seymour District Address 185 Agrico Ln Seymour, IN 47'2,74 Phone 877.305.7611 Fax 812.522.7658

Monroe County Solid Waste Management Distri~f Tom McGlasson and Lee Paulsen Address 3400 S Wi!lnut St Bloomington, IN 47401 Phone 812.3492020 ' Fax 812.3492872

Duke Energy I~diihlq,Inc.~J3ruceCalloway, Community Relations

IIOQ.)\l.Se<:ond Str~tBio0triii{gt:on,IN 47403 Phone~812.337.3034· ·· ·· ··· · · ··

"§b~~Central'~~~~a.~~t >

300 1\forton A venue'Martins~ilf~~IN 46151

Toll-fr~~z(800)264-RE!\1C (7362) Local: (76$)342-3344 · ·· ""''' "'''

Utilities Dis~rJt•of\Vesi~6Indiana REMC 1666 West StateHWJ}),{ P.O. Box 427 Bloomfield, IN 47424 800.489.7362 812.384.4446

Jackson County REMC 274 East Base Rd (PO Box K) Brownstown, IN 4 7220 Phone: 812.358.4458 Toll free: 812.288.4458

SECTION II EXPLANATION OF TERMS

8

11 of 157 Debris describes remains of items destroyed and/or damaged as a result of natural or technological disasters. Disaster debris may include yard waste, building materials, household items, personal property, hazardous household products, batteries, hazardous chemicals, spoiled food, dead animals and other materials. There are types of debris that will pose a threat to health, safety and environment.

A glossary and comprehensive listing of acronyms and abbreviations used in this plan are provided in Attachment 1.

SECTION III DEBRIS MANAGEMENT··· A. Staff Roles and Responsibilities 1. General One primary function of this Plan is to clearly outline the basic organization and

assign specific responsibilities. Many issues will arise thafar~_notspecifically mentioned in this Plan during the conduct of debris operations. The outline of responsibilities is done i[la way that allows unexpected issues to'bt'i.assigned

and resolved efficiently:~l')(ia~needed.

2. Debris Management Center The following section outliile.sthe Debtis.J\I[anagement Center (DMC) concept

and provides listings of primai)>debris,rela(eci:r~sponsibilitiesfor department

managers and debris,specific ass~~ertts'fort~ksand issues normally arising during debris cleanup operations:·; · ·

DM(.;szw~•.(.lrganized to provide centrallocaJ19.ns for coordination and control of all de;l;>ii§maiiageiilent requirements. The DMC')vill be located at 2800 S Kirby Rd ;Phone 812.349.25.415, fax 812.349.2052. ,- ·~ .,,.,.

> ,;; Jh,e DMC or~~hiz~tionaldiagram (Figure 1) identifies DMC staff positions required to coordirl.ll.te the actions necessary to remove and dispose of debris utilizil')geounty au4p_rivate contractor assets.

DMC st~fi.yi.lll:?e;Upcierthe direction of the Debris Manager. The Debris Manager'sa8tio#srnay include: • Recomhiending assignments and priorities for County and private contractor work based on the debris management areas. Attachment 2 includes a map outlining locations of the county debris management areas that correspond to postal zip codes. • Reporting debris removal and disposal progress and preparing status briefings • Providing input to County Public Information Office (PIO) on debris removal and disposal for dissemination to the public.

9

12 of 157 • Coordination of county debris issues with the state and other jurisdictions • Coordinating debris removal and disposal with local and state solid waste managers, environmental regulators and other state and federal agencies as appropriate • Coordination with the following federal agencies in the event of a major natural or man-made debris-generating disaster: o Federal Emergency Management Agency (FEMA) o U.S. Army Corps of Engineers (USACE) o Federal Law Enforcement Agencies (FBI, BATF) o US Environmental Protection Agency (USEPA)

3. County staffing assignments an~d~tles a. Debris Manager The Chief Executive Officer'df.the Monroe County Commissioners will

designate a debris manager. The~l;)brism~nager'sresponsibilities, with

respect to debris management activj~il;).s,p,;c;ludethe following: • Communicating timely information to the County Commissioners and Operations Section Chief regili:ding status of debris clearing, removal and disposal operations. · · • .E.epresenting, or assuring that the Colihtti? represented, at all

'meeting~with other government and private agencies involved in

.. ··.···.·debris c}Maup operations .

. ~:O.C::oordinati.onwith all appropriate agencies, local State and Federal . '.(F.EMA,.{JS,s\CE, etc.) and others as needed.

• D~vei9p.iligaHdilJlplementinga system to rapidly notify DMC staff\vi\ll.where il!ld'>Vhtn to report for duty. System must be kept cuuentto:ellsure key staffcan be reached readily. System must be

maintaine&·~~notificationcan be made at any time. • Convening elliergency debris coordinating meetings. • Providing mediarelations in coordination with County PlO. • Providing daily management and control ofDMC. • Identifying temporary debris management (DM) site locations and locations of permanent landfill sites for disposal of storm­ generated debris. • Coordinating with Debris Contractor Oversight Team (DCOT) supervisor on monitor operations at loading and disposal site locations. • Ensuring the DMC is provided needed administrative staff and equipment support, including personnel, computers, desks, chairs, etc. • Ensuring that staff keeps records documenting cleanup progress, any problems encountered and actions taken to couect problems.

10

13 of 157 b. County Highway Department The County Highway Department responsibilities include the following with respect to county debris management activities • Providing a Highway Department (HD) Debris Coordinator to the DMC staff to coordinate all County Highway Department personnel and equipment debris assignments. • Ensuring the HD Debris Coordinator at the DMC is provided all needed logistics support, including cell phone, transportation, etc. • Ensuring the HD Debris Coordinator keeps the Debris Manager informed of disposal progress and any problems encountered or expected. • Maintaining status of existing facilities and equipment. • Providing Personnel and ¢qt1ipment to clear major evacuation routes and access to critif-al facilities through the HD Debris Coordinator.

• Providing personnel and~_quipmenttoremove and dispose of debris through HD Debrls'Gpordigat()r.

• Providing roving and dispd~lll.~Mhionitors to staff Debris Contractor Oversight Team (b¢()"[) element of the DMC,

including communications equipm~):l!,transportation, etc.

• Ensuring the DMC is provided allll6e(!~dadministrative staff and

equipment support, including administriltiy~personnel, computers, desks, chairs, etc. • Ensuring the HD Debris Coordinator keeps records documenting cleanup progress, any problems encountered and actions taken to correct problems. e; ',Rigl;lway Department Debris Coordinator f!i{j'Righway Department (HD) Debris Coordinator will: • Maintain listing of all available HD equipment and staff for rcMsible debris removal and disposal missions.

• Coor~inateall HD debris assignments approved by DM.

• Ensure i:~quiredlogistical support is available, including cell phone,.):ransportation, etc.

• •~n~urb":thedebris manager is kept informed of progress and any :rf§hlell1s encountered or expected. • Correct problems. d. Administrative Support Staff Personnel with administrative skills will be assigned as needed from county staff. Their primary responsibility will be to: • Enter debris load ticket information into Debris Tracking database. • Log citizen complaints against County debris removal contractors.

11

14 of 157 County Commissioners

Debris Management Center (DMC) County Emergency Public Information Operation Center County Debris Manager Officer ESF #3 Public Works Admin Staff

FEMA

Public Assistance Officer Other Liaison Officers

As Required

Debris Contractor Oversight Team

Roving Site Monitors Monitors (Loading) (Disoosal)

Debris Removal & Disposal Contractor(s)

Highway Department Superintendent

Figure 1 - Debris Management Center Organization Chart

12

15 of 157 e. Local Fire Departments • Approve DM bum sites in accordance with appropriate local, State and Federal requirements to ensure safe burning. • Issue bans on open burning as needed based upon local conditions and ensure dissemination of information to the public. • Inspect DM burn sites to insure the operation is in accordance with all appropriate local requirements to ensure safe burning, subject to amendments by Health Department and/or Fire Chief. • Primary points of contact: o Bean Blossom Stinesville Fire Department: Phone­ 812.876.5515 o Benton Townsl:JipiFire Department: Phone- 812.332.2637 o Bloomingtm:fTownship Fire Department: Phone­ 812.339.11!5Y

o City ofBloomingto!l.EreD;~PI.lrtment-812.332.9763

o Ellettsville Fire Depf1.!11Il~hj':Phone- 812.876.4819 o Indian Creek Fire Depf1.!li!fent: Phone- 812.824.6202 o Perry Clear Creek Fire DepilJ:tment: Phone- 812.334.7026 o Van Buren Fire Departmerit:j;',hone- 812.825.9500

f. Mow6ec{)l1iJ"!'YSheriff's Office (MCSO), 812.~~9.2534

., io AssistirH!Ilonitoring DM sites to ensure compliance with local

~afficre~iJ]ations.

• . "i];pordin~Jp~fficcontrol at all loading sites and at entrances to andJitmDMsites. g. Utilities

• Electri~VGpprdinateWttlrDebrisManager with regards to debris removal alorifs".electrical easements and rights-of-way to ensure all

downed or d:im~gedlines are de-energized. Emergency contact and Phone:

Duke Energy 1.800.343.3525

SCI-REMC 800.264.7362,765.352.4700

UDWI-REMC 812.384.4461

Jackson County REMC 1.800.288.4458

• Water and Wastewater: Coordinate with Debris Manager for debris removal and disposal requirements from County owned facilities with regards to water easements and rights-of-way, damage to cut­ offvalves, lift stations, etc.

13

16 of 157 Emergency Contact and Phone:

City of Bloomington Water, Wastewater 812.339.1444

East Monroe Water 812.335.8499

Van Buren Water 812.825.9760

Washington Township Water 812.332.3230

Ellettsville Water & Waste 812.876.2297

• Telephone: Coordinate with Debris Manager for debris removal along telephone easemei)ts and rights-of-way to ensure all downed

or damaged lines are d.ej~~'ergized. Emergency Contact3JliJPhone:

AT&T 800.727.2273, 80Q:.257.0902• '---' ·- "_., "

Smithvilletelephone 81 ~.s"16:~i~t(Paul Harris) 812.876.6498

• Natural Ga~::g~:r~ih~t¥:\Yith~ebd§Managerfor debris removal along gas easements andri&ht~:of-way:l).JJ.ddamage to cut-off

valves, etc. For Ioc~ttions(Jial'S1Jor800:382.5544.

Emergency Contact~iJ}f>hone:.

Vectren Gas (Emergen(ly) 800.666.7251 or 800.227.1376

...... Community Natural Gas Btl! Herrington (Oft) 812.829.3505 (Cell) ; '""812.829.7007

Midwest Natural Gas (Emergency) 812.384.4150 or 800.589.7156

4. ~f.tteAssistan~'••

IndfuttaDepart~~ntof Environmental Management (IDEM)

The I:~~~~-~~partmentof Environmental Management (IDEM) is responsibl{to protecting human health and environment while providing for safe industrial, agricultural, commercial and goverrnnental operations vital to a prosperous economy. Specific requirements about proper disposal of solid waste can be found in 329 IAC I 0.

Emergency debris is any solid waste generated by natural and man-made disasters. Examples of emergency debris include: building rubble, soil and sediments, green wastes (e.g. trees and shrubs), personal property, special

14

17 of 157 waste, ash and charred wood. Solid waste can include regulated and non­ regulated materials. • Non-regulated materials include uncontaminated soil, rocks, bricks, concrete, road demolition, material, trees, shrubs, natural vegetation and sawdust from untreated wood. • Regulated materials include lumber, drywall, roofing, furniture, appliances, glass, plastics, metal, household trash, food waste and other man-made building materials. Additional materials may include, but are not limited to, vehicles, machinery, animal carcasses and animal waste.

Debris removal is necessary to:

• Eliminate immediate threat to lives,~u~ltc~~althand safety • Eliminate threats of significant damage to public or private property • Ensure economic recovery of affected communitY· to benefit of the community-at-large.

Examples of debris management include:

• Debris removaffrqp1p1Jblic right-of-way to allow safe passage of emergency vehicles ..•.••• • Debris removal frornipublic•property to eliminate health and safety hazards .. .. ········

1

IDEM's Office of Air Qualit)"mllst[i~e~rioiapprovalfor all emergency burning. For burning approval arid more infonnation, contact Office of Air

Quality staff at 317-232-8220 ari~l:e,questthe "Emergency Burning Fact

~~(".IDEM may grant verbal ap~f.ovalto bum clean wood waste or . vegeJ:ll.ti()Jlresulting from a natural disaster, if alternative disposal methods are impht(;tical. Alternative disposal methods that must be considered include sE¥ara.ting for recycling and/or hauling to an approved landfill and salvaging merchantable materials. "" '' ,----­

' Xhybuming of~lsposal of dead animals is regulated by Indiana Board of Aniina,tBealt!J.(j}OAH) under 345 lAC 7-7-3 Disposal methods. However,

IDEM may.;J,~SistBOAH to ensure compliance with all applicable regulatiohs:E·;·

No asbestos-containing material may be burned. Other materials, such as rubber, plastics and other regulated solid waste materials, excluding clean wood waste or vegetation, may not be burned.

The following are requirements for temporary debris management sites:

• All locations being considered for temporary debris management sites must obtain approval from IDEM's Agricultural and Solid Waste

15

18 of 157 Compliance Section prior to use. Sites shall be limited to accepting emergency debris and must make provisions for security to ensure the site is not being used for routinely generated household waste. • Temporary debris management sites shall not accept hazardous waste, lead acid batteries, used oil filters, used motor oil, scrap tires, any item containing chlorofluorocarbons (CFC), radioactive waste, regulated polycholorinated biphenyls (PCB) waste and regulated infectious waste. • Temporary-staging sites must be located above the 100-year floodplain and outside of wetlands. The floodplain map used for locating the site must be from an original Flood Insurance Rate Map prepared by FEMA, a copy of the Flood Prone Area Map prepared by the U.S. Geological Survey or an equivalent constructed map that depicts the limits and elevations of any lOQ-year floodplain on or adjacent to the proposed site. ,:;. • Temporary-staging sites lllust have run-on/run-off controls in place. • All sites must be locatedaf.least Y.mile from public/private (surface or ground) water supply. ' ''· , \ · • All sites must be located a mirtii!l.\lm()f'yz mile from any known caves, springs and streams. •· ,.

There are a number of safety and regulatory guld~linesevery citizen should follow to ensure proper emergency debris managerne,tJ.t.:

• .poh'ot~ppy<.Jachdamaged buildings or de brig areas until it is • determind:J.•§afe.

• Use,;caution:~enhandling any debris materials and do not disturb

asbe~tq~eonta.~!;materialsor buildings. Use an IDEM appr0yedmaniigeU1ent method for woody debris:

• Leaving deBri$as is,eit~e~;!&n.site or moving to another location with property owne'raf'.PFoval. • On-site reductiom:}r 9hipping and returning to place of generation • Chipping or on-site reduction and leaving for local residents to recycle and/or use for firewood. • Hauling to municipal solid waste landfills, transfer facilities or composting facilities. • Burning of woody debris with IDEM approval. Follow IDEM approved management methods when handling, transferring or disposing of emergency debris.

For more information about guidelines for managing emergency debris, contact IDEM staff:

• Agricultural and Solid Waste Compliance Section, 317-308-3115 • Office of Air Quality, 317-232-8220

16

19 of 157 • To request a burn permit, contact IDEM's Office of Air Quality Compliance, 317-232-8440 • For emergency debris management site ceiiification, contact Agricultural and Solid Waste Compliance, 317-308-3ll5 • To report emergency debris or spills, contact IDEM's 24-hour Emergency Spill Response Line, 888-233-7745 • Other questions and concerns, contact IDEM toll free, 800-451-6027 • For more information about IDEM emergency response, visit IDEM's website at: http://www.in.gov/idem/4155.htm. 5. Federal Assistance The County EOC staff will request Federal assistance when advised by the County DM that the event exceeds County in-house and private contractor's debris clearing, removal and disposal capabilities. The EOC staff will forward the request for a mission assignment through the State EOC to FEMA Region V. Additionally, the U.S. Army Corps of Engineers (USACE) may provide a liaison to EOC when activated. This liaison will serve as advisor to the EOC staff providing advice as needed and ensuring that the USACE is prepared to respond when tasked by FEMA .

. The US ACE will aieJB.pebris Planning and Response Team (PRT) and the Advance ContractingiiJ.i.fiatiye{ACI) Contractors under contract for that area and have them readyto respopd .should an assignment be issued by

FEMA. If the USACE receives ami~siopassignmentfrom FEMA, the PRT leader and ACI contractor Will beay

The USACE also may provide ~~ngto the DMC when activated to ensure •.r .:\.:p()rdinated debris operation. USA(jE will coordinate with the DM on the . ·.· useofpr~-identifiedtemporary DMsites and permanent landfill sites, and identify/i\cquire other sites as required.

B. <~tliniuistration·;: AlYDoUjltY departllle/lts will maintain records of personnel, equipment, load tickets•a(ld J:llaterial re,$lmrees to comply with the plan. Documentation will be used to s\lppqrt reimhursement from any State or Federal assistance requested or required. · ·. ....

County departments supporting debris operations will ensure 12-hour staffing capability during implementation of the plan, if emergency or disaster requires, or as directed by DM.

Fleet Maintenance should ensure additional supplies of tires and tire repair kits are readily available with the likelihood of debris causing flat tires.

County Emergency Management Director and DM are responsible to annual review of the plan in conjunction with annual updates to the CEMP. Each tasked

17

20 of 157 department and agency will be responsible for updating its respective portion of the plan and address limitations and shortfalls and work-around procedures developed. Review will consider:

• Changes in mission • Changes in concept of operations • Changes in organization • Changes in responsibility • Changes in desired contracts • Changes in pre-positioned contracts • Changes in priorities . ···<'"' This plan also may be updated as necessary to ensur~ff?"orqillated response with other municipalities and adjacent counties. Coordinationis especially important with respect to allocation of resources such as DM sites and disposal facilities:·

C. Contracting and Procurement All contracting and procurement actions pertaining to debris operations will be

coordinated with the Monroe County Commissioners (812.349.25~0), D. Legal .·· All legal issues pertainingto'd,ebds operations will be coordinated with Monroe County Legal Department. Tilec()Jillty legal department will provide comprehensive representatiolliwjth1egil!a4?ice to Monroe County officials and various County departments. Thyoftice islopat

F. He~lthandSafety Plan and Procedures• .

.:Nf"~l1fQ~.(;;ounty Health Department ReSpl.lnse Plan

..G. Training Scp~dule · ·, •. jhe county wiH,t_;Qnductdebris management training as necessary.

SECTidNJ.Y SJi'lJATIONS AND ASSUMPTIONS A. DesighJ)isaster Eveilf The Mdfir9eCountyiE!nergency Management Agency (EMA) is responsible for

planning 31ld~mergCJ1CYpreparedness, response and recovery and mitigation activities. The]J3,Mt¥.:00ordinates with Local, State and Federal agencies in response to disilsters, emergencies, severe weather conditions and other catastrophic events.

The foundation ofEMA's coordinated emergency management system is the CEMP. The CEMP establishes responsibilities for County governrnent and sets lines of authority and organizational relationships that are essential for protection of the public. The CEMP also establishes the concepts and policies under which all elements of County governrnent will operate during disasters and emergencies by providing integration of resources.

18

21 of 157 The CEMP focuses on types of activities likely to be required during a disruption or emergency, without regard to type of cause. These functions are the responsibility of a primary Emergency Support Function (ESF) supported by various County departments. The responsibility for each of the primary ESF provides organizational structure for the CEMP.

This Debris Management Plan (Plan) Annex has been developed to provide framework for the County and other entities to clear, remove and dispose of debris generated during a public emergency through the County. This Plan unifies efforts of the County departments and other organizations for a comprehensive and effective approach to:

• Provide organizational structure, guidance and standardized guidelines for clearance, removal and disposalofdebris caused by a major event. • Establish most efficient and cosfet'fective methods to resolve disaster debris removal and disposal is~ues. • Implement and coordinate prtlil!te sector debris removal and disposal

contracts to maximize cleanup eftieiencie~: • Expedite debris removal and disposli!!1ff()ijsthat provide visible signs of recovery designed to mitigate threatto:P,ealth, safety and welfare of County residents. "'iC>. • Coordinate partnering relationships through cOmmunications and pre­ planniJJ.gvyith local, State and Federal agenciesthl!t have debris

m~emcilt~apabilities. B. ForecastedDebris ···

EmergencJslW,ations r~qmringdebris removal can occur any time. Natural

disasters suchil,/;Jomadl)e~,Jlooding,aircraft crashes, thunderstorms, explosions,

structure fires arid:St,;y~eici\lg(l?nditionsprecipitate a variety of debris that may

include trees and otheJ;"y,egetative'Cl"~gllJ1icmatter, construction materials, appliances, personal propeJ;"(y, mud andsediment.

Man-made disasters such asti:"J:fprist attacks may result in a large number of casualties and heavy damage tc\buildings and basic infrastructure. Crime scene constraints may hinder normal debris operations and contaminated debris may require special handling. These factors necessitate close coordination with local, State and Federal law enforcement, health and environmental officials.

The plan takes an all-hazards approach to identifYing and responding to the following hazards that may pose a threat to the County:

• Natural hazards-severe weather, ice storms, tornadoes and flooding • Human caused events and hazards-urban fires, special events, civil disorder, transportation accidents • Terrorist incidents- bomb threats or attacks, sabotage, hijacking, armed insurrection, Weapons of Mass Destruction (WMD) incidents.

19

22 of 157 The quantity and type of debris generated, location and size of area over which it is dispersed will have a direct impact on type of removal and disposal methods utilized; associated costs; and speed with which the problem can be addressed. Further, the quantity and type of debris generated from a particular disaster will be a function of the location and kind of event experienced, as well as its magnitude, duration and intensity.

This plan establishes a general framework that can, with minor modifications, be used in any debris-generating event. The plan addresses clearing, removal and disposal of debris generated by the above hazards bast:d on the following assumptions:

/·_·;:-~_,:------>

• Major natural or man-made disastert-h~tJ~qUiresremoval of debris from public or private lands and waters collfd occurat·sidentiaLDisas_ter Declaration.

• Federal assistance will b6tl"quesrea:w~~gl1theState to supplement County debris capabilities in<_;()otdinatiohWith the County EOC staff.

SECTION V DEBRIS COLLECTION PIAly

k ~riofi~fgs'... i:(The generafcot;(:ept of debris removal operations includes multiple, scheduled ··· ("P<\Ssesthrough each critical site, location or County maintained street rights-of­ way,This mannerbfscheduling debris removal allows residents to return to their

pr()pej'ties and bring~ebristo the edge of the County maintained street rights-of­

a~·pr;0perty way --.---- restoration-.____ _ proceeds.

B. Response o!5er!lii()~Sf; I. General

The DM is responsible for establishing and staffing the DMC utilizing selected County Department personnel. Each identified County Department will provide a debris coordinator to staff the DMC if requested. The DM will exercise daily operational control of the DMC staff.

The DMC staff is responsible for assisting with the deployment of County and supporting department emergency personnel and equipment during Debris Clearing Operations. Primary responsibility for Response will be

20

23 of 157 exercised by Highway Department personnel and equipment and local private contractors having a debris clearing contract. All debris clearing operations requiring additional debris clearing assets will be coordinated with the DM located at the DMC.

The DMC staff is also responsible for coordinating the activation of pre­ event debris removal and disposal private contractors and selection of temporary DM sites and permanent landfills to be used following a major debris generating event (See Attachments 2 and 3).

The Debris Manager will conduct coordinationmeetings on an as-needed

basis with DMC staff, private debris co11tr:~S~rsand other local, State and

Federal agencies that are or could be i~yolved_lltsomepoint in disaster cleanup operations. These meetings willensurei:b:)1ely response and facilitate a coordinated effort. · · .··

2. Response

Response will be implemented immediately after a debris~g!Jneratingevent to open major highvvays and roadways to critical facilities (see Attachment

4) and affected neigh~qrhpods.The emphasis of response is to push debris

from traveled way t(}til~i:ig}lt~of-wayor curb. This is commonly referred to

as Debris Clearance. Littl~,ofl)fy; effort is made to remove debris from rights-of-way. . ...·.

The DM will be responsibl~foH!\tPiiJri~dtin~'!lllResponse activities with

support from County departrriept~:andprivate contractors. Requests for additional assistance beyond Cdupty resources will be submitted through , (;ounty EOC .

.<:' '" ::~~]f~'pebrisManagement Flow I)iagram is at Figure 2.

The Indianai~partmentof Transportation (INDOT) is responsible for . · f::learing State'~dFederal highways and rights of way for highways and

d.%*p\)singof de~f:isthat results from the clearing process (see Attachment 5).

R;sp()~§~a%\ttti~sinclude:

• Impiellle~tationof debris management plan. • Determination of incident-specific debris management responsibilities. • Establishment of priorities based on evacuation needs and prediction models. • Identification and procurement of temporary DM sites. • Activation of pre-positioned contracts, if necessary to support Response clearance operations. • Implementation of Public Information Plan. • Coordination and tracking of resources.

21

24 of 157 • Formal documentation of costs . • C. Recovery Operations 1. Damage Assessment Teams The EOC is responsible for coordinating impact assessment for all public structures, equipment and debris clearance requirements immediately following a large-scale disaster. Impact assessments are performed by Damage Assessment Teams (DAT) and used to prioritize impacted areas and resource needs.

DAT personnel need to identifY debris impacts on critical roads and make initial estimates of debris quantities as part of their duties. Based on information provided by the DAT, the DM will set priorities and will issue urgent assignments to clear debris frpl]l at least one lane on all major roadways and identified primary and secondary roads to expedite movement of emergency service vehicles S!JCllas fire, police and medical responders to and from critical facilities.

DAT personnel will conduct initial~6i:by~aJ"~~t'(seeattachment 2)

windshield surveys to identifY type of deb)i~and to estimate amounts of debris on the roadways and on private and pti]jl,ic property. The results of the windshield surveys will be provided to the DA'Jl1:>.11Pervisorand to the Debris Manager.

Duringllrtdi~e~a,telyfollowing an emergency o;~isaster,field forces

(police,'J'ir~,road dep~rtmentand utility workers) will notifY the EOC of debris acbm]]ulatior!ii}Wll

22

25 of 157 T a ble. 1- Ttyptca . In·1sas t er De b ns.

Wood ··;·.·;•"> Y.i;;.. Concrete

Yard Waste •::·.. ••••••••••• Soil and Rock Asphalt >.\ ·/ I••·. Metals White Goods Electronic Waste (e.g. large metal appliances sncl:fas .(e.g. !1D1all;1ppliances such as microwave

refrigerators, washers and dryersY:•· ov~rts!dbmputersand televisions) Glass \ .."\ Plastic Household Hazardous Waste ..... Personal belongings ··•.•••\•. ; Bricks Sandbags •••••• • .•; .• •y; ·. Fumitnre •• Wallboard

•;-j;. . •Ji •:. Table 2-Debris Estimating Formulas

Debdspile formula:\L1x W' x H')/27 ~ CY (Cubic Yard) of debris

Builclingfj)rrnula: 0.2)\.·~otalsquare feet (footprint x number of stories)~__ CY of debris ••• Single widenigbilehome ~ 290 CY Double wide il1.ciblleliome ~415 CY ••

23

26 of 157 Debris Generating Event

EOC Activated

Debris Manager FEMA Activates the Debris Management Public Assistance Center Officer

USACE • Debris Manager Mission • Debris Coordinators Assivnment • Contractor Reps • Contract Monitors • Administrative Staff USACE Contractors

RESPONSE

Clear ROW to Critical County Facilities & Evacuation Routes

Highway Department Contractors Remove by Remove by Private Force Account Contractor

Highway Activate Activate Department Monitors Contractors

Figure 2-Debris Management Flow Diagram

24

27 of 157 2. Debris Clearance Priorities The DM will establish initial priorities for debris clearance based upon the following ranking as provided by the DAT: I. Rescue people and protect property. 2. Egress for fire, police and EOC personnel. 3. Ingress to hospitals, jail and public shelters. 4. Major traffic routes. 5. Major flood drainage ways. 6. Supply distribution points and mutual aid assembly areas. 7. Government facilities. 8. Public safety communication)()wers. 9. American Red Cross shelters:· • 10. Secondary roads. • . .· II. Access for utility restoratioil. 12. Neighborhood streets. ''!;.. >> 13. Private property adversely affectiJlgpuJ-,lic welfare. During the debris clearance and removal proce:$s,the DMC staff will be responsible for coordinating with local PowerCo!llpany Coordinator to ensure power lines do not pose a hazard to emergency wor!f.crews and other utility companies (water, gas, telephone and cable TV) as apprgpriate. -,,,-_-,--,·----­

3. Curbsj~e;~trre6ti6~.(Recovery) RecovefY•will be implemented within two to five days following a major

debris-geiiefating ~ve~tandwill encompass processes of debris removal and

disposal. This'qela.yi~·Tillr!llaland allows time for affected citizens to return to

their homes alllFb~ginthe detiJlMP process. Debris must be brought to County maintained street flgbts>-of-wa,Y6r\)urbs to be eligible for removal at public expense.

The DM will be responsibh~forimplementing all Recovery activities with support as required from County Department resources and private contractors for operations within the unincorrorated portions of the County. Cities and Towns within the County are responsible for their own debris clearing, removal and disposal activities.

Recovery operations may be quite lengthy as disaster recovery continues until pre-disaster conditions are restored. Requests for additional assistance beyond County resources will be submitted to the County EOC for action. Recovery activities include:

• Activation of pre-positioned private contracts. • Notification to citizens of debris removal procedures. • Activation ofDM site locations.

