Loading...
HomeMy WebLinkAboutMINUTES - 06282005 - D2 i t` I TO: BOARD OF SUPERVISORS Contra FROM: Art Lathrop, Emergency Medical Services Director Health Services Costa DATE: June 28,2005 SUBJECT: Emergency Ambulance Contract—American County Medical Response i SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION BECQhOONDA NS: (1) Authorize the Health Services Director or his designee to execute the attached ambulance service agreement with American Medical Response(AMR)for the period July 1,2005 through June 3 0,2010 with an extension through June 3 0,2014 subject to a Board finding that AMR is in compliance with contract requirements and wards. Since you last reviewed this matter on June 14,2005,AMR has met all of the provisions contained in the original proposal,the AMR letter of February 9,2005,and all subsequent provisions your Board requested,including the commitment of a minimum of 4024 weekly paramedic hours for the entire term of the contract. (2) In the event that the attached ambulance service is not approved,authorize the Health Services Director or his designee to execute a one-month extension through July 31,2005 to the existing AMR ambulance agreement. FISCAL IMPACT: No General Fund impact. The cost of basic ambulance and related services to be provided under this contract will be covered through user fees charged by the contractor. Certain optional services and resources will be identified in the contract that may be purchased by the County at the County's sole option. Cost of optional items,if purchased,would be covered through CSA EM-I (Measure H)funds. BACKGRQUND: On February 15,2005,the Board of Supervisors approved selection of American Medical Response to provide ambulance service pursuant to the Request for Proposal(RFP)issued September 7,2004 and authorized the Health Services Director to negotiate a contract based on the RFP and proposal submitted by AMR. The Board finther directed that(1)there be no charge allowed for treatment of patients not transported by AMR,(2)the number Of unit hours proposed by AMR for the first six months be retained throughout the contract period,(3)the issues covered in the February 9,2005 letter from AMR providing supplemental information and conunitments be included in the contract,(4)staff pursue increasing the number of defibrillators CONTINUED ON ATTACHMENT: �X YES SIGNATURE: RECOI MENDATION OF COUNTY ADMINIS I ATOR �RECOMME TION OF BO T COMMITEE f---APPROVE OTHER r SIGNATURE(S). " 1 ACTION OFWA Gt/! � A0,_gtJAPPRonrE AS RECOWAENIXD OTHER --- Directed that a report in regard to compliance be filed annually, for the term of the contract, with the Internal Operations Committee, to be referred to the full board if the Committee deems it is warranted. VOTE OF SUPERVISORS I HEREBY CERTIFY THAT TENS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN UNANIMOUS(ABSENT .� AND ENTERED ON THE N PWMS OF THE BOARD OF SUPE MORS ON THE DATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: ATTESTEQ JOHN SWEETEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR Originating Department: Emergency Medical Services 646-4690 cc: County Administrator County Counsel Health Services Director 2 BY )EPUTY that AMR will provide for a Public Access Defibrillation program,(5)staff pursue inclusion of a provision requiring AMR to"co-bill"for first responder services on behalf of fin services so requesting,and(6)staff ine levying higher penalties for failing to meet response time requirements those set forth in the RFP. The Board also directed that the proposed AMR contract be placed on the"Short Discussion"portion of the Board agenda on the date scheduled for adoption. attached.Itached contract meets all of the requirements set forth by the Board. The contract includes all provisions M' the RFP and all commitments made by AMR in the company's original proposal and supplemental commitments set forth in the February 9,2005 letter referenced above. Additionally,the proposed contract(1)prohibits patient charges in any circumstance where the patient is not transported,(2)provides that AMR maim a minimum of 4,024 paramedic ambulance unit hours per week throughout the term of the agreement,(3)provides ten additional automatic electronic defibrillators.