Loading...
HomeMy WebLinkAbout03-Fire Department 'CITY OF SAN BE~NARDINO - REQUEST FOR COUNCIL ACTION From: Dept: Date: Larry R. Pitzer Ci~I' ~ j',r"/~L Subject: San Bernardino City Fire Department and American Medical Response Are Requesting Authorization To Enter Into A Long- term Contract Regarding Enhanced Pre-Hospital Paramedic Service. Fire January 22, 2001 Synopsis of Previous Council Action: 4/1 9/99 7/19/99 Fire Department and American Medical Response staff presented information regarding the subject issue, at a workshop to Mayor and Council. Adopted resolution 1999-186 approving a contract with American Medical Response relating to a 180-day pilot program to assess enhanced pre-hospital paramedic services. Adopted resolution 2000-45 approving a 120-day extension for pre-hospital paramedic service pilot program, as set forth in the contract with American Medical Response, Inc. (AMR). RECOMMENDATION: 3/6/00 1 . Adopt Resolution. 2. Authorize the Director of Finance to amend FY 2000-2001 budget and increase revenue account #001-000-4881 (Paramedic Reimbursement Contract Revenue by $64,000 (rounded) to reflect the revenue to be received from AMR and to also increase the Fire Department's budget by $64,000 (rounded) to reflect the corresponding expenditures as outlined in the staff report. Contact Person: Larrv R. Pitzer Phone: (909)384-5286 SupportinQ data attached: Staff Report Ward: Citv Wide FUNDING REQUIREMENTS: Amount: $63,973,38 Source: (Acct. No.) Revenue account #001-000-4881 will receive $63,973,38 from AMR for FY 2000-2001 /Jdt; Vuy ~t1h!I- Council Notes: P/LuJ(~ / /gcr)J( .fidl'j Agenda Item N I/JCJ!o/ d:i:3 STAFF REPORT SUBJECT: San Bernardino City Fire Department and American Medical Response Are Requesting Authorization To Enter Into A Long-term Contract Regarding Enhanced Pre-Hospital Paramedic Service. BACKGROUND: The public/private partnership pilot program between San Bernardino City and American Medical Response (AMR) has been ongoing since August 1, 1999. Data that has been collected indicates that the program has been highly successful. All interested parties, San Bernardino City Fire, AMR and Inland Counties Emergency Medical Authority (ICEMA) have expressed that they are pleased with the results. Therefore, ICEMA has approved City and AMR entering into a long-term contract regarding providing paramedic service in the City of San Bernardino. Prior to the establishment of the public/private partnership program, 44% of the City's emergency medical aid victims had to wait for a second engine to arrive to receive paramedic service. This was due to the fact that there were only five paramedic engines within the City. Under the partnership, all eleven engines are staffed with a paramedic. By using a team concept, on scene patient care has improved because of earlier arrival of paramedics to approximately 44% of medical aid calls and the use of like equipment by City and AMR paramedics, Results have also shown that AMR has improved its time from their receipt at dispatch to arrival at the hospital from 48 minutes 90% of the time to 46 minutes 90% of the time. In accordance with ICEMA, there are performance standards that must be met for this contract to remain valid. San Bernardino City Fire Department must arrive on scene 7 minutes 59 seconds 90% of the time from receipt at dispatch, AMR must arrive on scene 11 minutes 59 seconds 90% of the time from receipt at dispatch. Current statistics show the City meeting its standard 92% of the time, while AMR is meeting its standard 96% of the time, This public/private partnership program has allowed AMR to eliminate 1.5 ambulance units within the City, resulting in a cost savings of $370,201,20 annually, AMR will share this cost savings with the City as follows: 60% [$222,120,72] to the City and 40% [$148,080.48] to AMR. The City will receive its portion of the savings in monthly payments of $18,510.06. Per City Resolution 1999-186, the City will reimburse AMR for start-up costs incurred in the pilot program, Total start-up costs were estimated to be $94,174, This $94,174 will be paid back to AMR over a twelve month period in monthly installments of $7,847.83. AMR will deduct the monthly payment from the monthly 1 revenue to be remitted to the City. Therefore, for the first twelve months of the contract, the monthly net revenue to the City, after the $7,847,83 deduction for start-up costs, will be $10,662.23. Payback of the start-up costs to AMR will be completed in December 2001, In January of 2002, monthly revenue from AMR will increase to $18,510,06, REVENUES Annual estimated revenue through FY 2002-2003 is as follows: FY 2000-2001 Gross Revenue $18,510.06 x 6 months = Less Payback $ 7,847,83 x 6 months = Net Revenue (6 months) $111,060.36 $ 47,086.98 $ 63,973.38 FY 2001-2002 Gross Revenue $18,510.06 x 12 months = $222,120,72 Less Payback $ 7,847.83 x 6 months = $ 47,086.98 Net Revenue (6 months) $175,033.74 Gross Revenue No deductions Net Revenue (12 months) FY 2002-2003 $18,510.06 x 6 months = $222,120,72 $222,120.72 EXPENDITURES We recommend that the revenues over the next two and a half fiscal years fund the following high priority needs in the Fire Department: 1. Establish an Emergency Medical System (EMS) Coordinator position, This position would be responsible for oversight of the EMS program. This individual would also work with emergency operations staff and outside agencies to effectively delivery EMS services. The EMS Coordinator will provide and/or coordinate necessary training for all department paramedics, The annual salary and benefits costs for this position are estimated at $81,159, For the reminder of FY 2000-2001 the EMS Coordinator's position will cost $27,053, To provide adequate office space and equipment for this position, internal office construction and equipment costs will be $19,754.25 for FY 2000-2001. Staff will develop a iob description and recommended salarv ranqe to be presented to the Personnel Committee at a later date for review and approval. Estimated Costs: FY 2000-2001 FY 2001-2002 FY 2002-2003 $ 46,807.25 $148,235,74 $116,161.00 Note: FY 2001-2002 includes $41,272.74 for EMS program equipment and a one time cost of $25,857 for an EMS Coordinator Vehicle. FY 2002-2003 includes $31,000 for EMS program equipment. 2 2. The current Dispatch Supervisor will be dedicated 3 days a week to administrative duties and quality assurance (QA) for the new Emergency Medical Dispatch (EMD) System, This new system will require the Dispatch Supervisor to perform the medical dispatch case review, evaluate EMD data, continuing dispatch education, and QA. These duties are necessary for EMD to be effective and assure quality of patient care, Currently, the Dispatch Supervisor is required to function as a dispatcher 32 hours per week, The additional QA duties cannot be accomplished by the Dispatch Supervisor if time is not dedicated to this function. Part-time Dispatchers and overtime will be used to fill the open dispatch shifts that are normally filled by the Dispatch Supervisor, and will cost $11,165.85 for FY 2000-2001. Estimated Costs: FY 2000-2001 FY 2001-2002 FY 2002-2003 $ 11,165.85 $ 26,798,00 $ 28,138,00 3. Hire a consultant to assist in the development of the City's priority dispatching which is a component of the Emergency Medical Dispatching System. This consultant will work with the Department's dispatch staff and Chief Officers to develop a priority dispatching system that will be the most effective and efficient for the City, By establishing the proper EMD priority dispatching system, the City will be on its way to obtaining national certification. The cost for this consultant is a one time $6,000 expenditure. Estimated Costs: FY 2000-2001 FY 2001-2002 FY 2002-2003 $ 6,000.00 $ 0 $ 0 4. Use remaining undedicated funds from the AMR revenue to fund the final four pieces of fire apparatus from the department's approved fire apparatus replacement plan (2 Type III Brush Engines, 1 Heavy Rescue Unit, and 1 Air Truck). This will be an annual cost of $136,005 for nine years under a lease purchase agreement. One piece of fire apparatus, a heavy rescue unit, will be partially funded by a grant received form the California Office of Traffic Safety. This grant will fund approximately $50,000 of the cost of this apparatus, The final three pieces of apparatus and the remaining balance on heavy rescue will be partially funded by AMR revenue beginning in fiscal year 200212003 (see Exhibit C). Staff will request bids and brinQ forward to Council a recommendation for purchase and financinQ at a later date, Estimated Costs: FY 2000-2001 FY 2001-2002 FY 2002-2003 $ 0 $ 0 $136,005,04 NOTE: The revenue received from AMR will pay for this program until FY 2002-2003, At that time the program will need an additional $58,183,32. Additional funding will need to be identified at that time. 3 FINANCIAL IMPACT: As discussed above, the agreement with AMR will result in net revenues of $63,973.38 to the City for the remainder of FY 2000-2001, Also discussed above is the Fire Department plan to spend this additional revenue for additional staff and apparatus, Therefore, a budget amendment is needed to increase the Fire Department's budget by $64,000 (rounded) to reflect these expenditures and also increase General Fund revenues by $64,000 (rounded) to reflect the reimbursement to be received by the City from AMR. RECOMMENDATION: 1. Adopt Resolution. 2, Authorize the Director of Finance to amend FY 2000-2001 budget and increase revenue account #001-000-4881 (Paramedic Reimbursement Contract Revenue) by $64,000 (rounded) to reflect the revenue to be received from AMR and to also increase the Fire Department's budget by $64,000 (rounded) to reflect the corresponding expenditures as outlined in the staff report. 4 oe( - :c :2 >< w "E~o Q) .- 0 EQ)N tEd' o .- C) a...... 0 Q)Q)N O:J... Q) ~ 0 ... > Q) LL.Q)> ~~ 0 .- ~ 0 U ~ .!!! O<(LL. c: .- '0 ... o c: ... Q) IlCI c: o CI) :E o .... .. c " ~ >- o ::; a <C c ::; .a .. ~ c o ~ ~ -0 '" '" '" 0- '" ~~ ~ -=" C") ~ '<t -0 -~ <J><J> <J> 8~ ~ d" C'i :0 d\ ;g cO" d - ~ <J><J> <J> 8~ ~ 0""': N :0 d\ ;g cO" d - ~ <J><J> <J> 8~ ~ d" N :0 d\ ;g cO""': d ~ ~ I <J><J> <J> 8~ ~ c:i r...: N :0 d\ ;g cO""': d - ~ <J><J> <J> ~ -0 '" '" 0'" " d" N :0 d\ ;g cO r--: d ~ ~ <J><J> <J> 8~ ~ c::ir-.: N :0 d\ ;g cO ,......,' d - ~ <J><J> <J> '" - (j) ~ ID :J <( E ijj E (j) iD o ~ cr. ..:::;2: _ '0 E (j) ~"o; z -w 0:: U'" ~:;;; (j)<( :J C (j) iD '" 8:g8~ ~~~~ ,,~-o,....: " ~ V) (I) <f) if) "' " 0; -0 .... -6 <J> "' " 0; -0 .... -6 <J> "' " 0; -0 .... -6 <J> i ~ -6 <J> ~8~ ~>=i::i ....0" o:'-6N" ~ <J><J> <J> o~1:.:::I. -=0$ g Q.:!:: 3 ._ Q. :J "0 :J II') ..... ..... (/) C Q) o "'0 0 Q. o c () l/') UOCl~ cnc~1J ::2: Ow........ UJ += '-t U - :J iil ~ ";?: C (j) o 0- o :J (j) <n U .c :E E o 0 0- ~ is '" '" 0; .... 0- 0; -0 <J> .... 0; '" " N <J> " '<t ~ 0- 00 <n .... 0; '" " N <J> " '<t -6 0- 0- 00 <J> .... 0; '" " N <J> " '<t -6 g:: 00 <J> .... 0; '" " N <J> " '<t ~ 00 <J> " " .... '" 0- ,..: " <J> ~ '0 8 c:i <J> CII Cl o a.. ~ Ii! .2 U c ~ w :l! o .... ;g~ '" "'0 ~ ~ N "'" 0""': N :go' ,.; g ;;;;g :g ~~ '" ~ N C o:5r-.: d -6C"5 oJ oJ -~ ~~ ~ ;;; ~~ ~ ;g~ '" ~\f ~ 0 N " Or-...: N :g~ ,.; :;; 1; ;;;;g :g '" ~" N " Z o:5r-.: d -6(<j oJ oJ - ~ ~~ ~ ~ ~~ ~ ;g~ '" ~\f ~ 0 N " 0""': ~ cciO-: ,.; U ;;;;g "'''' '" ~ ~" N 0 o:5r-.: d -6C"5 N oJ -~ ~~ ~ ;;; ~~ ~ ;g~ '" I ~\f ~ 0 I N " 0. Or...: N tciO-: ,.; ;;;;g :g ~~ ~ ~ 31 o:5r-.: d -6C"5 oJ oJ - ~ ~~ ~ ;;; ~~ ~ IlI:l S~ '" ~\f ~ ~ '" N - - 0""': N :go' ,.; :;; 0 :0 '" ;;;;g :g ~~ '" ~ N " :c -< o:5r-.: d -6(<j oJ oJ (J) -~ ~~ ~ Ol )( ~ LLI ~~ ~ 0 ... ;g~ '" ~\f8::: ~ N 0""': N ~O-:""':("'j '" ,. ;;;;g :g ,...,~~~ '" :; N ~ cOr-.: d -6C"5u5N ai -~ (f>(f> N <f> '" ~ ~ ~~ ~ - CD N "'- ID ....-CD~ M C :2 ij ~ o c - CD ~ - Q) 0 Q) C 0 -< E c g E 1: 3 .i! CD ID 0 E ill > - 0. ID 'ti E CD ID "2"5> <D ~ N o - '" 80"00. K '" ~ 1: E ...... ,,~ Q; ULUO~ ~ .... ID ._ Z en E c 0 w o .- 0 > ID ~2'B"O :2 0;'" 0.1- 0 u'" w 8'0"1 ~ CD CD N i!!:2 .... 0 0 ID-< a.. U.rl2 C ~ ~ U'>U'>~ ... c :2:2~ C 0 ~ Ww ! CD ~ CD ID U'> '" L: .- > > u LL. CD " 0. ~Cl:: 0 M i5 .- Cl:: 0 ():E en 0<( i:i: c :0 ... 0 c ... CD ta C 0 en ~ " N"" 8;!88 " ~C> ~ ~ J 0-6 .; ;gNr-..:cci .; ~13 8 ~"'C> 8 .....NCOr-- 01"': .,; ""':"":1/5..0 .,; N" ~ O:>";J"NN ~ N~ ~~ ~ (J)(J)(/>(J) ~ <3 <3 :;lli ~ 0 " " 0 0 :?jo' '" ;;; ;;; '" ~ c ~~ N ~ <ri <ri ..ceo? 01 01 .... ~~ ~ ;;; ~ ~ <3 <3 "'0 ~ !OJ! """ >- 0 0 :?j.,; .; ;;; ;;; ;;; '" " ~" N " ::; <ri <ri -dc0 01 01 ~~ ~ ;;; ~ ~ <3 <3 :;lli ~ !OJ! 0 0 :?jo' .; a ;;; ;;; '" ~ ~~ N <C <ri <ri .Q('j 01 01 ~~ ~ ;;; ~ ~ <3 <3 i '" 0 ~ !OJ! I """ 0 0 :?jo' .; C ;;; ;;; '" ~ ~~ N ::; <ri <ri ..Q~ 01 01 ~~ ~ ;;; ~ ~ !Xl <3 <3 :;lli ~ !OJ! N - 0 0 a:iO: .; '0 :0 ~ ;;; ;;; ~~ '" ~ N " N :c ~ <ri <ri -d~ 01 01 CIl ~~ ~ ;;; 01 >< ... ~ ~ 0 ... <3 <3 :;lli ~ 0 0 0 :?jo' .; " c ;;; ;;; ~~ '" ~ " N .... <ri <ri .oM 01 01 ~~ ~ ;;; ~ ~ - Q) N a:- $ o"E~~ is c: ::; ffi :J - $ () c: 0 c o E .- $ i Q) <CE ~ .{; Q. -a5 3; ~ 0 E 91 .., E $ 115>8. c N o - a: " .c :J 8 0'- E ..... u~ " UJE", c. t uEg~ ~ .... $ .- Z w o .- 0 .~ & ~Q'5"O ~ 0.1- 0 ()a: LlJ 8' <5 C",) Q) Q) N l!!::; ..... 0 0 $<C a... () .!:2 o ::::J :J "''''~ ... c ::;::; 15. c: 0 ~ Ww Q) Q) :J Q) $ '" ... > a: J:: i:i: > () Q) '0 ~o:: 0 0. ~ l5 .- 0:: 0 U:E en .- 0<( ..... .5 "'2 0 c: ... Q) ICCl c: 0 U) 8 ll)~(f')1J") ~ i"C":lcor-- -0 d -oc-:i~c-:i oj .., :0 Bill ~ '" .. '" ~ <<5 r--:NN"": ..; ;;; <')<1)<1)..... N ~ ~ 8 UJMC":lll) ~ .......(t)cor--. -0 d .o~:j~ oj c :0 B "'''' '" c '" ~ <<5 r-..:'C'JN""': ..; ;;; <r><r>(J)...... N ~ ~ 8 Li)(t)C':)1.() ~ "'C")<Xl,...... -0 ~ d <i"":jC"':i oj :0 Bill",~ '" '" C <<5 r--:'NN""': ..; (.f><r>V)..... N ~ ~ ~ 8 ~~~:e ~ -0 ~ d 'O2~~ oj :0 B", '" '" '" Z <<5 r-:NN""': ..; ;;; (J)(f)<!'>"- N ~ ~ 8 ~~~~ ~ -0 d ~g3:j~ oj 8 :0 '" "''''''' '" <<5 r-.:NN""': ..; ;;; (/>(/).<1)..... N ~ ~ 8 i ll)("')C")lC) ~ j r--("')cor--. -0 1i. d ~U~ oj :0 '" .. '" '" <<5 r-:NN"': ..; ;;; <r><r><r>..... N ~ ~ U 8 1J')("')C")Ll) ~ N r--C")cor-- -0 '0 - d <ic<:i:jC"i oj :0 '" :0 Bill",~ '" ~ '" :E <<5 "'N"N"': ..; Q) (I').(/)(/)..... N >< ~ ~ ~ Cl ... 0 c.. 8 ll)t"')C")({) ~ f'-MCOr--. -0 d <i("'j~c<5 oj >- :0 Bill ~ '" :; '" ~ <<5 r-.:('iN"": ..; ;;; (I)<I)(f)..... N ~ ~ - CD ('t) '" .....+-.::.:..::.: ill l: ::> o C <ll U 0 +- Q) Q):::::J Z CD l: <( g E 3'= .- 0 E 'E.~ Q5 ~ '5 E CD N 0 c ol= g 0' Q...... " ...... c. t E 1) u UJ ~1J ~ N ~ U) E 0 C ~ 0 i= 0 'ijj ~Q"'Oo ~ a. 0 u l.U OJ C"',' as CD @ o ~ :J CD N c:: ~ ~ ~ <1> l'J')'2: CD C ... :J ::><1>'" l: 0 c ~ ~ <1>- ! CD :J i5 ~ <1> <J> > '" .c <1> u: u:I: CD o~ ~o=: 0 <1.. .~ Q) 0 o .!; .- 0=: OJ U:?i .!! c '" LL. .c 0<( ~ :J l: as :0 N ... 0 l: ... CD CO l: 0 U) N 8888 8 ~ N .... '" ~ d -'~<ci.,; ci ..; N ~ ~8 ~ '" ~ lL5~a:5..o g <ci COC")C\lt"') '" N (/) <n <f) ~ N e- '" '" '" <3 ~~~~ .... 11 -0 d .oC':i~["j <ci ~ .. :;; B:ll ~ '" i!! ~ '" .. " <ci r--:NC'.J"': ..; !E , ;;; <.r)(f)(f)..... N 0 '" '" ;; z <3 \()("')(")\{) .... r--.("')cor--. -0 ~ d .o&i~~ <ci :;; B", '" '" '" ::!E <ci ""':NN"": ..; (f)(/)(/)..... N '" '" '" 0 <3 ll)C")("')U) .... '" r--C")cor--. -0 - - d .Q(f'j~c<J <ci 0 :0 a :;; B:ll",~ '" '" '" :c <( <ci r'NN""': ..; <II ;;; -en- -(/) (/) r- N >< '" '" Ol w 0 ... <3 I ~~~~ .... I -0 d <>C"5::jC':i <ci ;; :;; B:ll",~ '" '" ::!E <ci r"NN"': ..; ;;; (,f).(/)(/)..... N '" '" - G) C") 0: '- -..::.:..::.: II C :2 E ili $ g G) c 0 <: g E 3; ~ ~ 0 E 'E.~ ~ ~ 'tl E G) N 0 ~ '" gcr ..... Ii t E ...... 1J () L.U ~u ~ N " en E 0 C w o .- 0 > ~e1JO '6 a; 0.1- 0 " w 8'''' '" 15 ~ - :> ~ G) G) N d: ~ ~ " en "2: Q) o ~ :> ... c :2 1i 0: C 0 " Uj ~ ~ G) G) > G) " .= > 0: L: " > ,,:I: LL. G) '5- ~I:t: C c.", .~ Q) OJ; .- I:t: 0 Ol U;:E .!!! c w LL. L: 0<( ~ c '" N "0 ... 0 c ... G) l:O C 0 CI) ~(Q)~V RESOLUTION RESOLUTION OF THE CITY OF SAN BEIUI/ARDINO APPROVING A CONTRACT BETWEEN THE SAN BERNARDINO CITY FIRE DEPARTMENT AND AMERICAN MEDICAL RESPONSE REGARDING ENHANCED PRE-HOSPITAL PARAMEDIC SERVICE. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That American Medical Response (AMR) and San Bernardino City ~ire Department wish to enter into a long-term public/private partnership program to provide enhanced pre-hospital paramedic service; and SECTION 2. That the Mayor or her designee is hereby authorized and directed to execute a contract, a copy of which is attached as Exhibit A; SECTION 3. The authorization to execute the above referenced contract is rescinded if not executed within sixty (60) days of the passage of this resolution. 1111 1111 1111 1/1/ 1111 1111 1111 1111 1111 1111 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING A CONTRACT BETWEEN THE SAN BERNARDINO CITY FIRE DEPARTMENT AND AMERICAN MEDICAL RESPONSE REGARDING ENHANCED PRE. HOSPITAL PARAMEDIC SERVICE. I HEREBY CERTI~Y that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the <jay of ,2001, by the following vote, to wit: COUNCILMEMBERS AYES NAYS ABSTAIN ABSENT ESTRADA LIEN MCGINNIS SCHNETZ SUAREZ ANDERSON MC CAMMACK The foregoing resolution is hereby approved this day of , 2001. Rachel Clark, CMC City Clerk Judith Valles, Mayor City of San Bemardino Approved as to form and legal content: JAMES F. PENMAN City Attorney By: 2 _--I EMERGENCY AMBULANCE TRANSPORTATION SERVICES SUBCONTRACT AGREEMENT THIS AGREEMENT is made and entered into this _ day of January 2001, by and between American Medical Response of Inland Empire (hereafter "AMR"), and the CITY OF SAN BERNARDINO, (hereinafter "City"). WHEREAS, pursuant to the provisions of sections 1445 of the Health and Safety Code and 17000 of the Welfare and Institutions Code of the State of California, the County of San Bernardino (hereinafter "County") is charged with the care and maintenance of the indigent ill and injured lawfully resident in County; and WHEREAS, County has designated AMR, pursuant to Health and Safety Code section 1797.224, as the County's exclusive provider of emergency ambulance services for Area 6 and 7 which encompasses the municipal boundaries of the City of San Bernardino (hereinafter "City"); and WHEREAS, AMR has and will continue to provide the primary response for emergency ambulance services within Area 6 and 7, which includes the City of San Bernardino. Further, AMR contends that it has been providing such service without interruption in the manner and scope in which the service has been rendered in said area by AMR's predecessor company Courtesy Services of San Bernardino; Inc,; and WHEREAS, AMR is willing to coordinate paramedic and transportation services with City Fire paramedics to maximize efficiency and quality of prehospital medical services within City, subject to AMR performing all emergency ambulance services in conformity with the provisions of this Agreement and AMR's primary contract with the County of San Bemardino for Area 6 and 7; and WHEREAS, because AMR's agreement with the County requires them to provide services to both the City and other geographical areas of County's Area 6 and 7, it is necessary that all of the citizens of Area 6 and 7 receive the enhanced services contemplated by this Agreement, where City is currently responsible for providing first responder service; and WHEREAS, City is willing to provide first responder services within the Areas 6 and 7. where City is currently responsible for providing first responder service to ensure that the citizens of City receive the enhanced services provided for pursuant to the terms of this Agreement and the aforementioned County Contract; and WHEREAS, AMR has accordingly selected City, with the approval of County, to serve as AMR's subcontractor for the provision of emergency paramedic medical services in City; and WHEREAS, the parties have entered into this Agreement with the understanding that the City of San Bemardino will dispatch AMR units concurrently with City paramedic engines, CitySB/ AMRPartnershipJan22,200 I 1 NOW, THEREFORE, the parties hereto agree as follows: 1. TERM: A. This Agreement shall become effective January _, 2001, and shall continue from year to year, until terminated by either party hereto in the manner specified hereinafter. This Agreement shall in any event terminate concurrently with the termination of AMR's contract with the County of San Bernardino for Area 6 and 7. B. Notwithstanding the foregoing provisions regarding the effective date, the parties agree that this Agreement shall not become operative unless and until the following have occurred or been waived in writing by the parties hereto: 1. The within Agreement has been approved by Administrator of County's Health Care Agency or hislher duly authorized designee (hereinafter the "Administrator"); and 2. The County of San Bernardino EMS Agency (hereinafter, "ICEMA") has approved changes in applicable policies and procedures regarding the paramedic staffing on ambulances to permit one Emergency Medical Technician - Paramedic (herein "EMT-P") and one Emergency Medical Technician (herein "EMT") as approved staffing in Area 6 and 7, where City currently has responsibility of providing first responder service of the County of San Bernardino and incorporated cities under EMS jurisdiction of the County where such staffed units are required to respond for services coverage in AMR's system status staffing and deployment plan, C. Notwithstanding any of the foregoing provisions, either party may cancel or terminate this Agreement at any time, with or without cause, by giving at least ninety (90) days prior written notice thereof to the other. The Mayor of the City of San Bernardino may exercise such authority on behalf of the City. D. City shall fully cooperate with County and AMR representatives to provide for the transition to whatever service replacement method County determines to be in its best interest prior to the expiration date of this Agreement or prior to an earlier termination date hereof. This is subject to such rights the City may have under existing statutory and case law to continue to provide emergency medical services. 