Loading...
HomeMy WebLinkAbout7.1 Emergency Ambulance Service .... .....�� may: ...., ! 1:11/ 417 u (000 - AGENDA STATEMENT Meeting Date: September 27, 1982 SUBJECT : Emergency Ambulance Service Program Agreement EXHIBITS ATTACHED : Letter from Ben H. Mathew, County EMS, dated September 7, 1982 Agreement Resolution RECOMMENDATION • Adopt reso lution Approving agreement FINANCIAL STATEMENT: Estimated Cost - $5,000 Amount Budgeted - $5,000 DESCRIPTION The City has been notified by Alameda County that the Board of Supervisors has approved the renewal of the Emergency Ambulance Agreement with Fremont/Tri-Cities Ambulance Service, Inc. , for • a three-year term beginning July 1 , 1982 and ending June 30, 1985. The Agreement provides emergency ambulance service to Zone IX, which.includes Dublin, Pleasanton, Livermore and the surrounding unincorporated areas of the County. Under the terms of the agreement, the City would be required to reimburse the County for all dry run services rendered by the ambulance provider within the City of Dublin, and all standby services requested by either Dublin Police or the Dublin San Ramon Services District Fire Department. There are approximately 450 ambulance calls per year in the City of Dublin. Of those calls, approximately 160 result in dry runs (no transport). Standby services are seldom ever used within the City of Dublin. The cost to the City is $31 .50 per run or approximately $5,000 per year. All cities in the County with the exception of Piedmont and Albany contract with the County for ambulance service. The fire service provides ambulance services in Piedmont and Albany. The cost to the City of contracting with the County for emergency ambulance services is reduced to the extent that the County subsidizes the service by paying the ambulance company for all uncollectibles. By contracting with the County the City becomes part of an existing system with standards of performance, methods of handling complaints and mechanisms for insuring adequate coverage. Other alternatives available to the City include: 1 ) City independently contracts with the private ambulance company. This would probably cost the City more and the City would lose the expertise and manpower available to assure adequate standards of performance. COPIES TO: Art Lathrop ITEM NO. '• I AGENDA STATEMENT: Emergen'e' Ambulance Service Program Agre`' nt Page 2 2) City provides its own ambulance service. Not recommended for reasons in #1 above. 3) City does not enter into any contract for ambulance service. Under this alternative either no service would be provided or the County and the City could become involved in a lawsuit over responsibility for the service. 4) . Contract with Dublin San Ramon Services District to provide service. The District might not be willing to enter into such an arrangement. Cost would be greater than County contract. Recommendation: It is Staff's recommendation that the City Council adopt a resolution approving the attached emergency ambulance service agreement. ALAMEDA COUNTY 499-5th Street HEALTH CARE SERVICES 41 4V Oakland, CA 94607 AGENCY 4 J. MICHAEL LEAHY, Agency Director Telephone Number:(415) • September 7, 1982 874-6828 Richard Ambrose, City Manager' • City of Dublin P.O. Box 2340 Dublin, CA 94566 Dear Mr. Ambrose: On August 3, 1982 the Board of Supervisors approved the Agency's recommenda- tion to renew the Emergency Ambulance Agreements with Fremont/Tri-Cities Ambulance Service, Inc. for EMS Zones VIII (Fremont, Newark, Union City) and IX (Dublin, Livermore, Pleasanton) for a three-year term commencing July 1, 1982 through June 30, 1985. Attached are four (4) copies of the proposed Emergency Ambulance Service Agreement between the City of Dublin and Alameda County for the same term, July 1, 1982 through June 30, 1985. Please return four (4) copies signed according to your City's policy to this office for transmittal to the Board of Supervisors. Please contact me or Mr. Art Lathrop, Assistant Administrator, if you have any questions regarding this matter. • Sin y, A7...!or,"%v — Ben H. athews, Administrator Emergency Medical Services BHM/mb Attachments 0 RESOLUTION No. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN • APPROVING THE EMERGENCY AMBULANCE PROGRAM AGREEMENT WITH ALAMEDA COUNTY WHEREAS, the County of Alameda has entered into a contract agreement with Fremont/Tri-Cities Ambulance Service, Inc. , for the provision of emergency ambulance service; and ' WHEREAS, said agreement includes the provision of emergency ambulance services to the City of Dublin. NOW, THEREFORE, BE IT REVOLVED, that the Dublin City Council hereby approves the Emergency Ambulance Service Program Agreement with Alameda County for the term of July 1 , 1982 to June 30, 1985. PASSED, APPROVED AND ADOPTED this day of 1982. AYES: NOES: ABSENT: Mayor ATTEST: City Clerk EMERGENCY AMBULANCE SERVICE PROGRAM AGREEMENT This Agreement, made and entered into this day of , 19 ,. by and between the CITY OF DUBLIN hereinafter referred to as "CITY and the COUNTY'OF ALAMEDA, hereinafter referred to as "COUNTY." WITNESSETH: WHEREAS, the City finds it in the public interest to assure the availability of emergency ambulance services within its jurisdiction, and WHEREAS, the County is capable and willing to- arrange for and coordinate the provision of such emergency ambulance services; NOW, THEREFORE, LT IS HEREBY MUTUALLY AGREED .AS FOLLOWS: Services 1. County shall secure the services of an ambulance contractor(s) to provide emergency ambulance services within the City limits, in accordance with the Emergency Ambulance Agreement, Exhibit A, attached hereto .and by reference incorporated herein. 2. TheCounty Shall provide the services of the Central Medical Emergency Dispatch (CMED) for dispatch and coordination of emergency ambulance services. 3. The County shall' monitor the quality of ambulance services including personnel, equipment, and procedures. • 4. The- County will review= and monitor all ambulance contractor billings. 5. The County will immediately notify the appropriate City public safety agency of all emergency ambulance requests originating within the territory of the City, which are reported to CMED. Public Safety Agencies 6. The City shall relay all requests for emergency ambulance service received by its public safety agencies to CMED or to such other- dispatch center as may be mutually agreed to by City and County. 7. The City's Public Safety Agencies shall respond, according to their custom, practice, and procedures, to assist as needed at the scene of a• medical emergency when notified by CMED offsuch an emergency. EMERGENCY AMBULANCE SERVO PROGRAM AGREEMENT Page Two Data Collection 8. The City shall make reasonable efforts to assist.the County in the collection of pertinent data regarding public safety response to medical emergencies. 9. The County shall involve such designees of the City Manager any review of Exhibit A regarding .(i) any complaints arising thereunder, .(iii) changes in its operating procedures,. and (iii) contract administration policies relating thereto.. • Payment 10.. City shall reimburse County for all payments made by County to ambulance contractor(s) for ell• dry run services rendered within the jurisdiction of City, regardless of the origin of the request, an CT standby services requested by a City Public Safety' Agency. It is. expressly. agreed and understood. by the parties: that City's obligation. to reimburse County for dry run services shall not exceed. the amounts set forth.in the Reimbursement Schedule (Exhibit "D"which is. a part of Exhibit "A') as said exhibit read on. July 1, 1982 11. County shall submit claims for'paynient:to City' within 3a days after County's. payment to the*ambulance contractor(s). pursuant:to Exhibit A'. Such claims shall be. accompanied by supporting-ilocumentation as may be reasonably • required. by' City. ,`12. The City shall reimburse the County within 3G days of the receipt of County's claim for payment:. 