(AEDs)for co agencies and requires that AMR undertake an extensive program of community health promotion including Public Access Defibrillation and CPR training,(4)requires AMR to provide"co-billing"for first responder services on behalf of any fire jurisdiction so requesting,and(5)increases the minimum penalty for failing to meet Priority One(Code Three)response times from$10,000 to$15,000 for each zone. Public Access Defibrillation Pro am and CPR TraLmin Commitment. AMR's commitment made in the February 9th letter to the PAD program was to provide 15 AEDs during the first contract year and 25 AEDs during each subsequent contract year. Under the proposed contract, AMR will increase the number of AEDs to 25 during year one. More significantly,however, AMR will agree to a larger role in the County's PAD program,including assisting organizations PAD program development,PAD installation,and PAD training. Under the proposed contract, AMR will also agree to an expanded role in public CPR training. In addition to providing the 24 CPR classes per year to the public,AMR will undertake an outreach program to expand the number of persons interested in #AV* CPR *nina and will provide train-the-t classes for %WF persons interested in providing CPR training to the public. Contract Extension. Under the proposed contract,County will agree to an extension of the AMR contract for four years beyond the initial five-year agreement. This extension will be granted somatically upon submission of a report to the Board on AMR's contract compliance and a finding by the Board ANIR is in sub compliance with all terms of the contract. The report to the Board would be required one year before expiration of the five-year term. Web Pow. A separate report summarizing the contractprovision and a copy of the full contract were posted on the Contra Costa Emergency Medical Services web site on June 21, 2005. Additional Contract Provisions. The contract includes by reference the County RFP,AMR's Om original proposal,and All letter of February 9,2005. In addition to the provisions set forth here and in the staff suuaumary report,AMR made sub commitments to the EMS system and to the community. r L Contra Costa Health Services Emergency Medical Services Agency June 21,2005 Report to the Board of Supervisors on the Proposed Ambulance Services Agreement between Contra Costa County and American Medical Response The proposed contract between Contra Costa County and American Medical Response (AMR)is based on the Request for Proposal(RFP)for Emergency Ambulance Services issued September 7,2004 and on the proposal submitted by AMR on November 4,2004. At its February 1,2005 meeting,the Board of Supervisors requested AMR and competitor Starwest Ambulance to submit supplemental information and to make certain additional commitments. On February 15,2005,the Board of Supervisors directed staff to negotiate an ambulance service agreement with AMR based on the AMR proposal. The Board further requested that the contract include the following: (1) No charge to be allowed for treatment of patients not transported by AMR.; (2)The number of unit hours proposed by AMR for the first six months(4,024 paramedic unit hours per week)be retained throughout the entire contract period; (3)The issues covered in the February 9,2005 letter from AMR providing supplemental information and commitments be included in the contract; (4)The number of defibrillators to be provided by AMR for a Public Access Defibrillation program be increased; (5)A provision requiring AMR to"co-bill"for first responder services on behalf of fire services so requesting; and (6)Higher penalties for failing to meet response time requirements than those set forth in the RFP. The contract being proposed for Board approval includes all requirements of the RFP,all commitments made in the AMR proposal,all commitments made in AMR's letter of February 9, 2005,and all items set forth above from the Board's action on February 15,2005, including a commitment by AMR.to maintain a minimum of 4,024 weekly paramedic ambulance unit hours for the life of the contract. In addition to summarizing key provisions of the proposed ambulance service agreement,this report provides information requested by the Board of Supervisors on the status of AMR ownership and employee representation. A. Summary of Proposed Ambulance Agreement Provisions (1)Services Services to be provided include: J Report to Board of Supervisors on the Proposed Ambulance Service Agreement 6/21/2005 Between Contra Costa County and American Medical Response Page 2 (a)Emergency ambulance service within a five-zone service area including all of Contra Costa County except the areas of the San Ramon Valley and Moraga-Orinda Fire Protection Districts. (b)First responder paramedic services using four Quick Response Vehicles in locations specified by County. (c)Ambulance services requested by Contra Costa Health Services for transport of patients to or from its facilities. (d) Specified professional training,community education and related services. (2) Term of Agreement The term of the proposed agreement is five years beginning July 1,2005 plus a four-year extension subject a Board of Supervisors finding that AMR is in substantial compliance with the contract requirements. This is a variation from the RFP provision for