Loading...
HomeMy WebLinkAboutNortheast Wisconsin HAZMAT Task force pREP,t 15CONsj * t=1 W EM z 'icy M P 2*(' RESPOS' EXTENDED CONTRACT FOR REGIONAL HAZARDOUS MATERIALS RESPONSE TEAM SERVICES JULY 1, 2011 THROUGH DECEMBER 31, 2011 Between STATE OF WISCONSIN DEPARTMENT OF MILITARY AFFAIRS DIVISION OF EMERGENCY MANAGEMENT And CITY OF APPLETON, WISCONSIN CITY OF OSHKOSH, WISCONSIN ALSO COLLECTIVELY REFERRED TO AS THE NORTHEAST WISCONSIN HAZMAT TASK FORCE DATE: June 30, 2011 EXTENDED CONTRACT FOR REGIONAL HAZARDOUS MATERIALS RESPONSE TEAM SERVICES 1.0 General Contract Information 1.1 Parties: This extended contract is between the State of Wisconsin, Department of Military Affairs, Division of Emergency Management (hereinafter "Division ") and the City of Appleton, Wisconsin and the City of Oshkosh, Wisconsin also collectively referred to as the Northeast Wisconsin Hazmat Task Force (hereinafter "Contractor") for the provision of regional hazardous materials response team services as described herein and authorized under 1991 Wisconsin Act 104, as codified in §323.70 of the Wisconsin Statutes and as further amended. 1.2 Recitals: WHEREAS, in order to protect life and property against the dangers of emergencies involving hazardous materials, the Division may assign and make available for use in any county, city or district, a regional hazardous materials response team. WHEREAS, the Division desires to enter into this Agreement to establish Contractor as a Regional Hazardous Materials Response Team, and Contractor desires to be so designated and to enter into this Agreement. HOWEVER, the parties expressly recognize and attest by this Agreement that neither party intends to create or to assume fiduciary responsibilities to provide for the containment, cleanup, repair, restoration and investigation of the environment (air, land and water) in a Hazardous Substance Incident, which named responsibilities are and shall remain the sole obligations of the Wisconsin Department of Natural Resources under § §292.11 and 323.60(4), Wis. Stats. 1.3 Contract Term: This Agreement shall continue from the date indicated on the notice of intent to award and shall be extended for an additional six months commencing July 1, 2011 through December 31, 2011. 2.0 Definitions 2.1 Definitions: The following definitions are used throughout this Agreement: Agreement means this extended Contract, together with the Notice of Intent to Award, Exhibits and Addenda. Exhibits and Addenda include the following: Exhibit A Request for Proposal and Addenda Exhibit B Northeast Wisconsin Hazmat Task Force Proposal Exhibit C Notice of Intent to Award Exhibit D Primary Response Area 1 Exhibit E Six -month Budget State means the State of Wisconsin. Department means the State of Wisconsin, Department of Military Affairs. Division means the Division of Emergency Management. Regional Team means one of the eight (8) fire departments chosen by the Division to provide regional Level A hazardous materials response that meets the standards under 29 CFR 1910.120(q)(6)(iv), as further amended. Under §323.70(2), Stats., the Division may only contract with a local agency. Contractor means the City of Appleton, Wisconsin and the City of Oshkosh, Wisconsin also collectively referred to as the Northeast Wisconsin Hazmat Task Force by which service or services will be performed under this Agreement. Emergency means a situation which presents an imminent risk to public health, safety and /or the environment. Level A Release means a release that meets the specifications under §323.02(11) of the Wisconsin Statutes. Incident means any actual or imminent threat of release, rupture, fire or accident that results, or has the potential to result, in the loss or escape of a hazardous material into the environment. Local Government Agency means a city, county, district or subdivision thereof. Primary Response Area means the geographical region where the Contractor is principally responsible for providing regional hazardous response team services. Regional Hazardous Materials Response Team means the Contractor and /or designated employees of the Contractor who are expected to respond to, control, and /or stabilize the actual or potential emergency release(s) of hazardous substances. Responsible Party means the person(s), as defined in 42 U.S.C. §9606 and §9607, who possessed or controlled a hazardous substance which was discharged or who caused the discharge of a hazardous substance or who caused a potential release of a hazardous substance which caused the emergency to which Contractor has responded. 3.0 Statement of Work 3.1 Services to be provided by Contractor: During the term of this Agreement, the Contractor agrees to provide regional hazardous response team services within the boundaries of Contractor's assigned Primary Response Area as described in Exhibit D, attached hereto and incorporated by reference herein. Contractor's response activities under this Agreement shall be limited to emergency operations, reporting and documentation of activities arising from hazardous materials releases /incidents which threaten life, property and /or the environment. Contractor shall not provide under this Agreement any services with respect to the sampling, testing, analysis, treatment, removal, remediation, recovery, packaging, monitoring, transportation, movement of hazardous 2 materials, cleanup, storage and disposal of hazardous materials except as these may be reasonably necessary and incidental to preventing a release or threat of release of a hazardous material or in stabilizing the emergency response incident, as determined by the Contractor. Contractor shall establish safety perimeters at or near sites and vessels. Contractor shall not be required to locate underground utilities, insure appropriate traffic control services, conduct hydrological investigations and analysis, or provide testing, removal and disposal of underground storage tanks at or near the emergency response incident to which the Contractor is dispatched. The Division and Contractor make no representations to third parties with regard to the ultimate outcome of the hazardous materials services to be provided, but Contractor shall respond to the best of its abilities, subject to the terms of this Agreement. 3.2 Performance Conditions: Contractor acknowledges that prior to undertaking any emergency response activity under this Agreement, Contractor shall receive written approval from the Division to proceed with response activities. Division approval shall be conditioned upon the Contractor demonstrating to the Division that its employees, equipment, and vehicles meet or exceed applicable regulatory requirements. 3.3 Personnel: Contractor shall provide an adequate number of trained, medically monitored, competent, and supervised personnel as established by Contractor and as is reasonably necessary to operate within the safety levels of a regional hazardous materials response team. 3.4 Vehicles and Equipment: Contractor shall limit its activities to that which can be safely accomplished within the technical limitations of the available vehicles and equipment. Contractor may use Level A equipment and vehicles for Contractor's local use, however, Contractor agrees that in the event of multiple responses, said equipment which is already not committed to a prior response shall be used on a priority basis to respond to a Level A release. 3.5 Vehicle and Equipment Use Limitations: This Agreement in no way limits the Contractor from responding with Level A vehicles, equipment and supplies under local authority, mutual -aid Agreements, or other contracts under local authority. 3.6 Response Procedures and Limitations: Contractor recognizes that its obligations under this Agreement are paramount to the State of Wisconsin. Contractor agrees that if local fire response obligations in Contractor's own jurisdiction create limits or unavailable resources within the Primary Response Area, Contractor will seek aid from local jurisdictions to assist in local fire response obligations in Contractor's own jurisdiction. 3 Contractor's obligation to provide services hereunder shall arise, with respect to specific response actions, upon receipt of an emergency response request pursuant to Standard Operating Guidelines provided in Subsection 3.8 herein. 3.7 Right of Refusal: If, on occasion, a response under this Agreement would temporarily place a verifiable undue burden on the Contractor because Contractor's resources are otherwise inadequate or unavailable and mutual aid is unavailable for a level A response within Contractor's Primary Response Area, then if notice has been provided to the Division, the Contractor may decline a request for regional emergency hazardous material response. 3.8 Standard Operating Guidelines: Contractor and Division agree that regional response team operations ` will be conducted in accordance with Standard Operating Guidelines and "Call Out Procedure" that will be mutually approved by the parties to this Agreement. 4.0 Contractor Subsidy and Reimbursement There are two types of Contractor costs under this Agreement: (1) Standby Costs, and (2) Team Response Costs. Each of these is discussed more fully below. 4.1 Standby Costs: As provided under §323.70(2) of the Wisconsin Statutes, Contractor will be subsidized annually, commencing fiscal year 2011/12, under this Agreement for its approved standby costs as described in "Exhibit E ", attached hereto and incorporated by reference herein. Said payments to regional emergency response teams for standby costs shall be made from the appropriation account under §20.465(3)(dd) of the Wisconsin Statutes. Such standby costs include, but are not limited to: (1) Specialized Training Expenses: The Division shall, subject to available funding, provide advanced training and education to Contractor's employees. Requests for such training must be approved by the Division in advance. All such other training must comply with the governmental regulations associated with assigned duties under this Agreement. Such costs may include training, personnel costs, and per diem /travel expenses in accordance with the State rates. Where the Contractor demonstrates that its employees already meet or exceed Division - approved standards, then the allocated training funds shall be authorized for transfer within the Contractor's account. (2) Medical Surveillance: Contractor shall provide Baseline, Maintenance and Exit Physicals for each regional hazardous material response team 4 member. (3) Response Vehicle(s) and Equipment Purchases: Standby costs provide for necessary equipment and supply purchases of Level A vehicle(s), supplies and equipment by Contractor. Where Contractor has obtained the required equipment contained on the Division - approved minimum required equipment list, allocated funds may be authorized for transfer within the Contractor's account. Title to any equipment purchased or fabricated pursuant to this Agreement shall be vested in Contractor. Such title shall be vested in the Contractor upon acquisition of the equipment or as soon as feasible thereafter. The Division and Contractor acknowledge and agree that a primary project goal of the regional hazardous materials response team is to standardize Level A vehicles and equipment on a statewide basis. 4.2 Standby Cost Expenditures: It is the intent of the Division that funds allocated under Subsection 4.1 of this Agreement shall supplement existing, budgeted moneys of the Contractor to provide the services specified herein and may not be used to replace, decrease or release for alternative purposes the existing, budgeted moneys of or provided to the Contractor. Further, the Division intends that funds allocated under Subsection 4.1 of this Agreement shall not be used by the local govemment agency to supplement, offset, replace, decrease or release any budgetary obligations for other municipal departments not directly connected or attached to Contractor. Contractor shall submit to the Division, on an annual basis, an itemized list documenting expenditures made with standby funding. Said documentation will be mailed by Contractor to the WEM Administrator at the address noted in Subsection 7.17 herein. 