13. City may, at City's option, bill the patient or other person responsible . for requesting emergency ambulance response when such a request terminates as a dry run-.. County's Emergency Ambulance Contractor for EMS Zone IX _ shall provide to. City, when requested by City, information, reasonably available for such Dry Runs necessary for City's billing-. 14. This Agreement may be modified in writing by mutual consent of the parties hereto. County shall not enter into a modification of Exhibit A with an ambulance contractor without the written consent of City thereto. • EMERGENCY AMBULANCE SERA PROGRAM AGREEMENT 0 Page Three Term 15. This Agreement shall commence on July 1, 1982 and shall terminate on June 30, 1985 • IN WITNESS.WHEREOF, the parties have executed this Agreement the day and year first above written. COUNTY OF ALAMEDA CITY OF DUBLIN By By Chairman of the Board of Supervisors Title Date Date • • • • • • +44 o, 4( CONTRACT N0: 1 2 4 3 9 • • C1trlpolo" • 097/C11 OF MIL • :Ca. 4e44e N w•twv1Nws - 444f, wit ten Tri-Cities Ambulance, Inc. AUG 16 198 M.sgn�,lyH 37537 Glenmoor Drive '4110 3 M 0 r98 2 Fremont, CA 94536 Gentlemen: SUBJECT: AGREEMENT/CONTRACT (or modification thereof) between the County of Alameda and 4: rr _ ca . , 14 06 . • • �„ „• within Worsoniy Mpdiral Services_ 7nne T ,r the Chairman- of the Board of Supervisors of the County of Alameda was authorized to execute said document by Resolution No. 1 9 4 2 1 0 • adopted on. Aux 3. 1982 .. a copy of which is attached to each document. Forwarded for further processing are the original and copy/copies of subject document. • Ng Forwarded for your files is a/are fully-executed copy/copies of subject document. • Forwarded for further distribution are copies of subject document. • - Please return the original of the subject document, marked "Clerk's Tile Copy," together with additional copy/copies of same, f].1L executed, to:. Clerk of the Board of Supervisors, 1221 Oak Street, Oakland, California 94612. • xx We have retained the original of subject document for our files and have , forwarded a copy of same to the County Auditor-Controller and the Health Care. Services Agency. • • • Other: Very truly yours, William Mehrvein, Clerk WM:YQ:cc Enclosures) cc: County Auditor-Controller >Health Care Services Agency sus•ms creasy•swim us•Sams./MO. C401.1Ies»w•44sl$•1414.074.4984 • • • • ♦ • •• RI CHARD Mved aS R to For t :.. f��t'%..uunsei Co; EMERGENCY AMBULANCE AGREEMENT ~ 1��' "'""-�-•. EMS ZONE IX This Agreement, made and entered into this . t ? day of I9 , by and between the COUNTY OF ALAMEDA, f Cody corporate an&ggrolgoz&, litic of the State of California, hereinafter referred to as "COUNTY," and Tri-Cities Ambulance, Inc. s hereinafter referred to as • "CONTRACTOR." • WITNESSETH: • • WHEREAS, .the County finds it in the public. interest to assure the availability of efficient emergency ambulance services within the areas • served by this Agreement, and ,WHEREAS, the Contractor 1s capable of and willing to provide such emergency ambulances: NOW, THEREFORE, rr IS HEREBY MUTUALLY AGREED as follows: t - DEFINITIONS OF TERMS I. The following definitions of terms shall apply throughout. this Agreement: A. Ambulance - Any vehicle licensed as an ambulance by the fornia Highway yWatroi. • H. Ambulance Unit - An ambulance staffed with qualified personnel and equipped with appropriate medical equipment and supplies. C. Backup Service - The relocatiori'of an ambulance unit'ta a predesigna- ted location from-whence it will be available for emergency calls to serve the. Contractor's. Zone, as well as. an adjacent zone which ambulance unit shall remain under the control of CMED. Q. Contract Administrator - An agent of the County designated by the director of the Health Care Services Agency. E. CMED - The County of Alameda Central Medical Emergency Oispatch • F flity. F. CMED" Number (Code• I I) - A number issued by CMED indicating that the emergency or non-emergency call was. dispatched or cleared through G. Ory Run - Any trip made by an ambulance unit in rasoonsa to an emergency call whereupon after responding to said call , it is found that no ambulance is needed. H. Emergency Any sudden or serious illness or injury requiring immediate medical or psychiatric attention under circumstances such that delay in providing such services may aggravate such medical condition or cause the loss of life; further more, any case declared to be an emergency by a physician. I. ET erg pn_i Call - A call »e?;es`i ac an '?+-8ci=ta response :+�, an unit to an emergency. jr emergency call shall olute both Code 3 (red lights and siren) , and Code Z ;expeditious response without red light and siren) calls. • • • . • EME1GV= , 131 LANCZ AGREEMENT PAGE TWO Definitions of Terms, continued • J. Mitease - Actual .mileage traveled when transporting a patient(s). Mileage shall not be determined by a multiplier of the number of patients carried over the distance traveled. K. Non-Eneroencr Call - A request for an ambulance unit which request does not require an immediate resccnse. won-eamersency calls may be of private or public origin. L. Public Safety Officer - Any person designated-as a public safety officer by the. Taw of the State of California. M. Ph f•fa - Any person duly licensed. to practice :medicine fn the. 3 to California. t N. Responsible Third-Party Paver - Any federal or state medical care program under which a patient is eligible for benefits; also any person, partnership, association, corporation, or other entity under a contractual or iegal obligation to provide medical benefits to. a patient, and which customarily makes direct payment to a • provider of medical services including ambulance service. - a. Standby Services - The dispatch dig an emergency ambulance unit(s) at the request of a public safety agency to a-specific location where it remains under the direction of the requesting public safety • agency until released or put into service on an emergency basis. _ P. Void Call Any dry run of less than three (3) minutes duration computed from time- of request by-COED or notification of intent to respond. by Contractor to time of cancellation; or any ambulance servict r'equest.whtch Contractor is unable to service due to deficiency imr equipment, personnel, or location identification; or any ambulance _'7servfc+t request cancelled by CMED prior to the contractor's ambulance • Writ epor i ng. to CMEQ that it is underway (1.0-a). SERtC • • ' Z- Contractor agrees to provide on a 14-hour basis all necessary ambulance units, facilities and personnel form the purpose- of responding, to. em:ergency calls. within the zone as described. in Exhibit A attached hereto and by reference incorporated herein. 3. The- Contractor shall maintain the capability of responding to not less than 97'percent of the emergency cails originating in his Zone as measured by any 30-day period during the term of this Agreement. Ambulance units will be stationed in such a manner so as to permit arrival at the scene of an emergency (response time) within tan (:0) minutes from the notification to the Contractor of such call, for not Tess than 90 • percent of all such calls as measured by any 30-day period. . The Contractor shall not respond to any non-emergency request-when doing so requires the use of the last or only ambulance unit available to sane the Contractor's zone, or at any time backup services are being provided to the Contractor's Z_'a� i , r a'- Contractor respond : any emergency reolees t to a location outside the Contractor's :one wi e::fi: prior w..�. 4. The Contract:~ shall; provide Standby Service at any location within his zone Cr in another :one from a a^ up posture, when . i r9tta! tr./ C.