2. ADMINISTRATION: A. The parties agree and acknowledge that County is not a party to this Agreement and has no involvement in or responsibility for administration of this Agreement as a party, Nonetheless, the parties acknowledge that the County acts as the regulating authority with regard to EMS services provided within San Bernardino County and, as well, may take certain actions vis a vis AMR under AMR's primary contract with the County for services to Area 6 and 7. References to "County," "Administrator," "ICEMA" and the like in this Agreement are intended to be understood in the foregoing context. Nothing herein is intended to impose any obligations upon County as it relates to the parties and their CitySB/ AMRPartnershipJan22,200 I 2 performance of this Agreement. The City contends its Bureau of Franchises has the right to regulate ambulance services under the City's Municipal Code. By entering this agreement the City is not waiving these rights if any including, without limitation, Chapters 2.43 and 5,76. of the San Bemardino Municipal Code. In addition, City does not agree that the County of San Bemardino has any regulating authority beyond that set forth in the decision by the California Supreme Court in County of San Bernardino v. City of San Bernardino (1997), 15 Cal.41h 909. B. City shall designate in writing one or more persons who shall be assigned to function as liaison to AMR to address day-to-day performance issues and City's performance under this Agreement. Such person(s) shall also be City's liaison with the County with respect to any County involvement with regard to City's actions. 3. EXCLUSIVITY: The parties acknowledge that services to be provided by City will not be exclusive in nature, but will be provided in concert with AMR and its backup provider's authority, all of which may be used within Area 6 and 7 to provide emergency paramedic and ambulance transportation services. The city is not relinquishing any rights it may have under statutory and case law to provide emergency medical services, City's paramedic services shall be provided in Area 6 and 7, where City currently has responsibility for providing first responder service of AMR's exclusive operating area with the . County of San Bernardino and in other areas as requested in connection with mutual aid. Area 6 and 7 is more accurately described in Exhibit "B", attached hereto and incorporated herein by reference. City shall be responsible to provide on a regular basis emergency medical first responder services to urban areas of Area 6 and 7, where City currently has responsibility for providing first responder service and will respond elsewhere in Area 6 and 7 when requested through Mutual Aid. 4. DESCRIPTION OF SERVICE: City agrees to provide emergency medical first responder services with personnel licensed and trained to a level of Emergency Medical Technician Paramedic (EMT-P) to persons in need of such service in the manner and form described in the body of this Agreement and in Exhibit "A", attached hereto and incorporated herein by reference, within the operating area described in Exhibit "B", as limited by Section 3 above. City shall provide at its sole cost and expense, except as otherwise provided herein, first responding personnel and such equipment sufficient to meet AMR's obligations under AMR's contract with the County of San Bernardino and the State of California and/or the County of San Bernardino deems necessary or appropriate to carry out the paramedic first responder services contemplated by this Agreement. AMR shall be responsible for providing supplies utilized by City in the provision of ALS services under this Agreement. CilySBI AMRPartnershipJan22,200 1 3 5. GENERAL RESPONSIBILITIES OF CITY: A. Paramedic Personnel: City agrees to maintain records of the EMS certificates, including license or certificate numbers and expiration dates, for all its paramedic personnel answering calls. Qualifications for personnel staffing City's responding paramedic engines shall be at least at the minimum certification level required by applicable law or ICEMA policy, whichever is greater. B. Emplovee Performance: City shall not knowingly permit any of its employees, including dispatchers, to perform services hereunder while under the influence of any alcoholic beverage, medication, narcotic, or other substance, which might impair the employee's physical or mental performance, Personnel of each paramedic engine when answering a call shall handle the ill and injured in a manner consistent with proper emergency care procedures. C. Eauipment: City shall maintain all of the first responder equipment used hereunder according to the provisions of the City of San Bernardino Fire Department's Apparatus and Equipment Standard Operating Procedures or in accordance with maintenance procedures recommended by the manufacturerlsupplier, whichever is more comprehensive. This equipment shall be subject to inspection upon request by Administrator or AMR. All ambulances provided by AMR or its backup providers shall be equipped with adequate equipment and supplies as required by AMR's contract with County and any applicable laws, regulations and ICEMA policies and procedures, D. Supplies: It is understood by the parties hereto that AMR will bill patients for medical service and transportation provided to patients during the course of treatment by both AMR and City paramedics. AMR agrees to furnish medical supplies and non-regulated drugs used by City paramedic personnel in conjunction with services to be performed pursuant to this Agreement. City shall stock at its own expense controlled drugs for use in the provision of the services contemplated by this Agreement. 6. COMPLIANCE WITH APPLICABLE LAWS: City shall abide by all applicable rules and regulations of the State Department of Health Services, and all other State and local laws and regulations and all ICEMA policies and procedures pertaining to the operation of emergency medical services as applicable. 7. LICENSES. PERMITS. REGISTRATIONS AND CERTIFICATES: City shall obtain and maintain in effect during the term of this Agreement, all licenses, permits, registrations, and certificates required by law for the operation of its first responder services provided for hereunder. City shall ensure that all of its personnel, employees, and agents, and their respective personnel, employees and agents, obtain and maintain in effect during the term of this Agreement, all licenses, permits, registrations, and certificates required by law which are applicable to their performance of services hereunder. CitySB! AMRPartnershipJan22,200 I 4 8. INDEMNITY: To the fullest extent permitted under applicable law, City shall indemnify, defend (at County's request) and hold harmless the County, its officers, agents, volunteers, and employees, from and against any and all liability, claims, loss, damage, or expense of whatsoever nature (including, without limitation, attomeys fees and all other costs of defense) arising out of or related to any injury or death to any person or any damage to any person or property arising from or related to County's approving this Subcontract Agreement between the City and AMR , or any negligent or wrongful act or omission by City, its officers, agents, volunteers or employees in the performance of providing first responder services as a subcontractor to AMR, including without limitation all consequential damages, Except as provided above, AMR shall indemnify, defend and hold harmless City, its officers, agents, volunteers, and employees, from and against all liability, claims, loss, damage, or expense of whatsoever nature arising out of or related to any injury or death to any perSon or any damage to any person or property arising from or relating to any negligent or wrongful act or omission by County, its officers, agents, or employees, in connection with County's performance or implementation of the County's Agreement with AMR that City is subcontracting under. Neither City nor its officers, agents, volunteers, or employee's, are to be deemed an agent or agents of County. 