4.3 Team Response Costs and Reimbursement: Pursuant to §323.70(3) of the Wisconsin Statutes, Contractor shall be reimbursed for reasonable and necessary team response costs incurred in responding to a Level A release under this Agreement. Such team response costs may include, but are not limited to: (1) Reimbursement for use of Vehicle(s) and Apparatus: Contractor shall be reimbursed for the approved use of its vehicles and equipment at the rates provided in "Exhibit B" to this Agreement. (2) Personnel Expenses: Contractor's team response personnel expenses which are approved and authorized under this Agreement are reimbursable at the rates described in "Exhibit B ". Team response personnel expenses shall be billed to the nearest one -fourth (1/4) hour work period. Personnel 5 expenses may reflect replacement personnel costs and indirect charges /costs for wage, fringe, death and duty disability retirement benefits. (3) Emergency Expenses: Contractor's necessary and reasonable emergency expenses related to services rendered under this Agreement are reimbursable. All such expenses must be based on actual expenditures and fully documented by the Contractor. The Division reserves the right to deny any reimbursement of unjustifiable Contractor expenditures. Pursuant to §323.70(3) Wis. Stats., Contractor shall be reimbursed by the Division for its necessary and reasonable emergency response costs and expenses related to services rendered under this Agreement. Such reimbursable team response costs shall be limited to amounts collected by the Division pursuant to §323.70(4), Wis. Stats. and, under certain conditions, pursuant to the amounts appropriated under §20.465(3)(dr), Stats. Contractor shall be reimbursed by the Division in accordance with Subsections 4.4 and 4.6 herein. 4.4 Direct Collection of Team Response Costs by Contractor: In addition to Division reimbursement addressed in Subsections 4.2 herein, Contractor may elect to collect team response costs directly from the Responsible Party(s) and/or seek reimbursement for local agency response pursuant to §323.71 of the Wisconsin Statutes. 4.5 Where No Responsible Party Can Be Identified or the Responsible Party is Unable to Pay Team Response Costs: As previously mentioned in Subsection 4.2 and upon the election of Contractor, the Division shall bill the party(s) responsible for causing the hazardous materials emergency for total emergency response costs. Where there is no identifiable Responsible Party, or if the Responsible Party is unable to pay, the Division agrees to reimburse Contractor's Team response costs from the emergency response supplement created under §20.465(3)(dr), Stats., only if the regional emergency response team has made a good faith effort to identify the person responsible under §323.70(3), Stats., and that person cannot be identified, or, if that person is identified, the team has received reimbursement from that person to the extent that the person is financially able or has determined that the person does not have adequate money or other resources to reimburse the regional emergency response team. To seek Division reimbursement from the emergency response supplement created under §20.465(3)(dr), Stats., Contractor must comply with all Division- approved reimbursement procedures and /or duly enacted Administrative Rule(s) as well as the billing system requirements provided under Subsection 4.6 herein. 4.6 Maximum Contract Subsidy: This Agreement shall have a maximum contract subsidy of $86,978.50 for six months for stand -by costs as described in "Exhibit E" 6 to this Agreement. The Division certifies that sufficient funds are available and authorized within the Division's current appropriation or limitation. The maximum contract subsidy does not, however, include Contractor's team response costs as specified in Subsection 4.2 of this Agreement. No additional Contractor subsidy or reimbursement shall be paid or any additional demands placed on Contractor under this Agreement unless otherwise specifically agreed to by the Division and the Contractor, and upon written amendment to this Agreement. The Division's reimbursement(s) shall be full payment for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work authorized under this Agreement. Acceptance of payment by the Contractor shall operate as a release of the Division of all claims by Contractor for reimbursement of team response costs except where partial payment has been made due to limitations of the Division funds under §323.70(3), the amounts appropriated under §20.465(3)(dr) and subject to further payment as set forth above. 4.7 Billing System for Division Reimbursement of Team Response Costs: Contractor will provide an estimate of team response costs to the Division within ten (10) working days of the response. If the Contractor seeks Division reimbursement under §323.70(3), or from the emergency response supplement created under §20.465(3)(dr), Wis. Stats., Contractor shall file a Notice of Intent with the Division for response costs within thirty (30) days of the response. The Division will not bill responsible parties or reimburse Contractor from the emergency response supplement created under §20.465(3)(dr), Stats., unless it receives an invoice from the Contractor. Contractor's claim for reimbursement shall contain such documentation as is necessary to support the Division's cost - recovery operations and financial audits. The Division agrees to bill responsible parties for team response costs and may bill for the total emergency response costs. Team response costs include such items as vehicle and equipment use, expendables and personnel costs. In addition, team administrative costs may be billed as part of the emergency costs. The Division shall bill identified Responsible Party(s) within thirty (30) days of receipt of Contractor's invoice. Contractor's team response costs shall be collected by the Division from the Responsible Party(s) before payment is made to the Contractor. Thereafter, if the Division successfully recovers payment from the Responsible Party(s) it shall first be used to pay the Contractor's team response costs, if these have not been paid in their entirety, then applied to the Division's administrative costs. Any remaining funds will be used to pay emergency response costs as billed. Contractor agrees to cooperate with the Division as is reasonable and necessary in order to allow the Division to bill third parties and pursue cost recovery actions. If a disputed billing is resolved in favor of the responsible party(s), then the 7 Contractor shall not be required to reimburse the Division for payments previously made. Where there is no identifiable Responsible Party, or if the Responsible party is unable to pay, the Division agrees to reimburse the Contractor's team response costs from the emergency response supplement created under §20.465(3)(dr), Stats., within thirty (30) days of receipt of Contractor's invoice and complete documentation. Contractor's claim for reimbursement from the emergency response supplement created under §20.465(3)(dr), Stats., shall contain such documentation as is necessary to support the Contractor's good faith effort to identify the Responsible party or to collect response costs from a Responsible Party(s) that is unable to pay. Further, Contractor shall comply with all Division- approved reimbursement procedures and /or duly enacted Administrative Rule(s). 4.8 Approval: Contractor, when acting under this Agreement, may not respond without following the Division- approved "Call Out Procedure ". Granting of response approval by the Division of Emergency Management's Duty Officer constitutes the Division's agreement to pay Contractor's team response costs under §323.70(3), Wis. Stats. Contractor agrees to make reasonable and good faith efforts to minimize Responsible Party and/or Division expenses. 4.9 Retirement System Status and Tax Payments: Contractor and its employees are not entitled under this Agreement to Division contribution for any Public Employees Retirement Withholding System benefit(s). Contractor shall be responsible for payment/withholding of any applicable federal, Social Security and State taxes. 4.10 Worker's Compensation: A member of a regional hazardous materials response team who is acting under the scope of this Agreement is an employee of the State for purposes of Worker's Compensation under §323.70(5) of the Wisconsin Statutes. 4.11 Payment of Contractor's Obligations: Contractor agrees to make payment promptly, as just, due and payable to all persons furnishing services, equipment or supplies to Contractor. If Contractor fails, neglects or refuses to pay any such claims as they become due and for which the Division may be held liable, the proper officer(s) representing the Division, after ascertaining that the claims are just, due and payable, may, but shall not be required to, pay the claim and charge the amount of the payment against funds due Contractor under this Agreement. The payment of claims in this manner shall not relieve Contractor of any duty with respect to any unpaid claims. 4.12 Dual Payment: Contractor shall not be compensated for work performed under this Agreement by any state agency or person(s) responsible for causing a hazardous materials emergency except as approved and authorized under this 8 Agreement. 5.0 Liability and Indemnity 5.1 Scope: During operations authorized by this Agreement, Contractor and members of regional hazardous materials response teams shall be agents of the State and protected and defended against tort liability under §323.41, Wis. Stats. For purposes of §895.46(1), Stats., members of the hazardous materials response team shall during authorized operations be considered agents of the State and the State will indemnify Contractor as required under §895.46(1), Stats. For purposes of this section, operations means activities, including travel, directly related to a particular emergency response involving a hazardous material responsefincident by a regional hazardous materials emergency response team. Operations also include advanced training activities provided under this contract to the members of a hazardous materials response team, but does not include travel to and from the training. 5.2 Civil liability exemption; regional and local emergency response team: Under §895.483 Wis. Stats., 1) a regional emergency response team, a member of such a team, and a local agency, as defined in §323.70(1)(b), that contracts with the Division for the provision of a regional response team, are immune from civil liability for acts or omissions related to carrying out responsibilities under a contract under §323.70(2); 2) a local emergency response team, a member of such a team, and the county, city, village or town that contracts to provide the emergency response team to the county, are immune from civil liability for acts or omissions related to carrying out responsibilities pursuant to a designation under §323.61(2m)(e); and, 3) a local emergency planning committee created under §59.07(146)(a)1, Stats., that receives a grant under §323.61 is immune from civil liability for acts and omissions related to carrying out its responsibilities under §323.61. 