•tV, u cn the moues: of a :ubl f c safety ofsi Car. • • • 0 . - - - - - ' 0' —7---- _ EMERGENCY AMBULANCE AGREEMENT PAGE THREE • Services, continued • 5. Additionally, the Contractor shall provide Backup Services to adjacent zones upon direction of CMED. During any period of time that ail of the• - Contractor's ambulance units may be unavailable for service, the County will make reasonable efforts to obtain backup services from adjacent zones to provide coverage for Contractor's zone. 6. The Contractor to the best of his ability shall assist in the provision of ambulance services to any County zone in which emergency ambulance services pursuant to a contract with the County have been suspended or • terminated. • • 7. The Contractor agrees that the performance of work and services pursuant to 'the requirements of this Agreement shall conform to high professional standards and shall comply with Exhibit B, Operational Procedures, attached hereto and by reference incorporated herein, and such other protocols for patient. transport and treatment as may be issued by Contract Administrator. . 8. It is agreed and understood that County desires to track all- of Contractor's ambulance units which respond regularly or frequently to • either- emergency or non-emergency calls originating within his zone. - It is mutually agreed, therefore, that Contractor (i) shall keep CMED informed on a current basis as to the status, availability-and location of all such ambulance units and (ii) shall not respond to any emergency or non-emergency call within his zone or which such an ambulance unit - - without informing CMED of the type of call and destination, and without receiving a 'CMED number therefor. g. Notwithstanding paragraph 8, the Contract Administrator may from time to. time dispense with the requirement that. Contractor notify CMED of his ambulance units responding to non-emergency calls. • 10. Contractor shall respond-to- aTT-calTs:wTth the ambulance unit(s) located. nearest to the scene of the incident unless otherwise specifically • directed by CMED. 11. Contractor's personnel shall provide such patient assessment and medical treatment as may be appropriate. PERSONNEL 12. When responding to any emergency call, the ambulance unit shall be staffed with a minimum of two (2) personnel including (i) a driver, and (ii) a patient attendant, both- of whom are certified as Emergency Medical Technicians I-A. Ail ambulance personnel shall obtain an identification card with photograph from the Contract Administrator and shall' wear such card on the outside of the uniform and where easily visible. Upon termination of an employee, and within fifteen. (1S) days thereof, Contractor shall return employee's identification card to the Contract. Administrator. 13. Emergency Medical Technician personnel shall comply with all training requirements as established by the State of California including refresher or certification renewal training. In addition, Contract Administrator, may, from time to time, require such additional training as County may arrange at County's own expense. • 14. The County shall make reasonable efforts to make available Emergency Medical Technician training, refresher courses, and challenge examinations for EMT-IA certification. 15. Contractor shall not permit any employees, including di spatchers, to ;erfo^ any per'picas as contemplated hereunder while under the influence o any alcoholic bevera_rn re.+;c.ticn narcotic, then substance that Might impair their physical or mental performance. • i • • • EMERGENCY AMBULANCE AGREEMENT PAGE FOUR Personnel, continued 16. Patient attendant and driver both shall be neat and clean, at least 18 years of age, and physicaliy capable of performing the duties required of them. • VEHICLES ANO EOUIPMIFKT • • 17. Ambulance vehicles shall' meet standards of Title XIII, Chapter 2, California AdministrativeCode and each shall possess .a valid emergency Vehicle Permit issued by the California Highway Patrol. A vehicle identification number which meets State ambulance identification regulations shall be displayed on each vehicle employed under the terms of this Agreement. Contractor shall identify and utilize these ambulance vehicles to be used for the provision of emergency services hereunder. Only those ambulances identified in Exhibit F, attached hereto and by reference incorporated herein, shall be used to provide such services. Contractor may substitute another vehicie for the vehicie listed in Exhibit F, only after receiving written permission from the Contract Administrator; Vehicle MEDNET identification, as assigned by the Contract Administrator, must be displayed on the roof of the vehicle • lit lettering at least four inches in width, and at least 24 inches in height. Each vehici •.must be identified.with the name of the contractor as it appears in this Agreement. • 18. Each ambulance unit shall carry such'emergency supplies and equipment as listed. in Exhibit C, attached hereto and by reference incorporated herein. Vehicles, equipment, and supplies shall be maintained clean and in sanitary and safe mechanical condition at all times. • 19. Contract Administrator or his agents may at any time without prior notice inspect Contractor's ambulance units, in order to ascertain Contractor's compliance with this Agreement in respect thereto. An inspection mat be postponed if ft is shown that the inspection would unduly—delay"aa embulance unit from responding to an emergency call. A memorandums of the inspection specifying any deficiencies and stating date, unit number, and. names of driver and attendant shall be provided ' to the Contractor. Contractor shall show proof of correction for'any deficiencies noted in said inspections, within three (3) working days, to the Contract Administrator. COMMUNICATIONS • 20. County shall furnish to Contractor and maintain MEONET two-way radio equipment in his. ambulance units for his use- under- this Agreement. Radio equipment approved by the Contract Administrator must be installed prior to assignment of a vehicle for zone coverage under the terms of this Agreement. 21. Contract Administrator shall determine the number of Contractor's ambulance units to be MEDNET equipped_ 22. Such radio(s) shall remain the property of County and be subject to its ` control, supervision, and removal. Contractor shall pay the County the cost of any repairs and maintenance over and above that caused by ordinary wear and tear and shall return radio(s) to the County upon completion or termination of this Agreement. Contractor shall be liable for any loss or damage to County's radios while in the possession of Contractor. 22. Contractor shall r..aintain at his expanse necessary communications between his dispatch office(s) and all his ambulance units. Contractor's dispatch office shall be available by telephone at all times to answer calls from C,tEB. • • EMERGENCY AMBULANCE AGREEMENT PAGE FIVE • . PAYMENT, 24. For the performance of this Agreement, County shall pay, to Contractor the amounts specified in Exhibit 0, attached hereto and by reference incorporated herein, for the following only: • A. Uncollectibie billings for emergency call services., . H. Standby Services directed by CMEO. In the event that an emergency transport is provided when an ambuiance unit is' "standing by", reimbursement will be made in accordance with emergency rates., in lieu of payment for Standby Services; provided, however, if standby • . time exceeds 1/2 hour, than authorized waiting time shall be reimbursed, for the period exceeding 1/2 hour. C:. Response to emergency call requests which result in dry runs. Void calls shall not be reimbursed. 0. Uncallectibte billings for emergency transfer services to or from any County medical facility when authorized by appropriate County medical personnel. 