25

28 of 157 • Removal of debris from county maintained street rights-of-way and critical public facilities. • Movement of debris from DM site locations to permanent landfills. The County recognizes that disasters may generate debris of types and quantities that may exceed County capabilities. Thus, tbe DM will implement a pre-positioned contracting process to have private contractors on stand-by to respond within a pre-determined period to assist in requested aspects of the debris operation.

The DM will request County staff to contact finnsholding pre-positioned debris removal and disposal contracts and ad.\\ise'.them of conditions.

Debris removal will be limited to Count~{@~iAt~edstreets, roads and other public rights-of-way within specified boundaries base,d on the extent of disaster. Debris removal will be limited to disaster related material placed at or immediately adjacent to the edge of County maintaini)d rights-of-way by residents.

If an event occurs tha,t;re,quires activation or pre-positioned contracts,

contractor operations~il.be,requestedand documented by Task Order (Attachment 6) issued'b:)'tbe:'D.t-1, Each private contractor, upon receipt of a

Task Order, will mobilize'~uchper$onneland equipment as necessary to conduct the debris remov~f~ddisposi!toperations identified in tbe Task Order. A contractor's represen)!ltive.y.rill<;r:eportto DMC on a daily basis to update current operations with PMGstaff. ,-,_-_-,--,--- -­

The contractor will make multiple{~cheduledpasses of each site, location or

.':'· L~re~ci!11JPactedbythe disaster as direci:e? by the DM.

NOTE: Debris will not be picked up from private property, streets or gated communities unless approved by FEMA Public Assistance Officer.

See Attachment 7, Federal Emergency Management Agency (FEMA) Debris Management Policies and Guidance for detailed guidance pertaining to eligibility requirements for reimbursement of certain costs as authorized under FEMA Public Assistance Program.

Schedules will be provided to the Public Infom1ation Officer (PIO) for publication and notification by news media and on County website.

County load ticket (Figure 3), coupled witb inspections by Roving Monitors, Load Site Monitors and Disposal Site Monitors will be primarv mechanism for monitoring contractor performance and tracking quantities for pay purposes.

26

29 of 157 4. Household Hazardous Waste

The Monroe County Solid Waste Management District (MCSWMD) administers a Household Hazardous Waste (HHW) Program. The facility located at 3400 S. Walnut St., in Bloomington, IN has a permanent HHW disposal facility. The HHW program is tailorecLto accepting the more problematic household items such as paint thiJIIliers; used oil, antifreeze, kitchen cleaners, electronics, pesticides an.4·lit:l'bicides. A complete list of

items accepted by our HHW program an.{t~·w'bic!ifacilityis available online at: www.gogreendistrict.com. . · . .

The MCSWMD has built a specially designed containmenJ building for the sole purpose of safely storing collected materials. The HHwJacility is open to the public Tuesday through Saturday, 7:30am to 5:30pm, to'accept those household items that yo11may wish to safely dispose of. Trained:s(aff are on­

site during normal hol![~tqclassify and safely store incoming materials.

a. Recycling Drop-();f~fat!ons

¥'SSW~operat~sfo\]I(4)~~ll:ecyclingdrop-off locations

t!)tough~ut.¥omoeCoJJP,t?tl:J~tareope~Monday through Wednesday,:and Friday and.Saturday froni 7:00am to 6:00pm. ' '- '- --'- _,____,------"

L ~llft#Y.Ul~Jiccycli~~§enter-6200 N. Matthews Dr, .Ellettsville,·1Nf7429··.. / 11. Westside Recycl]ng:(Senter- 340 Oard Rd., Bloomington, lN 47403> .

111. Southsidtl~ef:yclingCenter- 400 W. Dillman Rd., Bloomingtofi.,IN 47403 1v. Northeast Recycling Center- 6015 East SR 45, Bloomington, IN 47408

b. Electronics Program

Electronic equipment is accepted as part of the MCSWMD HHW program. Electronics are accepted at all MCSWMD locations during normal business hours. There is no fee for this service.

c. Batteries

Household batteries can be deposited in the designated boxes at any recycling drop-offlocation or the HHW facility during normal

27

30 of 157 business hours. MCSWMD also has collection containers located at a number of local businesses; the list may be obtained by calling 812­ 349-2020 or online at www.gogreendistrict.com. There is no fee for this service.

d. Freon Appliance Disposal

Freon containing appliances are accepted at the HHW facility during normal business hours. There is a $20.00 fee for this service.

D. Monitoring Staff and Assignments The Debris Contractor Oversight Team (DCOT) is responsible for coordination, oversight and monitoring of all debris removal and disposal operations performed by private contractors.

The County Highway Department JMUlpiovide DCOT Snpervisor to provide overall supervision of the DCOT. DGQTSupervisor, loading site monitors, and disposal site monitors will be detailed froi11.other.g8unty departments.

CT''"<-' -'-'-·,··,'-'-'

The DCOT also may be supplemented withbqtithl~tedmonitors and other personnel as needed. ... ·

-.-.;·~::w:;>" The DCOT superyisor will be located at the DMC arid,"'i,ll provide overall supervisionol,;t!li-eellJ.onitoring elements described below: Specific

responsibif~tiesincludeJhe following:

• P!jlng@d cohqucting DM site monitoring, quality control and other Contracti)rov§rsighftunctions. • Receivingilfidteviewihgi!1J-9~brisload tickets that have been verified by Disposal SiteM<:lJJitor (seedesttiption below). • Making recommendations to DM regarding distribution of County and Contractor work assl.g~,entsand priorities. • Reporting on progress ·

28

31 of 157 • Disposal site monitors: Disposal site monitors will be located at both DM sites and landfill sites as identified by the DMC during recovery process. The Disposal Site Monitor's primary function is to ensure debris load quantities are being properly estimated and recorded on pre-printed load tickets.

E. Load Ticket Disposition The Load Ticket will be five-part pre-printed form similar to the one shown in

Figure 3. Load tickets are used for tracking all debri~!Jlovedin response to a

given event. The following is the disposition of ~acl:1Joadticket part:

Part I (original)- Disposal site monitor (turn~:iJ{J:l

At initiation of each debrisJoad, the Load Site Monitor will fill out iil:Litems in

Section I ofthe Load Tick~fagd,willretain Part 5 (gold copy). The rei~·mining copies will be given to theifrivei;?nd carried with the load to the disposal site.

The Gold copy will be turnedintoth~'I)MCat the end of each day. ,,·-,--'- ' ,_.____,,-._

Upon arrival at the disposal sit~f~edriv~f·~l}j;giveall four copies to the

Disposal Site Monitor. Disposal Sjt~Moilltorwill p()1pplete Section 2 of Load

Ticket and retain Part I (Original). P!#t~2, 3, and 4Will be given either to contractor's on-site representative ortq;_the truck driver for subsequent disJ:ri,bution. Part I (original) will be turned into the DMC at the end of the day .

. /iAlltru:~s~lttrailerswill be measured b~;contractorand a DMC representative

· · •:·b~forethe opefatiop begins and periodically rechecked throughout the operation. Tt\l{;ks and trailetil'also will be photographed before operations begin.

Th~·~dhtractorwill·~~ipaidbased on estimated quantity in cubic yards of eligible

debris hlrl.l~per fr11\':k1oad. Payment for hauling debris will only be approved upon preseriili.tion,p_fR:art 3 (canary) of Load Ticket with contractor's invoice.

Load tickets will also be completed and retained for DOT and force account vehicles as primary mechanism for tracking debris quantities deposited at DM sites.

29

32 of 157 LOAD TICKET Ticket No. 000001

Secfj()J11c 'C'_:: ,' ','Yc, c< ,·.·',.C',c·O•··•J•<·'··'.:.,.c '•c' ' • .••· .••c''\<<······ .i Prime Contractor: Date: Subcontractor (Hauler): Departure Time: Driver: Truck Plate No.:

Measured Bed Capacity (cu. yds.): ,>' ..

Debris Pickup Site Location: ( ~1/!" (must be a street address) , ' c

Debris Type: o Vegetation i;;··.'•i'~••••Construction & Demolition >i o Mixed o Other: / Loading Site Monitor: Print Name: Signature: Remarks:

sec::tiol12 .... ·•··..:·,·..· ..,.•..'••··•····· ..· ...... ;'••'·•, ·i. ••"••·····,•·..···.....··.•······· ··•• < • '\.•·•·•····• .•··•,:• Debris Disposal Site Location:

Estimated . Debris' Quantity: cu. yds. Arrival Time:

Disposal Site Monitor:

Signature: Remarks:

Original- Disposal Site Monitor • • Copies: Gold - Loading Site Monitor, ­ Green Canary, and Pink - On site Contractor's Representative or Driver

Figure 3 - Load Ticket

30

33 of 157 SECTION VI DEBRIS MANAGEMENT SITES A. Site Management The County recognizes the economic benefits of debris volume reduction and will realize this benefit through use of local, temporary DM sites for processing clean woody debris. County will identifY temporary vegetative DM sites for sole purpose of temporarily staging and reducing clean woody debris through either grinding or burning. All mixed debris will be hauled directly to permitted landfill.

Private contractors will operate the DM sites made available by the County. Contractor will be responsible for all site setup, site operations, rodent control, closeout and remediation costs at each site. Contractor will also be responsible for

lawful disposal of all by-products of de~risreduction that may be generated.

The contractor will restore the DM.~iffd~~doseto original condition as is practical so it does not impair futurefitnd use. All sites are to be restored to the satisfaction of the DM with the inten16ftnaintaining. utility of each site.

It is important to note that all material de;()Ji1:t\tlati)M sites will eventually be taken to a properly permitted landfill for final diSposal. Under certain circumstances, the DM may direct contractors to llYP

While re~i'dfnts~llrh~:encouragedto segregate household hazardous waste (HHW) afcurbside, smaJ!camounts ofHHW may be mixed in with material deposited atbNLsites . .'.['J1erefore, the DM site contractor must be prepared to

place any HHW ig_a s~p

must report any acc~l,llationi.l"tfit£Wat the DM site to the DM located at the

DMC who will make'arf~ngementstcdiavethe HHW removed and properly disposed. ···· · .·.

1. Site manager: In order to expedite implementation ofDM site operations, the Contractor must provide personnel on-site prior to projected disaster event to carry out any activities necessary to assure the DM sites will be ready when needed. Actual preparation ofDM sites must begin within 24 hours or receipt of Notice-To-Proceed and sites must be fully operational not more than five days thereafter.

2. Safety persom1el: The contractor will be responsible for developing a DM site safety plan and staff to enforce all safety requirements.

B. Establishment and Operations Planning 1. Permits

31

34 of 157 The County will select temporary DM sites, which are generally free of significant environmental constraints. Additionally, it will coordinate the DM site selection with IDEM on issues concerning air, water and solid and hazardous waste. The County will secure any necessary permits for operation of DM sites. County will handle all contact with IDEM or other State and Federal agencies. The Contractor will refer any contact by these agencies to theDM.

Nonetheless, the Contractor must be aware of, and abide by, conditions of any permits under which he/she must operate. Contractor is responsible for

knowing applicability and requirements of all·~pplicableenvironmental laws and regulations that could pertain to the opemtion of DM sites.

Contractor shall be responsible for payiA~·any·~kd'a!Jcostsassociated with violations of law or regulation relative to his/her activities. Such costs might include but are not limited to: site cleanup and/or remediation; fines, administrative or civil penalties; third party claims imposeclop. the County by any regulatory agency or by any third party as a result of noncoll)pliance with Federal, State or Loca1!!l.1Vironmentallaws and regulations by Contractor, his/her subcontractors orjlp.y other persons, corporations or legal entities

retained by the Contraci<">f~q~rthis contract. '>'-· -_-__-,_,_, __ ,

2. Site Preparation and Bas~lln"eD~ta:>

Unless specifically directed otl.).erwise~ytpl'!sountyDebris Manager, site

setup must commence as soori_a.!§pos~ibleafte.t:tl:!~disaster event has subsided, but no later than 24 hoilJ:sfrom the time that the Notice-to-Proceed is issued by the County. All DM sitl'!s must be fully operational within five days ofN otice-to-Proceed......

~~e"26l~a!ltormust prepare each sit~for operation by installing the following fe~es:

•••s.. Perimetef.fencing. · • •...Construcii()!l entrances including gates. • iJ3pilt-upaJi!b-egate access roads.

• .Di"

The Contractor must construct berms or provide suitable secondary containment around all non-truck mounted fuel storage tanks, hazardous wastes and stockpiled ash to prevent runoff of these materials into adjacent ditches and surface waters.

32

35 of 157 Contractor must collect and test soil and groundwater samples at each DM site in areas designated for storm water retention, ash storage, vehicle maintenance, fuel dispensing operations and any areas where hazardous substances and petroleum products are or might be generated, stored or used. Sample locations must be coordinated with County prior to acquisition. Samples must be tested for Total Petroleum Hydrocarbons (TPH) and Resource Conservation and Recovery Act (RCRA) metals. Contractor must secure independent laboratory analytical tests for the referenced substances tested and provide results to County prior to col)Jl)1encement of operations at temporary DM sites.

NOTE: Recommend that ASTM E-1527-05 Standard Practice for Environmental Site Assessments: Response Environmental Site Assessment Process be consulted to determine extent of testing required to establish a TDSR (Temporary Debris Storage and Reduction) site baseline.

•. '····· Within limits of or adjacent to DM sitC$tlwr'"' ;riiay be existing l.lllperground electric, telephone and television cablef!Ui4c6i-tduits, gas, water and sewer utility lines which cannot be located fromex.lstjng data. It is the responsibility of Contractor to determine their exact location!Ui4 to carry out his/her work carefully a!ldskillfully to avoid damage to them".C()unty may elect to provide this info~atiqJ:l~qContractorin advance. In any case, Contractor shall ensure locat~onsofsuclitit\lityinstallations are adequately marked. ->-,------>_

All temporary utiliti\i~including sewage disposal and potable water must be provided b)'tlie,C(\!l:tractor.

The Contractor~~tprovid:~ighs'ateach DM site in accordance with County specifications i\hd contain following information:

• Contractor's superintendent's name, address and local24-hour phone nnmber. • Name ofDM site facility. • Name, address and phone number of County representative to contact in case of emergency.

The Contractor must develop and provide to County the following materials prior to start-up:

• Site layout plan. • Proposed operating procedures. • Site/operations safety plan.

33

36 of 157 When all DM sites preparations are completed, Contractor must notify DM who will inspect site and approve site for conunencement ofDM sites operations.

3. Volume Reduction Methods Contractor will operate each DM site in an effective and efficient manner for such time as the DM deems necessary. DM sites may operate on a 24-hour, 7­ day basis unless otherwise directed by County to prevent undue impact on nearby residents.

Contractor must operate such equipment as is necessary to efficiently reduce by mechanical means or incineration all materials deposited at DM site. Contractor must segregate all debris in accordance with method of processing and potential for recycling and its uitilllate disposal. Contractor must separate and contain all hazardous wastes f(.ifjiick up and disposal by County

hazardous waste contractor. F oo~f"\\)!lsteshall be separated and contained for pick-up by County designated hffiller

Contractor must staffDM sites witl~·sllf:fi.:;iehl:~bisonnelto ensure waste stream segregation and processing operil.tioitidoes not reduce capacity to remove debris from County streets in a tirrielyJ11anner. The operation of each DM site must conform to these specifications all.d.any permits issued for the DM. Contra,ctor is responsible for all site and w

Contril.c~~r!IlJst'!Il[lkeevery effort to control the nat~reof material allowed into DM!>ite, with C.bjective being to have only clean woody debris brought to

and depC.ilif.e,din th~"p"ty!site. To the extent practicable the Contractor must prevent haz:ll:qo,\}s@teiia,ll;, C&D materials and food waste from being brought onto iheJ):M site. C

control but not accepted~ftiJ.eDM site must be disposed of by Contractor at an approved landfill or bYi:ither legal means of disposal.

Contractor is responsible for monitoring the temperature of stockpiled mulch at least twice daily to detect hot spots resulting from natural microbial decomposition. Upon finding a hot spot, Contractor must mechanically mix affected mulch to cool it down and avoid creating a fire hazard. Contractor must secure services of an independent laboratory to sample and test any ash generated from burning prior to its lawful disposal. Copies of all documents pertaining to disposition of ash (e.g., analytical results, shipping manifests, certificates and destruction) must be submitted to County.

Contractor must, to the extent practicable, separate hazardous waste and asbestos from all woody and structural debris that is to be further processed,

34

37 of 157 reduced, recycled or burned. Segregation of asbestos from curbside debris planned for direct disposal at a landfill will not be required.

The Contractor must operate the DM sites in such manner as to minimize the possibility of infestation by rodents, other vermin and insects and to minimize the potential for attracting birds and wildlife. The Contractor will be responsible for proper and safe application of rodenticide and insecticide as a precautionary tactic to minimize the potential for infestation. Additional applications of such materials shall be made as necessary to eradicate infestations. All sites and work areas will be subject to inspection and monitoring by the County Health Department. The Contractor will be considered the owner of all debris brought to a DM site. The Contractor must remove or arrange for the removal and final disposal ofall debris brought to the DM sites. Options include but are not limited to sending the material to an authorized and properly permitted disposal area, recycling facility or resale entity. The Contractor must maintain records for all materials, including processed debris, residue, and hazardous materials, being transported from the DM sites to disposal or recycling facilities The Contractor must secure an EPA Identification Number prior to the lawful disposal ofany ash determined to be hazardous based on analytical results. Copies of this documentation must be provided to the Debris Manager for his/her review. The Contractor must assume possession of all processed debris and may dispose of such debris in a manner that creates income for the Contractor. Reduction and disposal of the debris is the sole responsibility of the Contractor. 4. DM Site Closure cc.f"H".Contractor will be responsible for preparing and closing out a DM site in

,...... iacJX)~\llJJQCe with specifications in th~'~brisRemoval and Disposal Contract. The Contractor must restore all DM sites to their original condition to the extent feasible or to the satisfaction of the Debris Manager. Unless otherwise directed by the County, all improvements (e.g., fencing, haul roads, trailers) must be removed. The Contractor must reestablish grades (i.e., roads, and ditches) throughout each DM site. The Contractor must request and participate in site inspections by the County for final approval of all site closure and restoration activities.

The Contractor must complete soil and groundwater closure san1pling and testing in the areas described in the baseline sampling infonnation. The same tests must be completed as were performed prior to commencing with DM site operations (TPH and RCRA Metals). The analytical results must be provided to the County prior to closure of each DM site. Areas found to be contaminated above the baseline values must be remediated by the Contractor. The Contractor is regarded as the generator of such contaminants for the pmposes of Federal environmental statutes.

35

38 of 157 SECTION VII. CONTRACTED SERVICES

The Board of Commissioners is the Purchasing Agency for the County. The following persons serve as Purchasing Agents for the County:

(A) each elected County official;

(B) each elected circuit court judge;

(C) the director of Court Services;

(D) the county highway superintendent and engineer;

(E) each appointed county department head;

(F) each employee who is designated b)"~i;~rherdepartment head on a register maintained by the County Auditor. ·

IC 5-22 governs the manner in which suppliesai1dservice~:~repurchased by the County.

Services may be purchased by a Purchasing Agent in wlllltever manner the agent deems to be reasonable.

"Services" means tl;l

A contract for servicesi~UstJ:ie''atprQvedby the Board of Commissioners. "-'------C-,.co·-- -- "-"-'

A Purchasing Agent may pud)ljase suppliesotservices with an estimated cost of less than Fifty Thousand Dollars ($50,000)01) the open market, without inviting or receiving bids or quotes.

A Purchasing Agent shall follow the procedure described in IC 5-22-8-3 in awarding a contract for supplies, unless another purchasing method is required or authorized by IC 5­ 22.

A Purchasing Agent shall follow the procedure described in IC 5-22-7 in awarding a contract for supplies unless another purchasing method is authorized by IC 5-22.

A Purchasing Agent may make a purchase of supplies and services without soliciting bids or proposals in the following circumstances, provided, however, that the Purchasing Agent complies with the provisions ofiC 5-22-10-2 and 5-10-22-10-3:

(A) emergency conditions as authorized by IC 5-22-10-4.

36

39 of 157 (B) savings to governmental body as authorized by IC 5-22-10-5. (C) auctions as authorized by IC 5-22-l 0-6. (D) data processing contract or license agreements as authorized by IC 5-22-10-7. (E) single source for supply as authorized by IC 5-22-l 0-8. (F) purchasing method impairs functioning of agency as authorized by IC 5-22-10-9. (G) no offer received under other purchasing method as authorized by IC 5-22-10-10. (H) evaluation of supplies or system containing supplies as authorized by IC 5-22-l 0-l 1. (I) governmental discount as authorized by IC 5-22-10-12. (J) single source for supply; award of contract as authorized by IC 5-22-10-13.

(K) efficiency and economic advantages as,~Ufuorizedby IC 5-22-10-14. (L) purchase from a person who has acol.ltritct with a federal agency as authorized by IC 5-22-10-ISr (M) acquisition of supplies through transfel'tfpm fede:a.lgovernment as authorized by IC 5-22-10-16. ';. /;:'< (N) acquisition of supplies through an acceptanteof:i:iift as authorized by IC 5-22-10-17.

The Board of Commis~io~ersmay, from time to time, adopfffi!es to govern and facilitate the purchase of suppli:es

SECTION VIII. PRIVATE PROPERTYDEMOLITIONAND DEBRIS REMOVAL

A. Private Property Debds:~i§posalaiid.Q~ytolition Disaster generated debris oi(jtpp.-commercial private property must be moved to the curb or right-of-way of a Counij_lJ:laintained street by the property owner before it can be disposed of at public expense''I.I,'nvate contractors hired by the County cannot enter and remove debris from private property without a signed right-of-entry/hold harmless agreement executed by the County. Debris on commercial private property will not be placed at the curb and must be removed at the owner's expense.

NOTE: Before a Right of Entry/Hold Harmless agreement is implemented the legal responsibility must accrue to the local government by the local government invoking its policing powers as required to abate an immediate threat to life, public health or safety. When the local government has acted according to its own laws, ordinances or codes to remedy the immediate threat to life, public health or safety on private property, then the work may become eligible for reimbursement under the FEMA Public Assistance Program. See Attachment 7 for detailed guidance.

37

40 of 157 Debris removal and disposal from "Gated Communities" is the responsibility of the Homeowner's Association. The County may push debris from the roadway to open up a single lane within the Gated Community to provide access for fire and medical response units. However, Homeowner's Associations must make arrangements with private contractors to have debris removed and hauled to a legal disposal site.

NOTE: The County or its private contractors will not remove debris from private property, gated communities, or private roads unless

approved by the FEMA Public Assistance Offi~er.See Attachment 7 for detailed guidance. ./ic .' '

Dangerous structures are the responsibility oftheg;wtie(todemolish and remove at the owner's expense in order to protect the health and S

The Debris Manager will coordinate with the State Public Assistanc&Officer , the FEMA Public Assistance Oflicyr,i1J1d State Historic Preservation Officerregarding:

• Demolition of private sfrti~tl"!res;··

• Removing debris from priV~tepr~p~fty.

• Local law and/or code enfo~t¥1Jlentre~~ife01t:nt.

• Historic and archaeological sites~estiictions. • Qualified environmental contracto.ci'.to remove hazardous materials such as

~· '

:: _:·.~:-::;~:-- <~;'f '"

B. ~J~demnationC~it~baand Procedures

When the':Qounty assuri{~sthe responsibility to demolish structures, it must comply with its norlila! conde~tionprocedures. The County building safety official will contact the holh(l{).yYIIetahd assess and detennine building structural integrity.

The County's noriril\lbuilding safety assessment should be used for the disaster condemnation criteria as well. Typically, any building or structure may be condemned if the building official determines that it represents a hazard to the health and safety of the public or poses a threat to public rights-of-way. Following that determination, the applicant would then initiate condemnation proceedings following existing ordinances.

38

41 of 157 C. Demolition Permitting The County will follow standard procedures that apply to its condemnation process. During the planning process, the County may have its legal counsel review and update any documents for inclusion within the permitting process. The following is a general list of documents that may be included in the plan. Verification of ownership ensures that the proper site and owner are identified and the owner is aware of nature of the scheduled building assessment. A right-of-entry form is signed by the homeowner and allows the building official to enter the property to complete the assessment. It often contains a hold harmless agreement that documents the property owner's promise that he or she will not bring legal action against the applicant if there is damage or harm done to the property. Building official assessment is the documentation of the damage to the structure and the description of the threat to public health.and safety. This assessment often contains the building official's determination as to whether the structure should be condemned and whether it should be repaired or tleg}olished. This may be an official structural assessment.

Verification of insurance information all()~s}he:applicant to pursue financial compensation if the property owner's homeowrie,-ifu;urance policy covers demolition and debris removal. · · Archeological review outlines the archeological'l§wcimpact stipulations for demolition and :del;Jris;emoval activities and highlighfsthe implications for the applicant if theyJail to comply with the guidelines. . ,,,,., ,------­

Environment~l-}(lviewe~suresthat adverse impacts to protected environmental resources are mil1iU\i.Jledorfiv<;>~ct~d when removing debris from the proposed site. These reviews should Be:il.

39

42 of 157 The DMC planning staff will investigate the legal responsibility for debris issues within the mobile home parks within its jurisdiction. The County should coordinate the potential private property debris removal and demolition operations with the park owners in order to expedite recovery after an event. Agreements need to be made with respect to the debris collection, location, separation of materials, and the amount of debris expected to be handled.

E. Navigation Hazard Removal Procedures. Damage to publicly-owned marinas caused by a major disaster can include abandoned sunken boats and other debris that may impede navigation. The procedures used for individual sites may be modified for this situation.

The County should coordinate with U~CDf,theState marine patrol, local government agencies, legal counsel, marine salvage contractors, commercial divers, and certified

surveyors to ensure that navigation hazardSj.~treremoyed safely and et1iciently. The

two main challenges with navigation hazard~[It~loc~ttirig the debris and finding legal owners. Marinas can be inspected visually by alj,elipopter or boat. Sonar or dive teams

may need to be employed for submerged vessels:"~:l0cationor flotation marker may

be helpful in order to keep vessel positions documente4. J:~elegal owner's information

may be obtained using the vessel's registration numbe.J:~tndmarina records.

SECTION/X PUBLIC INFORMATION PLAN

A. Public Informati~kOffice~;i•

Tlw~oia1.}rlro~atiollCJellt?rM,W~g~r-,viJI;yorkwith the DMC to develop a proactive debris iri(0nnation ph!.ti:~mphasis-ghQuld he placecj onactions that the public can perform to expedite "·tlle'cleanup process.}. · ·· · ·

B. P~~E$¢['iptedlnforilt~tion

Flyers:~~V,spapers,radi~iG-qpntyW~b"1ite,and TV public service announcements will be used

to encourag~·pl.lbliccoopel)ltlon for such activities as:

• Separatin~·b~able<;nA~on-bumabledebris. • Segregating Hoiis.«!\olqHazardous Waste (HHW). • Placing disaster debrls at the curbside. • Keeping debris piles away from fire hydrants and valves. • Reporting locations of illegal dump sites or incidents of illegal dumping. • Segregating recyclable materials. • Disseminate debris route clearing and pickup schedules through the local news media, and Web postings.

40

43 of 157 SECTION X WEAPONS OF MASS DESTRUCTION/TERRORISM EVENT The first local emergency responder to arrive at the scene of an emergency situation will implement the Incident Command System (ICS) and serve as the Incident Commander until relieved by a more senior or more qualified individuaL The Incident Commander will establish an Incident Command Post (ICP) and provide an assessment of the situation to local officials, identify response resources required, and direct the on-scene response from the ICP.

For some types ofemergency situations, a specific incident scene may not exist in the initial response phase and the EOC may accomplish initial resp911~~actions, such as mobilizing personnel and equipment and issuing precautionary waiTJ.illgto the public. As the potential threat becomes clearer and a specific impact site ()tYt>'it<;sare identified, an incident command post may be established, and direction aridecmti()ffor the response transitioned to the Incident Commander.

The handling and disposal of debris generated from a WeapodsqfMass Destruction (WMD) or terrorism event will exceed local capabilities. Therefore, the Incident Commander will implement the Incident Command System and will niqvest immediate State and Federal assistance.

Normally, a WMD or terrorism e:Y6h£WI!j¥,byits very nature, require all available assets and involve many more State and F~~raJC!ei!aJ;tJTientsand agencies. The nature of the waste stream as well as whether or nottile debrisls'~o11taminatedwill dictate the necessary cleanup and disposal actions. Debris h~ciling.c~jlsiderationsthat are unique to this type of event include: · ·''_············· · ·...... •

• Mucho[ the affected area will likely be~crimescene. Therefore, debris may be

dir~~d'.t().a.controlled DM sites by the.Jncident Commander or Federal law

erifdtcemehfoflj~jalsfor further analysis. . ..

• \~¢.,debris ~~~'::;b~ contaminated by chemical, biological, or radiological

coh~inants.If so,il:li~ debris will have to be stabilized, neutralized, containerized, etc. bill'ore disposal. '''l.n such an occurrence, the operations may be under the

supervi§i~w;mddirectiillJ.of a Federal agency and one or more contractors specialty

retained b)lt]:iatFederal~ency.

• The presencef'l~.f.. Al.>~tarninationwill influence the need for pretreatment (decontamination); packaging, and transportation. • The type of contaminant will dictate the required capabilities ofthe personnel working with the debris. Certain contaminants may preclude deployment of resources that are not properly trained or equipped.

The Debris Manager will continue to be the single point of contact for all debris removal and disposal issues within the County following a WMD event. However, coordination will be exercised by the Debris Manager through the Incident Commander located at the designated Incident Command Post.