5.3 Statutory Civil Immunity: §895.4802 of the Wisconsin Statutes provides that a person is immune from civil liability for good faith acts or omissions related to assistance or advice which the person provides relating to an emergency or a potential emergency regarding either of the following: (1) Mitigating or attempting to mitigate the effects of an actual or threatened discharge of a hazardous substance. (2) Preventing or cleaning up or attempting to prevent or clean up an actual or threatened discharge of a hazardous substance. (3) Any hazardous substance predictor or any person who provides the technology to enable hazardous substance predictions to be made is immune from civil liability for his or her good faith acts or omissions in 9 making that prediction or providing that technology. The good faith of any hazardous substance predictor or any person who provides the technology to make a prediction is presumed in any civil action. Any person who asserts that the acts or omissions under subdivision three (3) above were not made in good faith has the burden of proving that assertion by clear and convincing evidence. Under §895.4802(3)(c) of the Wisconsin Statutes, statutory civil immunity does not extend to acts or omissions which constitute gross negligence, or involves reckless, wanton or intentional misconduct. This is not intended to modify any right or duty under §895.4802, Stats. Additional terms, definitions and exceptions to this statute are explained in §895.4802 of the Wisconsin Statutes. 5.4 Contractor Indemnification of State: When acting as other than an agent of the Division under this Agreement, and when using the State's or Division's vehicles or equipment, the Contractor shall indemnify, defend and hold harmless the State, Division, its officers, Divisions, agents, employees, and members from all claims, suits or actions of any nature arising out of the activities or omissions of Contractor, its officers, subcontractors, agents or employees. 6.0 Insurance Provisions 6.1 Public Liability and Property Damage Insurance: Contractor shall maintain, at its own expense, and keep in effect during the term of this Agreement, commercial liability, bodily injury and property damage insurance against any claim(s) which might occur in carrying out this Agreement. Minimum coverage is one million ($1,000,000) liability for bodily injury and property damage including products liability and completed operations. If Contractor is self- insured or uninsured, a Certificate of Protection in Lieu of an Insurance Policy shall be submitted to the Division certifying that Contractor is protected by a Self- Funded Liability and Property Program or alternative funding source(s), attached hereto as "Exhibit G ". The Certificate is required to be presented prior to commencement of this Agreement. 6.2 Automobile Liability: Contractor shall obtain and keep in effect automobile liability insurance for all owned, non -owned and hired vehicles that are used in carrying out this Agreement. This coverage may be written in combination with the commercial liability and property damage insurance mentioned in Subsection 6.1. Minimum coverage shall be one million ($1,000.000) per occurrence combined single limit for automobile liability and property damage. 10 If Contractor is self - insured or uninsured, a Certificate of Protection in Lieu of an Insurance Policy shall be submitted to the Division certifying that Contractor is protected by a Self- Funded Liability and Property Program, or alternative funding source(s) attached hereto. as "Exhibit G ". The Certificate is required to be presented prior to commencement of this Agreement. 6.3 Notice of Cancellation or Change: Contractor agrees that there shall be no cancellation, material change, exhaustion of aggregate limits or intent not to renew insurance coverage without 30 days written notice to the Division. 6.4 Certificate(s) of Insurance: As evidence of the insurance coverage required by this Agreement, Contractor shall provide an insurance certificate indicating this coverage, countersigned by an insurer licensed to do business in Wisconsin, covering the period of the Agreement. The insurance certificate is required to be presented prior to commencement of this Agreement. 7.0 Standard Contract Terms, Conditions and Requirements 7.1 Disclosure of Independence and Relationship: Contractor certifies that no relationship exists between the regional team, the State or the Division that interferes with fair competition or is a conflict of interest, and no relationship exists between the team and another person or organization that constitutes a conflict of interest with respect to a state contract. The Department of Administration may waive this provision, in writing, if those activities of the Contractor will not be adverse to the interest of the State. Contractor agrees as part of this contract for services that during performance of this contract, they will neither provide contractual services nor enter into any agreement to provide services to a person or organization that is regulated or funded by the contracting agency or has interests that are adverse to the contracting agency. The Department of Administration may waive this provision, in writing, if those activities of the Contractor will not be adverse to the interests of the State. 7.2 Dual Employment: §16.417 of the Wisconsin Statutes, prohibits an individual who is a state employee or who is retained as a consultant full -time by a state agency from being retained as a consultant by the same or another agency where the individual receives more than $5,000 as compensation. This prohibition applies only to individuals and does not include corporations or partnerships. 7.3 Employment: Contractor will not engage the service of any person or persons now employed by the State, including any department, commission, or board thereof, to provide services relating to this Agreement without the written consent of the employer of such person or persons and the Department of Military Affairs and the Division. 11 7.4 Conflict of interest: Private and non - profit corporations are bound by §180.0831 and §181.225 Wis. Stats., regarding conflicts of interest by directors in the conduct of state contracts. 7.5 Recordkeeping and Record Retention: The Contractor shall establish and maintain adequate records of all expenditures incurred under the Agreement. All records must be kept in accordance with generally accepted accounting principles, and be consistent with federal and state laws and local ordinances. The Division, the federal govemment, and their duly authorized representatives shall have the right to audit, review, examine, copy and transcribe any pertinent records or documents relating to any contract resulting from this Agreement held by Contractor. The Contractor shall retain all documents applicable to the Agreement for a period of not less than three (3) years after the final payment is made or longer where required by law. 7.6 Team Personnel Removal: In the event that an individual team member is substantiated to have been negligent or unresponsive to the contractual requirements, the Division, after consultation with Contractor and Contractor's Fire Commission /Board, may recommend the removal of this member from the regional hazardous material response team. A request by the Division to dismiss an employee shall not constitute an order to discipline or discharge the employee. All actions taken by the team and /or fire department management in regard to employee discipline shall be at the sole discretion of the team and /or fire department management. 7.7 Hold Harmless: The Division of Emergency Management, the Department of Military Affairs, and the State of Wisconsin shall be held harmless in any disputes the team and /or fire department may have with their employees. This shall include, but not be limited to, charges of discrimination, harassment, and discharge without just cause. 7.8 Termination of Agreement: The Division and /or Contractor may terminate this Agreement at any time for cause by delivering thirty (30) days written notice to the other Party. Upon termination, the Division's liability will be limited to the pro rata cost of the services performed as of the date of termination plus expenses incurred with the prior written approval of the Division. Upon termination, Contractor will refund to the Division within sixty (60) days of said termination all payments made hereunder by the Division to the Contractor for work not completed or not accepted by the Division. Contractor may terminate this Agreement at will by delivering ninety (90) days written notice to the Division. In the event the Contractor terminates this Agreement for any reason whatsoever, it will refund to the Division within sixty (60) days of said termination all payments made hereunder by the Division for standby 12 costs, under Subsection 4.1, provided to the Contractor for the contract year in which the termination occurs based in proportion to the number of days remaining in the contract year. The Division may terminate this Agreement at will effective upon delivery of written notice to the Contractor, under any of the following conditions: (1) If Division funding from federal, state, or other sources is not obtained and /or continued at levels sufficient to allow for purchases of the indicated quantity of services, the Agreement may be modified to accommodate a reduction or increase in funds. (2) If federal or state laws, rules, regulations, or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this Agreement or are no longer eligible for the funding proposed for payments by this Agreement. (3) If any license or certification required by law or regulation to be held by the Contractor to provide the services required by this Agreement is for any reason denied, revoked, or not renewed. Any termination of the Agreement shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination. 7.9 Cancellation: The State of Wisconsin reserves that right to cancel any contract in whole or in part without penalty due to non - appropriation of funds or for failure of the Contractor to comply with the terms, conditions, and specifications of this Agreement. 7.10 Prime Contractor and Minority Business Subcontractors: In the event Contractor subcontracts for supplies and/or services, any subcontractor must abide by all terms and conditions of the Agreement. The Contractor shall be responsible for contract performance whether or not subcontractors are used. Contractor is encouraged to purchase services and supplies when /if applicable from minority businesses certified by the Wisconsin Department of Development, Bureau of Minority Business Development. Contractor shall file with the Department of Military Affairs quarterly reports of purchases of such supplies and services necessary for the implementation of this Agreement. 7.11 Executed Contract to Constitute Entire Agreement: The contents of the RFP (including all attachments), RFP addenda and revisions, the Proposal of the Contractor, the Notice of Award, and additional terms agreed to, in writing, by the 13 Division and the Contractor shall become a part of the Agreement herein. The written Agreement with referenced parts and attachments shall constitute the entire Agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to, in writing, by the contracting authority. 7.12 News Releases: News releases pertaining to the negotiation of this Agreement shall not be made without the prior approval of the Division. 7.13 Applicable Law: This Agreement shall be governed under the laws of the State of Wisconsin. The Contractor and State shall at all times comply with and observe all federal and state laws, local laws, ordinances and regulations which are in effect during the period of this Agreement and which may in any manner affect the work or its conduct. 7.14 Assignment: No right or duty, in whole or in part, of the Contractor under this Agreement may be assigned or delegated without the prior written consent of the State of Wisconsin. 7.15 Successors in Interest: The provisions of the Agreement shall be binding upon and shall inure to the benefit of the parties to the Agreement and their respective successors and assigns. 7.16 Force Majeure: Neither party to this Agreement shall be held responsible for delay or default caused by fire, riots, acts of God and /or war which is beyond that party's reasonable control. 