25. No {Wm for payment submitted to Coynty .by Contractor shall be paid in the absence of.reasonable proof that the particular ambulance service involved was in fact provided by the Contractor.. - t . 25. Contractor's failure to comply with the requirements of this Agreement including but not limited to his failure (i) to obtain i CMED number at the time of service; (ii) to submit a ; (iii) to respond with service within the required medical report form; required time periods; (iv) to follow approved protocol in selection of a receiving hospital; and (v) to follow dispatch and communications procedures shali be the basis for a rejection by County of Contractor's claims for payment. In the event that service is provided without strictly meeting the requirements of this Agreement,, the Contract Administrator may. neverthe- less approve claims for payment upon determining that the service was provided substantially in accordance with the intent of this Agreement. 27. The County shall not be obligated tb. pay Contractor for services provided to any person eligible to receive benefits from any responsible third party payor, unless such claims for payment are accompanied by written notification of rejection of eligibility. County shall not be obligated to pay Contractor for services for which payment in any amount is due or has been received from any responsible third party payor. County shall not be obligated. to pay for more. than one patient trip on any particular emergency call service, nor shall County be obligated to pay for any emergency cail service in which the Contractor receives • payment from any one of multiple patients transported. • 28. All payments made to Contractor by a patient, patient's estate, responsible relatives and friends, or- from any other source shall be credited to the patient's account- and the- amount specified in Exhibit 0 claimed to be due from County to Contractor shall be decreased by a like amount. 29. Contractor shall make every reasonable effort to collect payment for his services from the patient, or a responsible relative or a responsible third party payor, or any appropriate government agency. With 15 days of rendering service, Contractor shali send the first of at least three (3) separate billings to the patient which are spaced at least fifteen (15) days apart; provided further, however, that responsible third party payors may be billed only once within the same period. Each call shall be separately billed by Contractor and all bills shall be rencerea in the nave of the Contractor and shall request the patient to notify Contractor of insurance c_verega, if :n:. • • EMERGENCY AMBULANCE AGREEMENT PAGE SIX 30. Each claimable call or service shall be separately billed to County by Contractor on forms provided or approved.by, and in such form, substance, detail, and exhibits thereto as required. by Contract. Administrator. Contractor shall submit bills to the Contract Administrator no sooner than 90. days and no later than 150. days after the service was rendered, and if Contractor does not bill County within this time frame, County shall „not be obligated to pay Contractor for the particular service.- However, claims for payment for dry runs, backup and standby services may be submitted prior to 90 days, and said prior submittal may be allowed for earlier payment within the discretion of the Contract Administrator. Rejected responsible third party payor billings may be submitted later than 150 days of the date of service, provided that such claims are accompanied by written rejection of the billing by the responsible third party payor. g y • 31. After payment to Contractor by County on a patient's account, the Contract Administrator may direct and upon such direction Contractor shall assign to. County all of Contractor's right, title., and interest in and to any such account. • In the event of such assignment, Contractor shall cease all further attmapts et collection from the patient, the patient's .estate or family, or from anyone else. Any and all payments Contractor may receive frog a private party, insurance company, court settlement or any government agency within thirty 00) days of assignment shall be remitted to the County within thirty (30) days of receipt, but not to exceed the amount paid to Contractor by County. Any and all payments toward an assigned account which the Contractor may receive more than •thirty (30) days after assignment shall be submitted in full' to the - County by Contractor. Contractor agrees to notify County in writing within fourteen (14) days of all amounts received on assigned accounts and to remit to the County all amounts due within thirty (30) days of receipt of payment from any source. Date of assignment shall be• • the date.on the County warrant making.payment on. assIgned-account. • If Contract Administrator does not direct such an assignment, Contractor shall continue to make reasonable efforts under the circumstances to collect the account, and shall refund to County the collections not to • exceed the amount paid to.Contractor by County. P. - 3Z. Within thirty (30) days after receipt by Contract Administrator of any claim for payment, the County shall. make payment to the Contractor or the Contract Administrator shall notify Contractor that such claim is rejected by County and give the reasons therefor. Upon audit or examination of Contractor's records, the Contract Administrator may disallow invalid claims) for which payment to Contractor has been made and may deduct the amount of disallowed claim(s) in following payment(s) to Contractor-, or Contractor shall forthwith refund to County said• disallowed amounts upon demand of Contract Administrator. PRIVATE BILLINGS 33. All bills submitted by Contractor to any private party or third party payor for emergency services rendered within the Zone shall not exceed the rates listed in Exhibit E. Contractor shall not bill any party for any service unlisted in Exhibit E, except for approved specialized service above the level of • service provided by EMT-IA or which require the use of equipment not included in Exhibit C, subject to the approval of the Contract Administrator. Contractor may request modification of rates listed in Exhibit E after the first year of this Agreere»t. Any s;;th -^difi ation ri rates t �, tr5 sr�al , require the prior approval of the 4ounty ;,y re_olutin .f the !card of Supervisors. • • • EMERGENCY AMBULANCE AGREEMENT PAGE SEVEN PAYMENT FOR EXCESS BACKUP 34. Contract Administrator shall maintain records of backup service for _ each zone by each Emergency Ambulance Contractor. Upon receipt of written complaint from any Emergency Ambulance Contractor that an excessive amount of backup service has been provided by that Contractor to an adjacent zone contractor, Contract. Administrator shall compile data showing the backup time provided by each of the affected Contractors to the other(s) and may direct a contractor found to be receiving excess backup to reimburse the Contractor providing said backup an amount based upon the rate specified in Exhibit 0 for Standby Services. In determining an amount for excess backup reimbursement, consideration shall be limited to a period beginning not more than 180 days prior to the receipt of written compiaint. • REPORTS AND RECORDS 3S. Contractor shall maintain complete financial records in auditabie forarand content and according to good accounting practices for all :a its, expenses, expenditures, revenues, accounts receivable, and billings, pertinent to and during the performance of this Agreement. 36. Contractor shall maintain an active list of employee ambulance personnel including their qualifications, driver's'certificate and licenses with expiration dates. Contractor shall provide County with a list of all ambulance personnel and shall notify'County within thirty (30) days of any new ambulance employees or terminations. 