41

44 of 157 In this type of event, the Debris Manager and the DMC staff will become supporting elements to the U.S. Army Corps of Engineers, and will operate as requested by the USACE WMD Emergency Response Team.

LIST OF ATTACHMENTS

Attachment I Acronyms and Definitions Attachment 2 Debris Management Zones

Attachment 3 Landfill and Tempormy 1JebriS11dm~a!~en•wrzt Attachment 4 Critical Facilities ·Attachment 5 State Maintained Highways and Pri'"m'P C)lf.eets

42

45 of 157 Attachment 1 Monroe County Acronyms and Definitions

ACRONYMS AND DEFINITIONS LIST OF ACRONYMS

ACI Advance Contracting Initiative

BATF Bureau of Alcohol, Tobacco and Firo~"rm

DMQp~l:>risM~h~~E;wentCenter

EM~}§mergencyM~h~g~mentAgency

EOC E'ih~r\J,~ncyOperafl6d~?enter

ESF Emergebi:;ySupport Fup~tion FAS Federal Aicl:$y{ltem

FBI Federal BureaJ6tln\l~~~igation FEMA Federal Emergency Management Agency FHWA Federal Highway Administration GIS Geographic Information System HD Highway Department HHW Household Hazardous Waste ICP Incident Command Post ICS Incident Command System

43

46 of 157 IDEM Indiana Department of Environmental Management INDOT Indiana Department of Transportation NISWMD Northeast Indiana Solid Waste Management District OSHA Occupational Safety and Health Administration PCB Polychlorinated biphenyls PIO Public Information Officer POC Point of Contact RCRA Resource Conservation and Recovery Act

TDSR Temporary Debris Storage and Reduction (Debd;M~nagementSite) TPH Total Petroleum Hydrocarbons USACE U.S. Army Corps of Engineers USEPA U.S. Environmental Protection Agency WMD Weapons of Mass Destruction

DEFINITIONS

Burning- Reduction of woody deb(ip by.cgqtrolled burning. Woody debris can be reduced in volume by approximately !19% thrOU'g~burning. Air curtain burners are recommended because they can be 6pE;![ated ih\;~iila!lnerto comply with clean-air standards.

Chipping or Mulching - Reducing wood r~l~tedmaterial by mechanical means into small pieces to be used as mulch or fuel. Wod(:Jy debris can be reduced in volume by approxirnrthe demolitiol).()f any building or structure.

Debris - Scaft~teditems an~!ilnaterials that were broken, destroyed, or displaced by a natural disaster.E*E!mple:tf@s, construction and demolition material, personal property.

Debris Clearance"!21~Jti~~themajor road arteries by pushing debris to the roadside to accommodate emergency traffic.

Debris Removal and Disposal Contractor Oversight Operations- City element staffed by the City's Monitoring Contractor organized to provide oversight of private debris contractors involved with debris clearing, removal, and disposal operations. The team consists of Roving Monitors, Load Site Monitors, and Disposal Site Monitors.

Debris Removal - Picking up debris and taking it to a temporary storage site or permanent landfill.

44

47 of 157 Federal Response Plan- A plan that describes the mechanism and structure by which the Federal government mobilizes resources and conducts activities to address the consequences of any major disaster or emergency that overwhelms the capabilities of State and local governments.

Final Debris Disposal- Placing mixed debris and/or residue from volume reduction operations into an approved landfill.

Force Account Labor -In this context, State, tribal or local government employees engaged in debris removal activities within their own jurisdiction.

Garbage -Waste that is normally picked up by a designated department such as the Department of Solid Waste or a Contractor. Examples: food, plastics, etc.

Hazardous Waste- Any waste or combinC~ti()J1bfwastesof a solid, liquid, contained gaseous or semisolid form which because~i:lfitsquantity, concentration, or physical, chemical, or infectious characteristics as defip!od in 40CFR.261 may:

LJ Cause or significantly contribute to an increasrln.m~A~Iityor an increase in serious irreversible or incapacitating reversible illness; or · · · ';-t:.;:_-,-,. D Pose a substantial present or potential hazard to human h"ealth or the environment when improperly treatecl;;;tored, transported or disposed of,"ol"o(herwise managed.

I] Also includes materJal·a~dbrqductsfrom institutional, comm~rcial,recreational, industrial and agricultural sourgl;ls that contain certain chemicals with one or more of the following characteristic&; as de.fipedby the Environmental Protection Agency: 1) Toxic,

2) Flammable, 3) Corrosivfl_;apdfor1t-~Rfl_active.Such wastes may include, but are not limited to, those that are per:slstent in natyre, assimilated, or concentrated in tissue or which generate pressure throl.lghdecomp'ositlon, heat, or other means. The term does not include solid or dissolved mi)tecials in domestic sewage or solid dissolved materials in irrigation return flows, or industria[discharges, which are point sources subject to state or federal permits. ········ ·

Household Hazardous Waste (HHW)- Used or leftover contents of consumer products that contain chemicals with one or more of the following characteristics, as defined by the Environmental Protection Agency: 1) Toxic, 2) Flammable, 3) Corrosive and/or 4) Reactive. Examples of household hazardous waste include small quantities of normal household cleaning and maintenance products, latex and oil based paint, cleaning solvents, gasoline, oils, swimming pool chemicals, pesticides, and propane gas cylinders.

Hot Spots- Illegal dumpsites that may pose health and safety threats.

Illegal Dumping - Dumping garbage and rubbish, etc., on open lots is prohibited. No garbage, refuse, abandoned junk, solid waste or other offensive material shall be dumped, thrown onto, or allowed to remain on any lot or space within the County.

45

48 of 157 Industrial Waste- Any liquid, gaseous, solid, or other waste substance, or a combination thereof resulting from any process of industry, manufacturing, trade, or business or from the development of any natural resources.

Monitoring -Actions taken to ensure that a Contractor complies with the contract scope of work.

Mutual Aid Agreement -A written understanding between communities, states, or other government entities delineating the process of providing assistance during a disaster or emergency. (See Response and Recovery Directorate Policy Number 9523.6, "Mutual Aid Agreements for Public Assistance", dated August 17, 1999).

Public Information Officer- Public Information Officer (PIO) is responsible for preparing news releases pertaining to the debris cleanup operation.

Recycling- The recovery and reuse of metal~:~oils,and construction materials that may have a residual monetary value. Examplesof.recyclable material are shown below:

U Aluminum Cans

C::Steel (tin) cans

Ll Newspaper

D Glass

D Plastic

C::Cardboard

D Office Paper o Mix~~~a~~r/ ·,-,,-,------·=-=·----'

Righf~-of,Way-The p6rtions of land over which facilities, such as highways, railroads, or power lines ar'~'huilt.Includes land'on both sides of the highway up to the private property line.

Scale/Weigh~l:a,tion-A scai~•1Js.edto weigh trucks as they enter and leave a landfill. The difference in w.iigljt.petermim~$tonnagedumped and a tipping may be charged accordingly. Also may be used td<;letermine·the quantity of debris picked-up and hauled. ------.­

Sweeps- The number;J~'tj~~~aContractor passes through a community to collect all disaster­ related debris from the rights-of-way. Usually limited to three passes through the community.

Temporary Debris Storage and Reduction {TDSR} Site- A location where debris is temporarily staged until it is sorted, processed, and reduced in volume and/or taken to a permanent landfill. Also referred to as debris management sites.

Tipping Fee- A fee based on weight or volume of debris dumped that is charged by landfills or other waste management facilities to cover their operating and maintenance costs.

46

49 of 157 Trash- Non-disaster related waste such as yard waste, white metals, or household furnishings placed on the curbside. Non-disaster related trash is not eligible for reimbursement under FEMA's Public Assistance Program. Not synonymous with garbage.

United States Army Corps of Engineers {USACE)- Federal agency responsible for design and management of construction projects for the Army and Air Force, and provides oversight to various flood control and navigation projects. The USACE may be tasked by FEMA to manage debris removal and disposal of private contractor operations.

Volume Reduction Operations- Any of several processes used to reduce the volume of debris brought to a temporary debris storage and reduction site. It in~ltid.eschipping and mulching of woody debris, shredding and/or baling of metals, air curtai~l:JGrQiri"g,etc.

White Metals- Household appliances such as refriger~~~rs)Wa$1)ers,dryers, and freezers.

47

50 of 157 Attachment 2. Monroe County Debris Management Zones

The following postal zip codes within the unincorporated areas of the county will be used as County Debris Management Zones to removal of debris following a major debris generating event:

47264 47426 47401 47434 47403 47458 47404 47463 47405 47464 47406 46151 47408 47468 47421 47429 47433 47436

Map to be published.

48

51 of 157 Attachment 3

Monroe County Landfill and Temporary Debris Management {DM) Site Locations

Monroe County identified the Monroe county Landfill site as a possible site for temporary debris storage and sorting. Other landfill sites in the area are also listed.

49

52 of 157 Monroe County Landfill Debris Management Storage Location Possibilties 7740 N. Fish Road, Bloomington, IN 47408

Location B: Secondary storage location possibility; approximately 2.8 acres

Location C: Tertiary storage location possibility; approximately 3.9 acres

Location D: Quaternary storage location possibility; approximately 1.7 acres

50

53 of 157 Locations are listed in preferred order of use. Any locations where debris is deposited for temporary storage will need to be prepped for control of run-off (i.e. berms, dikes, silt fences, etc.). All identified locations are accessible by paved or gravel roads.

Facility is fenced with a locked gated entrance from Fish Road. During use for debris storage facility will need to remain locked when no personnel are on premises.

Other Area Solid Waste Facilities

Which Could Receive Monroe County Debris

1. Hoosier Disposal & Recycling Owner: Republic Services of Indiana 6660 S. Highway 37 Facility Type: Transfer Station Bloomington, TN 47403 812-824-7998 Contact: Brian Beaudrie Jr.

2. Sycamore Ridge Landfill Indiana 12247 S. Mill St .. Solid WasteLal1dfiU. Terre HalJte:m 4i86f. Permit#: 84-06 812-299-9227 Facility Contact: Mike Calleja

3. Medora Sanitary Dal\'dfill Owner: Rumpke of Indiana, LLC 546 CR870W Facility Type: Municipal Solid Waste Landfill Medora, TN 47260 Permit#: 36-01 812-966-2017 Facility Contact: Ralph Collins

4. Lawrence County SWMD Transfer Station Owner: Lawrence County SWMD 274 County Complex Road Facility Type: Transfer Station Bedford, TN 47421 Permit#: 47-04 812-278-7439 Facility Contact: Ron Walker

5. Martinsville Transfer Station Owner: Martinsville City Government

51

54 of 157 1349 Blue Bluff Road Facility Type: Transfer Station Martinsville, IN 46151 Permit#: 55-03 765-342-7800 Facility Contact: John Elliot

52

55 of 157 Attachment 4

Monroe County Critical Facilities

The following critical facilities list is derived from thef\'1\Jhroe County Mitigation Plan Critical Facilities Jist with additions by lndiana.Ui]iversity in the User Defined section.

53

56 of 157 Airport Facilities ID Class Name Address 1 ADFL T MONROE COUNTY AIRPORT 2 ADFL T LAKE MONROE SEAPLANE BASE Bus Facilities ID Class Name Address 1 BDFLT Bloomington Transit 130 W Grimes Ln 3 BDFL T Monroe Co Comm Sch Corp 560 E Miller Drive Care Facilities ID Class Name Address 1 EFHL BLOOMINGTON HOSPITAL & 601 W 2ND ST 2 EFHM BHC MEADOWS 3600 N PROW RD 3 EFHS SELECT SPECIALTY HOSP­ 601 W 2ND ST 9 MDFLT Community Health Center 333.EMiller 10 EFMC BLOOMINGTON HOSPITAL1Nc".3S3f:: MILLER DR 11 EFHL HOSPITALITY HOUSE CARE 1100 SCURRY PIKE 12 EFHL BLOOMINGTON 71·(SROGERSST 21 EFHS Monroe Hospital 401 fM()nroe'Ml!Bical Park Blvd. 23 EFHS Monroe Hospital 4001 Mo'rirde Medical Park Blvd 13 EFHL MEADOWOOD HEALTH 2455 TAMARAc;KTRAIL 14 EFHS WALNUTCREEKAT 120 E MILLER DR. 15 EFHL RICff@(NDBEAN BLOSSOM 5911 W STATE RD 46 ·

16 EFHL A.l-.J'Ef<~J\sTE.$.LINGHOUSE 03802 S SARE RD 17 EFHL 'PoNTANBLEJNJRSING AND 3305 SOUTH HIGHWAY 37 ------, "- ' 18 EFHS BELLTRACE Hi;;AUH AND 725 BELL TRACE CIR

Communication Faciliti~~; ID Class Name ,.,,,Address 1 CBR WGCL 2 CBT WTIU 3 CBT WTIU 4 CBR W299BD 5 CBR W292DD 6 CBR NEW 7 CBR NEW 8 CBR WFIU 9 CBR WFIU 10 CBR WFIU

11 CBR W276BF 12 CBR W270BH 13 CBR WIUX-LP 14 CBR W256AR 15 CBR W251AG 16 CBR WCLS

54

57 of 157 17 CBR WBWB 18 CBR WBWB 19 CBR W240AT 20 CBR WVNI 21 CBR NEW 23 CBR WCJL 24 CBO Cell Tower/College Mall 2894 E 3rd St 25 CBO Cell Tower/Fire St#4 2201 E 3rd St 26 CBO Cell Tower/Fire St#8 900 N Curry Pike 27 CBO Cell Tower 1200 E Hillsidel\venDe

28 CBO Cell Tower/Sarkes Tarzian 1020 S HigH,[email protected]~fAvenue

29 CBO Cell Tower/CBU 1969 st-i~ni:ler'Sbnst 31 CBO Cell Tower/First Assmbly of God 801 E Matlock 30 CBO Cell Tower 2222 E 1Oth St 32 CBO Cell Tower/AT&T Bldg 301 N Washington 33 CBO Cell Tower/Johnson Creamery 400 W 7th 34 CBO Cell Tower 1308 WVernal Pike 35 CBO Cell Tower 2010 WVernal Pike 36 CBO Cell Tower 2356 W Industrial Park Drive 37 CBO Cell Tower , , F1999 Packinghouse Road

38 CBO Cell Tower 599~f"towerRoad 39 cso Cell Tower/T-Mobile 3907s'wa'liiutst

40 CBO Cell Tower '!; t6tl.f%~og~;~'s\

41 CBO Cell Tower , <,~Q~NCollege Av~nue 42 CBO Cell Tower/Hoosier Energy StRc! 37 & Ellis Rd

43t:iso, ''c~U."j"ower834(\S Fairfax Rd ;4;42E3oC:ei!TcQwer 3445 S Knightridge Road

WB9TL.Hlf~peater Eigenmann Hall, IU

46"'AMT K91U repeflt~(, Memorial Union, IU 47 Aflil'f KB9SGN repoofur Gosport

48 AMT "',Amateur Radio~~peater4200 N Louden RD

49 ADFL T Ell.j()tn;Dgton-Mp~fbeAirport 972 S Kirby RD Dams ID Class Name Near City 1 HPDA UNIVERSITY LAKE DAM MARLIN HILLS

2 HPDE LAZY LAKE DAM DOLAN

3 HPDE BRYANTS CREEK DAM GOSPORT

5 HPDE WEIMER LAKE DAM LEONARD

6 HPDE GRIFFY RESERVOIR DAM MARLIN HILLS

7 HPDE BETHAL LAKE DAM MOUNT TABOR

8 HPDE SCHACHT LAKE DAM MONROE LAKE

55

58 of 157 9 HPDE CHERRY LAKE DAM MARTINSVILLE

10 HPDE EGENOLF LAKE DAM DOLAN

11 HPDE BUGHER LAKE DAM ROMONA

13 HPDE LAKE LEMON DAM DOLAN

14 HPDE MONROE LAKE DAM GUTHRIE

15 HPDZ FIELDSTONE

16 HPDZ LINNEMEIER LAKE DAM

17 HPDZ SHAWNEE LAKE DAM

1 EDC Cinergy Substation 1604 S,l{bg~;~-~treet Emergency Centers ID Class Name Address 1 Monroe County EOC 2800 S Kirby Road 2 Central Emergency Dispatch Center Fire Stations ID Class Name Address 1 EFFS Ellettsville Fire DeptcStation 7 5080 W SR 46

2 EFFS Van Buren Twp Fire D~~JcktaliQfl92130S Kirby Rd 3 EFFS Bloomington Fire Dept 'c· 3o0 E 4th St

4 EFFS Bloomington Twp Fire Depl-Stn 5 5B~iNOidState Road 37

5 EFFS Benton Township Volunteer Fife. 7606E~I;.!~~oad45

6 EFFS Stinesville Fire Dept ,,, -7~51'WMairl sF

7 EFFS Perry-Clear Creek Fire Dept . \)()g~S Strain Ridge Rd 8 EFFS Bloomington Fire Dept- Station 4 22.1J1E 3rd St. 9 EFFS Bloomington Fire Dept- Station 3 900N.Woodlawn 10 EFFS Bloomington Fire Dept- Station 2 209 S Fairfield Drive 11 EFFS Bloomington Fire Dept- Station 5 1987 S Henderson St 12 EFFS Perry-Clear Creek Fire Dept 3953 S Kennedy Drive 13 EFFS Van Buren Twp Fire Dept-Stn 19 9019 W Hinds Road 14 EFFS Ellettsville Fire Dept - Station 8 900 N Curry 15 EFFS Bloomington Twp Fire Dept 2111 N Vernal Pike 16 EFFS Indian Creek Twp Fire Dept 8019 S Rockport Road Hazmat ID Class Name Address 1 HDFLT PROGRESSIVE PLATING CO. INC. 2 HDFL T GE APPLIANCES BLOOMINGTON 27 HDFLT Amerigas 1829 S. Curry Pike 28 HDFLT AT&T 301 N Washington St 29 HDFLT Baxter Pharmaceutical Solutions 927 SCurry Pike 30 HDFLT Baxter Pharmaceutical Solutions 1801 N Curry Pike 31 HDFLT Baxter Pharmaceutical Solutions 555 Daniels Way

56

59 of 157 32 HDFLT Bloomington Dillman WWTP 100 W Dillman 33 HDFL T Bloomington Street Dept 1969 S Henderson St 34 HDFL T Blucher Poole WWTP 5555 N Bottom Rd 14 HDFLT OTIS ELEVATOR CO. 1331 S. CURRY PIKE 20 HDFL T ABB POWER T&D CO. INC. 300 N. CURRY PIKE 22 HDFL T INDIANA METAL CRAFT INC. 4602 Innovation CT. P.O. BOX 546 35 HDFL T USPS Woodbridge Station 3210 E 1oth St 36 HDFL T Carlisle Braking Systems 1031 E Hillside Dr 37 HDFL T Choice One Communications, Inc 2599 W Vernal Pike 38 HDFLT Circle-Prosco, Inc. 401 N Gates Drive 39 HDFLT Cook Incorporated- Park 48 750 Daniels Way 40 HDFL T ERIC INC d/b/a/ Jiffy Lube 2621 E 3rd St 23 HDFL T PTS ELECTRONICS CORP. 5233<$. OLD HWY. 37 24 HDFL T INDEPENDENT PACKAGING .SOaN.CURRY PIKE 25 HDFL T COOK INC. '"£300 N MATTHEWS DR. 41 HDFL T Frank Southern Center Ice Arena · '2100 S Henderson 42 HDFLT Hoosier Disposal :·,::\ ;'~ ,_~::--,- -,_;,

43 HDFLT IMI 1eoos Rgg~rnst 44 HDFLT IMI 1800 N Kinse['f?ike 45 HDFL T Insight Communications 1600 W Vernal .Pike 46 HDFLT Inter Art Distribution 3963 w Vernal Pike.··

47 HDFLT IU UOEH~'. 2735 E 10th

48 HDFLT Mo~~~IJ'\IaterifeatmentPlant 7470 Shields Ridge Rd

49 HDFLT OtisE;Iev~torCo 1331 S Curry Pike

50 HDFLT PenskeTr~~~Leasln!j' 2212 S Yost Avenue 51 HDFL T Printpak ' ' •; · :.,,,,. 303 N Curry Pike

52 HDFL T PYNMonarch ' J.~J.JN Curry Pike 53 HDFL T Sam's Club 32o5wSR 45

54 HDFL T Sims and Pedigo Co., Inc.•).• 8311 N St. Rd 37 55 HDFLT Speedway #5183 3585 W St. Rd 46 56 HDFLT Speedway #601 0 2700 N Walnut 57 HDFLT Speedway #6009 3939W 3rd 58 HDFLT Speedway #1327 3021 E 3rd 59 HDFL T Swifty Station #277 2200W 3rd St 60 HDFL T Swifty Oil #225 4723 W SR 46 61 HDFLT Coca-Cola Bottling Company 1701 Liberty Drive 62 HDFLT United Parcel Service 1700 Liberty Drive 63 HDFLT American Red Cross 411 E 7th Street 64 HDFLT Verizon Wireless 5996 Tower Road 65 HDFLT Victor Oolitic Stone Company 7850 Victor Pike 66 HDFLT Allcares 5699W SR45 67 HDFLT Bloomington Hospital 601 W 2nd

57

60 of 157 68 HDFLT BMG Aviation 984 S Kirby Road 69 HDFLT Bloomington DPW 545 S Adams St 70 HDFLT Cinergy/PSI 1100W2nd St 71 HDFLT Koorsen Protection Services 4 700 W Innovation Ct 72 HDFLT Tamarron Lift Station 3660 E Tamarron Dr 73 HDFLT White River Co-Op 1305 W Bloomfield Rd 7 4 HDFLT Bloomington DPW West Booster 1075 W 17th St 75 HDFLT Bryan Park Pool 1020 S. Woodlawn Avenue 76 HDFLT Mills Pool 11 00 N 14th Street

77 HDFLT Cook Aviation Services 970 S Kirby Rd·''c .. Military Facilities ID Class Name AddressT 1 HMI12 Indiana National Guard Armory 3380 SWalnut 2 HMI12 US Army Reserve Center 520 S Woodcrest Police Stations ID Class Name Address 1 EFPS Ellettsville Police Dept 1406 West Temperance Street

2 EFPS Monroe County Poli~~:~~g-~1 122 S Walnut 3 EFPS Bloomington Police Dept · 220 E 3rd St 4 EFPS Monroe County Sheriff 301 N College Ave 5 EFPS Monroe County Auxiliary Pol.ice 5p5V\1_4th St 6 EFPS Stinesville Police Dept 7951 WMainst ,-,; -----~---.-- --'

7 EFPS -Police Dept . 801NJCJrcf~n'Aife

8 EFPS Indiana State Police- Bloomington, tHt5

4 PI)FLT Van Buren \ili~ier 4385 W State Road 45 5 PDFLT: Washington township Water 11 00 E Chambers Pike Schools 10 Class Nam.e Address

1 EFS1 Ed~~$6¢dEaM:8hildhood Cntr 8045WSR 46

2 EFS1 Edgew~ddB!lJhSchool601 S Edgewood Dr 3 EFS1 Forest Hills Spec Educ Coop 8045WSR 46 4 EFS1 Edgewood Primary School 7700 W Reeves Rd 5 EFS1 Edgewood Intermediate School 7600 W Reeves Rd 6 EFS1 Unionville Elementary School 8144 E SR 45 7 EFS1 Lakeview Elementary School 9090 S Strain Ridge 8 EFS1 Grandview Elementary School 2300 S Endwright Rd 9 EFS1 Highland Park Elem Sch 900 Park Square Dr 10 EFS1 Bloomington High School South 1965 S Walnut St

58

61 of 157 11 EFS1 Bloomington High School North 3901 Kinser Pike 12 EFS1 T ri-North Middle School 1000W 15th St 13 EFS1 Lora L Batchelor Middle Sch 900 Gordon Pike 14 EFS1 Binford Elementary School 2300 E Second St 15 EFS1 Arlington Heights Elem Sch 800 Gourley Pike 17 EFS1 Childs Elementary School 2211 S High St 18 EFS1 Clear Creek Elementary School 300 Clear Creek Dr 19 EFS1 Fairview Elementary School 627W 8th St 20 EFS1 Hoosier Hills Career Center 3070 Prow Rd 21 EFS1 Marlin Elementary School 1655 E Bethei.Lrl' •

22 EFS1 Rogers Elementary School 2200 E 2nd St :• ·.

23 EFS1 Jackson Creek Middle Sch 3980 s.sar~~~. 24 EFS1 University Elementary School 1111 N Russell 32 SDFLT Adventist Christian Academy 2230 N Martha St 25 EFS 1 Aurora Alternative School 524 N Fairview St 27 EFS 1 Templeton Elementary School 1400 S Brenda Ln 28 EFS1 Stinesville Elementary School 7973 W Main St 29 EFS1 Edgewood Junior High $i;hool 851 W Edgewood Rd 30 SDFLT Saint Charles Boromed Schd61 2224 E 3rd St 31 EFS1 Summit Elementary Schoof 1450 W Countryside Ln

33 SDFLT BloominQt9[1_RevLearning- C~J]ter18o7.s Highland 34 SDFLT Campus Ct>ill;lr¢n's Center 261sE'irnhst

35 SDFLT Hi~hAchievers

36 SDFLT Ho~siei.courtsCoo~erative11SO N Union St

37 SDFLT Kid Angl~sCTbeEi!~Y;!=ducation 1500 E Hillside Drive

38 EFS1 Broadview~l~~ell!~iv'schddi;•705WCoolidge Drive

39 EFS2 Ivy Tech St Colle9~,81oomingtall·2ooN Daniels Way 40 EFS1 Honey Creek School 8325 N Low Gap Road 41 EFS1 New Technical High ScildQl;.. 444 S Patterson User Defined Facilities ID Class Name Address 1 UDFGB MCCSC Adminstration Building 315 E North Drive 2 UDFGB MCCSC Svc/Transportation Bldg 560 E Miller Drive 3 UDFGB Wonderlab Museum 308 W 4th St 4 UDFGB Monroe County Public Library 303 E Kirkwood avenue 5 UDFGB Monroe County Historical Museum 202 E 6th St 6 UDFGB Richland BeanBlossom CSC Admin600 Edgewood Drive 7 UDFGB Monroe Co Pub Library Ellettsville 600 W Temperance St 8 UDFGB Herald Times 1900 S Walnut St 9 UDFGB Indiana Daily Student 940 E 7th St #120 10 UDFGB Inside Indiana 3901 E Hagan 11 UDFGB Ellettsville Journal 211 N Sale

59

62 of 157 12 UDFGB FBI 400 W 7th St #232 13 UDFGB Monroe County Courthouse 100 W 7th St 14 UDFGB Health Services Building 119 W 7th St 15 UDFGB Justice Building 301 N College Avenue 16 UDFGB Johnson Building 405 W 7th St 17 UDFGB Curry Building 290 W 7th St 18 UDFGB City Hall 401 N Morton St 19 UDFGB Navy/AF/Marine Recruiting Station 327 S Walnut St 20 UDFGB Parking Garage 4th & Walnut St 21 UDFGB Parking Garage 7th & Walnut 22 UDFGB Animal Shelter 3410 S Walnut St 23 UDFGB Sanitation Garage 3406 S Walnut St 24 UDFGB Bloomington Street Dept 1987'S Henderson 25 UDFGB Perry Township Trustee 1010'S Walnut 26 UDFGB Health & Human Services ':555 E Miller Drive 27 UDFGB Social Security Administration ''555,E Miller Dr 28 UDFGB Child Protective Services 4D1)0:'Miller Drive':

29 UDFGB Monroe County Family & Children 401 ~~'nier:rJ;i0~ 30 UDFGB Division of Fish & Wildlife 553 E Milled)rive 31 UDFGB Indiana Department of Revenue 410 S Landmark:Ave 32 UDFGB VocationaLRehabilitation 450 S Landmark Avilnue

33 UDFGB Wo~l

36 UDFGB us Postof!ige- f\!1!3i~l3ranch520 S Walnut 38 UDFGB INDOT 2965 N Prow Road 39 UDFGB Ellettsville Post'bffiee ' '1o4 N Sale St 40 UDFGB Ellettsville Town Hall"'' 221 N Sale St

41 UDFGB Richland Township Truste~\:207 N Sale St 42 UDFGB Monroe County Highway Gaia'ge 2800 S Kirby Road 43 UDFGB Harrodsburg Post Office 9262 S Harrodsburg Rd 44 UDFGB Stanford Post Office 9048 SSR 45 45 UDFGB BMV 1612 S Liberty Drive 46 UDFGB Indiana Dept of Natural Resources 4850 S SR 446 47 UDFGB Ellettsville Street Department 102 SPark St 48 UDFGB Unionville Post Office 7910 E SR 45 49 UDFGB Smithville Post Office 7300 S Strain Ridge Road 50 UDFGB SIRA 500 S Landmark Avenue 51 UDFGB Internal Medicine Association 550 S Landmark Avenue 52 UDFGB Bloomington Oncology Center 2620 W Cota Drive 53 UDFGB Indiana MRI LLC 3802 W Industrial Blvd #4 54 UDFGB Promptcare West 3443 W 3rd Street

60

63 of 157 55 UDFGB Promptcare East 326 S Woodcrest Drive 56 UDFGB IU Cyclotron 2401/2425 N Milo Sampson Ln 57 UDFGB IU Outdoor Pool 1490 N Fee Lane 58 UDFGB IU Central Heating Plant 820 N Walnut Grove 59 UDFGB IU Geological Survey 611 N Walnut Grove 60 UDFGB IU Education 201 N Rose Avenue 61 UDFGB IU Fine Arts 1201 E 7th St 62 UDFGB IU Franklin Hall 601 E Kirkwood Avenue 63 UDFGB IU Optometry 800 E Atwater Avepue 64 UDFGB IU Jordan Hall 1001 E 3rd St

65 UDFGB IU Lindley Hall 150 S Woodl~\y~/(~enue 66 UDFGB IU Swain West 727 E 3rdSti 68 UDFGB IU Printing Service 638 N Rogers St 69 UDFGB IU Student Rec Sports & Aquatic 1601 E Law Lane 70 UDFGB IU Dept of Chemistry 800 E Kirkwood Avenue 71 UDFGB IU HPER 1025 E 7th St 72 UDFGB IU Assembly Hall 73 UDFGB IU Memorial St•dium; ; ; 74 UDFGB IU Mellencamp 75 UDFGB IU Fieldhouse 76 UDFGB IU Cook Hall 77 UDFGB IU Halls of Residence 78 UDFGB IU Computing Big Red 79 UDFGB IU Bryan Hall 80 UDFGB IU Franklin H 81 iJJJEGBIU Memorial Union 90tl Ej[1h Street

s"z;1.)1:)~;~~s~~st:afficeAnnex Vernal Pike

1 '<~~l)DFGB US Post,Q!fj;:e- Woodbridge 321 0 E 10 h Street

84 EJDFS'B American Ri.bcross 411 E 7th Street Waste Watet"facilities

10 classi~"!llec-< Address 1 WDFLT HARDIN MONROEINC 8029 HARDIN RIDGE RD ', "' ' 2 WDFLT MONRO!; coONTYREG. WASTE HARRODSBURY RD & FOGGY

3 WDFLT STINEs\ifttE·~PSR 46 & STINESVILLE RD 4 WDFL T ELLETTSVILLE MUN WWTP MCNEELY & MATTHEWS RD 5 WDFLT BLOOMINGTON, DILLMAN ROAD 100 Dillman Road 6 WDFL T BLUCHER POOLE STP MAPLE GROVE AND BOTTOM

61

64 of 157 The following roads are considered to be primary county roads to be cleared as a priority:

(North -West)

1. Hartstrait 2. Union Valley 3. Stinesville 4. Mt. Tabor 5. Maple Grove South

(North - East)

1. Bus 37 North 2. Bethel Lane 3. Old 37 North 4. Anderson Road 5. Shuffle Creek 6. South Shore

(South - West)

1. Harmony

2. Rockport to RC>I~East 3. Leonard sn'·'n"'"

5. Airport Road 6. Victor Pike

(South)

1. Bus 37 South 2. Fair Fax Road 3. Smithville Road 4. Pointe Road 5. Monroe Dam 6. Moffit Lane

(Central)

1. Curry Pike 2. Vernal Pike 3. Arlington Road 4. Woodyard Road

62

65 of 157 (East Central)

1. Tapp Road 2. Rogers Street 3. Snoddy Road 4. Smith Road 5. Russel Road

Locations and map to be published

63

66 of 157 Attachment 5 Monroe County State Maintained High~aysand Private Streets

Indiana Department of Transportation (IN DOT) is responsible for debris removal from the following State maintained highways: ·

State Roads:

SR45(East) SR45(West) SR48 SR46 SR446

US Routes:

SR37. ·.