a five-year contract with two two-year extensions at County option. This provision enables AMR to amortize certain costs over a nine-year period rather than a five-year period and is offered in exchange for substantial enhanced commitments made by AMR over its initial proposal. (3)Emergency Response Zones, Rural Area Classification, and Call Priorities AMR's service area is divided in to five emergency response zones as follows: Zone A—City of Richmond. Zone B—West County, except Richmond. Zone C—Central County. Zone D—East County communities of Antioch,Pittsburg, and Bay Point Zone E—East County communities of Oakley,Brentwood and other areas served by the East Contra Costa Fire Protection District. All areas of the County are further classified for ambulance response time purposes as "urban/suburban"or"rural." "Rural"designation is by Thomas Brothers map coordinate as set forth in the ambulance service agreement. The agreement provides for re-evaluation of rural- designated areas at three-year intervals. A three-tiered call prioritization system is identified in the contract. Priority One calls correspond to current"Code 3"calls on which red lights and siren are used and which require paramedic-level response. Priority Two calls are to be defined following recommendations made by Fitch&Associates in their consultant report. It is anticipated that Priority Two calls will require paramedic-level response,but not red lights and siren. Priority Three calls correspond to current"Code 2"calls on which lights and siren are not used and which permit EMT-1-level response when this level is requested based on County protocol. Imposition of response time requirements for other than Priority One calls is a new contract provision. Report to Board of Supervisors on the Proposed Ambulance Service Agreement 612112005 Between Contra Costa County and American Medical Response Page 3 (3)Ambulance Response Time and Staffing Requirements ...,{....2....n.....f... t.... }[ .n.....n......n r.1/:...:..:..2-_v:.::.•.v::vy':a.:.}:•:.:•;-}}:.:':t$• .:n..,. }},, `Sn! •J .n....}. .......n ••-n:.:v:.v.•t�.: n...nv:_.v,.::.n.,..... •:Yi:::i f.•:.,.. :..\,..N ], '{...a..:x Tx\..2 n n. r ... .....vr{^ar:..a ,....:......... ..... \....S.S:-.:. • ..x..v n...v..,n : r.H, .♦ .a....t t .a.. a : n1 ....r r3• ^3•:•. ... `? Sn..... ...., .... .... .,.. ,..t .... x..:...n.. .. .....b..r.. ....::::nK'Sti. .r ....... r.. .... -: ...r... 2,�n.....:.. x..9 .. _ ., .. n„t....,. ...`,�.r.. .,.',G.:,{.v::.. t.,:}:,'{•:}?c:4-2::x::vs:::::r. .:� ..nna. .a "7f.. ...?i ,w .. .....n.v....r........tn..,..}.:v....,, •.-: ..x -SS:?'r':?'•}::{`r� :.::•:::::.:r........:....:::::::•r...,.}•}::.. :.><2..t::......�;. .�...�:,,::.>.;..:�... iso, ...C.,r....::..nt f:.:• : .. ...n w,Tk.J,.... .: .. ds..n.. t z..,.srCs`.. ..:... n..,.,^:::•. ..;... ..a..,. .......Jf.t......r...7..:.., h. .{{.t. .. n.........r� .... ,..........:fi. .. .....:.. .. .. ....... :.r... ..+,�c.t..2;. ..}. ...............4...... n a ..r..........n.at{.�...:..:..... .\.M.v2J�Faw :.�. .... ....+41,'-�}.:..n.n........,....... ..}:}:v}:v::{::}. v:'•\.:........::: 4..n............ .......v.v. ..},.....n...n.n......, .. ,.... n... ....:{ .n 4.. ....,........ .... ................................ ,............................... .. ..........,:.......... .....x..n.n.............,.................nr- :5;i:?;:{:: n.}:.x:ay:s::{:•::.•.Y:::'}}}}s:2•:a}:{.:}>::;: Zone A-urban 10:00 2 paramedics(100%) Zone A-rural 20:00 Zones B,C,D-urban 11:45 1 paramedic/1 EMT-I Zones B,C,D-rural 20:00 Priority One Potentially Life Threatening 11:45 Emergency Response (10:00 for 1` (Existing Code 3) Zone E-urban paramedic QRV or 2 paramedics ambulance) Zone E-rural 20:00 Zone E-Bethel Island 16:45 Zone E-Discovery Bay 16:45 Zone A-rural 15:00 Priority Two Zone A-rural 2 paramedics(100%) 30:00 Non-Life Threatening Emergency Response (Code 2—to be defined) Zones B,C,D,E-urban 15:00 1 paramedic/1 EMT-I Zones B,C,D,E-rural 30:00 Priority Three All zones-urban 1 paramedic/1 EMT-I 30:00 Non-Emergency Response (2 EMT-I's for BLS- (Existing Code 2) All zones-rural designated calls) 45:00 (4)Penalties for Failure to Meet Response Time Requirements Penalties for failure to meet response time requirements are established for each of five zones, for each priority level, for any consecutive 30-day period. Penalties range from$2,500 to $50,000 per month per zone per priority level. Penalties for Priority One calls apply from the beginning of the contract term. Penalties for lower priority calls begin when all fire/medical dispatch centers implement and comply with dispatch protocols for prioritizing calls. Penalties for Priority One calls are as follows: Report to Board of Supervisors on the Proposed Ambulance Service Agreement 612112005 Between Contra Costa County and American Medical Response Page 4 .:."