37. Cbntractor shall maintain records of all calls including date and time of service,. CMED number., type of service, response time, and traveling code. 38. All records maintained pursuant to this. Agreement shall be available for inspections, audit or examination by the Contract Administrator or~ other agents of the County and shall be preserved by Contractor for at _.. least three (3) years from the end of the contract year in which they were made or if the term of this Agreement is less than one (1) year, then three (3) years from the termination or completion of this Agreement. 39. Upon request of Contract Administrator-, Contractor shall prepare and submit reports providing justification, if any, for his failure to respond within required time periods, his failure to obtain a CMED number prior to an ambulance response or to submit an adequately completed medical report form. Contractor shall provide such additional information and reports as the Contract Administrator may require from time to time to monitor properly the performance of the Contractor under this Agreement. INS _ 40. Contractor shall at all times during the term of the Agreement with the County, maintain in force those insurance policies and bonds as designated in Exhibit H and will comply with all requirements thereof. NO ADVERTISING 41. Contractor shall not advertise, promote, or endorse in any way any emergency ambulance service telephone numbers except the "911" emergency telephone number. NO DISCRIMINATION 42. The Contractor shall be an equal opportunity/affirmative action organization in all of its practices, policies, and procedures. The Contractor shall not discriminate on the basis of race, color, national origin, ancestry, religion, sex, marital status, age, physical or mental disability in any matters related to access, provision of services, or employment. EMERGENCY Ai•SULANCE AG E_'IE::r PAGE EIGHT CCMPLIANCE, ! A'4 43. Con:rectcrshal; comply with all rules, regulations, laws, and codes of federal, state, and local ;overnment in the performance of this Agreement including, not iimited to: .article ?, Subcha,:t_r 5, Chapter ?, California Administrative Code, Title XIi:. , PARENT CC PA•Y 44. Contractor agrees to keep the Contract Administrator advised at all times of the name and location If ;.ie Contractor's parent ccrrany, if any. • I?IOI! • 45. The Contractor egress to defend, indemnify, and held harmless the County of Alameda and the City(ies) of Dublin, Livermore, and Pleasanton , and any all officers, employees, agents, and servants of said County and City(ies) for any and all liability caused by the negligence or wrongful act of the Contractor arising out of the performance of this Agreement, and to pay all claims, damages, Judgments, legal costs, adjuster fens, and attorney fees related thereto. THIRD PARTY BENEFICIARY 46. This Agreement shall not be deemed to have been made for the expressed or implied benefit of any person who is not a party hereto, except the aforementioned Cities and any breach or violation of this Agreement shall not be dewed to create or establish any claim or cause of action in behalf of any such person. ASSIGNMENT 47. Neither County nor Contractor shall assign this Agreement-•to* a third Party without written consent of the other party to this Agreement; nor shall Contractor assign any monies due from County under this Agreement to any third party without consent of the County. In the event of attempted assignment in violation of this Agreement, the non-consenting party may declare this contract to 'be null and void in regard to the attempted assignor. ?ONE EXCLUSIYtTY '48. Excepting the provision of Saccup Services, or the suspension of .his Agreement, the County shall not enter into any Agreement with any other Contractor for the provision of emergency ambulance services within the Contractor's zone during the term of this Agreement. I'A3IL:i f iC ?:.?FOP:' 4g. Should Contractor be unable to perform services under this Agreement as result of circumstances beyond his control , the County shall be a^ title the possession and use of Contractor' s a'-::i ancas are_ of :he e_:y:tan: tprt taime.t therein :r a eri-o ru: :o ax eo :h' cn � c=-- aura:i of saga C T.s zancos, a: 7:11 art e ::!1T c.`. : e sal .-t. neasc''4a5r. _a oar a^:: Z:r ::cr a: a::: 3 ::. r.76. __ a_ r_�. a Sc: er. a:cc=__:et. - v.inty oral i tai to :t :racttr e: :h in s:cht it -, attache_ .sere:: an:: ,, r'-fc arcc 1rcorrcrete_ ^eereeir, :sr eduidoed amtulance so uset. shall a .._e all l ia:11!- �oL'ttt! 5„� 55.... _ �y arisinc tut of .:s '153 a,^.,r. :c5ess':n .. the Irtu'a^:ns i '. 0 EMERGENCY AMBULANCE AGREEMENT PAGE NINE DEFAULT 50. In the event that the Contractor defaults in the performance of the terms of this Agreement, the Contract Administrator shall so notify Contractor in writing specifying the nature of the default and the amount of time within which the Contractor shall have'to remedy such default. If after receipt of such notice the Contractor shall fail • to remedy such default within the time period specified, the Contract Administrator may forthwith suspend this Agreement in,whole or in part and the County may terminate the Agreement in whole or in part. INDEPENDENT CONTRACTOR 51. This Agreement is an agreement by and between two (2) independent contractors and is not intended to and shall not be construed to create the relationship of agency, servant, employee, partnership, joint venture, or association. MODIFICATION. OF AGREEMENT 52. From time to time, amendments or modifications to the text of the Agreement may be initiated by either party hereto and may be incorporated into this Agreement by mutual consent and in writing as evidenced by resolution of the Board of Supervisors approving such modification. • TERM OF AGREEMENT 53. This Agreement shall commence on July 1, 1982, and shall terminate on June 30, 1985, provided, however, this Agreement shall remain in force after said termination date to the extent necessary to process claims for payment which may become due and payable for services rendered by Contractor prior to said termination date. TERMINATION FOR CONVENIENCE 54. This Agreement may be terminated by either party for any reason such party shall determine that such termination is in the best interest. • Such termination shall he effective. at the end of the contract year upon 120 days prior written notice thereof. The period from January 1 to December 31 constitutes a contract year. WAIVER 55. The failure of either party to insist upon strict performance of any of the terms, convenants or conditions of this Agreement in any one or more instances shall not be construed as a waiver or relinquishment for the future of any such tests, convenants, or conditions, but all of the same shall be and remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed Agreement the day and year first above written. i COUNTY OF CONTnAC R (7, / BY ,/ BY Title R.- //- cfa- e-si c(eN AFFIDAVIT I, Yvonne Quan, Administrative Assistant, Clerk, Board of Supervisors County, do hereby certify under penalty that copy attached document has been delivered to the Chairman, Alameda County of the atBoard of Supervisors as provided in Section 25103 of the Government Code. wli,L Dated• ``�` _ AUG 0 31982 ''ONNE QUAN, Administrative oAssistant sors ******************** 0 EXHIBIT ^. Zone IX - This tone will include the unincorporated territories of Pleasanton and Murray Townships and the Cities of.Dublin, Livermore, and Pleasanton. • mania ft . • • EXHIBIT B CPERATIONAL. PRCCEDURES I. AVAILABILITY • A. Contractor shall keep CMED informed at all times of the number, location, and status of ali ambulance units utilized in serving the zone at any time. Contractor shall not respond to any call, nor take an ambulance out of service without immediately notifying CMED. Contractor's dispatch office(s) shall be available by telephone at all times to respond to calls from CMED. II. COIWMUNICATIONS A. Contractor shall operate MEDNET radios 'in conformance with all applicable rules and regulations of the Federal Communications Commission and in conformance with all applicable County procedures and protocols. 