7.17 Notifications: Contractor shall immediately report by telephone and in writing any demand, request, or occurrence that reasonably may give rise to a claim against the State, its officers, Divisions, agents, employees and members. Such reports shall be directed to: ATTN: Administrator Division of Emergency Management DMA Wisconsin PO Box 7865 Madison, WI 53707 -7865 Telephone #: (608) 242 -3232 FAX #: (608) 242 -3247 Copies of such written reports shall also be sent to: ATTN: Office of Legal Counsel, WING -LGL WI Dept. of Military Affairs PO Box 14587 Madison, WI 53714 -0587 14 7.18 Severability: If any provision of this Agreement is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected. The rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular provision held to be invalid. 7.19 Amendments: The terms of this Agreement shall not be waived, altered, modified, supplemented or amended in any manner whatsoever without prior written approval of Division and Contractor. 7.20 Approval Authority: Contractor's representative(s) certify by their signature herein that he or she, as the case may be, has the necessary and lawful authority to enter into contracts and agreements on behalf of the local government entity. 7.21 Insufficient Funds: The obligation of the Contractor under this Agreement is contingent upon the availability and allotment of funds by the Division to Contractor and Contractor may, upon thirty (30) days prior written notice, terminate this contract if funds are not available. 7.22 No Waiver: No failure to exercise, and no delay in exercising, any right, power or remedy, including payment, hereunder, on the part of the Division, State, or Contractor shall operate as a waiver hereof, nor shall any single or partial exercise of any right, power or remedy preclude any other or further exercise thereof or the exercise of any other right, power or remedy. No express waiver shall effect any event or default other than the event or default specified in such waiver, and any such waiver, to be effective, must be in writing and shall be operative only for the time and to the extent expressly provided by the Division, State or Contractor therein. A waiver of any covenant, term or condition contained herein shall not be construed as a waiver of any subsequent breach of the same covenant, term or condition. 7.23 Construction of Agreement: This Agreement is intended to be solely between the parties hereto. No part of the Agreement shall be construed to add, supplement, amend, abridge, or repeal existing rights, benefits or privileges of any third party or parties, including but not limited to employees of either of the parties. 7.24 Disparity: In the event of a discrepancy, difference or disparity in the terms, conditions or language contained in the RFP (including all attachments), RFP addenda and revisions, and the Agreement, it is agreed between the parties that the language in this extended Agreement shall prevail. 15 Approving Signatures: ON BEHALF OF THE DIVISION OF EMERGENCY MANAGEMENT (DIVISION) Dated this \ day of -J[h1F, 011 Brian M. Satula, Division Administrator 16 CITY OF APPLETON, WISCONSIN A Wisconsin Municipal Corporation Agreement: REGIONAL HAZARDOUS MATERIALS RESPONSE TEAM SERVICES Date: 0 1 /moo A Mr y: Tinir y Hanna, Mayor A -st: Cindi Hesse, City Clerk Approved as to form: J es P. Walsh, City Attorney Countersigned pursuant to §62.09(10), Wis. Stats.: isa A. a , Director of Finance On behalf of the Appleton Fire Department 1 Jig 1.. L n Vander Wyst, Fire Chief 17 On Behalf of the City of Oshkosh A Municipal Corporation Dated this % A , day of 414/ , 2011 Signature: a- - -'-2 Printed Name: Mark A. Rohloff Title: City Manager Address: 215 Church Avenue City /State: Oshkosh, WI Zip: 54902 -1130 On Behalf of the City of Oshkosh Dated this t <•day of(i A...et , 2011 -r Signature �L. " ! � i Printed Name: Pamela Ubrig Title: City Clerk Address: 215 Church Avenue City /State: Oshkosh, WI Zip: 54902 -1130 On Behalf of the City of Oshkosh 1 Dated this � ay of 1 • 2011 7 Signature: � 2 Printed Name: P'e jySteeno Title: Finance Director Address: 215 Church Avenue City /State: Oshkosh, WI Zip: 54902 -1130 18 Approved as to form: Dated this Itday of 014' , 2011 0 Signature: AIL at .. ANL ..1. Printed NM - . Lynn A. i Fenson Title: City Attorney Address: 215 Church Avenue City /State: Oshkosh, WI Zip: 54902 -1130 19 EXHIBIT A A REQUEST FOR PROPOSAL (RFP) for: vii • : ; • Na Mt& RFP #93 -2 Issued by.. STATE OF WISCONSIN STATE EMERGENCY RESPONSE BOARD Department of Military Affairs Division of Emergency Government October 5, 1992 Proposals must be submitted no later than Tuesday, November 17, 1992 @ 3:00 p.m. C.S.T. Late Proposals WiI1 Rejected • TABLE :N' i -NTS • ?zee 1.0 General Specificatioas 1 1.1 Lri oduction and Background 1 1.2 Procuring and Contracting Agency 1 1.3 Definitions 1.4 Clarification of the Specifications and Requirements 2 1.5 Contract Term 2 • 2.0 Preparing and Submitting a Proposal 2 2.1 General Instructions 2 2.2 Incurring Costs • 2 2.3 Submitting the Proposal 3 2.4 Proposal Organization and Format 3. 2.5 Oral Presentations and Site Visits 3 3.0 Proposal Selection and Award Process 3 3.1. Proposal Scoring 3 3.2 Right to Reject Proposals and Negotiate Contract Terms 4 3.3 Evaluation Criteria 4 3.4 Notification of Award 5 3.5 Appeals Process for Notice of Intent to Award 5 4.0 General Proposal Requirements _ 6 4.1 Description of Project 6 4.2 Team Qualifications and Proposer References 6 4.3 Personnel, Equipment and Costs 6 5.0 Technical Requirements 8 5.1 Team Response Tasks .. 8 5.2 Team Capability History . g 6.0 Cost Proposal 9 7.0 Geographical Location 9 .8.0 Standard Contract Terms, Conditions and Requirements . 10 8.1 Acceptance. of Proposal Contents 10 8.2 Certification of Independent Cost Determination 10 8.3 Disclosure of Independence arid Relationship 11 8.4 Dual Employment 11 8.5 Employment - 11 8.6 Liability . 11 8.7 Conflicts of Interest 11 8.8 Recordkeeping and Record Retention 12 8.9 Team Personnel Termination 12 8.10 Hold Harmless : . 12 8.11 Termination of Aer ement .. , 12 8.12 Prime Cont and Minority Business Subcontractors 13 8.13 Executed Conti act to Constitute Entire Agreement 13 8.14 News Releases 13 9.0 Required roans 13 • 1.0 General Spe`ifica? 1.1 Introduction and Backs_n:...au. The. State Emergency Response Board (SERB) was created by 1987 Wisconsin Act 342 and is responsible for administering the provisions of Title III of the 1986 federal Superfund Amendment and Reauthorization Act and WisAct 342, both pertaining to hazardous chemical substances. Under 1991 Wisconsin Act 104, the SERB was given the additional responsibility to contract with no fewer than 7 and no more than 11 regional response teams, each of which will assist in the emergency response to Level A releases in a region designated by the board. • The Department of Military Affairs, Division of Emergency Government's charge is to prepare the state and its subdivisions to cope with emergencies resulting from enemy action and natural or man -made disasters. Placed within the division's Bureau of Technological Hazards are the staff resources which carry out the policy directives issued by the SERB and state Iaw. Resources are also drawn from other state agencies as needed. The Legislature has recognized the increasing risks presented by hazardous materials used • in facilities throughout Wisconsin and transported on our state's roads. It also recognized that the sophistication needed to respond to the spill or release of some of these hazardous materials exceeds the capability andfor fiscal resources of most communities in the state. The need for ,a contract to deliver regional hazmat response services has been outlined in this Request for Proposal. 1.2 Procuring and Contracting Agency This Request for Proposal (RFP) is issued by the Wisconsin State Emergency Response Board. The SERB is the sole point of contact for the State of Wisconsin during the selection process. The person responsible for managing the procurement is Diane Sachs e, Purchasing Agent. Any contract resulting from thisRFP will be administered by the SERB and the Department of Military Affairs, Division of Emergency Government. The contract administrator will bite SERB Chair or hisTher designee. 1.3 Definitions. • The foIIowing definitions are used throughout the RFP: - SERB means the State Emergency Response Board. Department means the Department of Military Affairs. Division means the Division of Emergency Government. Regional Team means one of the? to 11 fire departments chosen by SERB to provide regional Level A HazMat response that meets the standards under 29 CFR 191O.120(q)(6)(iv) and NFPA 471 and 472. Under Chapter 166.215(1), the SERB may only contract with public organizations that meet the above Iisted standards. J , • Proposer means a fire clepartmient submitting a proposal in response to this RFP; Ernervencv me2ns a situation which presents 2.11 imminent risk to public health, safety or the environment. - Level A Release means a release that meets the specifications under Section 9, Chapter 166.20(ge), Wisconsin Statutes. 1.4 Clarification of the Specifications and Requirements A pre - proposal conference will be held Monday, October 19, 1992 Qr 2:00 p.m., Division of Emergency Government, Hill Farm State Office Building, 4802 Sheboygan Avenue, Madison, WI, Room 99A, to answer questions about the proposal. If additional information is necessary to assist the proposer in interpreting these specifications, written questions will be accepted until Friday, October 30, 1992, by: Jayne Meyer, Acting Hazmat Coordinator Division of Emergency Government F.O. Box 7865 Madison,. WI 53707 • (608) 266 -5531 Any, clarifications made as a result of this conference or questions that have been submitted in writing will be provided in writing to all proposers within five (5) days of the above date. 1.5 Contract Term • • Any contract resulting from this RFP shall become effective on the date indicated on the notice of intent to award and shall run for five (5) years from that date. • . 2.0 . Preparing and Submitting a Proposal • 2.1 General Instructions • The evaluation and selection of a Regional Team and the contract will be based on the . information submitted in the proposal plus references and any required on- site•visits (the need for which will be determined by the board or its representative) or oral presentations. Proposers should respond clearly and completely to alI requirements. Failure to respond completely may be the basis for rejecting a proposal. • Elaborate proposals (e.g. expensive art work), beyond 'that sufficient to present a complete and effective proposal, are not necessary or desired. 2.2 Incurring Costs • The State of Wisconsin is not Iiable for any cost incurred by teeams in replying to this RFP. 2.3 Submitting the Proposal To be considered in the proposal evaluation process, six (6) copies of the proposal must be submitted to the SERB.- All proposals must be nack2zed, sealed, and indicate the following info_rination on the outside of the package: • Proposer's name and address • Request For Proposal title and number • Proposal due date The proposal package must be delivered to: State Emergency Response Board c/o Department of Military Affairs Attn: Diane Saclase, WIAR -F 3020 Wright Street' P.O. Box 8111 - Madison, WI 53708 -8111 608-241-6409 All proposals must be received by the SERB on or before 3 :00 p.m. C.S.T., Tuesday, November 17, 1992. Teams mailing their proposals must allow sufficient time for delivery • of their proposals by the time specified. Proposals which are not received on time will not be accepted.. 