9. RESPONSE WITHIN OPERATING AREA AND STATION LOCATIONS: City shall respond to all calls made by duly authorized representatives of an authorized 9-1-1 communications center (including AMR), County's Sheriff's Department, County's Fire Department, the Califomia Highway Patrol, Administrator, or of any other public safety agency authorized by Administrator to dispatch emergency ambulance vehicles to Area 6 and 7, where City currently has responsibility for providing first responder service with their closest appropriately staffed engine(s) to the scene of the incident. In the event City does not have an engine immediately available to respond in accordance with this Agreement, City will notify AMR as soon as possible and give AMR a time estimate as to when the City will be available. Upon such notice AMR will be primarily responsible for ALS first responder services in Area 6 and 7, including the utilization of mutual aid. In the event of a medical emergency that prevents City from responding to new calls or causes the need for more resources, City will notify AMR. Either AMR andlor its backup providers shall, pursuant to AMR's mutual aid agreements, upon request from AMR, provide assistance to City. If City's response will be delayed for any reason beyond its original estimated time of arrival at the scene of the emergency, City shall immediately inform AMR of this delay. City shall maintain accurate electronically time stamped dispatch communication tapes and records of response times, These tapes and records shall be made available for review by AMR, Administrator, or to authorized representatives of San Bernardino County, or all, at all reasonable times upon request. City and AMR agree to synchronize their communication recording/dispatch system to the National Institute of Standards and Technology time, as broadcast from the W W V site out of Fort Collins, Colorado, CitySBI AMRPannershipJan22,200 I 5 City shall provide AMR and Administrator with a list of all of its paramedic crewlstation locations prior to the effective date of this Agreement. City shall thereafter notify AMR in writing in the manner specified of any change in station locations at least thirty (30) days prior to the effective date thereof. 10. TRANSPORTATION TO MEDICAL FACILITY: City Paramedics shall fully cooperate with AMR personnel, and shall accompany seriously injured andlor ill patients to the hospital upon request by an AMR Paramedic. 11. UNLAWFUL SOLICITATION: City shall inform all of its employees performing services hereunder of the provisions of Article 9 of Chapter 4 of Division 3 (commencing with Section 6150) of the California Business and Professions Code (Le., State Bar Act provisions regarding unlawful solicitation as a runner or capper for attorneys) and shall take positive and affirmative steps in its performance hereunder to ensure that there is no violation of such provisions by its employees. 12. BILLING AND PAYMENT: All compensation to City for services rendered pursuant to this Agreement shall be paid by AMR. City shall be compensated for services rendered pursuant to this agreement in the following manner: A. Base Compensation: All compensation to City for services rendered pursuant to this Agreement shall be paid by AMR. AMR acknowledges that City will bill a First Responder fee independent and aside from this Agreement, provided the billing of that fee does not impact AMR's right to bill for transportation fees, This agreement is solely contingent on ICEMA's continued approval of AMR's current modified response time requirements within the City Zone such that AMR shall be required to respond to all 9-1-1 PSAPoriginated emergency medical responses within eleven minutes and fifty-nine (11 :59) seconds or less 90% of the time. City shall be compensated by AMR for services rendered pursuant to this agreement in the following manner: AMR shall pay to City the sum of two hundred twenty-two thousand, one hundred twenty dollars and sixty-nine cents ($222,120,69) as Base Compensation per year for services performed pursuant to this Agreement. Said sum shall be paid to City in twelve equal monthly installments of eighteen thousand, five hundred ten dollars and six cents ($18,510.06). The above compensation is based upon a mutually agreed to proportionate share of AMR's unit hour staffing savings within the City of San Bernardino. City acknowledges that the compensation provided for above is equal to or less than its actual cost of providing the services. It is expressly agreed that City's compensation for services shall be at all times no greater than its cost. Upon execution of this Agreement AMR shall pay the City the amount of $18,510.06 for the first month of this Agreement less four thousand, eight hundred twenty-one dollars ($4821.00) per month for reimbursement of Start-Up cost as noted in Resolution 1999-186 CitySBI AMRPartnershipJan22,200 1 6 until Start-Up cost has fully been re-paid. Total of Start-Up cost to date is fifty-seven thousand, eight hundred fifty-two dollars ($57,852.00,) Said sum includes all payments due under the Agreement for Advance Life Support First Responder. In addition to the agreed upon payment deduction for reimbursement of Start-Up cost, AMR will also deducted three thousand, twenty-six dollars and eighty-three cents ($3,026.83) per month for the first twelve months for the total of thirty-six thousand, three hundred twenty-two dollars ($36,322.00) as reimbursement for the purchase of Startup Equipment and Supplies as outlined in Resolution 1999-186 Exhibit A. Parties agree to review annually the unit hour efficiency of this Agreement to determine the need if any, to adjust compensation. Adjustment of unit hour savings will be adjusted up or down as appropriate. This review shall occur no later than sixty (60) business days prior to the annual anniversary date of this Agreement. Any agreed upon adjusted compensation need be affected by amendment only, upon the signing by both parties, 3. Modification of Base Rate Increases: AMR agrees to review as necessary the base rate compensation to City upon AMR meeting a threshold of a response time compliance of eleven minutes, fifty-nine seconds (11 :59), ninety-five percent (95%) or better for three (3) consecutive months in Areas 6 and 7, where City currently has responsibility for providing first responder service. Once the threshold has been met, AMR will then decrease its staff by one (1) ambulance unit, which equals twelve unit hours for the City of San Bernardino system, for a period of three months. Upon the completion of the three (3) month test period it is established that the decrease in unit hours will continue to permit AMR to meet a minimum compliance of ninety-two (92) percent compliance or better in Areas 6 and 7, AMR will make an adjustment to the base rate. Adjustment will be based on tile current formula (salary and related benefit cost) of savings being divided in a sixty/forty ratio between City and AMR. In no event shall compensation from all sources provided by AMR exceed City's actual costs of providing the service specified herein, 13. RECORDS AND REPORTS A. Retention and Location of Records: City shall maintain accurate books, documents, and records reflecting services provided as well as records and all other information specifically required by other provisions of this Agreement or AMR's Agreement with the County as applicable to the services, obligations or performance to be provided by City under this subcontract. All such books, documents, records, and information shall be prepared and maintained in accordance with generally accepted accounting principles and shall be retained by City and AMR at locations in San Bernardino County. During the term of this Agreement, and for a period of five (5) years thereafter, all such books, records, documents, and information shall be made available during normal business hours to City and AMR, authorized representatives of County's Department of Emergency Medical Services and Administrator for inspection, audit, and copying. B. Federal Access to Records: If and to the extent that Section 1986 (v){I){I) of the Social Security Act [42 U.S.C. Section 1395x(v)(1)(I)] is applicable. City agrees that for a period of seven (7) years from the date services were rendered under this Agreement, City shall maintain and make available, upon written request, to the Secretary of the United States CitySBI AMRPannershipJan22,200 1 7 Department of Health and Human Services or the Comptroller General of the United States, or to any of their duly authorized representatives, the contract, books, documents, and records of City which are necessary to verify the nature and extent of the cost of services provided hereunder, C. Dispatch Communication Records: City shall maintain electronically time stamped dispatch communication records on the dispatch of all emergency medical personnel provided for hereunder. Each such record shall be retained for a minimum period of one hundred-eighty (180) days following its preparation and shall be made available during that period to City, AMR and Administrator or to authorized representatives of San Bernardino County, or all, for review and copying at all reasonable times upon request. City and AMR shall coordinate the regular synchronization of their respective electronic time stamping equipment with time from the National Institute of Standards and Technology, as broadcast from the W W V site out of Fort Collins, Colorado, D. Response Time Records: City shall keep adequate records of response times, number of emergency medical responses made, location of initiation of response, location of patient in relation to point of initial response and length (time) of response in a manner that can be audited by AMR and County staff designated by Administrator. Such records shall be maintained and retained in the manner and for the period prescribed in subparagraph A of this Paragraph. 14. CONFIDENTIALITY: . City shall not release or disclose information or records of any patient receiving services hereunder to third parties without the prior written consent of the patient or hislher lawful representative or unless otherwise authorized by law. City shall inform all its officers, employees, and agents providing services hereunder of these confidentiality provisions, City agrees to maintain the confidentiality of its records, including billings, in accordance with all applicable State and Federal laws relating to confidentiality, Notwithstanding the aforementioned provisions of this Paragraph, authorized representatives of AMR, Administrator, County's Auditor-Controller, or the State and Federal governments shall have the right to request and receive access to all City records in order to administer, monitor, and audit City's performance under this Agreement or under applicable laws, regulations or ICEMA policies or procedures, 15. AUDITS: A. In the event that an audit is conducted of City by any Federal or State Auditor, or by an auditor or accountant employed by City or otherwise, relating to services hereunder, City shall file a copy of each such audit report with AMR and the County of San Bernardino, Auditor-Controller, within thirty (30) days of City's receipt thereof, unless otherwise provided under this Agreement, or under applicable State or Federal regulations. AMR shall make reasonable efforts to maintain the confidentiality of such audit reports. CitySBI AMRPannershipJan22,200 I 8 B. Failure of City to comply with the terms of this Paragraph shall constitute a material breach of this Agreement upon which AMR may cancel, terminate, or suspend this Agreement. 