, __ ------" ­

Privgte:~treetswithi~the.·county are the responsibility of the owner.

A list ofrdct\]swhich are thfresponsibility of Monroe County Highway will be maintained at the Monroe;.<:;punty EmergiO!rcy Management Office and a current list will be printed from highway def1f.!rtment r~()rdsat the time of an incident requiring debris removaL

64

67 of 157 Attachment 6 FEMA Debris Management Policies and Guidance

,_~>--:);_;:,~:>--/ i-:-,>:_~:v_:\:_,_

This plan will be instituted under thefE~kDebris Mallag~ment Guidance. A copy of this guidance will be maintained at Monroe Coullty emergency Management 2800 S Kirby Rd Bloomingt(>p, IN 47403. It is ail;o';:lvailable on­ line at http://www.fema.gov/pdf/governmentlgrant/pa/demagde.pdf.

65

68 of 157 Attachment 7 Debris Removal Documents

FEMA Documents 12-2013

Debris Contracting Guidance

Debris Removal Contract Cost Analysis

Debris Removal Contract Bid Sheet

66

69 of 157 Debris removal and contracts must meet rules for Federal grants, as provided for in Tit!to'44 Codt: of federal Regubl.iom (CFR) §'1336, Procurement in order to be eligible for reimbursernent under the Fublic Assistanze Progr, when debris removal and monitoring contracts. Publk Assistance applic::mts should comply wiLlt lheir mvn procurement proc,~duresin accon:Jance tvHh appikabte State and local laws and regulations, provided that they conform to "F'P'licoblc Fedend L:nvs and .standmds idenlified in Part 13.

Tn bP digi.ble for Federal funding, applicants must comply vdth federal procurcrnent standards as outlined in 44 CH( §1330, Procurem-ent Essential t:l0ments of the procurement process for debris removal and mnnitoring contracts include; competition; a clear and definitive scope of \'l·ork; quaUficd bidd-ers (docurn(~nh_~dby li('<:."nses, financial rcwrds, prou_f of insurance, and bonding, as applicable); a cost to ,kmonstrnte cns-l reastmableness; complicmcc- with nll relevant locaL State, ;md federal rcquircnwnts, laws and and, dear documentation of the p.rocess;rntionalc folio wed in making procurement- dt:dsions, Federal regulations require appl-ieomt-s fur Public Assistancz~grnnts to tJkc th-e nt~ce-ss;uyst('ps to 0nsurc there are to award cont:r,;cts tv rni_norify, vv!)m('n-owned, {lnd Labor Surplus Area businesses and firms >vhenevcor possible, H'lis include.-:; contracts ¥vith local o:rgani;;alions, firms, and individuals ll1at support response and rewn·•ry activltk~sin <1 di:clareJ maj~)r dbaskr or !;'ml~rgt'ncyarea. legal should n.;viev-r thL>irprocurement process and any contract to be awarded to ensure they are in compliance vvi.th all FederaL Stah:\ and Joc:nl reguirements. Procurement policies must inc!ude procedures to handle protesL.q and related to contracts ;T\:\'arded, FEMA will, when requested by applicants, assist in the review of debris removal contracts. lfowz::rer, such a rerit:li! dtli:S 1wt umsritute approval.

67

70 of 157 Jn order in ensure tbi d-E:~br)sremoval and monitoring ccmtracting costs are eligible, .applicants slKn.lld;

C l;;:,"' cnmpelftive bidding procedun~sh) rneet procmcm•::nt requirements for Federal g:n.mts, .1s established in 44 CFR § J33G, Pmc:Fr>mtnL

C Only u:.e abbreviated ernerg:ency procuremc·nt procedures thnt include an expE'dite-d competitive bid prncess 1! time doc::: not alloh· tor more and if they Brc a.1lov;ed under Statt' or ]o(A! laws, u)Jes, or ordinanJ:cB,

[J Provide a dear and definitive scope tlf '>vork in the request for pror,oorais;lrirls.

D Require bidde-rs to copies of n.:>f\:'rcnces. licenses, financial records, and proof of insurance and bond.ing.

D Ensur<' thJt debris rer::.oyo] or monitoring contract costs an~reason<:tblc and necessary as ddincd and requin"ti by OMB Circular A~87tmd 44 CFR Fart 13, cm;tnu't:' t!kif t'

0 Complete and do.:umenl a cost''""'."'> to demonstrate price reasonableness on ,1ny contrnd or contract modification vvherc price 1s as detailed in 44 CFR § '1336(f). See

Fur;;;u.:~ntto 44 CFR § 13.36, Procurement, Public Assistance applicants must complete a cost anaryS>s for rtny cunLinct or con!:-arf ;uht:rc price Ctl!11peUiionis Fa:J!ure to complde a U.)St;;1nu!ysis may FE\-1/\ Public As:shnancc grant funding< Applicants arc encouraged kJ a cost

;malysis us.Jng t.hc .1ttax~hcdDdwi:.;Rernm.Ja.l Con!.mci Ct~L4naly:::Js.Applicants are also~rx-out<1gedto {if£ documentation supporting the cost t-vith all associated contract documents.

Upon rcque;;:t, FE:\i1A v.:mpro'-·ide guidance as neces:::.ary in the cost analysis prnccss- 5tKh n n..·vit'W does -not constitute '.v.hen determining the eligibility of costs for relmbursement under FEMA's

Pc:blic Assit:L:1tte~:Progr:Jrn.

Apphonts wre to pre-quahfy debris removal contractors prior to an event and so!kil: bid prlo.::;; from this list of cantracto.rs reasonable market prkes at the

68

71 of 157 shPuJd ack:quat<;;ly define in the p.roposeJ scope of '~'ork.ail potential debris types, ar

All debris removal contracts must contain the following provisions:

D All pn.ymt,~ntprovi::;ionY> must b

D based on time a~1dmaterial costs are Umited to \-vnrk performed during the !'Jrst 70 hcn1rs of ,Ktud work a di::.aster evenL

Noh': FEMA will typically onl:' reimburse applicants fo-r n time ~mdmatt•rlals contrad for

eligible debrls d.--•;>rance> the first 70 hours follo\ving a declared disaster, A.ftl~r70 hours of v.--ork the should have sufficient information on the scope of work nccesszry tn complete debris co flection and disp0s.al, and a basis for esrrm\atm1;a reasonable cost for L'-'lecontract work to dfectivdy sQlicit a lump sum or unit contracL For some

types of debris ',York time and materials contracts may be the most wst~effcctiveand best suited lo the type nf -;,voric Applicants should work dosely with the Statt: nnd FE1'v1Awhen awarding such contracts tD emure eligib.iJity requi1:cm-enls arc met.

D Payment tviH be made fnr debris that FE~iAd.;_~krmines eligible, (This is an opt-ional provision to proh:>Ct the applknnt}

C Contrnctms must submit invokes regularly and for no more than 30~daypem,c::.

0 A "Tetm.in:Jtinn for ConYeniPnn:'" clause allmvlng contract termination at any Utnc for any rceJson.

C A time 1lmit on !he period d pe-rformance for the work to be done_

including n clea-r description of thr: pcrt''-:mft~gcof the work the contractur m;;y subcontract oui and a Ust of :;ubcordractors tht~contractor

0 A rcquin:ment that the contractor us-e mechanical equipm;;cnt to load and reCJS01'h1blycomp<:Kt debris into Hw tmcks and trailers_

[J A nxp..1irement that tht.' cz1ntractor pro;'idc a safe workir'tg environment.

69

72 of 157 0 A requirement that contr

App!k;<~ntsmust monitor nll debris removal <)perations. Applic:ant:o- muc;t docunwnt all deb:-i" removalcxpens~'Sas a condltfon of rccdving Public Assistance funding,. Appiicants rnay ust' contra<-lors to monitor their debris removal OFC"tatimt$. In addition to the guici

D Debris m

0 Debris monitors should not he t'rnr,ioyed by or affiliated \Yith the debris removal coniTacior.

0 Debris monitori-ng contnd" are typkcdly time and materials contracts nnd must-contain a noH1> exo.~l.·d.dau:sc, pursuant to 44 CfR § 13.36, Procurement.

0 The contract should include a requirement that the contractor providt• a safe '-'Vorking environment, h;(·ludlng, properly constnJCted monitoring to;vers.

0 c~cof n load ticket system to record \-\'i.th (r,g.r str('et address,. GJ'S -coorcilnates) where ddJris is collez..i(•d and th(' amount picked up, hau!edc reduced, and disposed oL

D Debris mnnitors should be trained and possess skills adequatf~to fulfill the duth:.'S of the job, Labor rates shO'uld be coum1ensuratc v;ith the skill level re-quired by the job function. Professional engineers and qualifications are not required to perform monitoring duties.

0 The contractor should dl:..·momtrate that its staff is famliia.r \Yith FE:MA debris n'1nova! ellglbHily crit-eria.

0 DO NOT: Award a debris cenrovaloc debd;; monitming cootmct on a sole-source basis.

0 DO NOT: a contract (in<.Juding one provided b-y a contrz:ctor) untn your legal N:~pn:~sentative has thoroughly rcvie-,.ved iL

70

73 of 157 [J DO NOT: Accept any contrador' s claim that it is "FEtv1A certified." fEiviA docs not CTedenllat or recommend debris contractors.

D DO NOT: A vvard a ((mtract lo dt'velop and 1nanage debris manager:w:.•nt sites. unless tbe debris slt"es are p

0 DO NOT: AHmv S0paratt:•line item payrrwn! ior .stur:nps 24 inches and smatl.er in diameter; you should f"rf~<>tth('S(~stum.ps J.S normal debris.

D DO XOT: ''Piggyback" or utilize a contract awarded by another entity. "Piggyb:>cklng" mny be legal tmdcr applkab!e stt>ie bw; howt:\'2f,- the use oi such a contrnct may jeopardize FEMA ftmding because these contn1cts do not meet n.~quir<'!nents for competition established b1 44 CFR § 13.36. If an appllont requests reimbursement for msls it incurred from

0 DO NOT; AV\-'<1rd contracls wHh mobilization costs or unit costs that are significantly higher than \Vhat they would bC:if the rontmct were a>Ya.rdt•d po~l-di.sasler.Such contracts should have v2rlahlc mobilb:ztion cost.::::depending upon Ll;e size of the debris 'A'Ork tbi.1t may be ennmntered.

u DO l':OT: Allow fc>r man"'P'du;; to errors in volume calculations.

u DO NOT: Allow for mlscellancm1,<:. items, or for: C(>ntract contingencies of any kind, including "unknovvns,''

Sec Altilchment 2, Debris Operations Contract Bid Shcei~fer additionnl guidn~Kl'on debris contracts.

Acting Re-covery Directorate

Attachm~nb{1)

71

74 of 157 ATTACHMENT 1: Debris Removal Contract Cost Analysis

fhis gukbncc is int~nch:d!o assist Public /'1ssi:st<1ncc appllcnn!s in complying \Vith the t\:o.quircmt.•ntsnf 44 CFR Part 13.36, Procurement, br debris operation contracts or contt·act modi(kation& \Y1wrc adeqm;;!c prkc •:ompdititH'l b; Locking,

• Tfw ~•pplic1nthae>not rccdvu:l two or more prin~dbids fn1rn. responsible bidders after soliciting a

number of :.;.ourn~s;

• :Servle·s cnn only be pwvid>:~dby a single soulTe;

• Tlw awarding agency ,,uthorizes noncompctitiv(~proposals;

The public cxig(·ncy or l'mcrgency fN the requirement· wiJl not pt~rr:nita delay n~cmltingfrom

cnmpdiliv\~:>olklt

ln order to conduct a cosl anaf\;s;;, applicants should request C\}Sldocumcnt,>tion from thdr dC"bris con!'r<-'dors. This Jocunwntathm should cont~1ina d~tailed breakdo\vn of costs for e<>chitem of >York activity and information on how the contractor arrived at lts costs, lnduding, but not llmiled In:

Number of labor hm1rs, Labor rates, • Mzteridls (iypes, quantities,. and costs), -. hours,

~ Equipmt:nt rates, or Unlt costs

"f'f"'LHH> are to verify the mathematical accuracy of th{~cost doo.;menlation by nxakulaHng the (()ntractor' s cost figures. Applicants should also revlt:\Y tlw propos<'d contra.:t's scop•~

72

75 of 157 of work for cosl reasonabh•ness ro ensure that the proposed scope does not fall under mo t'xisting contnd.

ic\pplknnts !-,hmdd \ensure that thv C('m\'mct docs_not us~_·prohibitive contT

-14 CFR ~ J:LVl(t)(4}, indudlng:

"1, CtiSl plus a _perce!\tage of cost- thls Js a contrilct lhat pnJv!;d,·s A>e•ncified pr:rccnt-1ge profit over and Dbove Uw actual costs of construction; ;md

,t., Pt·ro.'nLlf~t'of nmstnx\lon cosL

1. Um,p.mng the proposed bbor category rates with the labor rates in anotht~rcon\r ff.>recx:h lubor catc:Gory to an

.--.. VNifylnt; (h;-tt tht.?"cbssifka!k>n of !:ach worker Jnd ski!i lt~ve!proposed in the contract are rt:'ilson;-Jbk and rK'ccssary for the scope of work. For L'Xarnplc, a contractor should not propose

u:;ing -vskilled laborer {e.g., uslng a professional engineer for debris monlturlng), !n this GJSt', the l:1bor da:ssifkotion is unr61Sed number of labor hours are reasonable fnr the scope of vmrk.

;\i'PIJGml.s may determine the reasunablcnes~of equipment rates by:

1. Comparing the proposed (~pipmentrates wlth the equipment rates in another contrilct thilt \Y

c~l!11pt'titivdybid (H a change order, compared rate:-; lo the original contmcl);

2, Comparing the proposed equipment rates io FEMA's Schedule of Equipment Rah'~,2v.1ilabic at W'<-'/W.fCmJ.'-"OV; J. i\-iatching equipment rates for each piece of-;;'quipment to an acceptable source EqulpmcntWatch); 4. Vt'rHying that the type of equipment proposed is reuson;1b!e and :wccssary for the scope of work; 5. Verifying that the number of units (normally hours) of <.'q_uipmcnt usagt' necessary to complete

lhc work i.s n~a<>onablc th(' .spe(:ific scopc of \Vork; and h. \f("rHylng that iher<' i"lte no contmct provisiDn.'l for the foH0

73

76 of 157 pwposcd equipment costs:

tvtobib:zation costs costs

I, \\~rifyingH'hll the unit of rneasun:ment (!.t~,cubic ynrd, ·weight, eapprnprbt;;> fM \hi' st:ope of vvork (it the contr(lctor quoted a unit rnte prk:c); and 1. Con

bid (if<~r.:hm1ge OI\.h~r,comparing rak's to th'-' original C(Jfltrac!).

Applicants shnuld reviev.· tl10 materials and supplie::; included in the cm1tr~Ktpcopos.C~i and cnsur<' thnt af! Cz)S\;; nn: re;.1.:-ionabl..::.

in .somt.~drcurnstann~.':. 11 contr

i\pplicm;ts .are by 44 CFR Part 1336(f){1) to perform a price analysis in a!l other instances (Le., for competitively bid contracts wh..:~1prkt• competition is adequate), to dete,-mine tlw n'asonJblencss of the proposed conl'rad prke. Prict~ may incorporate ;_m.;•valwltion of; histNk docum¢ntatfon for ;.;imdar work; average costs for similar work in th<: area; published unit costs from the national cost estimating dat,1bascs; und FEMA cu.st codes, eqdprn<'nt r<"lti.?'s,and eng,illt.:ering and ::>t:rvice uJrvcs. Upon request, fErvfA will assist applicants in the review of these contract" and provide guidano.'

74

77 of 157 ATTACHMENT 2: Debris Operations Contract Bid Sheet

Public /\ssi;,;tan(<,• ;1ppiit:,mb may us.e the foliowing debris operations bld sheet <1::<,1 tempLlh.' wh.•n

issuing rerpe><:to;{or propos::ds <~rtdsvlidting contract bids for debris rcrnovai work. LJsc of a

sL1ndard bid shc~8v-.'il! help l'ubJ.k Assistano..~ applicants to compare and analyze bids, resulting in ~1

mono cffvdive prvcurement process.. 'The bid sheet~~r.Y.g$._9J1JY..?o§...iU~.uidefo1' soliciting requests for

9-J:bris removal seryJ,;g_;i;___g$.g__g.f.thg__Q_hi..§.hgg_tis not a :requirement for Publh:;:__A??.!.§J.<1TI.fg__l!,w,.Qin.& f'fease n•fer to the Dcbis Operation;; C:m!mctiug :wd Cost Arwiysi,; (Altachrnzmt 'l) for guidan.:r.' on

conrplying with procorL~mentrequirenwnts es.tdbllsfwd in 44 CFR Part 13, Procurement

The dcbrl>; opcratitms bid slv,'C'\ is prcscnt>.:d on the next three pages, The remainder Q( this section is in!c-n\ionally !eft blank.

75

78 of 157 ATTACHMENT 2: Debris Operations Contract Bid Sheet

TillS ~AMl'l.f:f>ll) SHFFr IN 1\dT'\flED FOR l'.'OT RF!';I:H'>HTfFH T(l FEMA.

76

79 of 157 he!!- Op

TUlS X-\,\-H'LE HID

77

80 of 157 Till:'. SA \il'U: BW SHH:-f l:S lXJT:-;tJE!> FUR I~FOR\l:\HOX\LN'RPUSES O:"I,Y. f·t-Sf!Ol"!J} :\IH BE Sl:B\tflTt-:0 10 fE:Y1A,

78

81 of 157 Attachment 8 Monitoring Documents

The following documents will be maintained and kept on file in the Monroe county Emergency Management Office 2800 S Kirby Rd Bloomington, IN 47403.

Tower Monitoring Log Roving Monitor Report Monitoring Requirements Daily Issue Log Project Worksheet Truck Certification Form Load Tickets

79

82 of 157 Attachment 9 Lump Sum Contract

All contract types will be maintained and kept on file at the Monroe County Legal Department 100 W Kirkwood Bloomington, IN 47404.

80

83 of 157 Attachment 10 Time and Materials Contract

All contract types will be maintained and kept on file at the Monroe County Legal Department 100 W Kirkwood Bloomington, IN 47404.

81

84 of 157 Attachment 11 Unit Price Contract

All contract types will be maintained and kept on file atthe Monroe County Legal Department 100 W Kirkwood Bloomington, IN 47404 ..

82

85 of 157 Attachment 12 Force Account Documents

All contract types will be maintained and kept on file at the Monroe County Legal Department 100 W Kirkwood Bloomington, IN 47404.

83

86 of 157 Attachment 13 Contractual/Agreement Documents

,--- ,.,------­ All contract types will be maintained and kept oiJfi(e aftttEtMonroe County Legal Department 100 W Kirkwood RM 220 Bloomington, IN 47404;

84

87 of 157 MONROE COUNTY BOARD OF COMMISSIONERS REQUESTED AGENDA INFORMATION FOR THE COMMISSIONERS MEETINGS

Title of item to appear on the agenda: KarstFann Greenway, Phase 3; INDOT-LPA Contract

Fund N arne: CCD I Parks Alternative Transport] Fund Number: 1138-000-40.0005

Aunount: ~$~26~7~,2=0~0______

The Commissioners will not accept this item for their Board of Commissioners Meeting if this form is not completely filled out. This agreement between Monroe County and the Indiana Department of Transportation is for Executive the preliminary engineering, Right-of-Way and construction of the Karst Farm Greenway, Phase Summary: 3. The total cost of the project is $334,000 of which 80% or $267,200 will be paid with federal funds with the local match being $66,800. This project will take 3 years to develop.

Date item will appear on the Commissioners' Agenda: June 13, 2014

ContactPerson:~B~ii~IW~il~lia~m~s~------Phone Number: (812) 349-2577

Presenter at Commissioner Meeting (if not contact person): ..::s=a:.:.m:..::ec______Office/Department: Public Works I Engineering

County Legal Review required prior to submission of this form:

Attorney Name who reviewed: ..::J.::.eff::....::C..::o.::.c:.::ke::.:.r.:::ill______

Is this a grant request? Yes II' I No D New or current Grant? Newi/'ICurrent D Grant application uploaded into the Grant Navigator (required) Yes II' I

TOTAL Aunount of grant money to be awarded: -=$~26::..:7-",2=0.::.0______Federal: $267,200 State: $0 Local Match: ------'-$6-'-'6-",8'-'-0-'-0

Signed: _B_iii_W_il_lia_m_s______;:i!::c";--=.::.:=-'':..''·_··_·--__--··~·-··- · Date: ..::J.::un:::c:...:9'-'-,.::2.::.01:..4'------­

Email agenda request and all necessary documents to the Auditor's office (Connie Axsom) and to the Commissioner's office Gessica McClellan)

88 of 157 Version 4/24/13

INDIANA DEPARTMENT OF TRANSPORTATION- LOCAL PUBLIC AGENCY PROJECT COORDINATION CONTRACT

EDS #: A249-13-320789 Des. No.: 1382431 CFDA No.: 20.205

This Contract is made and entered into effective as of the date of the Indiana Attorney General signature affixed to this Contract, by and between the State of Indiana, acting by and through the Indiana Department of Transportation, (hereinafter referred to as INDOT), and the Monroe County. a local public agency in the State of Indiana (hereinafter referred to as the LPA), and collectively referred to as the PARTIES.

NOTICE TO PARTIES

Whenever any notice, statement or other communication is required under this Contract, it shall be sent to the following address, unless otherwise specifically advised.

A. Notice to INDOT, regarding contract provisions shall be sent to:

Office of LPA/MPO & Grant Administration Attention: LPA/MPO & Grant Administration Director 100 North Senate Avenue, Room N955 Indianapolis, Indiana 46204

B. Notices to INDOT regarding project management shall be sent to respective District Office:

INDOT Seymour District 185 Agrico Lane Seymour, Indiana 47274

C. Notices to the LPA shall be sent to:

Monroe County Board of Commissioners 100 West Kirkwood Aveuue Bloomington, Indiana 47404

RECITALS

WHEREAS, LPA has applied to INDOT, and INDOT has approved the LPA's application to receive federal funds for the Project described in Attachment A, and

WHEREAS, LPA agrees to pay its share of the Project cost as stated in this Contract, and

WHEREAS, the PARTIES desire to contract on certain project description, scheduling, and funding allocation, and

WHEREAS, the PARTIES have detennined the Project, is in the best interests of the citizens of the State of Indiana, and

Page I of 11 89 of 157 Version 4/24/13

requested by INDOT, and/or FHWA. The LPA agrees that, upon request by any agency participating in federally-assisted programs with whom the LPA has contracted or seeks to contract, the LPA may release or make available to the agency any working papers from an audit performed by INDOT and/or FHWA of the LPA in connection with this Contract, including any books, documents, papers, accounting records and other docwnentation which support or form the basis for the audit conclusions and judgments.

B. Audit. The LPA acknowledges that it may be required to submit to an audit of funds paid through this Contract. Any such audit shall be conducted in accordance with 48 CFR part 31 and audit guidelines specified by the State and/or in accordance with audit requirements specified elsewhere in this Contract.

C. Certification for Federal-Aid Contracts Lobbying Activities. The LPA certifies, by signing and submitting this Contract, to the best of its knowledge and belief that the LPA has complied with Section 1352, Title 31, U.S. Code, and specifically, that:

I. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

2. If any funds other than Federal appropriated fnnds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, (Disclosure Form to Report Lobbying), in accordance with its instructions.

3. The LPA also agrees by signing this Contract that it shall require that the language of this certification be included in all lower tier subcontracts, which exceed $I00,000, and that all such sub recipients shall certifY and disclose accordingly. Any person who fails to sign or file this required certification shall be subject to a civil penalty of not less than $10,000 and not more tl1an $100,000 for each failure.

Page 3 of 11 90 of 157 Version 4/24113

E. Disadvantaged Business Enterprise Program. Notice is hereby given to the LPA or a LPA Contractor that failure to carry out the requirements set forth in 49 CFR Sec. 26.13(b) shall constitute a breach of this Contract and, after notification, may result in termination of this Contract or such remedy as INDOT deems appropriate.

The referenced section requires the following policy and disadvantaged business enterprise ("DBE") assurance to be included in all subsequent contracts between the LPA and any contractors, vendors or suppliers:

The LPA shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The LPA shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the LPA to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy, as INDOT, as the recipient, deems appropriate.

As part of the LPA's equal opportunity affirmative action program, it is required that the LPA shall take positive affirmative actions and put forth good faith efforts to solicit proposals or bids rrom and to utilize disadvantaged business enterprise contractors, vendors or suppliers.

F. Disputes.

I. Should any disputes arise with respect to this Contract, the LPA and !NDOT agree to act immediately to resolve such disputes. Time is of the essence in the resolution of disputes.

2. The LPA agrees that, the existence of a dispute notwithstanding, it shall continue without delay to carry out all of its responsibilities under this Contract that are not affected by the dispute. Should the LPA fail to continue to perform its responsibilities regarding all non­ disputed work, without delay, any additional costs incurred by !NDOT or the LPA as a result of such failure to proceed shall be borne by the LPA.

3. If a party to the contract is not satisfied with the progress toward resolving a dispute, the party must notifY in writing the other party of this dissatisfaction. Upon written notice, the parties have ten (I 0) working days, unless the parties mutually agree to extend this period, following the notification to resolve the dispute. If the dispute is not resolved within ten (10) working days, a dissatisfied party will submit the dispute in writing according to the following procedure:

4. The parties agree to resolve such matters through submission of this dispute to the Commissioner of INDOT. The Commissioner shall reduce a decision to writing and mail or otherwise furnish a copy thereof to the LPA within ten (I 0) working days after presentation of such dispute for action. The presentation may include a period of negotiations, clarifications, and mediation sessions and will not terminate until the Commissioner or one of the parties concludes that the presentation period is over. The Commissioner's decision shall be final and conclusive unless either party mails or otherwise furnishes to the Commissioner, within ten (10) working days after receipt of the Commissioner's decision, a written appeal. Within ten (I 0) working days of receipt by the Commissioner of a written request for appeal, the decision may be reconsidered. If a party is not satisfied with the Commissioner's ultimate decision, the dissatisfied patiy may submit the dispute to an Indiana cowi of competent jurisdiction.