2.4 Proposal Orga ni7ation and Format • J The proposal should be typed and submitted on 8.5 by 11 inch paper. Proposals should be organized and presented in the order and by the number assigned in the RFP. 2.5 Oral Presentations and Site Visits At the discretion of the SERB, proposers may be required to make oral presentations to clarify and verify the written proposals. In addition, the SERB or its representative(s) may make a site visit. These presentations and/or visits will be held subsequent to the receipt of • • the proposal to provide an opportunity for the applicant to clarify the _proposal. The SERB will schedule a time and Iocation for each oral presentation it requests. Refusal to honor the request for oral presentation or site visit may result in the rejection of the proposal. • 3.0 Proposal Selection and Award Process • 3.1 Proposal Scoring All proposals submitted and accept will be reviewed by an evaluation comziirtee and scored against the stated criteria. The committee may review references, request oral presentations, and conduct an on -site visit and use the results in scoring the proposals. The evaluation committee's scoring will be tabulated and proposals ranked on the numerical scores receiv If the geographical location of any of the proposals is duplicated, the highest score will prevail for that region. 3.2 Right to Reject Proposals and Negotiate Contract Ter The SERB reserves the right to reject any and all proposals and to negotiate the teru,s of the contract, including the award amount, with the selected proposer prior to entering into a contract. If contact negotiations rannot be concluded successfully with the highest scoring proposer, the SERB may negotiate a contract with the net highest scoring proposer. 3.3 Evaluation Criteria 1. Proposer's familiarity with S. 166.20 (1)(2)(3), 165.215 Wis. Stats. and associated regulations. (5%) II. Personnel, Equipment and Costs ( A. Experience and capability of the team and its members assigned to team B. An inventory of the department/team's equipment, materials and supplies on hand that would be needed to respond to a Level A spill or release. C. Training, both in-house and outside classroom D. Availability of specialized staff and/or subcontractors to be utilized by t E. Team's. Accounting and Billing System M. Technical Capability and Approach to Meeting Requirements. (15%) A. Completeness in meeting all specification requirem ents based on the applicant team's detailed proposal of how • they would meet the requirements of the specifications. • B. Clarity and organization in concept development of the regional team. . • C. A list of hazmat emergencies in which the department/team was the primary responder during the past two (2) years; plus proposer references. W. Cost Proposal (20%) The extent to which the scope of work can be accomplished with the funds available as organized by the 5-year budget proposal. Funds available are up to S300,000 annually Cm addition to costs recovered from responsible parties and SERB - sponsored raining). , 1 V. Geographical Location (25%) (A) Physical location of team (B) Size of propos i service area (C) Access of major transportation routes/highways • (D) Response barriers 3.4 Notification of Award • Each proposer whose proposal is reviewed by the Evaluation Committee will receive written notice as to whom the SERB intends to award a contract. After notification of the intent to award is made, and under the sup ervision of the Department of Military Affairs Purchasing staff, copies of proposals will be made ava for public inspection between the hours of 8:00 a.m. and 4:00 p.m. at 3020 Wright Street, Madison, WI 53704. 3.5 Appeals Process for Notice of Intent to Award Notices of intent to protest and protests must be made in writing. Protestors should make their protests as specific as possible and should identify statutes and Wisconsin Administrative Code provisions that are alleged to have been violated. The written notice of "intent to protest" the "intent to award" a contract must be filed with Robert M. Thompson, Arlrninistrator, Division of Emergency Government, 4802 Sheboygan Avenue, Rm. 99A, P.O. Box 7865, Madison, WI 53707 -7865, telephone (608) 241 -5409, no later than five (5) working days after the notices of intent to award are issued. The written protest must be receiv in his office no later than ten (10) working days after the notices of intent to award are issued. The Administrator shall issue a written decision on any appeals within ten (10) working days . of receipt. The decision of the Administrator may be appealed to the Secretary of the Department of Administration within five (5) working days of issuance, provided the appeal alleges a violation of a statute or a provision of a Wisconsin Administrative Code. 4.0 General Prop -oral Requirements 4.1 D•e_ccription of Project Protect Description Toe SERB is issuing this Request for Proposal that will result in contracts for responding to Level A hazardous materials spills or releases. Objectives The SERB has three major objectives it is trying to accomplish with this RFP. They are: (1) To provide prompt and adequate response services to any of the many types of hazardous material emergencies. (2) To eliminate the need for individual procurement actions for each emergency situation. (3) To spe up the emergency response process. Needs The SERB is seeking fire departments that can adequately and promptly respond to a Level A chemical emergency outlined in the Technical Requirements (Section 5.0) of this RFP. 4.2 Team Qualifications and Proposer References Each regional team must be qualified to provide Level A response based on 29 CFR 1910.120(g)(6)(iv) and National Fire Protection Association Standards NFPA 471 and 472. • I. Each applicant regional team must provide a letter or resolution of concurrence from their authorizing authority. II. Proposer must include in their RFP a list of organi /companies which can be • used as references for work performed of a similar nature as the Technical Requirements (Section 5.0) within the past two (2) years. Include name of organization/company, address, contact person's name and title, and telephone number. 4.3 Personnel, Equipment and Costs - • - • Each applicant regional team shall include a strategic plan which describes how it will maintain its membership; its members' training -and health certification, and its equipment and supplies. If a team does not meet the required standards [29 CFR 1910.120. • and NFPA 471 and 472) at the time this proposal is submitted, outline the personnel, training, equipment or other materials ne ded and the proposed time frame for meeting the requirements. I. Staff Oualincations/Experience Each applicant regional team must provide in the proposal: A. Categories of personnel to be used for this contract. B. Number of personnel in each category, wages (be specific: hourly or monthly rate) in each category, years of experience per individual to be used on the team. C. Number of additional personnel nee in each category. D. A description of the team's organizational structure including chain of command, field command system, and auxiliary personnel (Le. training coordinator, medical recordskeeper). Include Organizational Chart. E. List the area/cities/towns from which the team will draw its membership. IL Eoui menu • Each applicant regional team must provide specifications on the types and quantities of hazmat response equipment, hardware and supplies owned or available for use by the team. .Also include the following information: A. Vehicle(s) make, rnodeI, age, approximate value and replacement time frame B. Types, quantities and costs of additional necessary vehicles purchases C. Durable equipment and projected replacement d ates of durable equipment and costs • D. Types, quantities and costs of additional necessary durable equipment purchases • E. Replacement budget for consumable supplies - III Training List types of training: A. In-house B. Outside classroom IV. Sp ecialize d Star and /or Sub contractors List available specialized staff and /or subcontractors to be utilized by the team. List contact person name and title, and phone number of these groups. V. Team's Accountina and D Svstem Each applicant regional team must provide in the proposal: A. Chargeback Schedule for personnel, equipment and materials to a responsible party B. Medical costs for monitoring personnel • C. Laboratory costs, if any D. Supplies and materials (e.g. phone, postage) • 5.0 Technical Requirements 5.1 Team Response Tasks The objectives of emergency response actions are to: 1. Protect life • 2. Identify and control the source of the spfl or release • 3. Prevent or abate the migration of the spill or release The tasks identified below are the minimum needed to complete a hazardous material emergency response in the State of Wisconsin. This was done to give gi of what is expected in each response report. b the proposers an idea A. Upon notification, the Regional Team shall immediately respond to the incident as appropriate. • B. The team shall provide the following documentation as part of the emergency response activities: 1.. Photo documentation of 2. Writte ort with actions noted. emergency, 2f possible and /or practical. • The team shall prepare and submit a report for each response incident. The report shall include a detailed accounting of the response incident including, but not Iimited to: a. Date and time team was notified, time of response b. Identity of notifying agent c.. Spilled substance type, quantity, and source, including specific actions taken to mitigate further migration and source control d. Itemized copy of bill for submission to responsible parry e. Accurate documentation and testimony for litigation involving costs incurred f. Accounting of injuries and exposures of T.am personnel g Identity of unit in charge of scene upon departure of regional team C. Disposal Proposer shall include a Iist of resources available to provide licensed tiansport and disposal of hazardous substances. D. Access Restriction • The team shall provide, or arrange for adequate access restrictions as needed at the site. This can include the of fencing - or other barriers to restrict access and secure the site: 5.2 Team Capability History Describe the team/departuient's capabilities and experience, in the last two (2) years, providing similar tasks to those required. Be specific and identify incidents, dates and results. 6.0 Cost Proposal • Supply a five (5) year budget proposal for completion of team development and maintenance. List breakdown of costs for where and how funds will be used. The funding ceiling is $300,000 annually (m addition to costs recovered from responsible parties and SERB - sponsored training). • • 7.0 Geographical Location • . Each applicant Regional Team must provide in the proposal: I. Description of its actual physical location and the location of stored equipment, if different from above. • IL Show on a map the geographical area the team will be able to serve and the approximate response times to the limits of the area. III. List access to major transportaion routes/highways. IV. List response barriers, natural and /or man -made, and other unique access or geographical features that will assist or hinder response. 8.0 Standard Contract Terms, Conditions and Requirements 8.1 Acceptance of Proposals Contents Tne contents of the proposal, including any amendments or addenda, of the successful team will become contractual obligations if procurement action ensues, with the exception or addition of negotiated items. 8.2 Certification of Independent Cost Determination By signing this proposal, the proposer certifies, and in the case of a joint proposal, each party thereto certifies .as to its own organization, that in connection with this procurement 8.2.1 The costs and information in this proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restrictin competition, • as to any matter relating to such with any other proposer or with any competitor information; • 8.2.2 Unless otherwise required by law, the costs and information which have been quoted in this proposal have not been knowingly disclosed by the proposer and will not ' knowingly be disclosed by the proposer prior to opening in the case of an advertised procurement or prior to award 'in the case of a negotiated procurement, directly or indirectly to any other respondent or to any competitor; and 8.2.3 No attempt has been made nor will be made by the proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. 