{::v:.::i'�:.:::{.::.i:{r:...-... ........+. ....:- -.: .:'�:'<...:.v....v :..4..ter}., •KO: ...4::::r:•n�..A :Kw.v:::;i.{i??isyn4':+}}!?::{•}':•,.'4:i;.i}} .... ..,. .v. a.,... ....,. ..... k ... .. .a .. .. .> ... v.:..�\..,. as v\r.v:i.•v rr G. .. -r ... k r :t ..•.?..,.,t.. '.kYYt : .r .... .♦... t,.. ......... .. ... .. ....:.o-rSb::•:.':F.... i,,:c{.a':.�`••r•h.t {:. .:w ^.i.. (Ysh ..!Fa x: .. :.. :.,,...... ... ......... .. ,....,..k' .Sri{..K.?Qa.......ir4...R{. ':k:..,....,......r..::::%:4::;�c....'. .. .. .!"2.+ fi�ee'' �;eg, £ :r�:•.. '::'�`...S:S::< �^�4 .. `4- .. .. .., ,`>?.:, .: ... •..�.:•;tG':-}}::a:..r:r{.,;-::4..qL:.:.{v A..r. .}•.x•: :.:c ...............:.S." .. .,•.....i..:. �r.r..Tr. , .. r , -s�.'•va 4. .Tx...:.4.th::t. ...$.Y.-vi�. :\a.{t:.}:{i r.!..i::::::r;:...,:i.� n ,.......Y.r..v .r ,.nK......a.. .`,ro{��r:..... ?Y. n .. ..r. .P. .�. % :1:}i:.�,...•-��`•�{i,•x!t�� .+r .. .: T}.'aA.�T{}\.�.....3F:. h{>i..v.:.>}<rF.nv....htv.•... ,?v'..�tt...{....,.... .r.rn.nsr3.v.Ak�F`,'.•�.x.....a:r4...i..T.4lA`F.. ,.u. �...... .............. ........ .. .. .. r , ....r.•r ..,.a.... .. v:^:•.� is"t^f%.;v�-?:..!4?v,? ::}:.'tom}.•n.. 4 ....... }.. .... ....w .. , :a... '.r..:... L T ..... ..♦.a'.is ..X•.: •: ..k., a..r•{.:.'::i:3:... ,..T...'Y'n`..::.n:.. : f. •Sd{S.. .a. .a.C:,7r.�3..r�'}..r..h........x ....:... ...h ..,:, .... .. ... r.... ..?e,•r..z.. ...; ...:,,:r x.. i'�r• , ....... ,.... r. - ..a.«rrv..:v.:-:.;.. :., :..:,:. .. .:• .., 4. rx.,•r.Y:.:4 x. ,..fir .:+d::f:: :..........:.........r.:...)aTn.... .r.vn.........:n.:r:..,... v ,... lf..•.v:: }:.w:.,.:.:.,., .T.., ■.i—.p Y..7%2i v:::a..:'r �. :::.4A:::••: .....,i,................... i. ....... ........... ... ..r �... . r ., .}. ..:..............} .... .....:..:... ......•,.,. ... : .... ...:..:.:.,....., ...0.r:!::::. . .. .. .. ..:. ....{ ......r... ..... .... ,...n....h. ��> •:f::. .S4n•:: .K{:>:::�.::?:..YR... ?r:.Lv. .. .. (�C .. .... ♦. ..t.«. t r.. ..::...............,..r.r........4. ....... ...K .. ..,..rk. ..t x....... •v:tr:. .}....� r ... .r..,.. .,.....>....... ....,. ...v,....'� 73 v.. k, ....�.....4 ., w ...r •}w.:.. ..x�rr. ...7. .......... ............. .. .n...:..:4 .. .. ... ,( ....al.....3.?....13n. "h .�a��y ��$t •.•L.. Zone A 95.0% 94.5%<95.0% $159000 94.0%<94.5% $259000 <94.0% $50,000 Zones B,C,D,E 90.0% 89.5%<90.0% $15,000 89.0%<89.5% $259000 <89.0% $50,000 The first-level penalty for missing compliance on Priority One calls has been increased from $10,000 as specified in the RFP to$15,000 in response to the Board of Supervisors' request for higher penalties. (5)Paramedic Ambulance Unit Hour Requirement AMR will maintain a minimum of 4,024 weekly paramedic ambulance unit hours for the entire term of the agreement. (6)Ambulance Vehicles All front-line paramedic ambulance vehicles shall be Type III modular units and shall not exceed 1953,000 miles on chassis. (7) Quick Response Vehicles (QRVs) AMR will provide four non-transporting QRVs staffed with a single paramedic assigned as designated by the County(currently three designated to provide first responder paramedic service in the East Contra Costa County Fire Protection District and one to supplement first responder paramedic service in the area of Crockett,Hercules,Rodeo, and Pinole). QRV response does not stop clock to meet ambulance response requirements, although a 10-minute first paramedic response by ambulance or QRV is required in the urban/suburban areas of Zone E. Should County determine that fewer than four QRVs are required,AMR and County shall agree to an equivalent dollar amount or substitute services to be provided by AMR to County. (8) Quality Improvement AMR will provide a comprehensive quality improvement program including a physician medical director, a full-time registered nurse manager, a full-time data analyst,a full-time information technologist, a full-time clinical education specialist, a full-time paramedic field training coordinator, 80 hours/month field training officer time, and 20 hours/month peer field coach time. (9)Field Supervision AMR will provide three on-duty supervisors on a 24/7 basis,one each assigned to west, central, and east county. (10)Diversity Awareness AMR will participate with County in development of a cultural competency training program and training materials. Report to Board of Supervisors on the Proposed Ambulance Service Agreement 6/21/2005 Between Contra Costa County and American Medical Response Page 5 (11)Disaster Transport Units AMR will provide and maintain six fully equipped and stocked reserve ambulance units to be for use by fire personnel for disaster response or for use in other pre-defined,urgent situations. AMR will provide equivalent value to County if it Contract