Page 5 of 11 91 of 157 Version 4/24/13

program approved for such purposes by a Federal, State or Local health, law enforcement, or other appropriate agency; and

6. Making a good faith effort to maintain a drug-free workplace through the implementation of subparagraphs (I) through (5) above.

H. Force Majeure. In the event either party is unable to perform any of its obligations under this Contract or to enjoy any of its benefits because of natural disaster or decrees of governmental bodies not the fault ofthe affected party (hereinafter refened to as a Force Majeure Event), the party who has been so affected shall immediately give notice to the other party and shall do everything possible to resume performance. Upon receipt of such notice, all obligations under this Contract shall be immediately suspended. If the period of nonperfonnance exceeds thirty (30) days from the receipt of notice of the Force Majeure Event, the party whose ability to perform has not been so affected may, by giving written notice, terminate this Contract.

I. Funding Cancellation Clause. When the Director of the State Budget Agency makes a written determination that funds are not appropriated or otherwise available to support continuation of the performance of this Contract, this Contract shall be canceled. A determination by the Director of the State Budget Agency that funds are not appropriated or otherwise available to support continuation of performance shall be final and conclusive.

J. Governing Laws. This Contract shall be construed in accordance with and governed by the laws of the State of Indiana and suit, if any, must be brought in the State oflndiana.

K. Indemnification. The LPA agrees to indemnify, defend, exculpate, and hold harmless the State of Indimm, INDOT, and their officials and employees from any liability due to loss, damage, injuries, or other casualties of whatever kind, or by whosoever caused, to the person or property of anyone on or off the Project arising out of, or resulting from the work covered by this Contract or the work connected therewith, or from the installation, existence, use, maintenance, condition, repairs, alteration or removal of any equipment or material, to the extent of negligence of the LPA, including any claims arising out of the Worker's Compensation Act or any other law, ordinance, order or decree. The LPA agrees to pay all reasonable expenses and attorney's fees incuned by or imposed on the State and INDOT in cmmection herewith in the event that the LPA shall default under the provisions of this Section. INDOT shall not provide such indemnification to the LPA.

L. Merger & Modification. This Contract constitutes the entire agreement between the parties. No understandings, agreements, or representations, oral or written, not specified within this Contract will be valid provisions of this Contract. This Contract may not be modified, supplemented or amended, in any manner, except by written agreement signed by all necessary parties.

M. Non-Discrimination.

I. Pursuant to I.C. 22-9-1-10 and the Civil Rights Act of 1964, the LPA, shall not discriminate against any employee or applicant for employment, to be employed in the perfonnance of work under this Contract, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, color, religion, sex, disability, national origin, ancestry or status as a veteran. Breach of this covenant may be regarded as a material breach of this Contract. Acceptance of this Contract also signifies compliance with applicable Federal laws, regulations, and executive orders prohibiting discrimination in the provision of services based on race, color, national origin, age, sex, disability or status as a veteran.

Page 7 of 11 92 of 157 Version 4/24/13

e. Sanctions for Noncompliance: In the event ofthe LPA's noncompliance with the nondiscrimination provisions of this Contract, the Indiana Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) withholding payments to the LPA under the Contract until the LPA complies, and/or (b) cancellation, termination or suspension of the Contract, in whole or in part.

f. Incorporation of Provisions: The LPA shall include the provisions of paragraphs a through fin every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.

The LPA shall take such action with respect to any subcontract or procurement as the Indiana Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non­ compliance, provided, however, that in the event the LPA becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the LPA may request the Indiana Department of Transportation to enter into such litigation to protect the interests of the Indiana Department of Transportation, and, in addition, the LPA may request the United States of America to enter into such litigation to protect the interests of the United States of America.

N. Payment. All payments made by INDOT, if any, shall be made in arrears in conformance with State fiscal policies and procedures and, as required by I.C. 4-13-2-14.8, by electronic funds transfer to the financial institution designated by the LPA in writing unless a specific waiver has been obtained from the Indiana Auditor of State. No payments will be made in advance of receipt of the goods or services that are the subject ofthis Contract except as permitted by I.C. 4-13-2-20.

0. Penalties, Interest and Attorney's Fees. INDOT will in good faith perform its required obligations hereunder, and does not agree to pay any penalties, liquidated damages, interest, or attorney's fees, except as required by h1diana law in part, !.C. 5-17-5, I.C. 34-54-8, and I.C. 34-13­ 1.

P. Pollution Control Requirements. If this Contract is for $100,000 or more, the LPA:

I. Stipulates any facility to be utilized in performance under or to benefit from this Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities issued pursuant to the requirements of the Clean Air Act, as amended, and the Federal Water Pollution Control Act, as amended;

2. Agrees to comply with all of the requirements of the Clean Air Act (including section 114) and the Federal Water Pollution Control Act (including section 308) and all regulations and guidelines issued there under; and

3. Stipulates, as a condition of federal aid pursuant to this Contract, it shall notify INDOT and the FHWA of the receipt of any advice indicating that a facility to be utilized in perfonnance under or to benefit from this Contract is under consideration to be listed on the EPA List of Violating Facilities.

Page 9 of 11 93 of 157 Version 4/24113

Non-Collusion The undersigned attests, subject to the penalties for perjury, that he/she is the LPA, or that he/she is the properly authorized representative, agent, member or officer of the LPA, that he/she has not, nor has any other member, employee, representative, agent or officer of the LPA, directly or indirectly, to the best of his/her knowledge, entered into or offered to enter into any combination, collusion or agreement to receive or pay, and that he/she has not received or paid, any sum of money or other consideration for the execution of this Contract other than that which appears upon the face of this Contract In Witness Whereof, LPA and the State of Indiana have, through duly authorized representatives, entered into this Contract The parties having read and understand the forgoing terms of this Contract do by their respective signatures dated below hereby agree to the tenus thereof

Monroe County Board of Commissioners STATE OF INDIANA Department of Transportation

Patrick Stoffers, President Recommended for approval by: Print or type name and title

6/13/2014 Robert D, Cales, Director Signature and date Contract Administration Division

Iris Kiesling, Vice-President Date: ______Print or type name and title Executed by: 6/13/2014 Signature and date Troy A. Woodruff, Chief of Staff Julie Thomas Print or type name and title Date:

6/13/2014 Department of Administration Signature and date

Jessica Robetison, Cotmnissioner Date: ______Attest: Steve Saulter State Budget Agency

Brian E. Bailey, Director

Date: ______

Approved as to Form and Legality: This instrument prepared by: Ellen Rite ~-~~;;----:-cc-----::;--;--;o;c--;-:-(FOR) June 5. 2014 Gregory F. Zoeller, Attorney General oflndiana Date: ------

Page 11 of 11 94 of 157 Version 4/24/13

ATTACHMENT B

LPA'S RIGHTS AND DUTIES

In addition to any other rights and duties required by Indiana or federal law, regulations, rules, policies or procedures, or described elsewhere in this Contract, the following are the LPA's rights and duties under this Contract for the Project.

1. The LPA has requested and intends to use federal funds to partially pay for the Project. The LPA asserts that the LPA has completed or will complete the Project in accordance with INDOT's Design Manual (See http://www. in.gov/div/contracts/standards/dm.html) and all pertinent state and federal laws, regulations, policies and guidance. The LPA or its consultant shall prepare the environmental document(s) for the Project in accordance with INDOT's Environmental Manual (See http://www.in.gov/indot/7287.htm.). Land acquisition for the Project by the LPA or its consultant shall be in accordance with INDOT's Real Estate Manuals (See http://www.in.gov/indot/3018.htm).

2. The LPA acknowledges that in order for the cost of consultant services to be eligible for federal funds or federal credits, the consultant selection must be accordance with INDOT's consultant selection procedure or INDOT's Alternative Architectural and Engineering Firm Selection Process for Local Public Agencies (See http://www.in. gov/dot/d i v/legal/rfp/L P A Secti on/i nformation/Consu ltantSelecti on/Consult ant%20Selection%20index.htm).

3. REQUIREMENTS FOR ADDITIONAL CONTRACTS

A. If the LPA wishes to contract with a consultant, contractor or other agent to complete work on the Project, LPA may:

1. use the "LPA-CONSULTANT Agreement", which is fow1d at http://www.in.gov/indot/div/projects/LPASection/ and is incorporated by reference; or

2. use a fonn of agreement that has been reviewed and approved by INDOT.

4. The LPA agrees to provide all relevant documents including, but not limited to, all plans, specifications and special provisions, to INDOT for review and approval, and such approval will not be unreasonably withheld. If INDOT does not approve an LPA submittal, the LPA shall cause the submittal to be modified in order to secure INDOT's approval. The LPA understands that if it fails to provide a submittal, submits it late, or the submittal is not approvable, the schedule, cost, and federal funds for the Project may be jeopardized.

5. The LPA agrees to complete all right-of-way acquisition, utility coordination and acquire the necessary permit(s) and submit documentation of such to INDOT. The utility coordination shall be in accordance with 105 lAC 13.

6. At least sixty (60) calendar days prior to rNDOT's scheduled construction letting for the project, the LPA will submit to rNDOT documentation of the LPA's fiscal body' s resolution or other official action irrevocably committing the LPA to fund the LPA's cost of the Project as described in Attachment D.

Attaclunent B, Page 1 of 4

95 of 157 Version 4/24113

12. The LPA shall submit reports to lNDOT regarding the project's progress and the performance of work per INDOT standard reporting methods.

13. The LPA hereby agrees that all utilities which cross or otherwise occupy the right-of-way of said Project shall be regulated on a continuing basis by the LPA in accordance with INDOT's Utility Procedure and Accommodation Policy (See http://www.in.gov/indot/2376.htm). The LPA shall execute written use and occupancy contracts as defined in this Policy.

14. If FHWA or INDOT invokes sanctions per Section VI.D.2., or otherwise denies or withholds federal funds (hereinafter called a citation or cited funds) for any reason and for all or any part of the Project, the LPA agrees as follows:

a. In the case of correctable noncompliance, the LPA shall make the corrections, to the satisfaction of FHWA and INDOT, in a reasonable amount of time. If the LPA fails to do so, paragraph 14.b. and/or 14.c. below, as applicable, shall apply.

b. In case a citation for noncompliance is not conectable or if conectable and the LPA does not make any corrections, or if correctable and the LPA makes corrections that are not acceptable to FHWA and INDOT, or for whatever reason the FHWA citation continues in force beyond a reasonable amount of time, this paragraph shall apply and adjustments shall be made as follows:

I. The LPA shall reimburse INDOT the total amount of all right-of-way costs that are subject to FHWA citation that have been paid by lNDOT to theLPA .

2. If no right -of-way costs have as yet been paid by IN DOT to the LPA or to others, INDOT will not pay any right-of-way claim or billing that is subject to FHWA citation.

3. The LPA agrees that it is not entitled to bill INDOT or to be reimbursed for any of its right-of-way liabilities or costs that are subject to any FHW A citation in force.

c. If FHWA issues a citation denying or withholding all or any pati of construction costs due to LPA noncompliance with right-of-way requirements, and construction work was or is in progress, the following shall apply:

I. INDOT may elect to tenninate, suspend, or continue construction work in accord with the provisions of the construction contract.

2. lNDOT may elect to pay its obligations under the provisions of the construction contract.

3. In the case of correctable noncompliance, the LPA shall make the corrections in a reasonable amount of time to the satisfaction of FHWA and INDOT.

Attachment B, Page 3 of 4

96 of 157 Version 4/24/13

ATTACHMENT C

INDOT'S RIGHTS AND DUTIES

In addition to any other rights and duties required by Indiana or federal law or regulations or described elsewhere in this Contract, the following are INDOT's rights and duties under the Contract:

I. INDOT shall have full authority and access to inspect and approve all plans, specifications and special provisions for the Project regardless of when those plans, specifications, special provisions or other such Project documents were created.

2. INDOT shall complete all railroad coordination for the Project on behalf of the LPA.

3. After the LPA has submitted and INDOT has accepted and/or approved all pre-letting documents, INDOT will prepare the Engineer's Estimate for construction of the Project.

4. If the LPA owes INDOT money which is more than 60 days past due, INDOT will not open the construction bids for the Project.

5. Not later than sixty (60) calendar days after receipt by INDOT of a ce11ified copy of a resolution from the LPA's fiscal body authorizing the LPA to make payment to INDOT according to the terms of Attachment D, and fulfillment of all other pre-letting obligations of this contract, INDOT shall, in accordance with applicable laws and rules (including I.C. 8-23-9, I.C. 8-23-I 0, and I05 I .A. C. I 1), conduct a scheduled letting.

6. Subject to the LPA's written approval, INDOT shall award the construction contract for the Project according to applicable laws and rules.

7. Not later than seven (7) calendar days after INDOT awards the construction contract described above, INDOT shall invoice the LPA for the LPA's share of the construction cost.

8. If INDOT has received the LPA's share of the Project construction cost and if the lowest qualified bidder has not otherwise been disqualified, INDOT shall issue notice to proceed for the Project to the contractor within fourteen (14) calendar days of its receipt of the LPA share of the construction cost.

9. INDOT shall have the right and opportunity to inspect any construction under this Contract to determine whether the construction is in confonnance with the plans and specifications for the Project.

10. In the event the engineering, testing, and inspection services provided by the LPA, in the opinion of INDOT, are deemed to be incompetent or inadequate or are otherwise insufficient or a dispute arises, INDOT shall, in its sole discretion, have the right to supplement the engineering, testing, and inspection force or to replace engineers or inspectors employed in such work at the expense of the LPA. INDOT's engineers shall control the work the same as on other federal aid construction contracts.

II. After the final Project audit is approved by INDOT, the LPA shall, within forty-five (45) days after receipt of INDOT' s bill, make final payment to INDOT pursuant to Attachment D or INDOT shall, within forty-five (45) days after approval of the audit, refund any Project overpayment to the LPA.

Attaclunent C, Page I of I

97 of 157 Version 4/24113

(5) Were not incurred prior to FHWA authorization.

II. Billings.

A. Billing:

I. When INDOT awards and enters into a contract (i.e., construction, utility, and/or railroad) on behalf of the LPA, INDOT will invoice the LPA for its share of the costs. The LPA shall pay the invoice within thirty (30) calendar days from date ofiNDOT's billing.

2. The LPA understands time is of the essence regarding the Project timeline and costs and delays in payment may cause substantial time delays and/or increased costs for the Project.

3. If the LPA has not paid the full amount due within sixty ( 60) calendar days past the due date, INDOT shall be authorized to cancel all contracts relating to this Contract, including the contracts listed in II.A.l of Attachment D and/or proceed in accordance with I.C. 8-14-1-9 to compel the Auditor of the State of Indiana to make a mandatory transfer of funds from the LPA's allocation of the Motor Vehicle Highway Account to INDOT's account.

B. Other Costs:

I. In accordance with I.C. 8-23-2-14, the LPA shall pay INDOT the actual cost, plus INDOT's 2.5% overhead rate, less the amount eligible for Federal-aid reimbursement, for performing laboratory testing of materials. The cost of providing material testing is included in the maximum limitation number shown in section I.C. of Attachment D.

2. The LPA shall pay INDOT for expenses incurred in performing the final audit less the amount eligible for Federal-aid reimbursement.

3. The LPA shall pay INDOT for expenses incurred in supervising the Project out of the maximum limitation shown in section I.C of Attachment D.

III. Repayment Provisions.

If for any reason, INDOT is required to repay to FHWA the sum or sums of federal funds paid to the LPA or on behalf of the LPA under the terms of this Contract, then the LPA shall repay to INDOT such sum or sums within thirty (30) days after receipt of a billing from INDOT. If the LPA has not paid the full amount due within sixty (60) calendar days past the due date, INDOT may proceed in accordance with I.C. 8-14-1-9 to compel the Auditor of the State of Indiana to make a mandatory transfer of funds for the LPA's allocation of the Motor Vehicle Highway Account to INDOT's account until the amount due has been repaid.

Attachment D, Page 2 of 3

98 of 157 MONROECOUNTY BOARD OF COMMISSIONERS REQUESTEDAGENDA INFORMATION FOR THE COMMISSIONERSMEETINGS

The Commissionerswill not acceptthis item for their Boardof Commissioners Meetingif this form is not completelyfilled out.

Title of item to appear on the. agenda: 11504P"ject '"' Pl•re G~l Include VENDOR's Name m !Jt/e .

~--~======~--~======~~ Fund Name: Itabe est.6-10-14@council I Fund Number: 1...------' Amount: 1$12,291.44

Executive The1504 ProjectSafe Place grant funds supplies, outreach materials and mileage. This does not fund the program Summary: coordinator(as that is fundedvia the Federal RHY grant,at thistime).

Thisis anautomatic extension on the prior proposal written in 2012. Noopportunity to writein indirectcost available.

Date item will appear on the Commissioners' Agenda: 16-13-2014

Contact Person: IKim Meyer I Phone Numbe~r.:._:.bl3=4=9-=2=5=39===d______, Presenter at Commissioner Meetin (if not contact person): lAshiey Cranor Office/Department: Commissioner's Office

County Legal Review required prior to submission of this form:

Attorney Name who reviewed: ~..R_e_ff_C_o_c_k_e_ril_l------'

Is this a grant request? Yes 0 No D New or current Grant? New D Current 0 Grant application uploaded into the Grant Navigator (required) Yes 0

TOTAL Amount of grant money to be awarded: l$12,291.44 I Federal: lo I

State: ~....1$_12_2_9_1._44______,

Local Match: L.:o______---l

Signed: IKimberly L. Meyer Date: 16-10-2014

E-mail agenda request and all necessary documents to the Auditor's office (Connie Axsom) and to the Commissioner's Office e-mail: [email protected]

99 of 157 May 20, 2014

YSB of Monroe County Kim Meyer 615 S. Adams St., Bloomington, IN 47404

Dear Kim,

Indiana Youth Services Association is pleased to announce that the Indiana Department of Children's Services has approved your 1504 Safe Place award in the amount of $12,291.44 for May 2014-June 2015.

The award amount will be divided across the fourteen month award period and will reimbursed at the rate of$877.96 from May 2014 -June 2015. If you have any questions, please contact Robin Donaldson at [email protected] or 812-369-5224.

Thank you for making Safe Place services available to youth in Monroe, Greene and Owen counties. We look forward to supporting your Safe Place efforts and continued success in promoting healthy and successful young people in our state.

Sincerely yours,

David Westenberger Chief Executive Officer

Indiana Youth Services Association 445 N. Pennsylvania St._ Suite 945 Indianapolis. IN 46204

100 of 157 SAFE Pl,A_~~ PROFESSIONAL SERVICES CONTRACT

This Contract (the "Contract"), entered into by and between the Indiana Youth Servicte~ Association (hereinafter referred to as "IYSA") as the designated administrator for State ofindiana (hereinafter referred to as "State") as it relates to the Grant Funds, and Youth Services Bureau of Monroe County, (hereinafter referred to as "Contractor"), is executed pursuant to the terms and conditions set forth herein_ In consideration of those mutual undertakings and covenants, the parties agree as follows:

1. Duties of Contractor.

A_ Purpose: "Safe Place" is a national youth outreach program that educates thousands of young people every year about the dangers of running away or trying to resolve difficult, threatening situations on their own_ All Safe Place programs must meet national standards and must be licensed by National Safe Place (hereinafter referred to as the "Safe Place Program( s )"- Safe Place Programs provide outreach, temporary shelter, and counseling services targeting youth, under the age of eighteen (18), in crisis situations through a network of Safe Place sites sustained by qualified agencies, trained volunteers, and businesses_ Safe Place sites may be youth friendly businesses, schools, fire stations, libraries, and other appropriate public buildings that display the distinctive yellow and black Safe Place sign. The purpose of this Contract is for the Contractor to provide a licensed Safe Place Program and all of the Safe Place services described herein (the "Safe Place Services") in the county or counties for which the Contractor has been chosen by IYSA to provide such program/services as set forth below in paragraph B(4) of this Section_

B. In order to accomplish the above-referenced purpose, the Contractor will provide the Safe Place Program and Services set out in more detail herein and in accordance with the following (all of which are hereby incorporated by reference):

(1) The Safe Place Request for Proposal and all of its attachments (the "Safe Place RFP"), which was issued by IYSA in the last competitive round of funding; and

(2) The Contractor's Response to the Safe Place RFP (the "Contractor's RFP Response"), which was submitted by the Contractor in accordance with the specifications of the last Safe Place RFP; and

(3) As set forth herein, in the award letter (which is attached hereto and hereby incorporated by reference), and as described in the Safe Place RFP and as approved by IYSA, the Contractor must provide the Safe Place Program and Services for the county or counties for which the Contractor

Page 1 of 28

101 of 157 has been chosen by IYSA to provide such program/services. As set forth in the award letter, this Contractor shall provide the Safe Place Program and Services for the following county or counties: Monroe, Green"- and Owen.

C. The Contractor agrees to comply with all terms, proviSIOnS and conditions applicable to the Safe Place Program and Safe Place Services it provides to IYSA pursuant to this Contract, including, but not limited to, service categories, objectives, and currently applicable DCS' Service Standards, as set forth above in paragraph B of this Section, including all statements, provisions, and assurances made in conjunction with the most recent Safe Place RFP and the Contractor's most recent RFP Response, except to the extent that the terms of this Contract might specifically modifY those statements, provisions, and assurances.

D. As currently stated in DCS' Service Standards, the Safe Place Program provided by the Contractor must consist of the following five (5) components:

(!) Crisis Intervention/Shelter: The Contractor's Safe Place Program staff must be available twenty-four hours/seven days per week (24/7) to all Safe Place sites and referral sources and ensure appropriate shelter care when the youth has no safe lodging for the night (as defined by National Safe Place (NSP) implementation standards). Upon receiving a referral, the Contractor's Safe Place Program staff must: (i) respond within the time constraints set forth in the NSP implementation standards to immediately assess the situation and eliminate existing safety concerns while providing comfort to the youth; and (ii) begin crisis intervention by interviewing the youth, the referral source or Safe Place site personnel, and the parents/guardians of the youth in-crisis. Along with its provision of immediate intervention, the Contractor's Safe Place Program staff must give the youth and his/her family referrals to appropriate community resources.

(2) Community Outreach/Education: The Contractor's Safe Place Program staff must provide information to increase awareness of the Safe Place Program through school and community presentations and events. The Contractor's Safe Place Program staff may target middle and high schools to provide services to youth. Community presentations increase community awareness as well as maintain Safe Place social networking sites to educate youth and adults.

(3) Site Recruitment and Maintenance: The Contractor's Safe Place Program must maintain sites by conducting annual site checks and by providing training as appropriate to ensure that the proper procedures are followed. The Contractor's Safe Place Program may recruit sites as needed to cover its agency's geographic areas and ensure sites meet National Safe Place implementation standards.

Page 2 of28

102 of 157 (4) Safe Place Program Evaluation: The Contractor's Safe Place Program must utilize the National Safe Place (NSP) database, which allows for data collection to evaluate Safe Place Program outcomes and effectiveness. The Contractor's Safe Place Program must submit data electronically to the NSP database monthly by the fifteenth (I 5th) of the month following the month of Safe Place Service delivery in order for the Safe Place Program to remain in compliance with the National Safe Place Program standards.

In addition to the monthly reports, the Contractor will enter data into the NSP database as it relates to site checks and maintenance, youth evaluations, and presentation pre/post tests to allow IYSA to monitor compliance with NSP implementation standards, assess the quality of outreach and determine youth outcomes and the impact of the Safe Place program.

E. Also, as currently stated in DCS' Service Standards, the Contractor must comply with all of the following eligibility criteria, which are based on the National Safe Place standards, and all other National Safe Place implementation standards not listed, in order to be a Safe Place Program provider pursuant to this Contract:

(1) The Contractor, as the applicant agency (which is not interpreted as a Safe Place site), must be accessible to youth twenty-four (24) hours a day three hundred sixty-five (365) days a year.

(2) Crisis intervention counseling services must be provided to each youth. Safe Place Programs must provide or have a formal partnership in place with another provider to provide individual, family, and group counseling on a short and/or long term basis.

(3) Options for out-of-home placement of youth must be available for any youth seeking help through the Safe Place Program on a twenty-four (24) hour basis. Age limitations are determined by each agency's licensure and referrals to age appropriate placements must be made for youth who fall outside the agency age limits.

(4) Client confidentiality must be maintained at all levels of outreach (youth, Safe Place sites, Safe Place Program volunteers, Safe Place staff, referrals).

(5) The Contractor, as the applicant agency, must provide appropriately trained and resourced staff to furnish the Safe Place Program/Services in the four (4) program components outlined above in paragraph D of this Section 1.

Page 3 of28

103 of 157 (6) The Contractor, as the applicant agency, must demonstrate an ability to provide sufficient matching resources (cash or in-kind) to maximize delivery of the Safe Place Services in the community.

F. The Contractor is required to attend National Safe Place's National Conference held in Louisville, KY on October 1- 3'd, 2014.

G. As currently stated in DCS' Service Standards, the last Safe Place RFP, and in the paragraph above herein, the Contractor must comply with the following data collection requirements in order for the Contractor to remain in compliance with the national licensing standards:

(1) The Contractor's Safe Place Program must utilize the National Safe Place (NSP) database, which allows for data collection to evaluate Safe Place Program outcomes and effectiveness. The Contractor must submit all of its Safe Place Program data and Safe Place Services data electronically to the NSP database monthly by the fifteenth (15th) of the month following the month of its Safe Place Program/Services delivery in order for the Contractor's Safe Place Program to remain in compliance with the national Safe Place Program standards. (2) In the event that IYSA determines that any of the Contractor's requisite reports fails to comply with the reporting requirement set forth above, IYSA will notify the Contractor by email or phone of the deficiency and the corrective action that is needed. The Contractor shall submit to NSP and to IYSA a revised and corrected program report within fifteen (15) days of the Contractor's receipt of the deficiency notice from IYSA.

H. Reports and Records Concerning Services. (1) In addition to meeting the reporting requirements described above, the Contractor agrees to prepare and submit to IYSA, if requested by IYSA, any information required by IYSA for reports and evaluations necessary to monitor services or programs and outcomes. The Contractor will provide all information reasonably requested by IYSA (in the format requested by IYSA) and will cooperate with and assist IYSA in preparing such reports and evaluations. IYSA will attempt to standardize the timing and content of required reports to the extent it can.

(2) The Contractor shall prepare, maintain, and timely provide to IYSA, upon request, any statistical reports, program reports, other reports, or other information requested by IYSA relating to the services provided by the Contractor pursuant to this Contract in the format requested by IYSA, including, but not limited to, reports/information incident to monitoring or evaluating performance by the Contractor of the services specified in this Contract, and/or any statistical and program reports as are required by any laws, regulations, or polices of the United States or the state of Indiana

Page 4 of28

104 of 157 that are applicable to the usc of funds paid to the Contractor pursuant to this Contract.

(3) Prompt compliance by the Contractor with a request by IYSA to submit program and financial documentation during the term of this Contract is critical to this Contract. A failure of the Contractor to comply with any such request could result in immediate suspension of payments hereunder or termination of this Contract by IYSA.

(4) In the event the contents of any report is considered deficient by IYSA, lYSA will so notify the Contractor in writing, not later than thirty (30) days after receipt of the report. The notice will specify the nature of the deficiency and the corrective action or information needed. The Contractor shall submit to IYSA any revised or supplemental report within thirty (30) days after the date ofthe deficiency notice.

(5) The Contractor shall maintain records as necessary or appropriate to document services provided pursuant to this Contract. Those records shall include, but not be limited to, documentation relating to, or the time and place of meeting with, persons served by the Contractor and the persons who attended those meetings and copies of any reports or other materials representing the work product of any services provided by the Contractor pursuant to this Contract.

I. IYSA shall monitor and review the Contractor's delivery of services during the term of this Contract. The procedure that IYSA uses for monitoring the Contractor may change during the term of this Contract, and the Contractor will be notified of any changes in procedure. The procedure that IYSA uses for monitoring the Contractor may include, but not be limited to, the following:

(1) Conduct site visits and case file reviews as a means of ensuring quality . . . servrce provrswn;

(2) Review of invoices/claims submitted by the Contractor for payment, in relation to the service components and funding amounts allocated per county or counties for which the Contractor has been selected to provide the Safe Place Program/Services and in relation to the total remuneration amount for this Contract (as such amounts arc set forth in Section 2 below and set forth in Award letter);

(3) Site review conducted by IYSA staff using a tool approved by IYSA;

(4) Information received verbally or in writing from IYSA concerning the Contractor's delivery of services requested or approved;

Page 5 of28

105 of 157 (5) Review of the results of services provided in relation to the desired outcomes of those services as stated in herein, in the latest Safe Place RFP, and/or in the Contractor's last RFP Response; and

(6) Information contained in any reports and evaluations relating to the Contractor's delivery of services under this Contract.

J. The Contractor hereby agrees that all actual cost items and/or pass through cost items related to and/or part of the services it provides pursuant to this Contract must be at reasonable rates and not above the prevailing market rates.

2. Consideration.

A. In accordance with and subject to the specifications set forth herein, in the last Safe Place RFP, in the current DCS' Service Standards, in Award letter, and in this Contract, and solely for its provision of the Safe Place Program/Services for the county or counties for which the Contractor has been approved to provide the program/services for as specified in the notification received from IYSA by the Contractor and in Section l(B)(4) above, IYSA's payment to the Contractor for services will be based on actual allowable costs for each type of service described in Award letter. The Contractor shall bill IYSA monthly based on the billable units/payment points set forth in ;'\ward letter.

B. As set forth in this contract, the Contractor is required to attend NSP's National Conference October 1 -3, 2014. The Contractor must pay for such conference, but then may include up to $350 for the registration costs and any travel costs in allocated costs that the Contractor incurs for its attendance at NSP's National Conference. Any travel costs billed to IYSA pursuant to this paragraph will also be subject to the requirements set forth in this Contract.