8. Contractor's ambulance units shall maintain continuous radio communications with CMED at all times when ambulance is on any call requested by C''iED and when providing backup or standby services. • III. PERSONNEL A. The ambulance driver shall have in his possession at ail times a valid California Driver's License and current Ambulance Driver's Certificate issued by the California Department of Motor Vehicles. 8. For the health, safety, and comfort of both patient and ambulance personnel, smoking shall not be permitted in the patient•compart- ment of any ambulance at any time by either ambulance personnel , patients, or passengers. Smoking shall not be permitted in the driver's compartment when any patient or other non-ambulance • personnel are located in same, or at any time the ambulance is traveling Code 3. Smoking is ndt permitted at the scene of any emergency when it may in any way endanger the safety or health of any individual. IV. REQUESTS FOR SERVICE A. Requests received by CMED: Upon receipt of a request for emergency ambulance originating within the designated zone of responsibility, CMED wili immediately contact Contractor and provide the following information: Location and nature of the incident, CMED number, and traveling code. CMED will also inform the appropriate public safety agencies serving the location of the incident. 3. Requests received by Contractor: Upon receipt of a request for emergency ambulance service, Contractor shall immediately contact CMED and provide the foilo:ving information: Location and nature cf the incident and traveling code. CMED will than contact the Contractor Servirc the zone in which the incident provide the following information: Location, natureoofYincident,,l traveling code and Code 11 number. CMED shall contact the appropriate public safety agencies serving the location of the incident. V. ?ESPO^SSE C _'•'_7Gc"C`( r=,. A. Upon receipt of request shall immediately •'ee� .aOr response :^C .�'SJ ^'..�.ucY', c:i}j:'"3C:ir unit _ per.. and as soon as ,r der. ay. the 1,-2. ` - : a� ': is .�rree'., .;j .OU t^ an no Ci "= s tan C es shall ..*s r=:crt :e 'Pr_ than ,❑inu from i- cation the ^ .he call . • EXHIBIT Es PAGE TWO OPERATIONAL PROCEDURES V. Resoonse to Ebner e= Calls continued 8• Under no circumstances shall Contractor respond to any requests for emergency service originating in another zone of responsibility without the specific prior approval of CMED. If such a request is placed by a physician, the name of the physician shall be provided to CMED. C. CMED may assign ambulance to cross zone lines when deemed necessary for the most efficient response to an emergency call. 0. Upon arrival at the location to which the ambulance has been dispatched, ambulance personnel shall notify CMED, and again when departing the location with a patient to a hospital. E. While at the emergency scene or immediately upon departing, ambulance personnel shall notify the receiving hospital via MEDNET radio of the anticipated delivery of patient(s), a description of the possible iniury(ies) or Illness with appropriate vital signs, and the expected time of arrival at the hospital emergency department. F. Upon arrival at the hospital, MD shall be notified. G. Upon becoming again available for 'service, CMED shall be notified. VI. NON•EyERGEHCY CALLS • A. Prior to responding any ambulance unit previously reported to CMED as available for emergency response, to any non-emergency request, the Contractor shall contact CMED and inform CUED of the intent to respond, and the destination. Upon returning to the zone of responsibility and available for service, the ambulance unit shall contact CMED to inform CMED of availability. The Contractor shall not respond to any non-emergency request when by doing so requires - the use of the last or only ambulance units available to serve the zone, or at any time the Contractor's zone is being provided backup service. VII. STANDBY SERVICE A. Upon receipt of a request for standby service originating within Contractor's zone of responsibility, CMED shall contact Contractor and provide information regarding the location and nature of the incident for which standby services have been a CMED number. Standby services ahll be provideduonlydinnresponse to requests from officials of public safety agencies. Contractor shall immediately respond and as soon as it is underway, the . ambulance unit shall again .notify CMED upon arrival at the scene. The ambulance personnei shall report to the public safety official In charge of the scene and shall serve under his or her supervision while on standby. B. In the event that standby service should result in the transport of a patient, Contractor shall immediately inform C;4ED and shall follow procedures established herein for response to emergency calls. C. When released from service by the official in charge, the ambulance unit shall inform CMED of such. • Q £ EXHIBIT B PAGE THREE OPERATIONAL PROCEDURES VIII. BACKUP SERVICE A. When any Contractor does not-have an ambulance unit available to respond, CMED shall request backup coverage from an available ambulance from an adjacent zone. In the instance that the Contractor is providing service to two adjacent zones, CMED will first attempt to obtain backup coverage from the same Contractor, However, no ambulance shall be used to provide covera� than two zones of responsibility at any one time. �e to more 8. The backup ambulance will be reiocated to a pre-designated location. Such locations will be designated within each zone to cover each adjacent zone. Such locations will be mutually agreed upon by the Contractors involved and the Contract Administrator. C. Contractor agrees to respond to request from CMED to relocate any available ambulance to the pre-designated backup location. 0• CMED will dispatch the backup ambulance to any immediate response call in the vacant zone and immediately notify the''ambuiance Contractor providing backup service. .IX. PROCEDURES AT THE SCENE OF AN EMERGENCY • A. Upon arrival at the scene of an emergency, Contractor's ambulance personnel shall assess the condition of the patient(s) and provide the appropriate medical treatment. A medical report form shall be completed for each patient to whom treatment is provided. 8. Prior to transporting or i • ambulance personnel shall co�ntactetheureceivingnhopitaleand provide the following information about the patient: Age, sex, primary complaint, level of consciousness, and vital signs, as well as any additional information which may be requested. If the patient has a personal physician and requests that he or she be informed, this information shall also be provided to the hospital. C. The selection of appropriate receiving facility and traveling code shall be made in compliance with protocols estabished b Alameda County and provided to Contractor by the Contract Administrator, • 0. The transport of any patient to a facility when selection of the facility is not in compliance with established protocols shall not be reimbursable under the terms of this Agreement. E. Should any patient refuse transport, ambulance personnel shall complete a medical report form so indicating and shall offer a copy of the medical report to the patient or 'responsible relative. Should any patient refuse alt service, the ambulance personnel shall notify _ _ CMED of the refusal and shall complete a medical report form with whatever Information is available to the ambulance X. RECEIVI"!G HOSPiTgL personnel . A. Before leaving the receiving facility, ambulance o complete and submit a completed ambulance medical report form. In the instance that an agent of the