Manager determines that one or more of the disaster transport vehicles is not required. (12) Training for Firefighters AMR will offer in-county paramedic training for up to 100 firefighters (75 within first three years of contract) at no charge for tuition,required books,or preceptor/evaluation cost. All continuing education provided by AMR shall be offered to fire personnel on the same basis as to AMR employees. (13)Equipment Exchange with Fire AMR will provide a mechanism for exchange of equipment and supplies used by fire first responders for patients transported by AMR when items are interchangeable. (14) Co-Billing for First Responder Services AMR will prepare and mail invoices on behalf of fire agencies that request this service at a charge of the lower of$20 per invoice or the lowest fee charged by AMR in California for similar services. (15) Community Education/CPR/Public Access Defibrillation AMR will provide a comprehensive community education program including the following: - Annual plan developed in collaboration with Board members, the EMCC,and the EMS Agency; - Full-time Community Outreach Coordinator to provide leadership for a Public Access Defibrillation(PAD)program and CPR training; - 25 automatic electronic defibrillators (AED's) annually throughout the contract term provided to community organizations at no charge; - 24 CRR classes annually throughout the contract term provided to the public at no charge; - Annual community health status improvement project. (16)Patient Charges Proposed patient charges are those submitted in the AMR proposal and represent no increase over existing charges. The maximum all-inclusive charge for paramedic ambulance transport is $1,238.77 plus $20.34 per transport mile. Annual increases between 2.5%and 5.0% depending on changes in the Consumer Price Index are permitted as set forth in the RFP. No charges are permitted for patients not transported. Charges for patients for whom Contra Costa Health Services is financially responsible are limited to the MediCal rate for indigent patients and to the Medicare rate for non-indigent patients. Report to Board of Supervisors on the Proposed Ambulance Service Agreement 612112005 Between Contra Costa County and American Medical Response Page 6 (17) Other Contract Provisions Other contract provisions not summarized here are consistent with provisions of the existing AMR contract,the RFP, additional commitments made by AMR in the areas of personnel,professional training, quality assurance,disaster response,communications,EMS research,and community education and health improvement. The RFP,AMR Proposal and the AMR letter of February 9,2005 containing supplemental information and commitments are incorporated into the proposed ambulance service agreement. B. Status of AMR Ownership The AMR proposal was submitted by American Medical Response West, a California corporation doing business as American Medical Response. American Medical Response West is a wholly owned subsidiary of American Medical Response,Inc.,which,at the time of proposal submission,was a wholly owned subsidiary of Laidlaw International,Inc. Subsequent to the proposal submission,American Medical Response and its sister company EmCare were acquired by Onex Corporation, a Toronto-based diversified company with global operations in the service,manufacturing and technology industries. Onex shares trade on the Toronto Stock Exchange under the stock symbol OCX.SV. The ownership structure places AMR, Inc. and EmCare Holding, Inc.under the ownership of Emergency Medical Services,L.P.,a Delaware limited partnership funded through Onex Partners,L.P. and AMR/EmCare management. Ninety-seven percent ownership interest in Emergency Medical Services was funded by Onex and its limited partners. The transaction through which AMR was acquired did not involve any transfer of the stock or assets of American Medical Response West. As was the case prior to the transaction, all of the stock of American Medical Response West remains owned by American Medical Response,Inc. American Medical Response West continues to be the licensed ambulance service provider in the applicable jurisdiction(s) in which it operates,as it was before the transaction. Operations Management of American Medical Response West remains unchanged. C. Status of AMR Employee Representation Service Employees International Union(SEIU)Local 250 is the bargaining unit certified by the National Labor Relations Board(NLRB)for paramedics, EMT's,nurses and various support personnel employed by AMR in Contra Costa and most other northern California areas. On August 20,2004 SEIU formally advised American Medical Response(AMR)that SEIU had entered into a service agreement with the International Association of EMT's and Paramedics (IAEP)to handle administrative functions of the bargaining unit. The service agreement does not affect SEIU as the NLRB-certified bargaining unit. The National Emergency Medical Service Association(NEMSA)has made an effort to replace SEIU as the bargaining unit representing AMR employees in northern California. This effort has resulted in two elections the results of which have been formally disputed. The results of the most recent election held March 21,2005 are under appeal by SEIU to the NLRB. We do not have an estimate of when the NLRB will issue a ruling. 