C. As indicated above, the Contractor hereby agrees that all actual cost items and/or pass through cost items related to and/or a part of the services it provides pursuant to this Contract must be at reasonable rates and not above the prevailing market rates.

D. Total remuneration under this Contract shall not exceed $12,291.44.

E. Any travel expenses that the Contractor invoices IYSA for pursuant to paragraph A above in this Section are also subject to the requirements set forth below in this Contract.

F. Payment to the Contractor as provided in this Section will also be subject to the following conditions:

(I) Timely completion and submission of data electronically to the NSP as described above.

Page 6 of28

106 of 157 (2) Timely completion and submission to IYSA of the information required for any requisite reports and evaluations necessary to monitor services or programs and outcomes, as required by this contract.

(3) Satisfactory completion and submission to IYSA of any applicable work product or other deliverable, as specified in Award letter, the Safe Place RFP, the Contractor's RFP Response, or in this Contract itself, for services that are provided by the Contractor and/or its subcontractors pursuant to this Contract.

3. Term.

This Contract shall be effective for a period of fourteen (14) months. It shall commence on May I, 2014, and shall remain in effect through June 30,2015.

4. Access to Records.

The Contractor and its subcontractors, if any, shall maintain all books, documents, papers, accounting records, and other evidence pertaining to all costs incurred under this Contract. They shall make such materials available at their respective offices at all reasonable times during this Contract, and for three (3) years from the date of final payment under this Contract, for inspection by IYSA or its authorized designees. Copies shall be furnished at no cost to IYSA if requested.

5. Assignment; Successors; and Subcontracting.

A. The Contractor agrees to bind its successors and assignees to all the terms and conditions of this Contract. The Contractor shall not assign or subcontract the whole or any part of this Contract without IYSA's prior written consent. The Contractor may assign its right to receive payments to such third parties as the Contractor may desire without the prior written consent of IYSA, provided that the Contractor gives written notice (including evidence of such assignment) to IYSA thirty (30) days in advance of any payment so assigned. The assignment shall cover all unpaid amounts under this Contract and shall not be made to more than one (I) party.

B. The Contractor shall monitor the performance of all subcontractors and shall remain responsible to IYSA for the performance of any subcontractor. The Contractor agrees to enter into written agreements with all subcontractors and to provide copies of all subcontracting agreements to IYSA upon request. The Contractor further agrees to notify IYSA of a breach of these provisions by a subcontractor and to discontinue any agreement with the specified subcontractor in the event of such a breach.

Page 7 of28

107 of 157 6. Monitoring.

A. The Contractor shall permit all examinations and shall generate and maintain all documentation necessary to comply with all relevant audit and fiscal monitoring requirements.

(I) The Contractor shall. upon written demand by State, be required to repay to IYSA all sums paid by IYSA to the Contractor, for which adequate fiscal and/or service delivery documentation is not in existence for any time period audited. If an audit of the Contractor results in an audit exception, IYSA shall have the right to set off such amount against current or future allowable claims, demand cash repayment, or withhold payment of current claims in a like amount pending resolution between the parties of any disputed amount.

(2) The Contractor agrees that IYSA has the right to make recommendations and fmdings in connection with any financial monitoring or audit of the Contractor's operations in regard to this grant ftmding, and the Contractor agrees to comply with any corrective actions specified by IYSA, within the time limits established by IYSA.

(3) The Contractor will provide to IYSA, upon request, a copy of any document or report prepared and maintained by the Contractor relative to costs incurred in providing the services described in Section 1 and Award letter.

(4) The parties agree that any authorized employee or representative of IYSA, shall have the right to enter the premises of the Contractor or any subcontractor of the Contractor and inspect or audit any records or property agreements maintained by the Contractor or its subcontractors in connection with this Contract. The Contractor and its subcontractors shall make all books, records, and documents that relate to their activities under this Contract available for inspection, review, and audit when requested by a governmental agent. The Contractor shall ensure the cooperation of its employees, officers, board members, and subcontractors in any review, audit, or inspection conducted by a governmental agent.

(5) Following any site monitoring visit to the Contractor, IYSA may provide a written report to the Contractor. IYSA's report may contain observations, evaluations, suggestions and/or specific directions for corrective action by the Contractor. In the event that specific corrective action is required, the Contractor will have sixty ( 60) days from the receipt of the directions to comply, unless a different time period for correction is specified by State. A failure of the Contractor to comply with IYSA's specific directions will be treated as a breach of this Contract. In the case of a dispute, IYSA and the Contractor will meet at their earliest convenience to resolve the issue in question.

Page 8 of28

108 of 157 7. Authority to Bind Contractor.

The signatory for the Contractor represents that he/she has been duly authorized to execute this Contract on behalf of the Contractor and has obtained all necessary or applicable approvals to make this Contract fully binding upon the Contractor when his/her signature is affixed. and accepted by IYSA.

8. Changes in Work.

The Contractor shall not commence any additional work or change the scope of the work until authorized in writing by IYSA. The Contractor shall make no claim for additional compensation in the absence of a prior written approval and amendment executed by all signatories hereto. With the exception of the modification procedures set forth in Section 27, this Contract may only be amended, supplemented or modified by a written document executed in the same manner as this Contract.

9. Compliance with Laws.

A. The Contractor shall comply with all applicable federal, state, and local laws, rules, regulations, and ordinances, including any disaster plan protocol (IV-E and IV-B), and all provisions required thereby to be included herein are hereby incorporated by reference. The enactment or modification of any applicable state or federal statute or the promulgation of rules or regulations thereunder after execution of this Contract shall be reviewed by IYSA and the Contractor to determine whether the provisions of this Contract require formal modification.

B. The Contractor and its agents shall abide by all ethical requirements that apply to persons who have a business relationship with IYSA as set forth in IC § 4-2-6 et seq., IC § 4-2-7 et seq., the regulations promulgated thereunder, and Executive Order 04-08, dated April 27, 2004. If the Contractor is not familiar with these ethical requirements, the Contractor should refer any questions to the Indiana State Ethics Commission, or visit the Inspector General's website at http://www.in.gov/ig/. If the Contractor or its agents violate any applicable ethical standards, IYSA may, in its sole discretion, terminate this Contract immediately upon notice to the Contractor. In addition, the Contractor may be subject to penalties under IC §§ 4-2-6, 4-2-7, 35-44-1-3, and under any other applicable laws.

C. The Contractor certifies by entering into this Contract that neither it nor its principal(s) is presently in arrears in payment of taxes, permit fees or other statutory, regulatory or judicially required payments to the state of Indiana. The Contractor agrees that any payments currently due to the state of Indiana may be withheld from payments due to the Contractor. Additionally, further work or payments may be withheld, delayed, or denied and/or this Contract suspended until the Contractor is current in its payments and has submitted proof of such payment to IYSA.

Page 9 of28

109 of 157 D. The Contractor warrants that it has no current, pending or outstanding criminal, civil, or enforcement actions initiated by the state, and agrees that it will immediately notifY IYSA of any such actions. During the term of such actions, the Contractor agrees that IYSA may delay, withhold, or deny work under any supplement, amendment, change order or other contractual device issued pursuant to this Contract. In the event of IYSA' receipt of a report (verbal or written) of criminal or potentially criminal activity by a member of the Contractor's staff (including any of the Contractor's subcontractors and their staff) that potentially threatens/endangers the life, health, or safety of any youth, IYSA may immediately require a temporary suspension of such member of the Contractor's staff(including any of the Contractor's subcontractors and their staff) pending an investigation into the report.

E. The Contractor warrants that the Contractor and its subcontractors, if any, shall obtain and maintain all required permits, licenses, registrations, and approvals, and shall comply with all health, safety, and enviromnental statutes, rules, or regulations in the performance of work activities for IYSA. Failure to do so may be deemed a material breach of this Contract and grounds for immediate termination and denial of further work with IYSA.

10. Condition of Payment.

All services provided by the Contractor under this Contract must be performed to IYSA' s reasonable satisfaction, as determined at the discretion of the undersigned IYSA representative and in accordance with all applicable federal, state, local laws, ordinances, rules and regulations, as well as in accordance with all specifications set forth above in Section 1. IYSA shall not be required to pay for work found to be unsatisfactory, inconsistent with this Contract (including any specification set forth in Section 1) or performed in violation of any federal, state or local statute, ordinance, rule or regulation.

11. Confidentiality oflnformation.

The Contractor understands and agrees that data, materials, and information disclosed to the Contractor, including, but not limited to, services recipient information received by the Contractor or its subcontractors in administering the terms and provisions of this Contract, may contain confidential and protected information. The Contractor covenants that data, material and information gathered, based upon or disclosed to the Contractor for the purpose of this Contract will not be disclosed to or discussed with third parties without the prior written consent ofiYSA.

12. Debarment and Suspension.

A. The Contractor certifies by entering into this Contract that neither it nor its principals nor any of its subcontractors are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from entering

Page 10 of28

110 of 157 into this Contract by any federal agency or by any department, agency or political subdivision of the state of Indiana. The term "principal" for purposes of this Contract means an officer, director, owner, partner, key employee or other person with primary management or supervisory responsibilities, or a person who has a critical influence on or substantive control over the operations of the Contractor.

B. The Contractor certifies that it has verified the state and federal suspension and debarment status for all subcontractors receiving funds under this Contract and shall be solely responsible for any recoupment, penalties or costs that might arise from use of a suspended or debarred subcontractor. The Contractor shall immediately notify IYSA if any subcontractor becomes debarred or suspended, and shall, at IYSA' s request, take all steps required by IYSA to terminate its contractual relationship with the subcontractor for work to be performed under this Contract.

13. Disputes.

A. Should any disputes arise with respect to this Contract, the Contractor and IYSA agree to act immediately to resolve such disputes. Time is of the essence in the resolution of disputes.

B. The Contractor agrees that, the existence of a dispute notwithstanding, it will continue without delay to carry out all of its responsibilities under this Contract that are not affected by the dispute. Should the Contractor fail to continue to perform its responsibilities regarding all non-disputed work, without delay, any additional costs incurred by IYSA or the Contractor as a result of such failure to proceed shall be borne by the Contractor, and the Contractor shall make no claim against IYSA for such costs.

C. If a party to the Contract is not satisfied with the progress toward resolving a dispute, the party must notify in writing the other party of this dissatisfaction. Upon written notice, the parties have ten (I 0) working days, unless the parties mutually agree to extend this period, following the notification to resolve the dispute. If the dispute is not resolved within ten (10) working days, a dissatisfied party will submit the dispute in writing according to the following procedure:

(I) The parties agree to resolve such matters through submission in writing of their dispute to the IYSA Board of Directors. The Board President shall reduce a decision to writing and mail or otherwise furnish a copy thereof to the Contractor and IYSA within ten (I 0) working days after presentation of such dispute for action. The presentation may include a period of negotiations, clarifications, and mediation sessions and will not terminate until the Board President or one ( 1) of the parties concludes that the presentation period is over. The Board President's decision shall be final and conclusive unless either party mails or otherwise furnishes to the President, within ten (10) working days after receipt of the President's

Page 11 of28

111 of 157 decision, a written appeal. Within ten (I 0) working days of receipt by the President of a written request for appeal, the decision may be reconsidered. If no reconsideration is provided within ten (I 0) working days, the parties may mutually agree to submit the dispute to arbitration or mediation for a determination.

(2) IYSA may withhold payments on disputed items pending resolution of the dispute. The unintentional nonpayment by IYSA to the Contractor of one (1) or more invoices not in dispute in accordance with the terms of this Contract will not be cause for the Contractor to terminate this Contract, and the Contractor may bring suit to collect these amounts without following the disputes procedure contained herein.

14. Drug"Free Workplace Certification.

The Contractor hereby covenants and agrees to make a good faith effort to provide and maintain a drug-free workplace. The Contractor will give written notice to IYSA within ten (10) days after receiving actual notice that the Contractor or an employee of the Contractor in IYSA of Indiana has been convicted of a criminal drug violation occurring in the workplace. False certification or violation of this certification may result in sanctions including, but not limited to, suspension of Contract payments, termination of this Contract and/or debarment of contracting opportunities with IYSA of Indiana for up to three (3) years.

In addition to the provisions of the above paragraphs, if the total contract amount set forth in this Contract is in excess of $25,000.00, the Contractor hereby further agrees that this Contract is expressly subject to the terms, conditions, and representations of the following certification:

This certification is required by Executive Order No. 90-5, Aprill2, 1990, issued by the Governor of Indiana. No award of a contract shall be made, and no contract, purchase order or agreement, the total amount of which exceeds $25,000.00, shall be valid, unless and until this certification has been fully executed by the Contractor and made a part of the contract or agreement as part of the contract documents.

The Contractor certifies and agrees that it will provide a drug-free workplace by:

A. Publishing and providing to all of its employees a statement notifying them that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor's workplace, and specifYing the actions that will be taken against employees for violations of such prohibition;

B. Establishing a drug-free awareness program to inform its employees of(!) the dangers of drug abuse in the workplace; (2) the Contractor's policy of maintaining a drug-free workplace; (3) any available drug counseling, rehabilitation and

Page 12of28

112 of 157 employee assistance programs; and (4) the penalties that may be imposed upon an employee for drug abuse violations occurring in the workplace;

C. Notifying all employees in the statement required by subparagraph A above that as a condition of continued employment, the employee will (I) abide by the terms of· the statement; and (2) notify the Contractor of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction;

D. Notifying IYSA in writing within ten (I 0) days after receiving notice from an employee under subdivision C(2) above, or otherwise receiving actual notice of such conviction;

E. Within thirty (30) days after receiving notice under subdivision C(2) above of a conviction, imposing the following sanctions or remedial measures on any employee who is convicted of drug abuse violations occurring in the workplace: (I) taking appropriate personnel action against the employee, up to and including termination; or (2) requiring such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state or local health, law enforcement, or other appropriate agency; and

F. Making a good faith effort to maintain a drug-free workplace through the implementation of subparagraphs A through E above.

15. Force Majeure.

In the event that either party is unable to perform any of its obligations under this Contract or to enjoy any of its benefits because of natural disaster or decrees of goverrunental bodies not the fault of the affected party (hereinafter referred to as a "Force Majeure Event"), the party who has been so affected shall immediately give notice to the other party and shall do everything possible to resume performance. Upon receipt of such notice, all obligations under this Contract shall be immediately suspended. If the period of nonperformance exceeds thirty (30) days from the receipt of notice of the Force Majeure Event, the party whose ability to perform has not been so affected may, by giving written notice, terminate this Contract. 16. Funding Cancellation.

When the Director of the State Budget Agency ("SBA") makes a written determination that funds are not appropriated or otherwise available to support continuation of performance of this Contract, this Contract shall be canceled. A determination by the Director of SBA that funds are not appropriated or otherwise available to support continuation of performance shall be final and conclusive.

Page 13 of28

113 of 157 17. Governing Laws.

This Contract shall be construed in accordance with and governed by the laws of the state ofindiana and suit, if any, must be brought in the state of Indiana.

18. Indemnification.

The Contractor agrees to indemnify, defend, and hold harmless IYSA, its agents, officials, and employees from all claims and suits including court costs, attorney's fees, and other expenses caused by any act or omission of the Contractor and/or its subcontractors, if any, in the performance of this Contract. IYSA shall not provide such indemnification to the Contractor.

19. Independent Contractor.

A. Both parties hereto, in the performance of this Contract, shall act in an individual capacity and not as agents, employees, partners, joint venturers or associates of one another. The employees or agents of one party shall not be deemed or construed to be the employees or agents of the other party for any purposes whatsoever. Neither party will assume liability for any injury (including death) to any persons, or damage to any property, arising out of the acts or omissions of the agents, employees or subcontractors of the other party.

B. The Contractor shall be responsible for providing all necessary unemployment and workers' compensation insurance for the Contractor's employees.

C. The Contractor certifies and agrees that the services the Contractor provides under this Contract will be performed in accordance with the following guidelines:

(1) Behavioral control- Contractor will be responsible to direct and control its staff with respect to how to carry out its duties under this Contract including: (a) monitoring or providing training on how to perform services and (b) instructions on: --when and where to do the work --what tools or equipment to use --what workers to hire or to assist with the work --where to purchase supplies and services --what work must be performed by a specified individual --what order or sequence to follow.

(2) Financial control - In carrying out its duties hereunder, the Contractor will be responsible for: (a) all business expenses incurred

Page 14 of28

114 of 157 (b) any facilities or equipment it requires (c) managing its resources to meet obligations to IYSA and any other parties (d) all employment or contract issues with its staff (e) managing any fluctuations in cost of providing services.

(3) Type of relationship- Contractor's relationship with IYSA: (a) is controlled by this Contract (b) includes no benefits other than the consideration paid for services rendered (c) includes no promise of future agreements (d) addresses only one aspect ofiYSA's overall mission.

20. Insurance.

A. The Contractor shall secure and keep in force during the term of this Contract the following insurance coverage, covering the Contractor for any and all claims of any nature which may in any manner arise out of or result from Contractor's performance under this Contract:

(1) Commercial general liability, including contractual coverage and errors and omissions coverage for professional conduct, and products or completed operations coverage (if applicable), with minimum liability limits of $1,000,000 per occurrence and $2,000,000 in the aggregate unless additional coverage is required by IYSA. IYSA is to be named as an additional insured on a primary, non-contributory basis for any liability arising directly or indirectly under or in connection with this Contract.

(2) Automobile liability with minimum liability limits of $1,000,000 per occurrence and $2,000,000 in the aggregate. IYSA is to be named as an additional insured on a primary, non-contributory basis.

(3) Property damage insurance in an amount sufficient to provide coverage for any loss of property used by the Contractor in connection with services provided under this Contract, not less than $100,000 in the aggregate.

B. The Contractor's msurance coverage must meet the following additional requirements:

(1) The insurer must have a certificate of authority issued by the Indiana Department of Insurance.

(2) Any deductible or self-insured retention amount or other similar obligation under the insurance policies shall be the sole obligation of the Contractor.

Page 15 of28

115 of 157 (3) IYSA will be defended, indemnified and held harmless to the full extent of any coverage actually secured by the Contractor in excess of the minimum requirements set forth above. The duty to indemnify IYSA under this Contract shall not be limited by the insurance required in this Contract.

(4) The insurance required in this Contract, through a policy or endorsement( s ), shall include a provision that the policy and endorsements may not be canceled or modified without thirty (30) days' prior written notice to the undersigned State agency.

C. The Contractor shall include IYSA as an additional insured on each policy of insurance described above herein.

D. Failure to provide insurance as required in this Contract may be deemed a material breach of contract entitling IYSA to immediately terminate this Contract. The Contractor shall furnish a certificate of insurance and all endorsements to IYSA before commencement of this Contract.

21. Licensing Standards.

The Contractor, its employees and subcontractors shall comply with all applicable licensing standards, certification standards, accrediting standards and any other laws, rules or regulations governing services to be provided by the Contractor pursuant to this Contract. IYSA will not pay the Contractor for any services performed when the Contractor, its employees or subcontractors are not in compliance with such applicable standards, laws, rules or regulations. If any license, certification or accreditation expires or is revoked, or any disciplinary action is taken against an applicable license, certification or accreditation, the Contractor shall notify IYSA immediately and IYSA, at its option, may immediately terminate this Contract.

22. Merger & Modification.

A. Except as otherwise set forth in this Section below, this Contract constitutes the entire agreement between the parties and no understandings, agreements, or representations, oral or written, not specified within this Contract will be valid provisions of this Contract.

B. The parties agree that due to the uncertain availability of state and/or federal appropriated funds and/or the possibility of the need for a reduction in the services provided pursuant to this Contract, the total consideration payable by IYSA as specified in Section 2 of this Contract may be unilaterally decreased by IYSA, with a corresponding reduction in the Contractor's duties and responsibilities, immediately upon the Contractor's receipt of written notice. Such written notice shall be delivered to the Contractor at the address specified below in this Contract via both regular U.S. mail and e-mail. This paragraph does

Page 16 of 28

116 of 157 not affect any right of the Contractor to payment for services performed before receipt of such written notice.

C. IYSA may conduct periodic reviews of the anticipated utilization of funds provided by IYSA pursuant to this Contract and/or periodic reviews of the county or counties for which the Contractor has been chosen to provide the Safe Place Program/Services as set forth in the notification received by the Contractor from IYSA and as set forth above.

D. Shonld IYSA (on its own or after it considers a reqnest of the Contractor) determine that any billable unit, payment point, service code, or service component requires modification and such modification requires a revision to the information included in Award letter, such changes shall not require the execution of a formal amendment to this Contract, but may be accomplished by written notice from IYSA to the Contractor with an accompanying npdated Award letter.

E. The modifications described above in paragraphs B, C, and D of this Section, even if such modifications may require creation of a revised Award letter, may be accomplished by letter of notification from IYSA to the Contractor (with any requisite revised Award letter attached thereto), without the necessity for a formal contract amendment.

F. With the exception of the modification procedures permitted pursuant to paragraphs B, C, D, and E of this Section, this Contract may not be modified, supplemented, or amended, except by written agreement signed by all necessary parties. Nothing herein shall be construed as a commitment to execute future agreements with the Contractor or to extend this Contract in any way.

23. Nondiscrimination.

A. This covenant is enacted pursuant to the Indiana Civil Rights Law, specifically including IC 22-9-1-10, and in keeping with the purposes of the Civil Rights Act of 1964, the Age Discrimination in Employment Act, and the Americans with Disabilities Act. Breach of this covenant may be regarded as a material breach of this Contract, but nothing in this covenant shall be construed to imply or establish an employment relationship between IYSA and any applicant or employee of the Contractor or any subcontractor.

B. Pursuant to the Indiana Civil Rights Law, specifically including IC 22-9-1-10, and in keeping with the purposes of the federal Civil Rights Act of 1964, the Age Discrimination in Employment Act, and the Americans with Disabilities Act, and except as permitted by 28 CFR Part 38 "Equal Treatment for Faith-Based Organizations", the Contractor covenants that it shall not discriminate against any employee or applicant for employment relating to this Contract with respect to the hire, tenure, terms, conditions or privileges of employment or any matter directly

Page 17 of28

117 of 157 or indirectly related to employment, because of the employee's or applicant's: race, color, national origin, religion, sex, age, disability, ancestry, status as a veteran, or any other characteristic protected by federal, state, or local law ("Protected Characteristics"). Furthermore, the Contractor certifies compliance with applicable federal laws, regulations, and executive orders prohibiting discrimination based on the Protected Characteristics in the provision of services.

C. The Contractor further agrees to comply with all applicable provisions of Indiana Code 22-9; Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000d; Title II of the Americans with Disabilities Act, 42 U.S.C. 12134; and all other non­ discrimination laws and regulations of the United States and IYSA oflndiana. In particular, the Contractor will ensure that no person shall, on the grounds of race, age, color, religion, sex, disability, national origin, ancestry, or status as a veteran, be excluded from participating in or be denied the benefit of the Contractor's services, or otherwise be subjected to discrimination under any program or activity for which the Contractor or its subcontractors receive, directly or indirectly, state or federal funds.

D. The Contractor understands that IYSA is a recipient of federal funds, and therefore, where applicable, the Contractor and any subcontractors agree to comply with requisite affirmative action requirements, including reporting, pursuant to 41 CFR Chapter 60, as amended, and Section 202 of Executive Order 11246.

E. The parties agree that any publicity release or other public reference, including media releases, information pamphlets, etc., relative to the services provided under this Contract, will clearly state that all services are provided without regard to race, age, color, religion, sex, disability, national origin, ancestry, or status as a veteran.

24. Notice to Parties.

A. Whenever any notice, statement or other communication is required under this Contract, it shall be sent via regular U.S. mail and/or e-mailed to the following addresses, unless otherwise specifically advised.

(I) Notices to IYSA shall be sent and/or e-mailed to:

Robin Donaldson Chief Operating Officer Indiana Youth Services Association 445 N. Pennsylvania Street, Suite 945 Indianapolis, IN 46204 E-mail: [email protected]

(2) Notices to the Contractor shall be sent and/or e-mailed to:

Page 18of28

118 of 157 Kim Meyer Youth Services Bureau of Monroe County 615 S. Adams Street Bloomington, IN 47404 [email protected]

B. Notice of any change in the person or address to whom notices should be sent and/or e-mailed, as specified in paragraph A of this Section, shall be given to the other party in the manner provided in paragraph A of this Section.

C. As required by IC 4-13-2-14.8, payments to the Contractor shall be made via electronic funds transfer in accordance with instructions filed by the Contractor with the Indiana Auditor of State.

25. Order of Precedence; Incorporation by Reference.

Any inconsistency or ambiguity in this Contract shall be resolved by giving precedence in the following order: (1) This Contract; (2) any written notices given by IYSA to the Contractor (including any attachments thereto) pursuant to Section 27 of this Contract; (3) Award letter; (4) Exhibit 1 (which will be described below in Section 49 of this Contract); (5) the most current form of DCS' Service Standards and the Assurances (which are described in Section l(B) and l(C) of this Contract); (6) the Safe Place RFP; and (7) the Contractor's RFP Response.

26. Payment and Fiscal Requirements.

A. All payments shall be made in arrears in conformance with State fiscal policies and procedures and, as required by IC 4-13-2-14.8, by electronic funds transfer to the financial institution designated by the Contractor in writing. No payments will be made in advance of receipt of the goods or services that are the subject of this Contract.

B. The Contractor shall submit monthly reports on the NSP database for payment pursuant to this Contract. IYSA will notifY the Contractor of any change in invoice/claim procedure, and the Contractor shall use whatever invoice/claim forms and documentation are required by IYSA's then current procedure and shall submit the appropriate invoices/claim forms and documentation to IYSA, as directed. Monthly reports will be submitted monthly for services performed during the calendar month(s) preceding the date of the report. The Contractor's invoice must be dated no earlier than the later of (a) the first date the Contractor is entitled to submit a claim for payment under the applicable provision of this Contract. IYSA will then create check requests to submit to the IYSA accounting firm no later than five (5) days after the monthly report due date.

Page 19 of28

119 of 157 C. A report will not be deemed to be properly prepared as required above in paragraph B if it is not entered into the NSP database by the 151hof the following month. Any report submitted after the due date will be deemed improperly prepared and will not be paid until the following month.

D. A properly prepared report must be entered within sixty (60) calendar days after the date services are provided or costs incurred pursuant to this Contract in order to be eligible for reimbursement. IYSA may elect to deny payment of any invoices/claims that are not timely submitted as required in this paragraph.

27. Security and Privacy of Health Information.

A. This Section applies only to the extent that the Contractor receives any protected health information ("PHI"), as referenced in paragraph C below, or any alcohol and drug abuse records (as defined in IC 16-18-2-12), health records (as defined in IC 16-18-2-168), or mental health records (as defined in IC 16-18-2-226), concerning any individual, in connection with performance of any services under this Contract. Any records included in the above definitions in IC 16-18-2 are referred to herein as "health records."

B. The Contractor agrees to comply with all requirements of the Health Insurance Portability and Accountability Act of 1996 ("HIP AA") in all activities related to this Contract and any other applicable law, to maintain compliance throughout the life of this Contract, to operate any systems used to fulfill the requirements of this Contract in full compliance with HIP AA and to take no action which adversely affects IYSA's HIPAA compliance and to hold all Subcontractors to the same standards.

28. Termination for Default and Termination or Suspension for Additional Reasons.

A. Termination for Default

(I) With the provision of thirty (30) days notice to the Contractor, IYSA may terminate this Contract in whole or in part if the Contractor fails to:

(a) Correct or cure any breach of this Contract; the time to correct or cure the breach may be extended beyond thirty (30) days if IYSA determines progress is being made and the extension is agreed to by the parties;

(h) Deliver the supplies or perform the services within the time specified in this Contract or any extension;

Page 20 of28

120 of 157 (c) Make progress so as to endanger performance of this Contract; or

(d) Perform any of the other provisions of this Contract.

(2) If IYSA terminates this Contract in whole or in part, it may acquire, under the terms and in the maru1er IYSA considers appropriate, supplies or services similar to those terminated, and the Contractor will be liable to IYSA for any excess costs for those supplies or services. However, the Contractor shall continue the work not terminated.

(3) IYSA shall pay the contract price for completed supplies delivered and services accepted. The Contractor and IYSA shall agree on the amount of payment for manufacturing materials delivered and accepted and for the protection and preservation of the property. Failure to agree will be a dispute under the Disputes clause of this Contract. IYSA may withhold from these amounts any sum IYSA determines to be necessary to protect IYSA against loss because of outstanding liens or claims of former lien holders.

(4) The rights and remedies ofiYSA in this clanse are in addition to any other rights and remedies provided by law or eqnity or under this Contract.

B. Termination for Endangering Life, Health, or Safety of Any Person. If IYSA determines that any breach of this Contract by the Contractor endangers the life, health, or safety of any person, IYSA may terminate this Contract by orally notifying the Contractor of the termination, followed by the mailing of written notification thereof within three (3) business days. Termination pursuant to this paragraph shall become effective at the time of the oral notification.

C. Termination for Certain Business Changes, Assignments, and Bankruptcy. The Contractor agrees that IYSA may terminate this Contract immediately if the Contractor (I) ceases doing business; (2) assigns, transfers or delegates any of its duties and responsibilities for performance of this Contract to any other person or entity without prior written approval of IYSA; (3) changes or reorganizes its business in a manner which substantially impairs the ability of the Contractor to perform the services described in this Contract and its exhibits/attachments; (4) attempts to assign, transfer, convey or encumber this Contract in any way except as expressly authorized pursuant to the conditions of this Contract; and/or (5) if an order for relief is entered upon a voluntary or involuntary petition by or against the Contractor under any provision of Title II, United States Code, and the trustee or debtor-in-possession docs not timely assume all obligations of this Contract to be performed by the Contractor, as provided in 11 U.S.C. § 365, or in the event of appointment of a receiver for the Contractor or execution of an assigrunent for the benefit of creditors of the Contractor. Any notice of termination pursuant to this paragraph shall be provided in writing to the Contractor.