8.2.4 Each person signing this proposal• certifies that He/She is the person in the proposer's organization responsible within that or an;7ation for the decision as to the prices being offered herein and that he/she has not participated, and will not participate, in any action contrary to above; or He /She is not the person in the proposer's organi7ation responsible within that orpni7ation for the derision as to the prices being offered herein, but that he/she has been authorized in writing to act as agent for the persons responsible for such decisions in certifying that such persons-have not participated, and will not participate in any action contrary to 8.2.1 throu b 8.2.3 above, and as their agent does hereby so certify; and he has notparticipated, and will not participate, in any action contrary to above. 8.3 Disclosure of Indep-endence and Relationship • Prior to award of any contract t y an applicant regional teem shall certify in writing to the procuring agency y that no relationship exists between the applicant regional team and the procuring or contracting agency that interferes with fair interest, and no. relationship exists between the team and another p person or organization a conflict a t constitutes a conflict of interest with respect to a state contract. The Department of Administration may waive this provision, in writing regional team wtfl not be adverse to the interest ofthe�s`tate. activities of the applicant Regional teams shall agree as part of the contract for services that during performance. of contract, they will neither provide contractual services nor enter into yagreement t to organization provide services to a person or ora r• azency on that is regulated or fund by the contracting aencJ or has interests that are adverse to the contracting agency. Th De Administration may waive this provision, in writing, those activities p raeto r l not be adverse to the interests of the State. " if s of the contractor will 8.4 Dual Employment Section 16.417, Wis. Stats., prohibits an individual who is a state employee or who retain as a consultant full-time by a state agency from being retained as a consultant by the same or another agency where the individual receives more than 55,000 as compensation. . This prohibition applies only to individuals and does not include corporations or partnerships. . ' 8.5 Employment Regional teams will not engage the services of an state, incIudin any person or persons now employed. by the g any department, commission, or board thereof, to provide services relating to this agreement without the written consent of the employer of such person or persons and . of the Department of hf'tlitary Affairs and the SERB. 8.6 Liability A member of a regional emergency response team who is acting under a con employee of the state for the - tract, is an 165 . 2 15(4). Section 17, 895.483 purposes IiabRity exemption: A regional emergency response won team and a member of such team are immune from civil liability for acts or omissions related to carrying out responsibilities under a contract. • 8.7 Conflict of Interest • Private and non -profit corporations are bound by ss. 180.355 and 181.225, Wis. Stets. regarding conflicts of-interests by directors in the conduct of state contracts. • • 8.8 Recordkeepj and Record Retention The regional team shall establish and maintain adequate records of expenditures under the contract. MI rte,.,. -d � all exp nditt.r.s inc�.l� ,,� s m=ust be kept in accordance with e accounting principles and cord � , - � � nerally accented st nt with f state and Iocal ordinances. The SERB Shall have the right to audit, review, examine, copy and transcribe any pertinent records or documents relating to any contract resulting from this RFP held by the contractor. The regional team shall retain all documents applicable to the contract for a period of not less than three (3) years after final payment is made. 8.9 Team Personnel Removal In the event that an ' individual team .member is alleged to have been nealiee t or unresponsive to the contractual requirements, the SERB ma require the removal of this member from the team. Upon the receipt the written notice of the the team member from the SERB, the team member shall be immediately refrov removal e • team. A request by the SERB to dismiss an employe shall not constitute an order to discipline or discharge the employe. All actions taken by the team and /or fir depar ent management in regard to employe discipline shall be at the sole discretion-of the team and /or fire department management. 8.10 Hold Harmless • The SERB, the Division of Emergency Government, the Deparnnent of Military Affairs, and the State of Wisconsin shall beheld harmless in any disputes the team and/or fire may have with their employes. This shall include, but not limited to, charges of discrimination, harassment, and discharge without just cause. 8.11 Termination of Agreement The SERB may terminate any contract resulting..frorn this RFP delivering 30 days written notice to the regional team.' to termination, f any tame for cause by Iiabf ity will be Iimited to the pro rata cost of the services performed as of the dare o • . termination plus expenses incurred with the prior written approval of the SERB. A. regional of team may terminate this agreement after the five period. Earlier year ac termination may be granted by the SERB for extraordinary ciircumstan s. ve nt th e regional team. terminates this -a; any .z eement for an re it will the event the son whatsoever, it I refund to the • SERB within 60 days . of said termination all a regional. team for work not completed or not by SERB e by the SERB to the the team, will require written notice to that effect o delivered be deliv to the Any SERB not les SERB not les s than a six (6) months prior to said termination. A n 8 Prime Contractor and Minority Business Subcontractors In the event a regional reaiaregional =° by regional team subcontracts for supplies and/or services, any subcontractor must abide y all terms and conditions of the conLLact. should be cI�rl P-., �• o However, When subcontrac ±ors are use, this y exila.inedintheproposal. however, the regional team will be responsible for contract performance wber or not subcontractors are used. The successful regional team will be encouraged to purchase services and supplies when/if appIicable from minority businesses certified by the Wisconsin Department of Development, Bureau of Minority Business Development. • The Department of Military Affairs will require from The successful teams a quarterly report of purchases of such supplies and services necessary for the implementation of the contract. 8.13 Executed Contract to Constitute Entire Agreement • In the event of contract award, the contents of this RFP (including alI attachments), RFP addenda and revisions, the proposal of the successful regional team, and additional terms agreed to in writing, by the SERB and the regional team shall become part of the contract. Failure of the successful regional team to accept these as part of the contractual agreement may result in a canceIIation of award. 8.14 News Releases ) News releases pertail -gig to this procurement or any part of the proposal shall not be made . without the prior approval of the SERB. • 9.0 Required Forms • The foIIowing forms must be completed and submitted with the proposal in accordance with instructions given in Section 2.4. Blank forms are attached: the Attachment A - Affidavit Attachment B - Des gnation of Confidential and Proprietary • Attachment C Standard Terms and Conditions Information Attachment D - QuarterIy Minority Business Report • • • _J i AFFIDAVIT A i ?ACi'M T .A S, C M='! E AP;D.,SUS";IT THIS AFFIDAVIT i W! I L HIS/HER r Gti �'fiJr'D.7A' . RO 'DSER "'1 C, ER ENCE. ease indicate - b81Dw I claim - claiming �, proposer preference. Minority Business Preference (s. _ • certified by the Wisconsin Department J o of m Development (DOD) . M . I f you have Questions concerning the certification process, contact DOD, Bth floor, 123 W. Washington Ave., Madison, WI 53702; (602) 267 - 9550. • AMERICAN -MADE MATERIALS: • The materials covered in our proposal were manufactured in whole or in substantial part within the United States or the t parts thereof •were manufactured in whole or in substantial part she component States. part in the United • . ❑ Yes No- 0 Unknown AFFIRMATIVE ACTION PLAN: in accordance with s. 16 .765(2)(0,- Wis. Stets., as implemented ay Wisconsin 'Administrative Code 50, please state if an affirmative action plan is on file with the State of Wisconsin. • D Yes El No ❑ Unknown • In sgning this i j'j we also ce or i:girectl r`i L -that we have not either; directly Y, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt • has been made to induce any"other person or firm or public organization to submit or not to submit a proposal; that this proposal arrived at without collusion with any other rapose h competitor indeo potential ly competitor; that this proposal has not been knowingly disclosed prior to. • opening of proposals to any other proposer-or competitor; that the above statement is accurate under penalty of perjury. We w i l l comply with all terms, conditions, and specifications required by the State of Wisconsin in this Request for Proposal and the terms of •our proposal. • Name • Title (Type or r Signature Fire Dept. Date Telephone Number • .Fire Dept, Federal Employer Identification ntification N. (To assure accurate proposer identification for billing ourooses) EF ATE OFR'ISCONSI,N DOA-1327 (al D/29) ATTACHMENT 3 DESIGNATION OF CONFIDENTIAL Al PROPRIETARY _ INFORMATION The attached material submitted in response. to .Bid/Pr000sal confidential information which qualifies as a trade secret, as r includes proprietary and otherwise material that ran be kept confidential under the Wisconsin Open Records Law. ( As such, we ask that certain paces, as indicated below, of this bid /proposal response be treated as confidential material and not be released without our written approval. We request that the fallowing pages not be released: Section Page g Topic • • • • • • IN THE - EVENT THE DESIGNATION OF CONFIDENTIALITY OF THIS INFORMATION IS , CHALLENGED, THE UNDERSIGNED 'HEREBY AGREES TO PROVIDE LEGAL COUNSEL OR OTHER NECESSARY ASSISTANCE TO DEFEND THE DESIGNATION OF CONFIDENTIALITY. This does not apply to bid or proposal prices. Prices are always open. Other information usually cannot be kept confidential unless it is a trade secret. Trade secret is defined in s.134.90 ( I )() c Wis. Slats. as follows: 'Trade secret" moans information, including a formula, � technique or process to which all of the following I 1. Theinformation derives independent �economc � a PP5• • • value, actual or potential, from not being generally known to, and not being readily ascertainable by proper • means by, other persons who can obtain economic value from its disclosure or use. 2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances. Failure to include this form in the bid/proposal response may mean that all information provided as part of the bid/proposal response will be open to examination and copying. The state considers other markings of confidential in the bid/proposal document to be insufficient. The undersigned agrees to hold the state harmless for any damages arising our of the release. of any materials unless they are specifically identified above. Name- Authorized Representative Signature — Authorized Representative J Company Name Wisconsin Department of Administration Chs. 16, 19, 51 EXHIBIT A DOA -3054 (R10/2005) Page 1 of 3 Standard Terms And Conditions (Request For Bids / Proposals) 1.0 SPECIFICATIONS: The specifications in this request are 7.0 UNFAIR SALES ACT: Prices quoted to the State of the minimum acceptable. When specific manufacturer and Wisconsin are not govemed by the Unfair Sales Act. model numbers are used, they are to establish a design, type of construction, quality, functional capability and /or 8.0 ACCEPTANCE - REJECTION: The State of Wisconsin performance level desired. When altemates are reserves the right to accept or reject any or all bid /proposed, they must be identified by manufacturer, stock bids /proposals, to waive any technicality in any bid /proposal number, and such other information necessary to establish submitted, and to accept any part of a bid /proposal as equivalency. The State of Wisconsin shall be the sole judge deemed to be in the best interests of the State of of equivalency. Bidders /proposers are cautioned to avoid Wisconsin. bidding alternates to the specifications which may result in rejection of their bid /proposal. Bids/proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time 2.0 DEVIATIONS AND EXCEPTIONS: Deviations and excep- that the bid /proposal is due. Bids /proposals date and time tions from original text, terms, conditions, or specifications stamped in another office will be rejected. Receipt of a shall be described fully, on the bidder's /proposer's letter- bid /proposal by the mail system does not constitute receipt head, signed, and attached to the request. In the absence of a bid /proposal by the purchasing office. of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifica- 9.0 METHOD OF AWARD: Award shall be made to the lowest tions and the bidders /proposers shalt be held liable. responsible, responsive bidder unless otherwise specified. 