4 Q vv:.+y'• yti.#ir::.:r.,`is -Urytt' u �;�}1'i•�.\`F;.::2t•\£?77;a?F.'r.,.:k:�o-.{:,'a'..i �� O .+:.,.:+,..i#S�t- •,•:fix <;�"�:-'•>•.. i+fill:" O pay:r:}{o. :' :'•. ki:,<�«; ..4fK KS. 60%fas . •xo: y#'�$`�:.J:�.�,'{,:�(T•'£'�' w •{,'�; it O O 0 1 1 .i; �`:r}�iJ: C4 en ca x r} 9:6 E O O O K ay2tF'.,r3?6:: h:: :•": Cr it (n a3 1.r 1.r U.i O ''X--::i\i;.r Y':'$C;.'P.•';::.riti:::;h,+Vh' "ti. Vl VJ V/ w Fes. X. Jj`V+. „{JAS:,:',`\,i,.;:?.•i-':::{Y?3:':J:%Y yi:.:•LY^.''Y.::-•v:i.4<i�F}:�i.{r::}:iiii::':::::j: O x. .iii:.•.Zvi. :�tz'. ;T.N:.:;.::. _.. rA •C .K• .,:is jam'.:.,ti,,i w�. cc vr :t#}'J' hry••jny�2',vi'hf ':::•..':.# V/ O �:�'•;. Z. 'f''�'�•:`.•:{=Vii:; •id :.•fir-ti. °a•:i:?j.+'.•;aT,. .$t`Ci2'.�;:::: •� it �;-•• a:sus`:'.: U cc C ::::`nY{• S'�},44'S;i.."Mm; /q.iirnY;C"rn1:' ::`,�', .{:1:j...,. ::-(r,'i}•:Sin-0: 10. \�Id I1 :'.'$-•` iYQ}: yr-;'}rev ,:•• 'max. r'`{ti• ~;Y'k}::A'::;• X. co rA mw •yCYrs 40. MCI o ;.r:�:::::v:{:>:.>:.::::.: o >.. tet• YO 0 co ca Ly,Fi 4-b J ^• •V i.l}rn•::i:ir$i ti..::•.:i......-:~:: �/ U ^r �. !ice �. � •�.�. }.:;`:;r'::::;:::i#.; N 1 1 1 1 ►� U Fir W ^ U '34 GO U A Wcd 0 U O s_ ec ets ecs 'D 3 y CJ G� O O ee3 O O C C O O A cz cC rA 0-1 '^ V vj Lo N M v 1 U O Qs 1 C .r O O s= rEO L- ccs L a .� L M O C Z a 1 Q.1 t� n.o C o 0 v a� CJ E E u U E c O O '� ... U N � O O � O V b4 l� 3 as y o < r«>< 6s 6s w N d' v "O "C7 •p � C C E .... C M 1 1 C a� V � U C) ca C t4 O ro 03 cc$ C O 1•„ a� ,•_; c a CL a •• C C) a� w H +r o cG ed ed cm cd ^p L M O W1 W) to C L L .-. eG W .. 'o O E .. C U C N C % .00 \ L N O rr U >, b+9 C .D rA NE cc 1 1 1 1 1 V V V � O 1 1 1 1 � � O � ^ W O � •^� � '• 1 = �' N M � '• .Lwv" � .0 G =0 00 G� 00 0 O ON N N Q VC �U- uu° Z 1 J M 4.. O v:.y`;::.4:'.:'.•'`t,,;:`;'�.,'.'`,+;,>'••:: �+ id CCI :'max: R•\•^iii\...2:.: O.{.;� M. •`�` f...2iv'SZ•'�L. � it �V �w ca cd Cd cd 0 o a o 0 o aCal CIO C14 c o toto �- O cc O m O O O :•;YY[ts\:v4$tit� CIS U� CIS CIS V� EnCIS U CIS f..fi^ a.t•. >?e: AAP 'i�yp'. :��}:'.:�:c•. it YR Ni ca •�>>'. .>:.-hof. cisrp :i}:,,,5. "yam'',.:.}•?}y;::: ell ^ rA ¢ c S. K. p u .0 p 'T3 v �+ E O O y C y .0 O V y 0 O rA rA >�...'Y='*�'>>' C \ � y •p 4: p e� C a C �n .... C C°i ,.r bD �•- •cc O •.. C ca ••— �; to U Ebo u c� U tom•. vc CO to bo O C cn O 4� U G* an C O Q C c� O -C t� y .. 4. ,a O c� rn c� ul wi _ co 0 b4 .. O '� � OrCn to +U� co .a o U C ' C D rn y .a bU e.. v .. m O V L u .�C .0 L A a cd C '' O O .. C C C C 'fl C O p>3�`>:;«<>.;:>::;?:.�T;c`>'�<'.0 �U `O>,'•�' bOC yC Ld�pC, wC �O O yO > tiy.. O .� j i C" G+'' OvEA 'CQ LC u m U}�O U L. 40- 6 > +» 4.0 Q r 0 00 Ch 3w co Cd CL) CQOQ y ` r Va •2 o V oco a a 5 o � E 0.2 C rc0 G. O i. a m ... O M cr o.Ouj Va u V O Z A CO) >m � �. w Z W w t.:. u .- a M ..Y q. }. O L cc . t:v::r.: tkO syn }. �..+ e� •.•. ces Q! ':<:iiR;x -: > O C 0 +-+ cd .� C C O. O•, W '2 rt4 ` ¢ v C d0 C E 40. 0 604 ::. E c E N 'v f)o'$$. •c ice. V V V1 O .J: Or O O co U cc F •>:: � 0 V� C y 4-6 cc cd 0 4-s 0 CIO V i+ f: it B. is •J. ':i �� 40- L. Ow CIS 'a gg .,...:::::ter;.` .D UC*i.. 6. ar ^ :. ..r}; p 40-4 •:•'• .�" o •� as r•. .0 C4 0 60 '•fir{:•;iti.::/�-T}�n-v .y f•n1 2:::::-: a'Vr•acl Cd 0 cd all: ':ii Vis'.>.t.•'�' �: � •� � <::.::: 1.•: FI �`Y�??!fig;. •-}x Vy �'. r,� .... N tki 'c ^ •^ `. :::.< r.+ �s Cts 'v { E tUdp O �+ cz cd cc `'`::^.iii.-w.v:::?:.?::•.:. CO CD cc ijj;:;•::.3.t%;:ii>::iii:it. >'v:;Y:t i'S:•4'i�},%�::>ti is�L?i: •.^��. i to•:-.+.. � ^� .•�1•�. cz Q U Ncd "" N E E > > o .— o o � c E c E .c �,.., c� ,.. w >, o , rA—a 0 06 E0 enr4 E - V C O W S .^ C ed C �n E �E z �- � � � U L E v � Q � "d Q > CIO 0 U � v •• IN t� •• W H r O v O w U .': V Q" � t� V C •0 � ••• y0,,, O V G� O � Contra Costa County STANDARD CONTRACT Number 23-024-2 Standard Form L-1 (Purchase of Services-Long Form) Fund/Org # 7406 Revised 2002 Account # 2310 Other # 1. Contract Identification. Department: Health Services—Emergency Medical Services Subject: Emergency Ambulance Services(Emergency Response Area(s) 1 2 and 5 except for those portions of ERA 1 which are contained within the Moraga-Orinda Fire Protection District 2. Parties. The County of Contra Costa,California(County),f epa t named above,and the following named Contractor mutually agree and promise as follows: Contractor: AMERICAN MEDICAL RESPONSE : ` C. RICAN MEDICAL RESPONSE) Capacity: Corporation Address: 7575 Southfront Road, Live ` , Ca ni 0 J, 3. Term. The effective date of this -``ct is 1 a. n July 1 2005. It terminates on t 12:00 midnight on June 30 2010, unless r termina vided herein. 