16. REPORTS: City shall make reports as reasonably required by AMR conceming City's activities and operations as they relate to the services hereunder. In no event, however, may AMR require such reports unless it has provided City with at least thirty (30) days prior written notification thereof. AMR shall provide City with a written explanation of the procedures for reporting the required information. Further provisions regarding reports are set forth in Exhibit "A". 17. NONDISCRIMINATION IN SERVICES: No person shall, on the grounds of race, color, creed, national origin, religious affiliation or non-affiliation, sex, sexual orientation, marital status, age (over 40), disability, medical condition, political affiliation, union membership or any other unlawful basis be excluded from participation in, be denied the benefits of, or be subjected to discrimination under this Agreement. City shall provide that patients are accepted for care without discrimination on the grounds of race, color, creed, national origin, religious affiliation or non affiliation, sex, sexual orientation, marital status, age, disability, medical condition, political affiliation, ability to pay for services or any other unlawful basis. 18. NONDISCRIMINATION IN EMPLOYMENT: City shall insure equal employment opportunity based on objective standards of recruitment, selection, promotion, classification, compensation, performancp. evaluations, and management relations, for all employees under this Agreement. City's personnel policies shall be made available to AMR. 19. INDEMNIFICATION: A. AMR shall defend, indemnify and save harmless the City and all of its officers, volunteers, employees and representatives from and against any and all suits, actions, claims or demands, of any character whatsoever, brought for, or on account of, any injuries or damages sustained by any third person or property resulting or arising as a result of the performance of any services under this Agreement or pursuant to the provision of ambulance services by AMR and all of its officers, volunteers, employees and representatives. B. AMR shall defend, indemnify and save harmless the City and all of its officers, volunteers, employees and representatives from and against any and all suits, actions, claims or demands, of any character whatsoever, brought for, or on account of, any injuries or damages sustained by any third person or property resulting or arising from acts of a City employee which are non-negligently performed at an emergency medical services call at the specific direction of a AMR officer, employee, representative, or agent. C. City shall defend, indemnify and save harmless AMR and all of its officers, volunteers, employees and representatives from and against any and all suits, actions, claims or demands, of any character whatsoever, brought for, or on account of, any injuries or damages sustained by any third person or property resulting or arising as a result of the CitySB/ AMRPartnershipJan22,200 I 9 performance of any services under this Agreement by City and all of its officers, volunteers, employees and representatives. D. City shall defend, indemnify and save harmless AMR and all of its officers, volunteers, employees and representatives from and against any and all suits, actions, claims or demands, of any character whatever, brought for, or on account of, any injuries or damages sustained by any third person or property resulting or arising from acts of an AMR employee which are non-negligently performed at an emergency medical services call at the specific direction of a City officer, employee, representative, or agent. E. As used in this paragraph "at the specific direction of' shall not include responding to a request for assistance pursuant to this Agreement. This indemnification agreement shall be operative as to an employee providing pre-hospital emergency medical care, whose act is being sought to be indemnified, if such employee is the holder of a certificate issued pursuant to Division 2,5 of the Health and Safety Code from a certifying agency to provide pre-hospital emergency field care treatment at the scene of an emergency, as defined in Health and Safety Code section 1799.102, F. By entering into this Agreement neither party waives nor limits in any respect any immunities or protections from liabilities conferred on such party or their respective employees pursuant to the California Government Code, Health and Safety Code or any other law, 20. INSURANCE: Without limiting City's indemnification of AMR and County and during the term of this Agreement, City shall provide and maintain at its own expense the following programs of insurance. Such programs and evidence of insurance shall be satisfactory to County's Risk Manager and shall be primary to and not contributing with any other insurance maintained by AMR or County, Certificates or other evidence of coverage shall be delivered to AMR and County's EMS Agency prior to commencing services under this Agreement, shall specifically identify this Agreement, and shall contain the express condition that AMR and County be given written notice by registered mail at least thirty (30) days in advance of any modification or termination of the programs of insurance. In lieu of the following, City in the event it is self- insured, shall provide to County and AMR written confirmation of its self-insured status and its present and ongoing ability to cover claims equal to or higher than the coverage set forth below. Such written confirmation shall be sent to AMR at its notification addresses set forth herein and to County's EMS Agency. A. General and Automobile Liability: Such insurance shall be endorsed naming AMR and County as additional insured and shall include: 1. General liability insurance written on a Commercial General Liability Form or on a Comprehensive General Liability Form covering the hazards of premises/operations, contractual, independent contractors, productsl completed operations, broad form property damage, and personal injury with a combined single limit of at least $1,000,000 per occurrence, $2,000,000 combined single limit. CitySBI AMRPartnershipJan22,200 I 10 If any coverage is on a "Claims Made" Form, City must for a period of three (3) years after the date when this Agreement is terminated, completed, or non-renewed, maintain insurance with a retroactive date that is on or before the start of Agreement services OR purchase an extended reported period endorsement (tail coverage), 2. Comprehensive auto liability endorsed for all owned, non-owned, and hired vehicles with a combined single limit of at least $2,000,000 per occurrence. Said insurance shall also include Uninsured/Underinsured Motorists coverage in the minimum amount of $100,000 when there are owned vehicles. City shall also maintain auto insurance in the minimum of $100,000 combined single limit bodily injury and property damage for all employees and volunteers associated with this Agreement. B. Professional Liabilitv: Insurance covering liability arising from any error, omission, or negligent act of City, its officers, or employees, with a limit of liability of at least $1,000,000 per occurrence and $2,000,000 combined single limit. C. Workers' Compensation: Insurance in an amount and form to meet all applicable requirements of the Labor Code of the State of Califomia, including Employers Liability with a $1,000,000 limit, covering all persons who provide services for City or for its subcontractor( s). D. Failure to provide Insurance: Failure by City to procure and maintain the required programs of insurance shall constitute a material breach of contract upon which AMR may immediately terminate or suspend this Agreement. There is no breach so long as the City is adequately self-insured. 21. INDEPENDENT CONTRACTOR STATUS: A. This Agreement is by and between AMR and City and is not intended, and shall not be construed, to create the relationship of agent, servant, employee, partnership, joint venture, or association, as between AMR and City. City is an independent contractor. The employees and agents of one party shall not be, or be construed to be, the employees or agents of the other party for any purpose whatsoever. B. City shall be solely liable and responsible for providing to, or on behalf of its employees, all legally required employee compensation and benefits, AMR shall have no liability or responsibility for the payment of any salaries, wages, unemployment benefits, disability benefits, Federal, State, and local taxes, or other compensation, benefits, or taxes to or on behalf of any personnel provided by City, C. City understands and agrees that persons fumishing emergency first responder medical services pursuant to this Agreement are, for purposes of workers' compensation liability, employees of City and not employees of AMR. City shall bear the sole liability and responsibility for any and all workers' compensation benefits to any of its employees as a CitySBI AMRPartnershipJan22,200 1 11 result of injuries arising from or connected with services performed by or on behalf of City pursuant to this Agreement. 22. FAIR LABOR STANDARDS: City shall comply with all applicable provisions of the Federal Fair Labor Standards Act, and shall indemnify, defend, and hold harmless County, AMR and their respective agents, officers, and employees from any and all liability, including, but not limited to, wages, overtime pay, liquidated damages, penalties, court costs, and attomeys' fees arising under any wage and hour law including, but not limited to, the Federal Fair Labor Standards Act for services performed by City's employees for which AMR or County may be found jointly or solely liable in connection with this Agreement. 