hospital requests the ambulance unit to wait at the hospital in order to transfer the patient, the ambulance personnel ::ill Immediately so inform :V• 1. - _ EXHIBIT 8 PAGE FOUR OPERATIONAL PROCEDURES XI. mum NS . A. In the event that CMED is informed that an ambulance which is en route to an emergency is no longer required, CMED shall immediately contact the ambulance unit and inform them of such. In the event that the ambulance unit arrives at the location and determines that there is no need for emergency ambulance services, the ambulance . personnel shall immediately contact CMED and inform CMED of the nature of the incident or reason for not providing transport. XII. OISASTER AND DISASTER DRILLS A. In the event of a disaster or disaster drill, CMED will inform the Contractor's office of such. The Contractor's office shall confirm to CMED the location.and number of available units and the number of units which may be made available upon request. Contractor's office shall inform all ambulance units of the condition and all units shall maintain continuous radio communications with CMED until released from this requirement by CMED. , In the event of a disaster, CMED will dispatch ambulances and no non-emergency service will be provided without CMED approval. • ,I r • C EXHIBIT C STANDARDS FOR BASIC IFE SUPPORT AM LANCE EOUIPMENT. AND SUPPLIES Standard Ambulance Specifications and Non-Medical Equipment for all 6LS and ALS Mobile Units: Size All ambulances will have adequate space in the patient care c to accommodate one litter patient and two providers. There msttabe�nt sufficient space to allow for patient care activities during transport. I. Safety Eqp uiment Seat Belts (3) -- two in front compartment, one in rear compartment Heating and Air Conditioning opartment Approved Siren Red Warning Lamp Fire Extinguisher (I) Ory Chemical or Carbon Dioxide Portable, battery operated light (1) Spare Wheel with inflated tire Jack and tools for wheel change- Maps of Service Area Flares Floodlights Patient compartment doors must be operable from .inside and outside II. Patient Care Equipment Stretcher - Collapsable and adjustable (1) Able to elevate head and foot Covered with non-permeable material • Ambulance Cot (1) (All stretchers must be equipped with straps to secure patient to stretcher and a means of securing stretcher in the vehicle.) Linens - sheets (4 sets), pillow cases (4), blankets (3), pillows (3) III. Basic Life Su000rt Medical Eauioment and Supplies Inservice I= - Suggested Required Quantity (ISR) Ace bandages, 4" 2 0 Airways: Nasopharvngeal (soft rubber) 30 Fr. 32 Fr. 2 1 34 Fr. 2 2 2 1 Orapharyngeal (sizes 0 through 6) 2 each i each 0 O. B:(HIBIT C PAGE TWO STANDARDS FOR BLS AMBULANCE EQUIPMENT AND SUPPLIES • • Inservice Item Suggested Required uantit , (ISR) Bandages and bandaging supplies** 12x4" sterile bandage compresses or equivalent 1 3x3" sterile gauze pads I 2" or 3" roller bandages 4 ` 40" triangular bandages 4 4 10x30" or larger universal dressings ' 4 's", 1", and 2" cloth adhesive tape i Tourniquets (for hemorrhage control. 2.roiTs ea. 1 roll ea. Bandage shears 2 1 • Large safety pins 1 1 6 Vaseline gauze 2 4 L Bedpan. = e sticks, padded (commercial or homemade) 1 1 Bit 2 1 Blood-pressure cuffs Adult (portable) Large arm (obese I I Pediatric I 0• Burn sheets (sterile) 1 I Cervical collars 2 1 Soft: Medium Long • 2 I . 1 Hard: Medium ` Large 2 L Cold packs' 2 1 4 2 Emesis basins or emesis bags with container • 2 I Irrigation equipment and supplies • Tubing for irrigation Saline, sterile: 1,000cc 1 1 2 1 Water, sterile: I,000cc 2 1 Obstetrical kit (sterile; pre-packaged to include minimum of 2 umbilical cord clamps, 1 1 • scissors or scapei, asp. bulb syringe, gloves, drapes, antiseptic solution) Oxygen equipment and supplies • Face masks for 02 administration (transparent) Adu l t Pediatric 3 3 Infant 2 2 Nasal cannula for 0 administration 2 3 • 02 humidification dAvices (sterile) 2 2 02 tanks 2 2 Fixed in vehicle • Portable 1 1 Resuscitation equipment and su 1 1 CPR backboard ppites 1 1 Oemand-vaive resuscitator that meets the requirement of Vehicle Code Section 2418.5 1 1 Face masks for resuscitation (clear) Adult Pediatric 2 2 ?Doke: *ask 2 1 Resuscitation :a_-va'' '- _ ?atilt /� with J2 ��5$t'IQ? :ediatri` r Restraints, ankle and wrists (leather or soft ties) 2 sets • 1 sets • • EXHIBIT C • PAGE THREE STANDARDS fOR BLS AMBULANCE EQUIPMENT AND SUPPLIES Inservice Item Suggested Required uantit1 ISR) Sandbags, 10 lbs. each Scoop stretcher - 4 2 Spineboa rds 1 1 Long with accessories 1 Short with accessories I 1 Splints • 1• With a soft or cushioned surface or equivalent padded board, wrap ladder, • inflatable or cardboard splints** Arm 3x15" 4 Leg 3X36" 4 2 Splints, traction (recommend Hare Traction 2 Splints) Adult Pediatric 1 I Stethoscopes 1 0 Suction 2 I equipment and supplies Pharyngeal tonsil tip (rigid) for' suctioning 2 • Suction apparatus (portable) 1 Suction catheters, No. 18 4 Trash bags 4 2 Paper Plastic 3 0 Urinal 3 0 1 I "Excerpt rpm Title Cali n i •. • • EXHIBIT 0 REIMBURSEMENT SCHEDULE July 1, 1982 - July 1, 1983 - June 30, 1983 June 30, 1984 July 1, 1984 - EMERGENCY CALL ---- .June e 30, 1988 5 Emergency Call Base Rate S63.50 Mileage 4.20;. DRY RUN 31.50 STANDBY SERVICES No transport provided: First 30 minutes 31.50 • Each additional 10-minute period or portion thereof 3.00 • t Transport provided: Emergency rate, plus standby rate for time exceeding 30 minutes (Rates for July 1, 1983, through June 30, 1985, or'a,portion thereof, to established by mutual agreement prior to July 1, 1983.T - be • • • 0 • EXHIBIT E • ALLOWABLE CHARGES FOR PRIVATE BILLING APPLICABLE i � . •c Y ,LL V ` PRIVA July 1, 1982 - June 30, 1983 Immediate Response (Code 3 or Code 2) 5IIO.00 Night Call (7:00 p.m. to 7:00 a.m.) 20.00 Mileage (Per Mile) 5.50 Oxygen (Includes Mask and Resuscitation) 18.00 Extra Handling (Unusual, dangerous, including restraints, special loading or unloading) ' 25.00 Waiting Time (After 15 minutes; per 10 minute period) 11.00 • 1 . DISPOSABLE SUPPLIES As required to provide appropriate EMT-IA services and first-aid; not to exceed a mark-up of 100 percent of over cost. No charges shall be added for use of equipment required by this Agreement, or any services requirin EMT-IA skills, except as provided for above. g +;• • • EXHIBIT G • RENTAL RATES FOR AMBULANCE EQUIPMENT Vehicle and Basic Ecuioment 3723.00 per month per unit 23.00 per day per unit Above rates include mileage, normal wear and tear and equipment. • ii • E:(HISIT F • AMBULANCE VEHICLES • I. Vehicle License No. # 1734187 Make, Model , Year 198j. Van 2. Vehicle License No. # 1198963 Make, Model, Year 197$ Van 3. Vehicle .License No. - Make, Model, Year 1979, Qzeyy Van 4. Vehicle License No. # 1R945O9 Make, Model, Year 1979, Chevy, Van • 5. Vehicle License No. # 1P34065 Make, Model, Year 1979 (IC Hi Sierra Truck 6. Vehicle License No. # 2104828 Make, Model, Year 1981, (MC Van 7. Vehicle License No. # 1Z71490 Make, Model, Year 1981, (; , Van 8. Vehicle License No. # 1R95665 . Make, Model, Year 1979, (C, Van 9. Vehicle License ';o. # 1L98951 • Make, Model , Year 1978 Chevy, Van 10. 'vehicle License !c. �= . :te i , Year • f 0 - -- -- .----- • • - ' EXHIBIT 4 Page 1 • Tri-Cities yulance Service Service Contract Contractor: • Contract Tera:_7 _ 6/ 0/83 Health Care Services Agency County Agency or Department roliC?ia ,o s4oQRtere•�r ttEQliAaurwre Contractor's polities or bonds shall be midorsee as follows: �tes�Naive Alameda County. its 1 oof �v' >.s as i i tt � In:wea. tars. oft1�. agents and �q►o `a' •z7 ptin+uns. costs or aunsi try is net liable to-the insurance caoiny a result of being an Additional Named Insured. Lien with Contractor's policy/bond. y . Provide County 30 days advance wine notice of cancellation. non-renewal or reeuctiot in limits or morays ine w:line the name of :he Contract. mailed to the following adWass: cities off Health Care Services cities Cl �' irk. and Union City, to tr ar�palt to Receive iotic.isl • City Councils, officers. agents. and �eA 1"fa ews oloyers also named IS Additional Ensured/ Z it 1 c4 dinating Obligees. street • Oakland., a"'94607 city. State. lip State the Contractor's policy/bond is preaary insurance to any other insurance available ice County with meat to any Slate arising out of this contract. Contractor is responsible for payee.