Page 21 of28

121 of 157 D. Termination for Additional Reasons Stated in this Contract. This Contract is also subject to tennination or suspension as stated in any other Section ofthis Contract.

E. IYSA Only Liable for Payment for Services Properly Provided Prior to Termination. If this Contract is terminated for any reason, IYSA shall only be liable for payment for services properly provided prior to the effective date of termination. IYSA shall not be liable for any costs incurred by the Contractor in reliance upon this Contract subsequent to the effective date of termination.

29. Travel.

The only expenses for travel that will be reimbursed by IYSA are those travel expenses specifically permitted under the scope of services or consideration provisions as set forth in Sections 1 and 2 of this Contract. If properly invoiced for as set forth in Sections 2 and 33 of this Contract, such expenditures made by the Contractor for travel will be reimbursed at the current rate paid by IYSA or the Contractor (whichever is less). Out­ of-state travel requests, unless such travel costs are incurred and included as part of the Contractor's request for reimbursement of its registration and travel costs related to its attendance at NSP's National Conference (which may not exceed $350), must be reviewed by IYSA for availability of funds and for appropriateness.

30. Waiver of Rights.

No right conferred on either party under this Contract shall be deemed waived, and no breach of this Contract excused, unless such waiver is in writing and signed by the party claimed to have waived such right. Neither IYSA's review, approval or acceptance of, nor payment for, the services required under this Contract shall be construed to operate as a waiver of any rights under this Contract or of any cause of action arising out of the performance of this Contract, and the Contractor shall be and remain liable to IYSA in accordance with applicable law for all damages to IYSA caused by the Contractor's negligent performance of any of the services furnished under this Contract.

31. Work Standards.

The Contractor shall execute its responsibilities by following and applying at all times the highest professional and technical guidelines and standards. If IYSA becomes dissatisfied with the work product of or the working relationship with those individuals assigned to work on this Contract, IYSA may request a performance improvement plan from the Contractor to resolve the identified issues, and the Contractor shall grant such request.

32. Conflict oflnterest.

The Contractor acknowledges and agrees that no employee, agent, representative, or subcontractor of the Contractor who may be in a position to participate in the decision­ making process of the Contractor or its subcontractors may derive an inappropriate personal

Page 22 of28

122 of 157 or financial interest or benefit from any activity funded tlnough this Contract, either for himself or herself or for those with whom he or she has family or business ties.

33. Criminal and Background Checks.

A. This Section applies to each employee or volunteer (which includes interns) who has or will have electronic or physical access to children's records or direct contact with children on a regular and continuing basis or any contact when a child(rcn) is/are alone or only with the Provider's staff in connection with performance of any services or activities pursuant to this Contract ("Covered Personnel"). To the extent applicable, the Contractor (referred to in this Section as Provider) shall conduct all criminal history and background checks required by law, this Contract, and the applicable DCS' policies (including 2.10 and 2.11 ), including those implemented by Administrative Letter. All required checks must be completed prior to the Contractor submitting this Contract for IYSA signature. The checks will be conducted in the same manner as required for licensed residential child caring institutions, with respect to IC 31-27-3-3, subsections (c)(!) and (f), and the Provider shall maintain records of information it gathers and receives on Covered Personnel checked pursuant to this Section. The applicable laws and DCS' policies are updated periodically, and the Provider shall comply with those current as of the time the Provider executes this Contract, adds Covered Personnel, renews this Contract, or reaches the anniversary date of commencement of a multi-year agreement. Upon request, IYSA will furnish the Provider with information on updates and any changes in policy or procedure. The current procedure requires the Provider to conduct the following checks:

(1) For those with direct contact with children on a regular and continuing basis or any contact when a child(ren) is/are alone or only with the Provider's staff in connection with performance of any services or activities pursuant to this Contract:

(a) Verify the identity of all individuals subject to criminal aud background checks; (b) Conduct Child Protection Services (CPS) checks (for Indiana, send DCS a Request for Child Protection Services History Check; for other states, see DCS' website on child welfare policies and contractor policies for web links to CPS records); (c) Conduct Sex and Violent Offender checks (see DCS' website for web links for Indiana and out-of-state sex and violent offender cheeks); (d) Conduct Local Law Enforcement checks; (e) Registerfor Fingerprint-Based National and State Checks; and (f) Review Results of Criminal and Background Checks and take appropriate action.

(2) For those with only electronic or physical access to children's records:

Page 23 of28

123 of 157 (a) Verify the identity of all individuals subject to criminal and background checks; (b) Conduct Child Protection Services (CPS) checks (for Indiana, send DCS a Request for Child Protection Services History Check; for other states, see DCS' website as above); (c) Conduct Sex and Violent Offender checks (eee DCS' website for web links for Indiana and out-of-state sex and violent offender checks); and (d) Review Results of Criminal and Background Checks and take appropriate action.

(3) For all Covered Personnel and Subcontractors:

The Provider shall require Covered Personnel and subcontractors for this Contract to immediately notifY the Provider of any information about them that would have been revealed by the checks above including substantiation for child abuse or neglect or other similar complaints or charges and of any convictions or arrests. The Provider shall immediately relay such notice to IYSA. The Contractor shall further collect from each Covered Personnel an annual attestation regarding whether that individual has any history of such substantiation, arrest or conviction and shall include any previously unreported information to IYSA in its annual Certification.

Except for A(3) above, the required checks must be performed every four (4) years based on the anniversary of the individual Covered Personnel's initial checks.

B. The Provider shall be responsible for assessing job responsibilities and categorizing Covered Personnel as subject to A( I), A(2), or as not-covered and for performing the appropriate checks. Any Covered Personnel who might serve as a substitute for a covered position, even in emergency circumstances, should undergo the checks required for that covered position.

C. The Provider shall maintain a record of the results of each check conducted pursuant to this Section. The Provider shall, if requested by IYSA, provide a copy of that record to IYSA or make the record available for inspection by an authorized representative of IYSA.

D. With respect to any current Covered Personnel, the Provider shall submit the Background Check Certification form at the time it submits this Contract to IYSA for signature or within thirty (30) days after the effective date of this Contract, whichever is earlier, and annually upon the anniversary of the effective date of the Contract. The Background Check Certification fonn will certifY that the requirements under paragraph A of this Section have been completed. The Provider shall furnish any other documentation related to background checks as IYSA

Page 24 of28

124 of 157 requests. The Provider has an ongoing obligation to assess job responsibilities and to conduct appropriate checks for employees or volunteers who join the Provider after this Contract begins. Such staff may not provide any services that involve contact with children before the requisite checks have been completed.

E. In order to allow IYSA to evaluate the results and to make determinations regarding qualifications, national fingerprint-based criminal history checks relating to Covered Personnel arc required to be conducted through DCS' approved fingerprint vendor in accordance with the terms and conditions stated in IC 10-13-3-38.5, 39. The results of the national fmgerprint-bascd criminal history checks will be returned to the Provider as an authorized entity to receive the results. The Provider will inform IYSA whether the report it receives concerning the subject of a check shows any record that would be grounds for denial of his/her ability to provide services and/or perform activities pursuant to this Contract. lf any Covered Personnel receive a response of conditionally disqualified or disqualified, further follow up is required. If the result is disqualified, then the individual may be eligible for a waiver. The Provider should contact the DCS' background check unit to determine if the individual is eligible and to apply for the waiver. DCS will not release to the Provider any criminal history record information (''CHRI") contained in any report that it receives from the Federal Bureau of Investigation ("FBI") through the Indiana State Police ("ISP"). If the Provider requests a waiver of criminal history, DCS will inform the Provider of the decision on the waiver request.

F. In the event a criminal history or background check required herein produces any record concerning the subject of a check that would be a ground for denial of his/her ability to provide services and/or perform activities pursuant to this Contract and the Provider chooses to retain such employee or volunteer, that decision may be considered a material breach of this Contract.

G. The Provider will be responsible for payment of all fees required to be paid for conducting any check required under this Section of the Contract.

34. Eligibility and Appeals.

A. The parties agree that the eligibility of any individuals who may be provided services pursuant to this Contract shall be determined in accordance with State service standards, DCS' policy, and federal eligibility criteria and operating procedures.

B. IYSA and the Contractor agree to maintain procedures and records in accordance with state and federal policies and regulations and to promptly address complaints and appeals between the parties and those of applicants for and recipients of serv1ces. Both parties agree to cooperate with the processing of any complaint or appeal.

Page 25 of28

125 of 157 35. Fees.

The Contractor and its subcontractors shall impose no fees upon the recipients of any services provided through this Contract.

36. Environmental Tobacco Smoke.

The Contractor agrees to comply with all provisions of 20 U.S.C. § 6081 et seq., and any regulations promulgated thereunder. In particular, the Contractor agrees that it will require that smoking be prohibited in any portion of an indoor facility, other than a private residence, regularly used for the provision of services to children under the age of eighteen (18), and that it will comply with all applicable requirements of the statute and regulations. The Contractor further agrees that it will require the language of this condition to be included in any subcontracts which contain provisions for services to children.

37. Lobbying Activities.

A. Pursuant to 31 U.S.C. § 1352, and any regulations promulgated thereunder, the Contractor hereby assures and certifies, to the best of its knowledge and belief, that no federally appropriated funds have been paid, or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress, in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan or cooperative agreement.

B. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Contract, the Contractor shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying". If the Contractor is required to submit Standard Form-LLL, the form and instructions for preparation of the form may be obtained from IYSA.

C. The Contractor shall require that the language of this certification be included in any subcontracts and that all subcontractors shall certify and disclose accordingly.

D. The foregoing certification is a material representation of fact upon which reliance was or will be placed when entering into this Contract and any transactions with IYSA. Submission of this certification is a prerequisite for making or entering into any transaction as imposed by 31 U.S.C. § 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000.00 for each such failure.

Page 26 of28

126 of 157 38. Religious or Political Activities.

A. IYSA and the Contractor agree that services provided pursuant to this Contract shall be non-sectarian in nature and that religious activities shall not be included in any activities to be conducted hereunder. The Contractor agrees that, if it otherwise conducts religious activities as part of its organization, any inherently religious activities must be offered separately, in time or location, from the programs or services funded with direct federal financial assistance and participation must be voluntary for beneficiaries of the programs or services funded with such assistance.

B. The Contractor certifies that any funding provided by IYSA pursuant to this Contract shall not be used to further any type of political or voter activity.

THE REMAINDER OF THIS PAGE HAS BEEN INTENTIONALLY LEFT BLANK

Page 27 of28

127 of 157 SIGNATURE PAGE

Non-Collusion and Acceptance

The undersigned attests, subject to the penalties for perjury, that he/she is the Contractor, or that he/she is the properly authorized representative, agent, member or officer of the Contractor, that he/she has not, nor has any other member, employee, representative, agent or officer of the Contractor, directly or indirectly, to the best of the undersigned's knowledge, entered into or offered to enter into any combination, collusion or agreement to receive or pay, and that he/she has not received or paid, any sum of money or other consideration for the execution of this Contract other than that which appears upon the face of this Contract.

In Witness Whereof, the Contractor and IYSA have, through their duly authorized representatives, entered into this Contract. The parties, having read and understood the foregoing terms of this Contract, do by their respective signatures dated below hereby agree to the terms thereof.

Contractor: Youth Services Bureau of Monroe County (Where Applicable)

By: Attested By: ______~~------Printed N arne: ______Title: ______Date: ______

Indiana Youth Services Bureau

By:_____ ----c----c------­ David Westenberger, CEO

Date:______

Page 28 of28

128 of 157 MONROECOUNTY BOARD OF COMMISSIONERS REQUESTEDAGENDA INFORMATIONFOR THE COMMISSIONERSMEETINGS The Commissionerswill not acceptthis item for their Board of Commissioners Meetingif this form is not completelyfilled out.

Title of item to appear on the agenda: Amendmentto theDept of ChildServices- ResidentialTreatment Services Provider Include VENDOR's Name in title Contract2014 with Youth Services Bureau of MonroeCounty

Fund Name: ~...ln_la______,l Fund Number: ~...ln_ia______,l Amount: ~...ln_ia______j

Executive Departmentof ChildServices issued an amendmentto the ResidentialTreatment Services Provider Contract 2014. The Summary: applicablechange in contractfor subtypeEmergency Shelter Care relates to the lengthof timerequired to completea CANS assessmentfor youth. YSBis in agreementwith amendment and is ableto comply.

Date item will appear on the Commissioners' Agenda: 16/13/2014

Contact Person: IKim Meyer I Phone Numbe;'-'r"-:_~,::18,;1~2-,;:3,;4,;,9-,;:2,;5,;,39~,!_------, Presenter at Commissioner Meetin (if not contact person : IKim Meyer Office/Department: Youth Services Bureau of Monroe County

County Legal Review required rior to submission of this form: Attorney Name who reviewed: '-J_e_ff_C_o_c_k_e_ril_l------'

Is this a grant request? Yes 0 No [{] New or current Grant? New 0 Current 0 Grant application uploaded into the Grant Navigator (required) Yes 0

TOTAL Amount of grant money to be awarded: '-ln_ia_____ --' Federal: I I

State:

Local Match: '------'

Signed: IKimberly L. Meyer Date: 16-11-2014

E-mailagenda request and all necessarydocuments to the Auditor'soffice (ConnieAxsom) and to the Commissioner'sOffice e-mail: [email protected]

129 of 157 RESIDENTIAL TREATMENT SERVICES PROVIDER CONTRACT AMENDMENT#__ EDS# ______

This is an Amendment to the Contract (the "Contract") entered into by and between the Indiana Department of Child Services (the "State" or "DCS") and (the "Contractor") approved by the last State signatory on ______

In consideration of the mutual undertakings and covenants hereinafter set forth, the parties agree as follows:

The Contract is hereby amended by:

I. Replacing the fourth sentence of section 4.A.(S)(b)(xi) with the following sentence:

"The Treatment Plan must be completed within seven (7) days of admission for both the medically necessary portions of the Treatment Plan and the non-medically necessary portions of the Treatment Plan."

2. Deleting the following sentence from section 4.A.(S)(b)(xi):

"For providers who do not offer behavioral health services, Treatment Plaos must be completed within seven (7) days of admission."

3. Adding the following language to section 4.B.(3):

"For the emergency shelter care program category, the Residential Provider cao complete the short version of the CANS; it must be completed within seven calendar days of admission. If any items are rated as a 2 or 3 on the short version of the CANS, then the comprehensive CANS must be completed by either the facility or by an outside mental health professional qualified to complete the CANS. The short CANS tools include behavioral health needs, functioning and risks for the child and the caretakers' needs and strengths. The ratings of individual needs aod intensity of service recommendations cao be used to support a family's aod referral agency's decisions about the next steps aod possible interventions."

4. Replacing section S.C. with the following language:

"This section applies to all residential prograo1 categories except emergency shelter care. Any absences from emergency shelter care will constitute a new admission. (I) If a Child placed for residential treatment services with the Contractor runs away or otherwise leaves the facility without proper authorization or supervision, or is admitted to a hospital (this does not include ao acute psychiatric stay), the Contractor shall hold the room aod bed in the home which is available for the Child's return for up to five (5) calendar days after the Child has been absent from the facility overnight, unless otherwise directed, if there is ao intent for the child to return to the facility. If a child has run away aod is located within the five (5) day bed hold period aod placed elsewhere, the bed hold will end as of the day the child is placed elsewhere. The bed hold will end for a Child admitted to the hospital if the Child is discharged from the hospital within the five (5) Pagelof3 7/2013

130 of 157 days and placed elsewhere. To bill for the bed hold, there must be intent for the Child to return to the facility. If the Child does not return to the program within five (5) consecutive days of absence, the Contractor will release the room or bed to which the Child was assigned and terminate the per diem charge for the Child at the facility. (2) If a Child placed for residential treatment services is absent due to being placed in a detention center, the Contractor shall not bill DCS for the days in detention. (3) If a Child placed for residential treatment services is absent due to being admitted for an acute psychiatric stay, the Contractor shall not bill DCS for the days in acute psychiatric care. (4) If a Child placed for residential treatment services is absent due to a visit with parents, siblings, or other relatives, the Contractor can bill DCS for the days of the visit up to 10 days, as long as the placing agency has approved the visit in writing. (5) Any exceptions to the above must be approved in writing by the Deputy Director of Placement Support and Compliance."

5. Indiana Veteran's Business Enterprise Compliance. Award of this Contract was based, in part, on the Indiana Veteran's Business Enterprise ("IVBE") pmticipation plan. The following IVBE subcontractors will be participating in this Contract:

VEE PHONE CO:IvJilANYNAME SCOPE OF PRODUCTS and1or SERV1CES UTILIZATION DATE PERCENT

NONE______

A copy of each subcontractor agreement shall be submitted to IDOA within thirty (30) days of !be request. Failure to provide any subcontractor agreement may also be considered a material breach of this Contract. The Contractor must obtain approval from IDOA before changing the IVBE participation plan submitted in connection with this Contract.

The Contractor shall report payments made to IVBE subcontractors under this Contract on a monthly basis. Monthly reports shall be made using the online audit tool, commonly referred to as "Pay Audit." IVBE subcontractor payments shall also be reported to IDOA as reasonably requested and in a format to be determined by IDOA.

All matters set forth in the original Contract and not affected by this Amendment shall remain in full force and effect.

Page 2 of3 7/2013

131 of 157 Non-Collusion and Acceptance

The undersigned attests, subject to the penalties for perjury, that the undersigned is the Contractor, or that the undersigned is the properly authorized representative, agent, member or officer of the Contractor. Further, to the undersigned's knowledge, neither the undersigned nor any other member, employee, representative, agent or officer of the Contractor, directly or indirectly, has entered into or been offered any sum of money or other consideration for the execution of this Amendment other than that which appears upon the face hereof.

In Witness Whereof, Contractor and the State have, through their duly authorized representatives, entered into this Amendment. The parties, having read and understood the foregoing terms of this Amendment, do by their respective signatures dated below agree to the terms thereof.

[Contractor] Indiana Department of Child Services

By:~~------­By: Printed Name: ~~~~--~~~---­Mary Beth Bonaventura, Director Title: Date: Date: ______

Approved by: Approved by: Department of Administration State Budget Agency

By: :---::-c:------:::-----c--c------( for) By:-----:::-::--c:----:::-:------( for) Jessica Robertson, Commissioner Brian E. Bailey, Director Date: ______Date: ______

APPROVED as to Form and Legality: Office of the Attorney General

By: (for) Gregory F. Zoeller, Attorney GeneraJ Date: ______

Page 3 of3 7/2013

132 of 157 MONROE COUNTY BOARD OF COMMISSIONERS REQUESTED AGENDA INFORMATION FOR THE COMMISSIONERS MEETINGS

Title of item to appear on the agenda: Interlocal Cooperation Agreement with the City of Bloomington re: Joint use of Fuel Stations Fund Name: Departmental Fuel Lines Fund Number: Various. Amount: City fuels cost plus $0.35 per galleon

The Commissioners will not accept this item for their Board of Commissioners Meeting if this form is not completely filled out.

Executive Summary: This interlocal cooperation agreement modifies the current Joint use of Fuel Stations agreement. The biggest change is that the administrative fee will be calculated based upon actual use of the Stations as opposed to a flat monthly charge.

Date item will appear on the Commissioners' Agenda: June 13, 2014

Contact Person: Jeff Cockerill Phone Number: 2525

Presenter at Commissioner Meeting (if not contact person): Click here to enter text. Office/Department: Click here to enter text.

County Legal Review required prior to submission of this form: Attorney Name who reviewed: Jeff Cockerill

Is this a grant request? Yes D No l8l Federal: Click here to enter text. State: Click here to enter text. Local Match: Click here to enter text.

Signed: Jeff Cockerill Date: 6/11/14

1

133 of 157 ORDINANCE 2014­

An Ordinance Approving the lnterlocal Cooperation Agreement between Monroe County, Indiana, and City of Bloomington, Indiana regarding Joint Use of Fuel Stations.

WHEREAS, the County of Monroe, Indiana ("County"}, and the City of Bloomington ("City") desire to enter interlocal agreement ("Agreement") which authorizes the Joint use of Fuel Stations;

WHEREAS, the form of the Agreement has been developed and is attached to this Ordinance as Exhibit A;

WHEREAS, the County, acting by and through its Board of Commissioners, hereby finds that the Agreement promotes the public interest and should be approved;

NOW, THEREFORE, BE IT ORDAINED by the Board of Commissioners of Monroe County, Indiana, that the Exhibit A Agreement shall be, and hereby is, approved.

Approved this 131h day of June, 2014, by the Board of Commissioners of Monroe County.

MONROE COUNTY BOARD OF COMMISSIONERS

"AYES" "NAYS"

Patrick Stoffers, President Patrick Stoffers, President

Iris F. Kiesling, Vice President Iris F. Kiesling, Vice President

Julie Thomas, Member Julie Thomas, Member

ATTEST:

Steve Saulter, Auditor

2 134 of 157 MONROE COUNTY AND CITY OF BLOOMINGTON, INDIANA INTERLOCAL COOPERATION AGREEMENT for JOINT USE OF FUEL STATIONS

This Interlocal Cooperation Agreement for Joint Use of Fuel Stations, entered into this ::---c::--:-::- day of , 2014, by and between Monroe County, Indiana (County) and the City of Bloomington, Indiana (City).

WITNESSETH:

WHEREAS, Indiana Code 36-1-7, et.seq., allows local governrnental entities to make the most efficient use of their powers, enabling them to contract with other governrnental entities for the provision of services to the Public; and

WHEREAS, the City has fuel stations located at 1969 S. Henderson Street and 545 South Adams Street; and

WHEREAS, Monroe County's vehicles must currently obtain fuel at the County Highway Garage, located at 2800 Kirby Road; and

WHEREAS, many County offices are located in the heart of Bloomington; and

WHEREAS, fueling of County vehicles at the County's fuel station often necessitates a round trip of 12 miles from the Courthouse area, and may take 20 minutes or more to accomplish; and

WHEREAS, the City and County wish to make joint use of resources whenever possible to save taxpayer dollars, increase employee efficiency, cut back on fuel usage and decrease the enviromnental damage resulting from fuel usage; and

WHEREAS, the City is willing to allow County vehicles to fuel at City fueling stations;

NOW, THEREFORE, in consideration of the mutual terms, covenants and conditions set forth herein, and in recognition of the previous, successful inter local cooperation agreement entered into by the parties in 2008, the County and the City hereby agree as follows:

3

135 of 157 ARTICLE I PURPOSE AND DURATION OF AGREEMENT

Section 1. Purpose. The purpose of this Agreement is to outline the responsibilities of the parties, administrative procedures governing and fees related to the use of City fuel stations by County vehicles.

Section 2. Duration. This Agreement shall be in full force and effect for a period of five (5) years after the date of its execution by both parties.

Section 3. Termination. This Agreement may be terminated by either party with forty five ( 45) days written notice, addressed to the following:

Momoe County Board of Commissioners Room 315 Courthouse 100 W. Kirkwood Avenue Bloomington, IN 47404

City of Bloomington and City of Bloomington Board of Public Works Office of the Controller 401 N. Morton Street, Suite 130 401 N. Morton Street, Suite 240 Bloomington, IN 47404 Bloomington, IN 47404

Upon termination of the Agreement, the County shall return any coded keys to the City within thirty (30) days of termination.

ARTICLE II PROCEDURES

Section 1. Information necessary from County for fuel keys. The County shall supply the City with a complete and comprehensive list of vehicles that will be utilizing City fueling stations, which will be kept up-to-date at all times. That list shall include the following information: Vehicle identifying information (County unit# and make and model of the vehicle); County department to which the vehicle is assigned; type of fuel used by the vehicle; vehicle tank size. In instances where the County wishes or needs to identify the specific individual fueling a vehicle, the County shall supply the City with the employee name, or other identifying information (e.g., "Employee A in Probation") and a separate key shall be encoded to identify that party.

Section 2. City will supply keys. Based on the information specified in Section 1, the City will supply the County with fuel keys. The County shall reimburse the City for the actual cost of any and all keys supplied to the County. The City shall add the actual cost to the appropriate monthly invoice, in accordance with Article II. Additional keys shall

4

136 of 157 be supplied to the County as requested by the County's representative on the Administrative Board, or a representative of the County Council office.

Section 3. Lost keys. Should a key be lost, the County will notify the City as soon as possible after the loss has been discovered, so that the City can invalidate that key's code, and issue another key. Notification shall be in the form of telephone or electronic notice, with written confirmation to follow. The County will be responsible for any costs associated with the loss of the key and replacing the key, including any lost fuel, excluding costs resulting from the City not invalidating the lost key code within a reasonable time after the County's notification. The replacement fee for a lost key shall be the cost at that time to the City to replace the key and shall be paid by the County in accordance with paragraph 2 above.

Section 4. Billing. The City shall issue monthly invoices to the County for fuel usage, in the format of individual invoices to each County Department utilizing the City fuel station. The City shall bill the County at the same per gallon rate the City invoices its own departments. The City shall mail the invoices to the County each month.

Section 5. Payment. The County shall pay the City billings within thirty (30) days of the date of the invoice.

Section 6. Reports. All County vehicles will be assigned a new city identification number, and the report will be issued with the city identification numbers. The County will be provided with a list ofthe County identification numbers and the city identification numbers to which they correspond. The City shall issue the County a single monthly report on fuel usage that will include the following information:

Departmental identification Vehicle identification Individual fueling the vehicle (where County has requested a gas key that allows for such identification). Odometer reading, as entered by County personnel Date, time and place of fueling Amount of fuel obtained All other information included on the coded key(s).

In addition to monthly reports the City shall also supply annual reports showing the above data.

ARTICLE III FEES

Section 1. Administrative Fee. In addition to the cost of fuel and actual cost for keys as described in Article II, the County shall pay an administrative fee of thirty five cents ($0.35) per gallon offuel the County uses from the facility. Billing shall be done in accordance with Article II. The administrative fee is meant to reimburse the City for its

5

137 of 157 staff time spent to oversee and implement the joint fueling project and for generation of invoices and reports.

Section 2. Review and Adjustment of Administrative Fee. After six (6) months from the execution of this Agreement, the City and County may review the actual time and expenses incurred by the City in oversight and implementation of this Agreement, for possible revision (increase or decrease) of the administrative fee so that it will accurately reflect costs in time and expense to the City for its administrative role. Thereafter, the Administrative Fee shall be reviewed on an annual basis, unless the City or County requests an earlier review, in which case the fee shall be reviewed by both parties within thirty (30) days of the City's request. County review shall be done by the County Commissioner Administrator or such other entity or person as appointed by the County Commissioners; City review shall be done.by the Board of Public Works, or such other entity or person appointed by the Mayor, in consultation with the City of Bloomington Controller.

Section 3. Authority to Adjust Fee. The Commissioners delegate to the County representative on the Administrative Board the authority to agree to reasonable increases or decreases in the Administrative Fee based upon data and information obtained at the review, provided the Administrative Board informs the Presidents of the Commissioners and County Council in writing of the proposed adjustment. The Board of Public Works shall have the authority to agree to reasonable increases or decreases in the Administrative Fee, on behalf of the City of Bloomington; however, the Board shall consult with the City of Bloomington Controller prior to agreeing upon any increase or decrease. The Mayor shall approve such action, as in accordance with the original execution of this Agreement.

ARTICLE IV MISCELLANEOUS PROVISIONS

Section 1. Administration. This Agreement shall be administered by a two person board consisting of the City's Director of Public Works, or such other appointee of the Mayor, and the County Commissioner Administrator, or such other appointee of the Board of County Commissioners. Other than coded keys, it is not anticipated that any real or personal property will be acquired, held or disposed of by the parties for implementation of this Agreement.

Section 2. Indemnification. The County shall release, hold harmless and indemnify the City, its officers, agents and employees, from any and all claims or causes of action which may arise as a result of the City's activities necessary or related to providing access to fuel, providing fuel, and documentation of fuel use. This includes, but is not limited to, damage to vehicles as a result of fuel provision or use and injury to County employees as a result of the provisions of this Agreement.

6

138 of 157 APPROVED this ___ day of ___ 2014, by the Board of Commissioners of Monroe County, Indiana.

MONROE COUNTY BOARD OF COMMISSIONERS

"AYES" "NAYS"

Patrick Stoffers, President Patrick Stoffers, President

Iris F. Kiesling, Vice President Iris F. Kiesling, Vice President

Julie Thomas, Member Julie Thomas, Member

ATTEST:

Steve Saulter, Auditor

This___ day of ____ 2014

APPROVED this ___ day of ___ 2014, by the Monroe County Council.

MONROE COUNTY COUNCIL

"AYES" "NAYS"

Geoff McKim, President

Rick Dietz, Vice President

Marty Hawk, Member

Lee Jones, Member

7

139 of 157 Ryan J. Langley, Member

Cheryl Munson, Member

Shelli Yoder, Member ATTEST: _, 2014.

Steve Saulter, Auditor of Monroe County

CITY OF BLOOMINGTON

BOARD OF PUBLIC WORKS

Charlotte Zietlow, President James McNamara, Vice President

Dr. Frank N. Hrisomalos, Secretary This__ day of ______2014

PASSED AND ADOPTED by the Common Council of the City of Bloomington, Monroe County, Indiana, upon this day of , 2014.