23. EMPLOYMENT ELIGIBILITY VERIFICATION: City warrants that it fully complies with all Federal statutes and regulations regarding employment of aliens and others, and that all its employees performing services hereunder meet the citizenship or alien status requirements contained in Federal statutes and regulations. City shall obtain, from all covered employees performing services hereunder, all verification and other documentation of employment eligibility status required by Federal statutes and regulations as they currently exist and as they may be hereafter amended. City shall retain such documentation for their respective covered employees for the period prescribed by law. City shall indemnify, defend, and hold harmless AMR and County, and their respective officers and employees from employer sanctions and any other liability which may be assessed against City, AMR, or County in connection with any alleged violatioflJ)f Federal statutes or regulations pertaining to the eligibility for employment of persons performing services under this Agreement. 24. DELEGATION AND ASSIGNMENT: City may not delegate its duties or assign its rights hereunder, either in whole or in part. Any attempted delegation or assignment shall be null and void. It is understood that this provision is inapplicable to City agreements with "backup" or "mutual aid providers" who shall provide first responder emergency. medical services when City's own units are being utilized for other calls, 25. CITY'S OFFICES: City shall notify in writing AMR at the notice address set forth in Paragraph 37 herein and County's EMS Agency of any change in its business address at least ten (10) days prior to the effective date thereof. 26. EMERGENCY MEDICAL SERVICE QUALITY IMPROVEMENT PROGRAM: City shall cooperate in all respects with all AMR or County medical quality improvement programs for emergency medical services as it relates to services provided under this Agreement and permit access by AMR andlor County quality improvement representatives to City's patient run reports and other records, In addition, City shall establish an internal quality improvement program to ensure compliance with Agreement requirements and adherence to medical protocols and performance standards as established by ICEMA. In the performance of AMR or County quality improvement audits, identified CilySBI AMRPartnershipJan22.200 I 12 problems associated with Agreement compliance, other than those listed, as issues for review by the ICEMA Agency, will be promptly addressed by City. 27. DEFAULT: A. AMR may, subject to the provisions of subparagraph B below, by written notice of default to City, suspend or terminate the whole or any part of this Agreement in anyone of the following circumstances: 1. If City fails to perform the services within the time specified herein or any extension thereof; or 2. If City fails to perform any of the other provisions of this Agreement, or so fails to make progress so as to endanger performance of this Agreement in accordance with its terms. B. If anyone of the circumstances identified in subparagraph A above occurs, AMR shall give City written notice of default. AMR may suspend or terminate City's rights under this Agreement at such time, In the event AMR elects to suspend City, and City does not cure such failure within a period of thirty (30) days (or such longer period as AMR may authorize in writing) after receipt of notice from AMR specifying such failure, AMR may, in its discretion, give City written notice of termination, and AMR or its other subcontractors shall provide the services otherwise contracted for herein by City. C. City shall not be liable for any excess costs to AMR if its failure to perform this Agreement arises out of causes beyond the control and without the fault or negligence of City, Such causes may include, but are not limited to, acts of God or a public enemy, acts of County in either its sovereign or contractual capacity, acts of the Federal or State governments in their sovereign capacities, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, or unusually severe weather; but in every case, the failure to perform must be beyond the control and without the fault or negligence of City. D. The rights and remedies of AMR provided in this Paragraph shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Agreement. 28. CAUSE FOR IMMEDIATE SUSPENSION: AMR shall have the right to immediately suspend services under this Agreement in the event of a suspension or revocation of City's authority or right to provide first responder paramedic services under applicable laws or regulations. 29. SEVERABILITY: If any provision of this Agreement or the application thereof to any person or circumstances is held invalid, the remainder of this Agreement and the application of such provision to other persons or circumstances shall not be affected thereby, CitySBI AMRPartnershipJan22,200 I 13 30. WAIVER: No waiver of any breach of any provision of this Agreement by AMR shall constitute a waiver of any other breach of such provision. Failure of AMR to enforce at any time, or from time to time, any provision of this Agreement shall not be construed as a waiver thereof, The remedies herein reserved shall be cumulative and additional to any other remedies in law or equity. 31. GOVERNING LAWS: This Agreement is made and executed and to be performed in San Bernardino County and shall be construed in accordance with and governed by the laws of the State of California, 32. MERGER: The body of this Agreement and Exhibits "A" and "B" attached hereto shall constitute the complete and exclusive statement of understanding between the parties which supersedes all previous agreements, written or oral, and all other communications between the parties relating to the subject matter of this Agreement. No addition to, or alteration of the terms of this Agreement, whether by written or verbal understanding of the parties, their officers, employees, or agents, shall be valid or effective, unless made in the form of a written amendment to this Agreement which is formally executed by the parties in the same manner as this Agreement. 33. PERFORMANCE DURING CIVIL UNREST OR DISASTER: City recognizes that health care facilities maintained by County provide care essential to the residents of the communities they serve, and that these services are of particular importance at the time of a riot, insurrection, civil unrest, natural disaster, or similar event. Notwithstanding any other provision of this Agreement, full performance by City during any riot, insurrection, civil unrest, natural disaster, or similar event is not excused if such performance remains physically possible. Failure to comply with this requirement shall be considered a material breach by City for which AMR may immediately terminate this Agreement. The parties hereto agree that the performance of the services provided for herein require integrated uninterrupted service to the residents of Area 6 and 7. In order to avoid disruption of service and to protect the health, safety and welfare of the residents served by this Agreement, the parties agree that consistent levels of paramedic staffing are necessary. Accordingly, the parties mutually agree to provide paramedic staffing and other system critical personnel to other in the event employee job actions, work slow downs, or unanticipated short term staff shortages occur, provided such personnel is available and the provision of same does not violate any collective bargaining agreement either party may have, as the same is determined in the sole discretion of the party from whom the services are requested, In such event, the party requesting personnel shall notify the other in writing of the anticipated need, the circumstances surrounding the need, the estimated time frame for additional personnel and the plans for minimizing the need in the future. The requested party shall inform the requesting party, in writing, within twenty-four (24) hours of the availability of the staff and the estimated cost to the requesting party of providing the personnel. In no event shall the requesting party be required to pay more than the actual payroll cost of personnel being provided. CitySBI AMRPartnershipJan22.200 I 14 34. NOTICES: Notices hereunder shall be in writing and shall be personally delivered or mailed by certified or registered mail, postage prepaid, return receipt requested, to the parties at the following addresses to the attention of the persons named. The addresses and persons to be notified may be changed by either party by giving ten (10) days prior written notice thereof to the other party. . To City: CITY OF SAN BERNARDINO Mayor 300 North "0" Street San Bernardino, CA 91415 CITY OF SAN BERNARDINO Fire Chief 200 E. 3rd Street San Bernardino, CA 92415 To AMR: American Medical Response 20101 Hamilton Avenue, Suite 300 Torrance, CA 90502 Attention: Lawrence Monson Vice President, Administration CitySBI AMRPartnershipJan22.200 I 15 IN WITNESS WHEREOF, each party hereto has caused this Agreement to be subscribed in its behalf by its duly authorized officer, the day, month, and year first above written. CITY OF SAN BERNARDINO (CITY) BY: Mayor American Medical Response-Inland Empire BY: ATTEST: CITY CLERK APPROVED AS TO FORM: 7--~ CITY ATTORNEY CitySBI AMRPartnershipJan22,200 1 16 EXHIBIT A To EMERGENCY AMBULANCE TRANSPORTATION SERVICES SUBCONTRACT AGREEMENT I. SERVICES TO BE PERFORMED BY CITY. 1. Summary of Services. A. Uninterruoted First Resoonder Services. City shall provide continuous uninterrupted Advanced Life Support first responder services and prehospital emergency medical care 24 hours a day, 7 days a week throughout the term of this Agreement. All requests for prehospital emergency medical care for life threatening incidents should be met by City Paramedic-Assessment Engines staffed with Advanced Life Support personnel. The service shall be provided according to the specifications set forth in this agreement and according to standards, policies and procedures established by ICEMA. B, Data Collection and Reoortina Functions. City and AMR shall provide EMS system data collection and reporting functions according to specifications set forth by ICEMA. C, Comoliance Provisions, City shall comply with all provisions of the ICEMA's Policies and Procedures Manual or its successor, the ICEMA Continuous Ouality Improvement ("CO I") Plan or its successor. 