* of insurance deductibles. • Insurgents Companies must have an •N.N. lest• rating of rd.s. better. •l'l triTmtinl..Iri r.E. a i. mortars. COMMlailtm • 0 State Compensation Insurance Fund a. Statutory Compensation eevere � 8 l t: 10 (1/1/82-1/1/83)) b. Cmploy 's liability insurance with ' i roiicy Number s IIcy Free sates not less thin sioa,o00 per eaurrence. Signature of Ihdirtdaal althm•iaed by Insurance Cowan, te'bind Co pa.y to coverage sheen, and above endorsement • lC srufo - District Representativ Santa Clara Avenue hand, CA 94610 Slate. city. 110 r _• • Q Z. CamprtlNnsive General Liability At a. �nimme Limits of Liability: S5.000.000 rNATI OVAL UNION INS . CO. Par occurrence combined tingle limit irra�lsl / 4;101reperty bi =er!' ale orveurty o age. )elicy6� rt2 Polic�r/Plerrieo (at si ".i lodily Injury Signature of indtrid aa5�l authorised b amage Insurance Company to bins Camay to IMP stanaet Contractual cover shove. above endorsement grersanal Injury f roducts/Completed Oberations 'i • rma form Property Damage lame "�"f __Irma Damage Legal Liability 330 4 19th Street A e. Oeductib le net to exceed Si.000 Address lc d CA 9461_2 per mamma. tity State. tip =Cross Liability or Severab i l i ty of ' Interests Ciase in policy 3. Comprehensive AYtdmebil. Liability NATIONAL In ( ZUNION INS . CO. 4. a. Minimum Limits of Liability: Insurance 905ti�09 / •_, SS,000.000 per Dew Policy ounce-to) Poii ► iao costal) ''rants comoi ned 6/1/82 — 6/1/83 single limit Bodily Injury and Signature of lndtviduai authorised by Property Omega. Insurance Company to bind company to Assigned risk insurance at available roves s above endorsement :Lace financial responsibility limits. "om'G O. Coverages: ' 330 19th Street - Owned Autaeobiles. if amp ebsakland , CA 94612 h-ownee Autzsobiies City. State. Zip go a Mired Au mOwoni t es •= Cross Liability or Severabtiity of Interests clause in ;allay • EXHIBIT M Page 2 Service Contract e c 4. Fnfessianal Liability NATIONAL UNION INS . trauranc I�t.. I. for all Profess+coal we l oyes% l i canted F s P 981 4182 • at a condition of e,eelopeent at the Policy izeberu7 POT icy-P t Ioates) beginning of Contract turn or hired 0/ 1/52 6/1 i 3 daring the contract turns, in$urinq 'Signature of rndleii5t authorized by against error or omission in rendering or Insurance Camay to bid Canpany to failing ins render Professional services. coverage em shown, above endtaeet • rov 1 tat It i, minima Limits of Liability: l USSEY CANTOR & T PLETT INC. Or $5,000.000 per Claim looms 39 19th Street exceed. V. Deductible not tb exceed $1,000 Ztty, State, io per claw. Oakland, CA 94612 CI Cross Liability or Severaolllty of Interests Clause it Policy ($j 3. One of the following must be checked: =2. Contractor certifies there are no II- [i Professional liability is on an canted or certified professional employees 'occurrence' basis. at eatradt effective date and will notify 0 Professional liability is on a ' Caenty and comely wia this professional ii. 'claims made" basis contains, ability insureaq prevision if professional pravlsloe for an extended discovery employees are Mred dbrtng contract tarn. mod of five veers. • Signature • Prtntee lee Title • • S. IOOOS/Ol1j DORM= • C:11. Fidelity Insurance loud ' • Insurance Canesny(s) a. Faithful Performance Coverage of all offsets's, agents, and employees with Nolo *worts) Policy Period (dates) access to funds received by Contractor. • Signature Of Individual authorized by b. Limits shall at least be equal to Insurance Company to bind Company to masiam Sam funds in contractor's coverage shave, and above eidersament padessta or control during contract requirements. UM, Acme • Address • ate. t y. o • Q 2. Money and Securities Policy a. laureate against the disappearance, destruction or wrongful abstraction Insurance Company(%) of fumes on and off premises of contractor. Policy Miwoer(%) Policy Period (ates' b. limits shall be at least equal to the sedum Spiaz funds in contractor's Signature of lndlvloear authorized by peseesstem or control during contract tarn. Insurance Company to bind Comm to coverage shave, mil above endorsement requirements. lame • Address City, Rau. Lip f$$5. Other (Describe below) NATIONAL UNION INS . Umbrella Insurance T°n n"1.31PdTbtd Dol1CGy1 i 1 geras) Policy /Period (dates' Limit : $ 2,000,000. per occurrent or Tno,v,dua/>�wcnar,:ea or • Insurance Company to bind Company to Limit to be increased to $5 ,000,000.00veraq s `'"• above endorsement requir +r : as of 7/1/82. 5�• Mt BUS S EY-CANTOR TRIPLET IN • Address 330 19th Street Lip Lley, state k'land , CA 94612 * Comprehensive General Liability , Automobile Liability and • Professional Liability policies are to be issued with a • limit of $500,000. Combined Single Limit . A separate Umbrella policy is to be issue3 as noted or�ain ad3lional - 1 limit of liability $5 ,000, 000. as of 7/1/82 . • • • =...titan Page Service C ntruc: • • • 7. SILf•ixS101.= `Caotraessrs self-tnsurss fs any risks snows to Sealons agave snail st:ata m lentrac: wt- ein= satisfae:ay ;s :away al Contractors financial utility (suss as a Current financial Statement: to reticle I tosses to ammntS time Mee. fir bet rift selt.insorsd. Cantrae;st• snail camtets and OP.:Me foltm.tne stetaftwt and aloes to floe .anerae:or ft selt.tnseres far txte felftieg Cewrsges will resat: to :kis contract: C meter's Cementation C Caernbenstve general Lia0111ty is :ne !Mt of S _ 3/city tnlery lii.'S et CCantrractuat formal insury P*vas:s/ais i eted aerations —lbwr omgt llog�ltasii1iitty 1.., Caleraensive Auto I.tassitty to the limit of $ +wee Auteneeiles 30'01wee luteseellq `lime aatbsetiles R 'refessieul Liability m as legit of Ste_ !en. ff ascots insurance is needed O meet t:te iMtts rtevirsd'far insurances in Exhibit C. tlif-antheritem rserstencattw of as excess insurance Many(s) must sign tile eertitittta in itltt C pertaining to the necessary overages. f:n Signature of autnontao title Dau reeresentattve of Contraessr • • • • August 3, 1982 Approved as to Form REEL i`.i,�c:l: RICHARD j. M00RE, County Counsel Br. ... . . ..... .. Deputy. • THE BOARD OF SUPERVISORS OF THE COUNTY OF ALA/VEDA, STATE OF CALIFORNIA' On motion of Supervisor Chairman Bort Seconded by Supervisor George d approved by the following vote,. Ayes: Supervisors Cooper,..GeorSe.,... antana and Chairman Bort - 4 Noes: Supervisors None Excused = 1i4Bid: Supervisory Excell - 1 cc' • THE FOLLOWING RESOLUTION WAS ADOPTED: NUMBER 1 9 4 2 1 0 EXECUTE AGREEMENT BE IT RESOLVED that Jpseph P. Bort, Chairman of .this Board of Supervisors, be and he is hereby authorized and directed to execute on behalf of the County of Alameda that certain Emergency Ambulance Agreement by and• between the County of Alameda and TRI-CITIES AMBULANCE, -INC. , providing for emergency ambulance services with EMS (Emergency Medical Services) Zone IX, which includes the unincorporated territories of Pleasanton and Murray Townships and the Cities of Dublin, Livermore and Pleasanton, covering the period July 1, 1982 through June 30, 1985; and BE IT FURTHER RESOLVED that this Resolution supersedes Resolution No. 193902 (Contract No. 12295) adopted on June 29, 1982. CONTRACT NO: 12439 1(.7.77:7•7v TWO'TH`FORE. 1t^ .., r•' ' -- " THE enAPu OF :•I IPC:;vl:.iir1 cO,JrsT\,C.ti:.IFOPt.;:A •1`:0J ,.� ►vv - A T7EST: anG 1G 1982 WILLIAM MEHRWEIN. CLERK Of 74D OE SUPERVISORS BY - a,. , • •