1iI 4. Payment Limit. :..... ty's total . AY:::nts t ntractor under this Contract shall not exceed $ Not AulAicabl : n4y 5. County's Obligations. .... shall to the Contractor those payments described in the Payment Provisions attached hereto ', r_e i "orated herein by reference,subject to all the terms and conditions contained or incorporated here ::: 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference,subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto,which are incorporated herein by reference. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Not Applicable L-1 (Page 1 of 2) • Contra Costa County STANDARD CO CT Number 23-024-24 Standard Form L-1 (Purchase of Services—Long Farm) Revised 2002 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Health and Safety Code Sections 1797 et seq.,California Government Code§§ 26227 and 31000 and all legal authorities cited in the attached HIPAA Business Associate Addendum, which is incorporated herein by reference. r;. .3 y, 10. Signatures. These signatures attest the parties' agreement he . ` COUNTY OF CONTRA COSTA BOARD OF SUPERVISORS Clerk Board of Supervisors By By / e OR 4. •r. ii Name of business entity Name of business entity AMERICAN MEDICAL RESPO I. _ ,. ST Y BA AMERICAN MEDICAL RESPONSE WEST, INC (DBA AMERICAN MEDICAL RESPO 'k::.,. k `v IFORNIA AMERICAN MEDICAL RESPONSE), A CALIFORNIA CORPORATION <<. CORPORATION By By (Signature of individual or officer) (Signature of individual or officer) (Print name and title A, if applicable) (Print name and title B, if applicable) Note to Contractor: For Corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be that of the president or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 1190 and Corporations Code Section 313). All signatures must be acknowledged as set forth on form L-2. L-1 (Page 2 of 2) Contra Costa County APPROVALS/ACKNOWLEDGMENTS Standard Form L-2 (Purchase of Services—Long Form) Revised 2002 Number 23-024-24 APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: By Designee k. Deputy •f. .w APPROVED: COUNTY ADMINIS_r.:: Rf : BY s, .yew Desi �{+ k}•: NT •jj V.- .V� A ED( } . STATE OF CALIFORNIA ) s i4. k.. COUNTY OF CON A {y Ons` ryb e me, {... .......... (insert name and title of the o i :.`..erson :appeared .t personally known to me (or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. WITNESS MY HAND AND OFFICIAL SEAL (Seal) Signature ACKNOWLEDGMENT(by Corporation,Partnership,or Individual) (Civil Code§1189) L-2 (Page 1 of 1) Contra Costa County SERVICE PLAN Standard Form L,3 Number 24-024-24- Revised 2002 I. SERVICE ACTIVITIES. Contractor shall provide ambulance services, subject to all the terms and conditions contained or incorporated herein, and subject to Contractor's proposal dated November 4,2004, and Contractor's"Supplemental Information and Commitment"dated February 9,2005 ("Contractor's Proposal"), which are on file with County's Emergency Medical Services Agency located at 1340 Arnold Drive, Suite 126, Martinez, CA and incorporated herein by reference, except that in the case of any conflicting provisions,the provisions contained in the Service Plan, Special Conditions, General Conditions, and Exhibits shall prevail. Such services shall be provided in accordance with the requirements.of j i%.... Ithand Safety Code Sections 1797 et seq.,Division 48 of the Contra Costa County Ordinance Code,...'' ons promulgated thereunder, ments or revisions thereof. I ices hereunder,Contractor and in accordance with any amend shall work cooperatively with County's Health Services Director e-Emergency Medical Services Agency Director(also referred to herein as "Contract Ma .;k-""A A. Scope of Service. I Contractor shall provide ewer ency rvices, uested by the County's 9 designated public safety dispatch center(s), in Countyifie- cy nse Areas(ERA) 1,2 and 5 except for those portions of ERA I contained within. ..'Mo Fire Protection District("Service d- e ergency Response Areas of Area"). Emergency ambulance ERAs are del* e Emergency Medical Services Agency Contra Costa County", as amended,which is e in the ice of and Clerk of the Board of Supervisors. 2. Contracto ---.,..e am ....e services quested by Contra Costa Health Services for transport of patients r 1 es. B. Basic Se s. In conside . .... the s referral to Contractor of emergency ambulance ollowing services: service requests or, 2 in the Service :..,Co r shall perform the f 1. Contrac 11 provide em cy ambulance services,without interruption,24 hours per day, 7 days per week, 52 er year,f e full term of this Contract,without regard to the patient's race,color,national origin,r s a n,age, sex,or ability to pay. 2. Services outlineiactor's Proposal. Contract Manager may authorize a delay in implementation of certain contract m. ifications for up to ninety(90)days from Contract execution. 