2. First Responder Advanced Life Support Enaine ("FRALSE") Response Time Performance Standards and Penalties. A. Calculation of Resoonse Times. Response time shall be calculated from the time San Bernardino City Fire dispatch center receives the call, until the time that responding FRALSE personnel notifies the dispatcher of its arrival at the scene of the emergency or until the FRALSE is canceled by the dispatcher. This shall be hereinafter known as the response time interval of, "First Notification to Arrival at Scene". B, If a FRALSE response is downgraded by the dispatcher while en route to the scene, only the time from its initial dispatch until the time that it is downgraded to below Code Three (3) shall be counted as its response time for purposes of response time compliance calculation and reporting pursuant to this Agreement. CitySB/AMRPartnership ExOI-22.2001 1 3. Response time compliance standard for all FRALSE emeraencv medical responses. City shall respond to emergency calls pursuant to this Agreement in a manner so as to assure response time compliance to the below standard: A. City shall place a FRALSE at the scene within seven (7) minutes fifty-nine (59) seconds, with a 90% minimum compliance to this standard for all emergency medical responses measured from time of First Notification to Arrival at Scene, as entered into the Computer Aided Dispatch ("CAD"), which shows time in hours, minutes, and seconds calibrated to the National Bureau of Standards, in all areas identified as City's primary response areas of responsibility within ICEMA designated Exclusive Operating Areas ("EOA") currently known and geographically defined as EOA's #6 and #7. 4. Response Time Exemptions. The following requirements in this section can be ignored if City meets its response time standards of seven (7) minutes fifty-nine (59) seconds, with a 90% minimum compliance for the given month the statistics are being calculated for. In the monthly calculation of the Provider's response time performance, every 9-1-1 Public Safety Answering Point ("PSAP") originated emergency medical response originating from within the City's primary response area :"PRA") shall be included except as follows: A. In a multiple FRALSE response to a single incident, only the response time of the first arriving FRALSE shall be counted. B. Good cause for an exemption as determined by the EMS Agency. The burden of proof that there is good cause for the exemption shall rest with the City and City must have acted in good faith. The alleged good cause must have been a substantial factor in producing the excessive response time. If the County EMS Agency disallows the exemption, such determination is conclusive as to City. Good cause for an exemption may include, but is not limited to the following scenarios: i. Incorrect or inaccurate dispatch information received from a calling party or 9-1-1 PSAP or from a public safety agency. ii. Disrupted voice or data transmission. iii. Inability to locate address due to non-existent address. iv, Delay caused by unavoidable traffic congestion or gridlock encountered while en route to the emergency incident scene. CitySB/AMRPartnership ExOI-22-2001 2 v. Unavoidable delay caused by road construction andlor closure, vi. Unavoidable delays cause by trains, vii. Off-road or Un-paved road locations. viii. Weather conditions, which impair visibility and create other unsafe driving conditions. ix. Gated, locked communities. xi. Unsafe scenes due to police or fire department activity or hostage situations requiring staging away from incident location. xiii. Power outages, which affect ability to dispatch. C. Citv Reauest for Resoonse Time Exemotion. City shall submit data electronically or on disk for all responses that exceed response time minimum standards as defined above to AMR on a monthly basis. Additionally, City shall note the calls for which a response time exemption will be requested in the listing of such calls and make any requests for response time exemptions within 15 days of the end of the previous month, Such response report and exemption request shall list the date, all associated response time intervals, and the specific circumstances causing the delayed response, The format of the response time exemption report shall include, but not be limited to, the following information: Date of incident, Time of incident, Dispatch agency number, Prehospital Field Report Number, Provider Agency Identification Number, Geo Code, and Exemption Request Category. 5. Response Time Performance Penalties. Repercussions & Incentives. A. Penalties. Commencing when AMR gives City written notice that the County is enforcing any form of financial penalty or other method of evaluating response time compliance that would have a financial impact to this agreement. City agrees to immediately review with AMR this agreement and make appropriate adjustments as needed to the following, but not limited to: Response Time penalties Reporting Formats CAD interlink CitySB/AMRPartncrship ExOI-22-2001 3 II. LEVEL OF CLINICAL SOPHISTICATION. 1. Medical Control. A, Prospective medical control of Emergency Medical Technician- Paramedic ("EMT-P") personnel shall be in accordance with the policies and procedures of the ICEMA andlor its Medical Director. B. Immediate medical control shall be provided to EMT-P personnel by Base Hospital physicians, mobile intensive care nurses, or prior to contacUcommunication failure protocols according to the policies and procedures of ICEMA. C. Retrospective medical control shall be provided according to the standards set forth by ICEMA through quality improvement programs, including continuing education programs, conducted cooperatively by AMR, City, ICEMA and the Base Hospitals. 2. Qualitv Improvement Proaram. A. City shall designate a Ouality Improvement Coordinator who shall meet the educational and training qualifications for such a position as defined by ICEMA. B, City shall work with AMR in tl-,e development and implementation of a detailed quality improvement program, which shall be subject to approval by ICEMA. C. City and AMR's quality improvement program shall be based on ICEMA's COI Plan and shall involve cooperation with base hospitals and first responder agencies. D. City shall establish an on-going 01 Committee, which shall include field EMT-Ps, E. The 01 program shall emphasize and include peer review. 3. Trainina/Education/Cerlification/Accreditation. A, Field Care Audits (Tape Review), City shall work cooperatively with the Base Hospitals, AMR and the ICEMA in identifying and assisting with field care audits, B. Mandatory Education for Local EMT-P Accreditation. City shall cooperate fully with ICEMA and Base Hospitals to notify EMT-Ps of mandatory education programs CitySB/AMRPartnership ExOI-22-2001 4 C. Soecialtv Education Proarams. All EMT-Ps will achieve and continuously maintain Advanced Cardiac Life Support (ACLS) certification. If an EMT -P is not ACLS certified at the time of hislher employment. such certification shall be obtained within three months of employment. All EMT-Ps will be Pediatric Advanced Life Support certified (or equivalent as determined by the ICEMA) within six months of employment, or for currently employed EMT-Ps, by the expiration date of his/her EMT -P license, after this Agreement is in place, D. FRALSE Staff. All FRALSE performing work under this Agreement shall be staffed with a minimum of one (1) California licensed EMT-P who is accredited in San Bernardino County. 4. Personnel and Workina Conditions. City will have in place programs that address the following: A. Criticallricident Stress Debriefina and On-aoina Stress Reduction, B. Chemical Deoendencv. C, Immunizations, D. Infection Control. 5. Kev Personnel. City shall have key personnel responsible for the following areas employed at all times: A. Quality Imorovement Proaram, B. Trainina and Education Proarams. C. Overall Analvsis and Coordination of Resource Deolovment. D. Safetv Committee. III. VEHICLES AND EQUIPMENT. 1. Vehicles. City shall institute and maintain the following: A. Fleet Maintenance Proaram. B. EauiomenUSuoolies Inventory oer FRALSE. C. Eauioment Maintenance. 2. Communications EauiDment. A. Advanced Life Suooort Communications. City shall provide two-way communication between the Emergency Medical Technician - Paramedic ("EMT-P) and Base Hospital for Advanced Life CitySBlAMRPartnenhip ExOI-22-2001 5 Support communications. Biocom or cellular telephone may be utilized. ALS units shall have Med-Net available for BLS communications and ALS backup. All radio equipment used for ALS communication shall operate within the frequency requirements of the San Bernardino County Communications. 3. VHF Radio Eauipment. A. City shall provide two-way radios with Emergency Medical Network frequency and other necessary communications equipment as determined by the ICEMA and San Bernardino County Communications for all approved FRALSE. B. Approved two (2) way radios for FRALSE shall be simplex (pUSh to talk), have appropriate power ranges, multiple private line and frequency capabilities, not less than thirty-two (32) channels that recognize the needs of City for multiple agency access, operations in varied terrain, and communications capacity. C. City shall re-program radios as new frequency(s) are developed and implemented. D. City shall provide one hand-held radio per FRALSE as an alternative to a paging system. 4. Radio Charaers and Spare Radios. City shall provide a radio charger for each portable radio or a spare battery pack. City shall stock a surplus of EMS portable radios. These radios shall be available as replacements for radios undergoing repair and for incidents requiring more EMS radios than available on participating FRALSE. IV. MISCELLANEOUS REQUIREMENTS. 