DARRYL NEHER, President Bloomington Common Council

ATTEST:

REGINA MOORE, Clerk City of Bloomington

8

140 of 157 PRESENTED by me to the Mayor of the City of Bloomington, Momoe County, Indiana, upon this day of , 2014.

SIGNED and APPROVED by me upon this ___ day of ______,, 2014.

MARK KRUZAN, Mayor City of Bloomington

9

141 of 157 MONROECOUNTY BOARD OF COMMISSIONERS REQUESTEDAGENDA INFORMATION FOR THE COMMISSIONERSMEETINGS

The Commissionerswill not accept this item for their Boardof Commissioners Meetingif this form is not completelyfilled out

Title of item to appear on the agenda: Contractwith HFI MechanicalContractors to repair a 6" sewermain between bathrooms Include VENDOR's Name in title in theCZJC.

Fund Name: Icounty Buildings I Fund Number: '-11_oo_o_-1_61___ _,1 Amount: '-l$_3,'-1o_o_.o_o______j

Executive Asewerline behind the women's rest room on the 3rd ftoor is crackedand in needof replacement.The leak is drippingto Summary: the1st ftoor hallway of theSheriffs office.

Date item will appear on the Commissioners' Agenda: ~.-16_11_3_11_4___ ...... ~

Contact Person: 1'-A_n"'-gi_e_P_u_rd_ie____ _.l Phone Numbe;;.'.r:.._:);13,;4;;,9-,;;2;;55;::;3~-=L------~ Presenter at Commissioner Meetin if not contact person): Office/Department: Commissioners Office

County Legal Review required prior to submission of this form:

Attorney Name who reviewed: ~.:P-=e'-ff'-C~o~c~k-=e-=ri~ll------'

Is this a grant request? Yes 0 No 0 New or current Grant? New 0 Current 0 Grant application uploaded into the Grant Navigator (required) Yes 0

TOTAL Amount of grant money to be awarded: "------' Federal: I I

State:

Local Match: "------..J

Signed: !Angie Chalfant Date: 16/13/14

E-mailagenda request and all necessarydocuments to the Auditor'soffice (Connie Axsom) and to theCommissioner's Office e-mail: [email protected]

142 of 157 CHARLOTTE ZIETLOW JUSTICE CENTER SEWER LINE REPAIR

Agreement made the __ day of June, 2014, between HFI Mechanical Contractors ("Contractor") and Board of Commissioners of Monroe County ("Board"). The Contractor and Board mutually agree as follows:

1. Project. The undersigned Contractor, having familiarized itself with the site conditions existing at the Charlotte Zietlow Justice Center 301 N. College Ave., Bloomington, Indiana, does hereby agree to provide all services and materials necessary to prepare, perfom1 and repair the 6" sewer line leaking from the third floor to the first floor hallway of the Sheriffs Department.

2. Term. Work will commence this following week: June 23,2014

3. Cost. The total cost ofthe work shall be $3,100.00 in accordance with the quote which is shown as Exhibit A.

4. Worker's Compensation. Contractor shall purchase and maintain a policy of Worker's Compensation Insurance as required by the laws ofthe State oflndiana, and furnish a certificate of such insurance to the Board before commencement of work on the Project. Failure to provide this certificate may be regarded by the Board as material breach of this Agreement, and may result in its cancellation without further cause.

5. Liability Insurance. Contractor shall purchase and maintain comprehensive general liability insurance in amounts of at least 1 million per occurrence, and 2 million dollars aggregate, and furnish proof of such insurance to the Board before commencement of work on the Project. Failure to provide this certificate may be regarded by the Board as a material breach of this Agreement, and may result in its cancellation without further cause.

6. Indemnity. Contractor assumes all risks and responsibilities for accident, injuries or damages to person or property related to performance of the Project, and agrees to indemnify and save harmless the Board from all claims, costs or suits of whatever nature, including attorneys' fees, related to performance ofthe Project, except such claims, costs or suits arising out ofthe fault ofthe Board of its employees.

7. Non-discrimination. In the perfonnance of work under this contract, it is agreed that Contractor, any of its subcontractors, or any person acting on their behalf shall not, in auy manner, discriminate against or intimidate any employee or job applicant with respect to his, hire, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment, because of his race, religion, color, sex, disability, national origin or ancestry- or discriminate by reason of such factors, against any citizen of the State of Indiana who is qualified and available to perform the work.

It is further agreed that a penalty may be deducted from the contract in the sum of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of this provision. If a second or subsequent violation occurs, this contract may be terminated, and all monies due or to become due hereunder may be forfeited. It is further agreed that a breach of this covenant may be considered a material breach of the contract.

8. Compliance with Law. Contractor shall, at its own expense, obtain all licenses and

143 of 157 permits which may be necessary to complete the Project. Contractor shall comply with all applicable laws and regulations, and indemnify and save harmless the Board for any fines or expenses of any nature which it might incur from Contractor's noncompliance, including laws and regulations enforced by the State Fire Marshal, State Building Commissioner, Department of Fire Prevention and Building Safety, State Department of Health, O.S.H.A., state and local building codes and the Americans with Disabilities Act. Contractor will comply with IC 22-5-1.7-3. Specifically including the following: • Contractor to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the E-Verify program. • Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the E-Verify program if theE­ Verify program no longer exists. • Contractor must sign an affidavit affirming that Contractor does not knowingly employ an unauthorized alien. Contractor affirms by its signature that it is in compliance with IC 5-22-16.5 et seq., and does not knowingly engage in investment activities in Iran by providing goods or services worth $20,000,000 or more in value to the energy sector of Iran.

9. Independent Contractor. It is understood and agreed that Contractor executes this Agreement as an independent contractor, and shall not be considered an employee or agent of the Board for any purpose. Contractor shall have exclusive control over the means, methods and details of fulfilling its obligations under this Agreement. Contractor shall pay all taxes, withholdings and contributions required by Social Security (FICA) laws, h1diana and federal income tax laws, and h1diana unemployment insurance laws.

I0. Captions. The captions of the Agreement are for convenience only, and do not in any way limit or amplifY its terms.

11. Governing Law. This agreement shall be governed in accordance with the laws of the State offudiana.

IN WITNESS WHEREOF, Contractor and Board have executed this Agreement as dated below in two counterparts, each ofwhich shall be deemed an original.

HFI Mechanical Contractors Board of Commissioners of Monroe County ''Contractor" ''Board"

by Date ______ATTEST: _ __ ,2014

Steve Saulter, Auditor

144 of 157 MONROECOUNTY BOARD OF COMMISSIONERS REQUESTEDAGENDA INFORMATIONFOR THE COMMISSIONERSMEETINGS The Commissionerswill not acceptthis item for their Board of Commissioners Meetingif this form is not completelyfilled out

Title of item to appear on the agenda: Contractwith HFI MechanicalContractors to replace gas furnaces and air conditioner Include VENDOR's Name in title unitsat theYouth Services Building.

Fund Name: ITBD-Co. bldgsl JV COlT! Fund Number: 11000-161 OR 1120 Amount: 1$9,945.00

Executive Thethree furnace I air-conditioning units at theYSB are no longer serviceable in a fiscallyresponsible manner. As such, Summary: uponrecommendation from the County maintenance supervisor, replacement of the units is necessary.

Date item will appear on the Commissioners' Agenda: '-'16_11_3_11_4___ __,

Contact Person: '-'IA_n.;::g_ie_P_u_rd~ie;:..____ --'1Phone Numbe~r_,_:..bi3=4=9=-2=5=53===,L------, Presenter at Commissioner Meetin (if not contact Office/Department: Commissioners Office

County Legal Review required prior to submission of this form:

Attorney Name who reviewed: ~...Q_e_ff_C_o_c_k_e_ri_ll______,

Is this a grant request? Yes D No 0 New or current Grant? New D Current D Grant application uploaded into the Grant Navigator (required) Yes D

TOTAL Amount of grant money to be awarded: J....______J Federal: I I

State:

Local Match: '------'

Signed: !Angie Chalfant Date: 16/13/14

E-mailagenda request and all necessarydocuments to the Auditor'soffice (ConnieAxsom) and to the Commissioner'sOffice e-mail: [email protected]

145 of 157 YOUTH SERVICES BUREAU GAS FURNACE AND AIR CONDITIONER

Agreement made the~-day of June, 2014, between HFI Mechanical Contractors ("Contractor") and Board of Commissioners ofMomoe County ("Board"). The Contractor and Board mutually agree as follows:

1. Project. The undersigned Contractor, having familiarized itself with the site conditions existing at the Youth Services Bureau. Bloomington, Indiana, does hereby agree to provide all services and materials necessary to replace the furnaces and air conditioners with high efficiency American Standard HVAC Systems.

2. Term. Work will commence upon appropriation of the funds in the JV COlT or upon decision to pay from the Cumulative Capital Development Fund

3. Cost. The total cost of the work shall be $9,945.00in accordance with the quote which is shown as Exhibit A. The cost of additional electrical work, painting, patching, and overtime shift work is not included and will be subject to Commissioner approval.

4. Worker's Compensation. Contractor shall purchase and maintain a policy of Worker's Compensation Insurance as required by the laws of the State of Indiana, and furnish a certificate of such insurance to the Board before commencement of work on the Project. Failure to provide this certificate may be regarded by the Board as material breach of this Agreement, and may result in its cancellation without further cause.

5. Liability Insurance. Contractor shall purchase and maintain comprehensive general liability insurance in amounts of at least 1 million per occurrence, and 2 million dollars aggregate, and furnish proof of such insurance to the Board before commencement of work on the Project. Failure to provide this certificate may be regarded by the Board as a material breach of this Agreement, and may result in its cancellation without further cause.

6. Indemnity. Contractor assumes all risks and responsibilities for accident, injuries or damages to person or property related to performance of the Project, and agrees to indemnifY and save harmless the Board from all claims, costs or suits of whatever nature, including attorneys' fees, related to performance of the Project, except such claims, costs or suits arising out of the fault of the Board of its employees.

7. Non-discrimination. In the performance of work under this contract, it is agreed that Contractor, any of its subcontractors, or any person acting on their behalf shall not, in any manner, discriminate against or intimidate any employee or job applicant with respect to his, hire, tenure, tenns, conditions or privileges of employment, or any matter directly or indirectly related to employment, because of his race, religion, color, sex, disability, national origin or ancestry- or discriminate by reason of such factors, against any citizen of the State oflndiana who is qualified and available to perform the work.

It is further agreed that a penalty may be deducted from the contract in the sum of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of this provision. If a second or subsequent violation occurs, this contract may be terminated, and all monies due or to become due hereunder may be forfeited. It is further agreed that a breach of this covenant may be considered a material breach of the contract.

8. Compliance with Law. Contractor shall, at its own expense, obtain all licenses and

146 of 157 permits which may be necessary to complete the Project. Contractor shall comply with all applicable laws and regulations, and indemnifY and save harmless the Board for any fines or expenses of any nature which it might incur from Contractor's noncompliance, including laws and regulations enforced by the State Fire Marshal, State Building Commissioner, Department of Fire Prevention and Building Safety, State Department of Health, O.S.H.A., state and local building codes and the Americans with Disabilities Act. Contractor will comply with IC 22-5-1.7-3. Specifically including the following: • Contractor to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the E-Verify program. • Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through theE-Verify program if theE­ Verify program no longer exists. • Contractor must sign an affidavit affirming that Contractor does not knowingly employ an unauthorized alien. Contractor affirms by its signature that it is in compliance with IC 5-22-16.5 et seq., and does not knowingly engage in investment activities in Iran by providing goods or services worth $20,000,000 or more in value to the energy sector oflran.

9. Independent Contractor. It is understood and agreed that Contractor executes this Agreement as an independent contractor, and shall not be considered an employee or agent of the Board for any purpose. Contractor shall have exclusive control over the means, methods and details offulfilling its obligations under this Agreement. Contractor shall pay all taxes, withholdings and contributions required by Social Security (FICA) laws, h1diana and federal income tax laws, and fudiana unemployment insnrance laws.

I0. Captions. The captions ofthe Agreement are for convenience only, and do not in any way limit or amplifY its terms.

II. Governing Law. This agreement shall be governed in accordance with the laws of the State offudiana.

IN WITNESS WHEREOF, Contractor and Board have executed this Agreement as dated below in two counterparts, each ofwhich shall be deemed an original.

HFI Mechanical Contractors Board of Commissioners ofMonroe County "Contractor" "Board"

by

Date ------ATTEST: ----~·2014

Steve Saulter, Auditor

147 of 157 MONROE COUNTY BOARD OF COMMISSIONERS REQUESTED AGENDA INFORMATION FOR THE COMMISSIONERS MEETINGS

Title of item to appear on the agenda: SurveyorReviewBoardAppointments

Fund Name: ______Fund Number: ______Amount: ______The Commissioners willnot accept this item for their Board of Commissioners · Meeting if this form is not completely tilled out. t -;:; 7c ··:> .:t'¢'1:9- 1- + To Executive l~v/!trtJ-12_ ::...... &>(.{./!.'7 ? /1 V'VQ-(.,.1> "1 ~(//I 1/fl M/1~ ) Summary: flu> ;!14.4- V(lj, e7r If"' v(,e_'Pi/ l(il!f?qrir . !f c"1r '}..t!J Jt-l <''"'h;\(?f ti7- 71.. Ocr~tJ I ~;H1r>?t!J"-~&Cf'trovt:tr / !/" Date item will appear on the Commissioners' Agenda: June 13, 2014

ContactPerson:~K~e~vi~n~E~n~ri~g~ht~------Phone Number: ..::3:..:4.=.9--=2=5.:...70=------­

Presenter at Commissioner Meeting (if not contact person): Office/Department: S"ktc V>R) l?r County Legal Review requiredprior to submission of this form: Attorney Name who reviewed:------­ Is this a grant request? Yes D No D New or current Grant? NewOCurrent D Grant application uploaded into the Grant Navigator (required) Yes D TOTAL Amount of grant money to be awarded: ______Federal: ______State: Local Match: ------r-:,­ signed: /ct2-t.A..g:ijlti Date: June 10, 2014 Email agenda request and all necessary documents to the Auditor's office (Connie Axsom) and to the Commissioner's office Oessica McClellan)

148 of 157 OFFICEOF MONROECOUNTY SURVEYOR KEVIN P. ENRIGHT Health Services Building County Surveyor 119 West 7"'Street Bloomington, IN 47404 Phone: (812) 349-2570

TO: Monroe County Commissioners

SUBJECT: Surveyor Review Board

DATE: June 10,2014

I am re-appointing to the board the following licensed surveyors, with the approval of the Monroe County Commissioners, to administer the 2013 Section Comer Perpetuation Program:

Ben Bledsoe, R.L.S. (No. SO 559) 1351 W. Tapp Road Bloomington, IN 47403

Eric Deckard, R.L.S. (No. 29900012) 1604 S. Henderson Street Bloomington, IN 47401

Steve Smith, R.L.S (No. SO 427) 453 South Clarizz Blvd. Bloomington, IN 47401

Kevin Enright, Monroe County Surveyor

Commissioner's Signature:

Patrick Stoffers, President, Monroe County Commissioners cc: Kevin Dogan, Monroe County Attorney

149 of 157 MINUTES MONROE COUNTY BOARD OF COMMISSIONERS May 30,2014 MONROE COUNTYCOURTHOUSE JUDGE NAT U. Hill Ill MEETINGROOM

The Monroe County Commissioners met in a regular meeting on May 30, 2014 at 9:00a.m. with the following members present: Patrick Stoffers, President and Julie Thomas, Member. Also present: Steve Saulter, Auditor; Bill Williams, Director of Public Works; Jeff Cockerill, County Attorney; Angie Purdie, Commissioners' Administrator; and Connie Axsom, Deputy Auditor.

Not present: Iris Kiesling

I. CAll TO ORDER

This meeting was called to order by Patrick Stoffers.

II. PLEDGEOF AllEGIANCE

The Pledge of Allegiance was led by Patrick Stoffers.

Ill. PUBLICCOMMENT

(Penny Caudill, Health Department) Future's Clinic had our Title X clinical audit this week and we received great reviews at our exit interview. The client survey reports have been excellent. People like the space, the services that they are getting, and complemented the staff.

(Evelyn Powers, Deputy Recorder) I would like to bring up Chief Deputy Jessica Warthan of the Monroe County Recorder's office. We wish to thank everyone who has expressed their sympathy to our office and our staff through cards, telephone calls, fruit, plants, and stopping in. Jim's opponent in the fall, a democrat, came in this week and he said I considered Jim a friend. I no more than got back from vacation and heard about it. I know this might sound awkward, but if there is anything I can do to help you, please let me know.

Jim would get a kick out of something and he would laugh and laugh. We heard from the Indiana State Recorders Association. The outpouring was tremendous. They loved and respected Jim. Some have known him for 35 years. This is the part he would get a kick out of. We were told if there is anything we can da to help you, if we need to come down there and run your office, don't hesitate to contact us. As you know, we can do our job with our eyes

150 of 157 closed because we were trained either by Jim Fielder or by Pat Haley. We received cards from the other 91 counties. Our loss is great, our grief is tremendous, and he is in our hearts every day. Most of us haven't slept all week, but we've been there every morning to do our jobs for the Monroe County citizens and the Monroe County tax payers, just as Jim would have wished us to do.

IV. APPROVAL OF MINUTES

A. May 16, 2014

Thomas moved to approve the minutes for May 16, 2014. Stoffers seconded.

After a call for public comment, motion passed by unanimous voice vote.

V. APPROVAL OF PAYROLL ($1,499,665.31) AND CLAIMS ($19,697,907.28)

Thomas moved to approve payroll and claims. Stoffers seconded.

(Steve Saulter, Auditor) The Auditor's office is asking you to approve the following payroll and payroll related claims of $1,499,665.31; vendor related claims of $19,697,907.28; for a grand total of $21,197,572.59.

After a call for public comment, motion passed by unanimous voice vote.

VI. REPORTS

A. Clerk of the Circuit Court Monthly Report for April 2014 B. Weights and Measures Monthly Report for April 16-May 15, 2014

Thomas moved to accept the monthly reports. Stoffers seconded.

After a call for public comment, motion passed by unanimous voice vote.

VII. NEW BUSINESS

A. Amendments to Monroe County Code Chapter 430 Regarding Permit Coordination between Building Code and Zoning Ordinance- Ordinance 2014-17

Thomas moved to accept Ordinance 2014-17. Stoffers seconded.

(David Schilling, Legal Department) This ordinance is simply to coordinate between the Planning and Building Department. Whenever you want to erect a structure in Monroe County you need to get at least two permits, a Building Permit and the Improvement Location Permit. Monroe County Commissioners May 30,2014 Page 2 of8 151 of 157 The Building Permit takes care of the building code. The Improvement Location Permit takes care of all the planning aspects, which includes the location of the structure on the lot and so forth. Sometimes there has been little problems develop because someone got their Building Permit before they got their Improvement Location Permit and didn't realize they had to meet certain setbacks, so the structure had to be changed and other problems resulted. Hopefully this will avoid those types of problems by saying you need to get the Improvement Location Permit and then the Building Permit. The same applies to a Certificate of Occupancy under the Building Code. You need to get the Land Use Certificate from the Planning Department before you get your Certificate of Occupancy from the Building Department. In addition, to clarify some procedure with respect to the enforcement of the Building Code.

After a call for public comment, motion passed by unanimous voice vote.

B. Purchase Agreement with Harris Computer Corporation Fund Name: Auditor's Ineligible Deduction Fund# 1216 Amount: $4,800 {$1,500 for Maintenance and Support, $3,300 for Consulting and Employee Training)

Thomas moved to approve the agreement with Harris Computer Corp. Stoffers seconded.

{Steve Saulter, Auditor) As Monroe County gets closer to requiring employees to have their paychecks direct deposited, we are asking that we can have permission to purchase this portal from Harris. The portal will help with the storing of the paystubs and such. As you know, we've had some server overload issues as more people signed up for the required direct deposit. I asked Eric Evans from the Tech Services to be here this morning should you have any questions. Eric will be working with us as we install this within the next 30 days.

{Eric Evans, Tech Services) How we are dealing with direct deposit stubs now is they are generated out ofthe Harris application then they are e-mailed to end users. As more people have gotten on this system as part of us requiring the direct deposit it has caused some technical issues. Having said that, the portal that we are talking about purchasing would change how we deal with the paycheck stubs. Instead of e-mailing them out to the end users their information would be placed on the server that the end users could then log in and download at their own leisure. In my opinion from a security standpoint, this greatly reduces our liability. As you know now when we send an e-mail out it goes through several different servers that we don't have control over. The amount of security issues outside of our domain can cause problems. If we have this portal in place we have greater control of the encryption and the security and it is a more industry standard way. In my experience in the private sector companies that are governed by HIPPA have started moving to this type of portal scenario instead of e-mailing out sensitive data.

After a call for public comment, motion passed by unanimous voice vote.

Monroe County Commissioners May 30,2014 Page 3 of8 152 of 157 C. Ratification of the Contract with Clean Zone Marketing Fund Name: Bio Terrorism (Grant) Fund# 8102 Amount: $525

Thomas moved to ratify the contract with Clean Zone Marketing. Stoffers seconded.

{Penny Caudill, Administrator, Health Department) This is using our Bio Terrorism Grant Fund money to build awareness around the emergency alert system that we have for the county. This will provide for advertisement on Rural Transit buses for the next two months at a cost of $525. It will build awareness around it, and it indicates how people can log on and sign up to get their alerts.

After a call for public comment, motion passed by unanimous voice vote.

D. Correction to Ordinance 2014-08 Bailey Wireless Communication Facility Overlay Rezone to add Wireless Communication Facility (WCF) Overlay to Agriculture/Rural Reserve (AG/RR)

Thomas moved to approve a correction to Ordinance 2014-08. Stoffers seconded.

(Jackie Scanlan, Senior Planner, Planning Department) I'm here for a Scrivener's error correction for Ordinance 2014-08. The overlay size is listed in the ordinance as .023 acres, but it is actually .23 acres which is pretty standard for Wireless Communication Facilities. Mr. Schilling said that if I came and asked if you would correct it, we could physically correct it on the ordinance. I'm here to see if that is okay. Plan Commission heard it at a work session and agreed.

After a call for public comment, motion passed by unanimous voice vote.

E. Curry Building Remodel Agreement with Architecture Christine Matheu Fund Name: Cumulative Capital Fund# 1138 Amount: Not to exceed $6,960

Thomas moved to approve the Curry Building remodel agreement. Stoffers seconded.

(Angie Purdie, Commissioners' Administrator) This is an agreement that will help us to move forward in the transition of bringing the Prosecutor -Child Support Division over to the Curry Building.

After a call for public comment, motion passed by unanimous voice vote.

F. Natural Indiana Limestone Planters for the Courthouse East and West Windows Fund Name: Building Preservation/Bloomington Foundation Fund# 4904 Amount: $5,000 Monroe County Commissioners May 30,2014 Page 4 of8 153 of 157 Thomas moved to approve the placement of planters for the Courthouse. Stoffers seconded.

(Angie Purdie, Commissioners' Administrator) This is an agreement to allow placement of planters in the two windows on the ground level. You have before you a proposal that has been modified, the contract itself has not changed. The original proposal wanted us to pay part of the payment upfront; however, we spoke with the company and they are in agreement with the payment in full upon completion of the project.

After a call for public comment, motion passed by unanimous voice vote.

G. lOGISYS Agreement Extension Fund Name: Monroe County 911 Fund Fund# 122.2 Amount: $6,375 Quarterly

Thomas moved to approve agreement extension with lOGISYS. Stoffers seconded.

(Jeff Cockerill, legal Department) This provides an extension with our agreement with LOGISYS. As you know, lOGISYS is our current CAD provider for our Central Dispatch. We are in the process of upgrading that to a different vendor, but until that is completed we need to have this agreement in place so that we can continue to have their support and maintenance for that program. The lOGISYS has been paid out of the 9-1-1 historically and this is just a continuation. It is done quarterly, because we hope by the end of the next quarter we won't need this contract anymore and we can end it.

After a call for public comment, motion passed by unanimous voice vote.

H. Ordinance 2014-18- An Ordinance Approving the lnterlocal Cooperation Agreement Between the City of Bloomington and Monroe County, Indiana, Regarding the 2014 Edward Byrne Memorial Justice Assistance Grant (JAG)

Thomas moved to approve Ordinance 2014-18. Stoffers seconded.

(Jeff Cockerill, legal Department) This is kind of an annual item. Every year the Edward Byrne Memorial Justice Assistance Grant is issued to a Monroe County entity. They only want one entity within the county to receive this money to help minimize their accounting needs. This year's agreement between the City and County is to split the funding in accordance with the percentage of violent crimes, which this fund is to prevent. The City is going to use their allocation of $23,637.32 to install audio and video equipment in their interview rooms and the County is going to use this portion of $5,188.68 to continue the in-car video system purchases. This cooperation agreement is dedicating how that funding would be split and what it could be used for.

After a call for public comment, motion passed by unanimous voice vote.

Monroe County Commissioners May 30,2014 Page 5 of8 154 of 157 I. Change Order Number 1. for the Showers Building Envelope Repairs Fund Name: Bond/Building Amount: $31,448

Thomas moved to approve change order Number 1 for the Showers Building. Stoffers seconded.

(Jeff Cockerill, legal Department) As the Showers Building water issue contract has been performed they uncovered the earth around the foundation and it was in worst shape than anybody anticipated. The thought was when we went into the contract we were going to have a $20,000 allowance to deal with issues we didn't know about. The result of looking at the damage required a sister wall, which is a wall placed outside the foundation abutting it to keep the water out and that cost was $31,448. This project was going to be funded between our bond proceeds and our building corporation. This additional $11,4448 will be allocated towards the building corporation.

After a call for public comment, motion passed by unanimous voice vote.

J. Mathews Drive Bridge #33- Environmental Mitigation Contract Fund Name: Cumulative Bridge Fund Fund # 113S-453-30.0021 Amount: $60,645

Thomas moved to approve the Environment Mitigation Contract. Stoffers seconded.

(Bill Williams, Director/Engineer, County Highway) This contract is between Monroe County and Civil & Environmental Consultants, Inc., for mitigation work required in conjunction with Bridge #33 on Mathews Drive. The contract allows for a whole host of wetlands mitigation, earthwork, plantings plants, specifications, erosion control, and Rule 5 reporting, and as-built plans once completed. The contract has been amended to increase the amount. We increased the survival rate required by the contractor from 70 to 85 percent survival after one year. That would increase the cost by $1,585 bringing the total contract amount up to $62,230.

After a call for public comment, motion passed by unanimous voice vote.

K. Karst Farm Greenway, Phase 2a; LPA-Consulting Contract Fund Name: Westside Economic Development Fund# 4920-000-30.0016 Amount: $88,167

Thomas moved to approve the Karst Farm Greenway, Phase 2a- LPA Consulting Contract. Stoffers seconded.

(Bill Williams, Director/Engineer, County Highway) This agreement is between Monroe County and IXOYE for construction and engineering on Phase 2 of the Karst Farm Greenway project scheduled for an August bid. The agreement stipulates that a consultant perform all Monroe County Commissioners May 30,2014 Page 6 of8 155 of 157 construction engineering services in accordance with INDOT and Federal Highway procedures. The contract is for $88,167 which we will receive 80 percent of that back or $70,633.40. Funds have been appropriated.

After a call for public comment, motion passed by unanimous voice vote.

VIII. ANNOUNCEMENTS

We've lost a beloved member of our Monroe County family this week, Jim Fielder. As of this time we are not aware of any memorial services that have been planned. We will keep you posted if we do know of any.

The Attorney General of Indiana, Greg Zoeller, will be at the Courthouse on the lawn from 1:00-2:30 p.m. today for a press conference. The subject being March Against Hunger.

Musica In Situ will be held in the Courthouse rotunda on Friday, June 6 from 7:30-8:30 p.m., and it is free. Musicians from Ball State will be providing music that they believe exemplifies the architecture of the Courthouse.

An update for those who are following the proposed rules, zoning, and subdivision ordinance. The Plan Review Committee will meet and hear the proposed ordinance on June 12 in the Nat U Hill Room at 6:00p.m. The Plan Commission will hold a public hearing on the proposed ordinance on June 17 in the Nat U Hill Room at 6:00p.m. The full text document and the presentation are available on the Planning Department website.

The Arts Fair on the Square is on June 21 from 10 a.m. to 5 p.m. It is a free event.

The Taste of Bloomington is also on June 21 from 3-11 p.m. at the downtown Shower's plaza. The admission price is $7.00.

Big kudos to our County Legal Department. Every single member of the department participated in the Bike Month activities. They biked 7.5 miles yesterday and they went to have barbeque at the Short Stop.

There were 600 tuba and euphonium musicians from around the world here for their annual conference last week. There were 700 Malaysian students from various US universities participating in sporting events at IU with the Deputy Prime Minister of Malaysia in attendance. IU Malaysia Student Association coordinated the event.

Next week there is a certificate program for African language instructors. A two-week training focused on quality instruction curriculum with assessments in linguistic, cultural studies, and literature. The event will also draw visitors from all around the world.

Momoe County Commissioners May 30,2014 Page 7 of8 156 of 157 IX. ADJOURNMENT

This meeting was adjourned at 9:28a.m.

Monroe County Commissioners

Ayes: Nays:

Patrick Stoffers, President Patrick Stoffers, President

Iris Kiesling, Vice President Iris Kiesling, Vice President

Julie Thomas, Member Julie Thomas, Member

Attest:

Steve Saulter, Monroe County Auditor

Monroe County Conunissioners May 30,2014 Page8of8 157 of 157