3.0 QUALITY: Unless otherwise indicated in the request, all 10.0 ORDERING: Purchase orders or releases via purchasing material shall be first quality. Items which are used, cards shall be placed directly to the contractor by an demonstrators, obsolete, seconds, or which have been authorized agency. No other purchase orders are discontinued are unacceptable without prior written approval authorized. by the State of Wisconsin. 11.0 PAYMENT TERMS AND INVOICING: The State of 4.0 QUANTITIES: The quantities shown on this request are Wisconsin normally will pay properly submitted vendor based on estimated needs. The state reserves the right to invoices within thirty (30) days of receipt providing goods increase or decrease quantities to meet actual needs. and /or services have been delivered, installed (if required), and accepted as specified. 5.0 DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. Invoices presented for payment must be submitted in accordance with instructions contained on the purchase 6.0 PRICING AND DISCOUNT: The State of Wisconsin quali- order including reference to purchase order number and fies for governmental discounts and its educational institu- submittal to the correct address for processing. tions also qualify for educational discounts. Unit prices shall reflect these discounts. A good faith dispute creates an exception to prompt payment. 6.1 Unit prices shown on the bid /proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., 12.0 TAXES: The State of Wisconsin and its agencies are ea.) as stated on the request or contract. For any exempt from payment of all federal tax and Wisconsin state given item, the quantity multiplied by the unit price and local taxes on its purchases except Wisconsin excise shall establish the extended price, the unit price shall taxes as described below. govern in the bid /proposal evaluation and contract administration. The State of Wisconsin, including all its agencies, is required to pay the Wisconsin excise or occupation tax on 6.2 Prices established in continuing agreements and its purchase of beer, liquor, wine, cigarettes, tobacco term contracts may be lowered due to general market products, motor vehicle fuel and general aviation fuel. conditions, but prices shall not be subject to increase However, it is exempt from payment of Wisconsin sales or for ninety (90) calendar days from the date of award. use tax on its purchases. The State of Wisconsin may be Any increase proposed shall be submitted to the subject to other states' taxes on its purchases in that state contracting agency thirty (30) calendar days before depending on the laws of that state. Contractors perform - the proposed effective date of the price increase, and ing construction activities are required to pay state use tax shall be limited to fully documented cost increases to on the cost of materials. the contractor which are demonstrated to be indus- trywide. The conditions under which price increases 13.0 GUARANTEED DELIVERY: Failure of the contractor to may be granted shall be expressed in bid /proposal adhere to delivery schedules as specified or to promptly documents and contracts or agreements. replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate 6.3 In determination of award, discounts for early procurement is necessary. Excess costs shall include the payment will only be considered when all other con- administrative costs. ditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms 14.0 ENTIRE AGREEMENT: These Standard Terms and are deemed favorable. All payment terms must allow Conditions shall apply to any contract or order awarded as the option of net thirty (30). a result of this request except where special requirements DOA -3054 Page 2 of 3 are stated elsewhere in the request; in such cases, the on preparing the plan and technical assistance special requirements shall apply. Further, the written regarding this clause are available from the contract and /or order with referenced parts and attach- contracting state agency. ments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or 19.2 The contractor agrees to post in conspicuous places, acknowledgment shall be effective or binding unless available for employees and applicants for employ - expressly agreed to in writing by the contracting authority. ment, a notice to be provided by the contracting state agency that sets forth the provisions of the State of 15.0 APPLICABLE LAW AND COMPLIANCE: This contract Wisconsin's nondiscrimination law. shall be govemed under the laws of the State of Wisconsin. The contractor shall at all times comply with and observe all 19.3 Failure to comply with the conditions of this clause federal and state laws, local laws, ordinances, and may result in the contractor's becoming declared an regulations which are in effect during the period of this "ineligible" contractor, termination of the contract, or contract and which in any manner affect the work or its withholding of payment. conduct. The State of Wisconsin reserves the right to cancel this contract if the contractor fails to follow the 20.0 PATENT INFRINGEMENT: The contractor selling to the requirements of s. 77.66, Wis. Stats., and related statutes State of Wisconsin the articles described herein guarantees regarding certification for collection of sales and use tax. the articles were manufactured or produced in accordance The State of Wisconsin also reserves the right to cancel with applicable federal labor laws. Further, that the sale or this contract with any federally debarred contractor or a use of the articles described herein will not infringe any contractor that is presently identified an the list of parties United States patent. The contractor covenants that it will excluded from federal procurement and non - procurement .. at its own expense defend every suit which shall be brought contracts. against the State of Wisconsin (provided that such contractor is promptly notified of such suit, and all papers 16.0 ANTITRUST ASSIGNMENT: The contractor and the State therein are delivered to it) for any alleged infringement of of Wisconsin recognize that in actual economic practice, any patent by reason of the sale or use of such articles, and overcharges resulting from antitrust violations are in fact agrees that it will pay all costs, damages, and profits recov- usually bome by the State of Wisconsin (purchaser). erable in any such suit. Therefore, the contractor hereby assigns to the State of Wisconsin any and all claims for such overcharges as to 21.0 SAFETY REQUIREMENTS: All materials, equipment, and goods, materials or services purchased in connection with supplies provided to the State of Wisconsin must comply this contract. fully with all safety requirements as set forth by the Wisconsin Administrative Code and all applicable OSHA 17.0 ASSIGNMENT: No right or duty in whole or in part of the Standards. contractor under this contract may be assigned or dele- gated without the prior written consent of the State of 22.0 WARRANTY: Unless otherwise specifically stated by the Wisconsin. bidder /proposer, equipment purchased as a result of this request shall be warranted against defects by the 18.0 WORK CENTER CRITERIA: A work center must be certi- bidder /proposer for one (1) year from date of receipt. The fied under s. 16.752, Wis. Stats., and must ensure that equipment manufacturer's standard warranty shall apply as when engaged in the production of materials, supplies or a minimum and must be honored by the contractor. equipment or the performance of contractual services, not less than seventy -five percent (75 %) of the total hours of 23.0 INSURANCE RESPONSIBILITY: The contractor perform - direct labor are performed by severely handicapped ing services for the State of Wisconsin shall: individuals. 23.1 Maintain worker's compensation insurance as 19.0 NONDISCRIMINATION 1 AFFIRMATIVE ACTION: In required by Wisconsin Statutes, for all employees connection with the performance of work under this engaged in the work. contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, 23.2 Maintain commercial liability, bodily injury and prop - race, religion, color, handicap, sex, physical condition, erty damage insurance against any claim(s) which developmental disability as defined in s. 51.01(5), Wis. might occur in carrying out this agreement/contract. Stets., sexual orientation as defined in s. 111.32(13m), Wis. Minimum coverage shall be one million dollars Stats., or national origin. This provision shall include, but ($1,000,000) liability for bodily injury and property not be limited to, the following: employment, upgrading, damage including products liability and completed demotion or transfer; recruitment or recruitment advertising; operations. Provide motor vehicle insurance for all layoff or termination; rates of pay or other forms of owned, non -owned and hired vehicles that are used compensation; and selection for training, including appren- in carrying out this contract. Minimum coverage shall ticeship. Except with respect to sexual orientation, the be one million dollars ($1,000,000) per occurrence contractor further agrees to take affirmative action to combined single limit for automobile liability and • ensure equal employment opportunities. property damage. 19.1 Contracts estimated to be over twenty -five thousand 23.3 The state reserves the right to require higher or lower dollars ($25,000) require the submission of a written limits where warranted. affirmative action plan by the contractor. An exemp- tion occurs from this requirement if the contractor has 24.0 CANCELLATION: The State of Wisconsin reserves the a workforce of less than twenty -five (25) employees. right to cancel any contract in whole or in part without Within fifteen (15) working days after the contract is penalty due to nonappropriation of funds or for failure of the awarded, the contractor must submit the plan to the contractor to comply with terms, conditions, and specifica- contracting state agency for approval. Instructions tions of this contract. DOA -3054 Page 3 of 3 30.