1. Dispatch Center. City and AMR will coordinate an assessment of programming, logistical, and cost requirements to develop and implement a communications interface system directly between City and AMR. This assessment will occur during the first twelve months from execution of this contract. Initiation of development and implementation of the system, if both parties agree, will be targeted for the second year of this contract. If interface is implemented, any cost including but not limited to software, hardware, training and communication connections the cost shall be shared equally between City and AMR. 2. Multiple Victim Responses. A. In-County Maior Multiole Victim Incidents or Disasters. City agrees to adhere to the medical incident response plan specified by the EMS CilySBJAMRPartnership ExO\.22.200\ 6 Agency, which includes Standard Emergency Management System ("SEMS"). In large multiple victim incidents, City shall make best efforts in calling back off-duty personnel and placing additional FRALSE in service to supply sufficient resources to meet the needs of the incident. In long-term disaster situations, such as a major earthquake, City shall make best efforts to accommodate its field personnel's physical and emotional needs. In each incident, AMR shall make best efforts to obtain necessary additional ambulances, equipment, and supplies from other locations. B. Drills. City agrees to participate with personnel and vehicles in County sponsored drills at least twice per year. C. Interaoency Plans. City agrees to develop and implement plans for interagency training and utilization of equipment. 3. Data Collection and Record Keepina. A. EMS System and Patient Data. City shall be responsible for the provision of detailed patient and EMS system data, both periodic written reports as well as computerized data, according to specifications set forth by ICEMA and any future guidelines promulgated by ICEMA. Hard copies and computer images C'f patient care records are to be treated as confidential information, in accordance with applicable law. B. ICEMA Access to Data. ICEMA will have access to provider's data according to data collection needs described in ICEMA guidelines, policies, and procedures or ICEMA requirements. C. Patient Medical Records. The patient care record form will be specified by ICEMA. This form shall be such that all routine documentation completed by the EMT-P for an emergency response (such as patient assessment and treatment) can be completed on the form. City shall retain copies of all patient medical records for at least seven (7) years. These records shall be stored in a manner conducive to easy retrieval. A copy of the patient record shall be supplied to ICEMA upon request. D. Emeroency Medical Technician-Paramedic ("EMT-P") and Emeroency Medical Technician ("EMT") Records. City shall be responsible for maintaining records for EMT-P and EMT personnel according to the specifications of the County including, but not limited to, licensure, accreditation, and employment status, continuing education records, and performance in accordance to continuous quality improvement standards. These records shall be available to ICEMA upon request. CilySBJAMRPartnership ExOl.22.200\ '7 E. EMT-P and EMT Certification/Accreditation Disciolinarv Proceedinos. City shall cooperate fully with the Base Hospital Prehospital Care Coordinators and ICEMA in corrective proceedings pertaining to an EMT- p's or EMT's certificate or accreditation. Such cooperation shall include, but not be limited to, provision of relevant patient records and incident reports. 4. Dispatch Services and CAD Provisions. A. Emeroencv Medical Disoatch Committee. An Emergency Medical Dispatch Committee will be established to include representatives of the dispatch centers, ICEMA, and providers. This Committee will be responsible for development of dispatch policies and procedures, training programs, and continuous quality improvement programs. In addition, City does not agree that the County of San Bemardino has any regulating authority beyond that set forth in the decision by the Califomia Supreme Court in County of San Bernardino v. City of San Bernardino (1997),15 Cal.4th 909. B. Emeroencv Medical Disoatch Standards. i. Policy and Procedures. Dispatch of emergency ambulances shall be according to the policies, procedures, and protocols promulgated by ICEMA. ii. CAD Training. All dispatchers performing EMS dispatch procedures in San Bernardino County will be trained in operating CAD equipment. iii. Emergency Medical Dispatch. It is the goal of City and AMR to have a minimum of one (1) dispatcher, who is certified as an Emergency Medical Dispatcher by ICEMA. iv. Training and Certification. It is the goal of City and AMR to have Emergency Medical Dispatchers who have successfully completed an Emergency Medical Dispatch Program according to the standards specified by ICEMA. It is the goal of City and AMR to have Emergency Medical Dispatchers who have successfully completed an EMD program and authorized as EMD's by the ICEMA'S Medical Director by July 1, 2001. 5. Material Breach. AMR may, subject to provisions below, by written notice of material breach to City, suspend or terminate the whole or any part of this Agreement in anyone of the following circumstances: CilySB/AMRPartnership ExOI-22-200\ 8 A. Failure of City to operate the first responder advanced life services in a manner which enables AMR to remain in substantial compliance with the requirements of applicable local, Federal and State laws, rules and regulations. B. Failure to meet the monthly response time requirements set forth above for a period of three (3) consecutive months or a total of four (4) months during any year commencing on the effective date of this Agreement or during any subsequent year. C. Failure to consistently meet the various clinical standards required in this Agreement. D. Intentional falsification of data supplied to County or AMR during the course of operations, including by way of example, but not limited to, dispatch data, patient report data, response time data, financial data, or downgrading of presumptive run code designations to enhance City's apparent performance, or falsification or deliberate omission of any other data required under this Agreement. E. In the event of any dispute hereunder, prior to initiating a legal action the parties shall submit in good faith to mediation before a mutually agreeable mediator. If the parties are unable to agree upon a mediator, a mediator shall be designated by the administrator of the JAMS/EN DISPUTE panel in San Bernardino County. The cost of the mediator shall be shared equally. The foregoing shall not prevent either party from seeking injunctive or other provisional relief. V. OTHER PROVISIONS. 1. Riaht of Inspection. Administrator of ICEMA or his/her designee shall have the right to make inspections or investigations at any time without prior notice for the purpose of determining whether City and/or AMR is complying with the terms and conditions of this Agreement. A. City shall make its records with respect to all matters covered by the Agreement available to Administrator or his/her designee, who may make excerpts or transcripts from such records and make audits of all contracts, invoices, materials, daily logs, conditions of employment and other data related to all matters covered by the Agreement. B. Administrator or his/her designee may inspect any FRALSE at any time without prior notice. CilySBJAMRPartnership ExOI-22-200\ 9 C. Administrator or his/her designee may inspect any CAD records relating to the provision of first responder services at any time without prior notice. 2. Reportina Deficiencies. In the event that City is found to be in violation or breach of any of the terms and conditions of this Agreement, AMR shall notify City of such deficiency and City shall make necessary corrections within thirty (30) days to the full satisfaction of AMR. Such violations shall include, but are not limited to, deficiencies in first responder personnel qualifications/certifications/accreditation, required training, equipment, supplies, continuous quality improvement program and actions which are not in the best interest of efficient and effective patient care. 3. Notice to County, Throughout the life of this Agreement, the parties agree to notify County and each other in writing of any and all claims, accidents, and/or incidents which might give rise to litigation arising out of City's or AMR's performance pursuant to this Agreement or AMR's primary agreement with the County within forty-eight (48) hours of receiving or becoming apprised of such information. CilySB/AMRPartnership ExOl-22-2001 10 OFFICE OF THE CITY CLERK RACHEL G. CLARK, CM.C. . Crn CLERK '" P.O. Box 1318. San Bernardino. CA 92402 300 North "D" Street. San Bernardino. CA 92418-0001 909.384.5002. Fax: 909.384.5158 Business Registration Division: 909.384.5302 Passport Acceptance Facility: 909.384.5128 www.ci.san-bernardino.ca.us February 2, 2001 Lawrence Monson American Medical Response 20101 Hamilton Avenue, Suite 300 Torrance, CA 90502 Dear Mr. Monson, Enclosed is a copy of City of San Bernardino Resolution 2001-27, and one original signed agreement between American Medical Response and the City of San Bernardino. I am fOlwarding this agreement to you for your files. If you have any questions, please call me at (909)384-5002. Sincerely, Michelle Taylor Senior Secretary CITY OF SAN BERNARDINO ADOPTED SHARED VALUES: Integrity. Accountability. Respect for Human Dignity. Honesty .-.- CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: February 2,2001 TO: Larry Pitzer, Fire Chief FROM: Michelle Taylor, Senior Secretary RE: Resolution 2001-27 - Executed Agreement CC: Finance Attached is a copy of Resolution 2001-27 and one original executed services agreement between the City of San Bemardino and American Medical Response (AMR). If you have any questions, please call me at ext. 3206. ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): Vote: Ayes f- 1-,99-0\ Item # I Nays-tr ~ Resolution # Abstain ,..f=T 200 I - ~ f) Absent -& Cbange to motion to amend original documents: Reso. # On Attachments: ~ Contract term: --- 5-30-0\ NnlUVoid Mter: 'pO PA<f Note on Resolution of Attachment stored separately: -==- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY Date: See Attached: .::::... \ Date Sent to Mayor: I -?, 1- 0 \ Date of Mayor's Signature: .) - \ - ell Date of ClerklCDC Signature: :) - ~-o 1 Reso. Log Updated: ./ Seal Impressed: v" Date MemolLetter Sent for Si 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: See Attached: See ched: Date Returned: e: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other lban Below): Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Yes L No By Yes No ,/ By Yes No / By Yes No /' By Yes NoV By Copies Distributed to: City Attorney / Parks & Rec. Code Compliance Dev. Services EDA Finance ./ MIS Police Public Services Water Others: F, /2.6' Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: ~ Date: ;}-- ;;l.-a \