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an 25.0 VENDOR TAX DELINQUENCY: Vendors who have a order(s) resulting from this award(s) is a hazardous chemi- delinquent Wisconsin tax liability may have their payments cal, as defined under 29CFR 1910.1200, provide one (1) offset by the State of Wisconsin. copy of a Material Safety Data Sheet for each item with the shipped containers) and one (1) copy with the invoice(s). 26.0 PUBLIC RECORDS ACCESS: It is the intention of the state to maintain an open and public process in the solicita- 31.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: tion, submission, review, and approval of procurement Reference to or use of the State of Wisconsin, any of its activities. departments, agencies or other subunits, or any state offi- cial or employee for commercial promotion is prohibited. Bid/proposal openings are public unless otherwise speci- News releases pertaining to this procurement shall not be fied. Records may not be available for public inspection made without prior approval of the State of Wisconsin. prior to issuance of the notice of intent to award or the Release of broadcast e-mails pertaining to this procurement award of the contract. shall not be made without prior written authorization of the contracting agency. 27.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly 32.0 HOLD HARMLESS: The contractor will indemnify and stated in the bid /proposal itself. Proprietary information save harmless the State of Wisconsin and all of its officers, submitted in response to a request will be handled in agents and employees from all suits, actions, or claims of accordance with applicable State of Wisconsin any character brought for or on account of any injuries or procurement regulations and the Wisconsin public records damages received by any persons or property resulting law. Proprietary restrictions normally are not accepted. from the operations of the contractor, or of any of its However, when accepted, it is the vendor's responsibility to contractors, in prosecuting work under this agreement. defend the determination in the event of an appeal or litigation. 33.0 FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation) which 27.1 Data contained in a bid /proposal, all documentation becomes a party to this Agreement is required to conform • provided therein, and innovations developed as a to all the requirements of Chapter 180, Wis. Stats., relating result of the contracted commodities or services to a foreign corporation and must possess a certificate of cannot be copyrighted or patented. All data, docu- authority from the Wisconsin Department of Financial mentation, and innovations become the property of Institutions, unless the corporation is transacting business the State of Wisconsin. in interstate commerce or is otherwise exempt from the requirement of obtaining a certificate of authority. Any 27.2 Any material submitted by the vendor in response to foreign corporation which desires to apply for a certificate of this request that the vendor considers confidential authority should contact the Department of Financial and proprietary information and which qualifies as a Institutions, Division of Corporation, P. O. Box 7846, trade secret, as provided in s. 19.36(5), Wis. Stats., Madison, WI 53707 -7846; telephone (608) 261 -7577. or material which can be kept confidential under the Wisconsin public records law, must be identified on a 34.0 WORK CENTER PROGRAM: The successful Designation of Confidential and Proprietary Informa- bidder /proposer shall agree to implement processes that tion form (DOA- 3027). Bidders /proposers may allow the State agencies, including the University of request the form if it is not part of the Request for Wisconsin System, to satisfy the State's obligation to Bid /Request for Proposal package. Bid /proposal purchase goods and services produced by work centers prices cannot be held confidential. certified under the State Use Law, s.16.752, Wis. Stat. This shall result in requiring the successful bidder /proposer 28.0 DISCLOSURE: If a state public official (s. 19.42, Wis. to include products provided by work centers in its catalog Stats.), a member of a state public official's immediate for State agencies and campuses or to block the sale of family, or any organization in which a state public official or comparable items to State agencies and campuses. a member of the official's immediate family owns or controls a ten percent (10 %) interest, is a party to this agreement, 35.0 FORCE MAJEURE: Neither party shall be in default by and if this agreement involves payment of more than three reason of any failure in performance of this Agreement in thousand dollars ($3,000) within a twelve (12) month accordance with reasonable control and without fault or period, this contract is voidable by the state unless appro- negligence on their part. Such causes may include, but are priate disclosure is made according to s. 19.45(6), Wis. not restricted to, acts of nature or the public enemy, acts of Stats., before signing the contract. Disclosure must be the government in either its sovereign or contractual made to the State of Wisconsin Ethics Board, 44 East capacity, fires, floods, epidemics, quarantine restrictions, Mifflin Street, Suite 601, Madison, Wisconsin 53703 strikes, freight embargoes and unusually severe weather, (Telephone 608 - 266- 8123). but in every case the failure to perform such must be beyond the reasonable control and without the fault or State classified and former employees and certain negligence of the party. University of Wisconsin faculty /staff are subject to separate disclosure requirements, s. 16.417, Wis. Stats. 29.0 RECYCLED MATERIALS: The State of Wisconsin is required to purchase products incorporating recycled mate- rials whenever technically and economically feasible. Bidders are encouraged to bid products with recycled content which meet specifications. EXHIBIT B Due to the length of the document, the Proposal submitted by the Contractor to RFP #93 -2 is available for public inspection and reproduction, during regular business hours, at the Office of Legal Counsel, WI Department of Military Affairs, 2400 Wright Street, Room 203, Madison, WI 53704. Appointments can be requested at (608) 242 -3072. -. i4` EknIBIT C T M ate of I r isconsin \ STATE EMERGENCY RESPONSE BOARD • � SFt e ' . 9 DYGAN A1FM,)r. RyJat ee • P.D BQx MS Der-ember I7, 1992 wscoNsai s3'Q - 3as TEt Norrt r6aeI � 1zv • Chief Richard D: Davis " - Appleton Fire Department ' • 700 N Drew "Street Appleton; WI 54911 -2927 f :Dear Chief. Davis: The State'Emergency Response Board has selected.. the .following communities' ' otiate a final contract' to provide Regional'Eazardotis Materials Respose Teams r .. oposals to - • •l. 'Racine • 2. Milwaukee ... .. 3. Appleton, 4. Madison - , -.5. Superior 6. Wausau • 7: Chipp Falls/Eau .Claire f It is the intent of the State Emergency Response.,Board to negotiate the final contact to meet the statewide needs for Regional Hazardous Materials Response Teams.. This letter is thus only to ' 'be considered notice of intent to contract and does not constitute a. contractual .commitment: " 'I`h Stale c • Emer g ene R . nse Board through the Administrator of the Division of Emer to . . .`Govcrnmcnt; �ie' R � g ry • ' ..i g •a for' the -Department of'Mili :.Affair' - and such' other. pci asaire d necessary; shall serve as a negotiating team to negotiate the terms of . a .:final contract. The terms of this contract will: include. a ,., � „� „_ �• .: such things as description of the � '� t geograp,u,. area, uhre make -up of. the sponse tear and its m ne ds of the team„ as well as other concerns: as am statutori] re ent any minimum tznancia� X Tequircd. ' 'Fie State Emergericy Response Board wishes to thank those communities w submitted ho . sub { prc :Os which” were not selected. Sincerely P FEE STATE EMERGENCY RESPONSE BOARD;' : - • , • ?pia E. Sachse t urcr acing Agent Wisconsin Department of MiIi zry Affairs ` -.� EXHIBIT C I - - ` 7 - State o \� 'iscor.sin \ STATE EMERGENCY RESPONSE BOARD • ' 46?2 5}+'e30YGAN av?NU: n0 M o ?0.SOx s, kta,tsoN W1SCON$ \ a%o;.^g&g • ELc ?HORS (SOS; ?6o-x3Z September. 16, 1993 • Chief Stan Tadych Oshkosh Fire Department . • 101 Court Street ' Oshkosh, WI 54901 • • • Dear Chief Tadych: • At the August 12, 199 State ' Emergency Response Board. meeting, the - 3oard approved the selection. of two . (2) additional Regional • - :Hazardous Materials Response. Teams. The Northeast Wisconsin Hazmat ••Task Force was designated as an - additional Regional Hazardous • . Materials' Response Team' to enter into • contract negotiations. • it, is the intent of the State Emergency Response Board to negotiate the final contract to meet the statewide needs for Regional • S. fazardous Materials Respon Teams. This letter is _thus only to be considered notice of intent to contract and does not constitute a contractual. commitment, is • The State Mnergency Response through the Administrator of the . Emergency rn ergency - Gave?-I rent -; - the purchasing agent for the • - Department of • . Military Affairs and such other personnel'•as are deemed necessary, . shall serve as a negotiating.. team to - .negotiate the terms of, a final - contract. The terms of this contract will include such items. the description of the geographic area, the makeup of the response team I and its_•equipment and minimum financial 'needs of the team, as well as other concerns as are statutorily required. • • Sincerely, { _ ' FOR THE STATE EMERGENCY *RESPONSE BOARD: . LK °.,---s--1-4----f-:-.-1--- / it tom--- Lero E. Conner, William Schmaltz Chair Purchasing Agent tate Emergency Response Board WI Dept, of Military Affairs • • • • Exhibit D — Primary Response Areas Regional Response Team Area Coverage � • . ' Superior . I nt,^r �� e - s �` £ � 4 f ti, '� fd 7 tf 1 � � { . t a r % f ¢ ,t £ .-4 , d 'Ig ° i 5 , a ' 1-*,--: ' `g F 'S - - q � J. S � '.� s '� , � / a Z' � - `�t'a'xt '� � � Idyll; `jt# F 3; . t a `t ��„,, - _ 'e TJ1`"9 C 1 �° 1 .. "F ,Q " 4 A S -..P. 1'. L. r l , ` - er s ' - W ausau s c s m , 4 " � $$ t 7- 4: P , d " a y ' tit,' a' ] ' $ a S Ify , f m,' k . Ste -- , e t F ? , "° I , - , ` ,� , '''.-7477: . td -"-,t_ � � 4R i � :�� � ri hi ' ° s � ¢ �9� .., ' a La Crosses C x ; ti # z t. • -e z Washi Jefferson Waukesha . Milwaukee kee � -� -acine ) i � � Wisconsin Emergency Management, Regional Response Team System EXHIBIT E REGIONAL HAZARDOUS MATERIALS RESPONSE TEAMS BUDGETS JULY 1, 2011 THROUGH DECEMBER 31, 2011 E M NAM CU RRENT . ANNA Pt [ . d m °� OT " Fc�' . • OPO E0 . ? lig � o g io n 4 , a {( a , 1 . e { ii , ' � • ". ... 3c - & " . ' per centaa eaa t A"v3 ' . a � ,,,, `s� ' ' kG S ` g f t APPLETON/ $196,228 $176,606.14 $2,649.09 ; $173,957.00# $86,978.50 OSHKOSH (.1415786 %0) • , . :. Qom 4 ' I 0,436 j S ? - . 0 4 . �'F �" 1 0 ! ..mss" i 9 `,°AZ`F a ;t I ;2; t� - . <`x w . ran „' 7 , s ' ` s 4 � +'°=E # : LA CROSSE $118,523 $106.670.66 - $1,600.06 $105,070.60 $52,535.30 ��1 (0855144 %) 3 y, . - 'tea ' � 3 1,11 � . s �: ! `` ; , `sa : ; e _ �` -7:._ _ t ; ' qua,/ ®� + § r � � � 14 47 �� � � X24' ' �� �� , � � 897 , w � � 941 � � '6467 ,� „ -� " C a ' ' t :" 1s f tat ' �` *r m, " s . 1 � .� . ... ra v a < .: _ a "wt nr �� � ��� � te, �'° E �. � �. 3 � � ��. „,. .. >,N, 5 MILWAUKEE $303,087 $272,778.18 - $4,091.67 $268,685.51## $134,342.75: ". (2186774 _ s .. ... ,,, - a . __ .,., Ilt,tifl ' SUPERIOR ' " $148,827 $133,944 - $2,009.16 $131,935.03 $65,967.52 (1073787 %) U' - ,, 1 X332 i $ 9 � 50 " [1'41'117 8900 't 12,88.5 T _ i `5 6 t R C ` , a. , s�q x.. s k x"!699 "T ,,� w : , 'r ll to - ash.? v., ° .3 s i . . €,i,�. {,, d TOTAL: " $1,386,000* $1,247,400"* -- $1,247,700 $623,700 * ** (100 %) ' * GPR appropriation ending State Fiscal Year 2011 (June 30, 2011) ** Total GPR appropriation as reduced in the proposed Biennial Budget Bill (AB 40 /SB 27) * ** Reflects six (6) months payment of the yearly GPR appropriation # Reflects 5 cents reduction due to rounding ## Reflects $1.00 reduction due to rounding # ## Reflects 4 cents reduction due to rounding