3. Contractor shall provide 24 hours per day/7 days per week, at no cost to the County,four (4)paramedic quick response vehicles (QRV's), staffed with at least one paramedic to be located in areas of the County and at locations approved by Contract Manager. County will use its best efforts to help identify locations for basing QRV's in the designated service areas. If Contractor and County are unable to identify a suitable location for basing a QRV,County may request and Contractor shall provide additional services or resources equivalent to the cost of providing the QRV. H. CLINICAL AND EMPLOYEE PERFORMANCE STANDARDS. A. Continuous Qualitv Improvement Program. 1. Contractor shall maintain a comprehensive continuous quality improvement(CQI)program approved by Contract Manager and consistent with County's CQI program.Contractor shall not modify its approved CQI program without prior approval by Contract Manager. Initials: Contractor County Dept. L-3 (Page 1 of 2 1) Contra Costa County SERVICE PLAN Standard Form L-3 Number 24-024-24-- Revised 2002 2. Oualitylm rovement Processes. a. Contractor's clinical quality improvement(CQI)program shall provide an organized, coordinated,multidisciplinary approach to the assessment of pre-hospital emergency medical response and patient care. Contractor's involvement will require at a minimum those activities included in Exhibit A, attached hereto and incorporated herein by this reference. b. Contractor agrees that Contractor's Medical Director and clinical quality improvement staff will have high levels of interaction and collaborative involvement with the County's EMS Medical Director and quality improvement staff. C. Contractor's system-wide quality and pe c e i rovement programs shall incorporate all activities and components delineated in its Pr 3. Clinical Qualitv Im rovement W01)Staff m ,..retractor shall provide CQI Staff to coordinate andprovide Contractor's CQI activities. C d responsibilities as described in Contractor's Proposal shall include: a. Aphysician Medical Director. The Medical D shall gularly with the EMS Medical Director andparticipate in County qualityent a v: s. b. A full time Registered Nurse C, I an wased inbra Costa County and reportinp,directly to Contractor's Director of Operati for C to Couity,to direct Contractors internal and system-integrated CQI activities. c. A full time EMS Epid lyst,who shall be made available to 91 C al D work directly with the County and the E ical Dire analyze,and report system wide W clinical performance data as s ecl by d* A anon ologist who shall be responsible for maintaining functionality of Co electroni t C Tting system. e. 11 time Clinic cation ialist(CES)Paramedic Coordinator to perform assigned CQI actio time Paramedi la i raming Coordinator to develop and conduct required training programs for pre • personne A e CES r. 9 h. A mini (80)compensated hours per month for Field Training Officers (FTC's)to oversee the training an 0,11uatian of new employees and to provide critical CQI function. i. A minim o twenty(20)additional compensated hours per month for experienced field personnel to act as Peer Field Coaches. 4. IntMratedOual Leadership Council. Contractor shall implement and coordinate an Integrated Quality Leadership Council to identify, evaluate and recommend solutions to common issues related to an integrated EMS response.The Council shall include representatives from fire agencies providing paramedic service within Contractor's service area. 5. Coordination of Data Gathering and Quality Improvement Efforts. Contractor shall endeavor to identify and support implementation of a technological tool to fully integrate electronic records and alignment of data sets system wide, in cooperation with the County and fire services. Full integration shall be capable of the following within the Service Area: a. Allow for quantitative reporting of overall clinical performance,which can be tied to providing integrated EMS system patient care solutions,training and community prevention, meaningful data comparison and greater collaborative research opportunities. b. Provide real-time data to fire agencies for use in fire CQI activities. Initials: Contractor County Dept. L-3 (Page 2 of 2 1) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 6. Clinical and Operational Benchmarking and Research. Contractor shall use benchmarking of Key Clinical Indicators (KCI)and Key Performance Indicators (KPI) as tools for measuring Contractor's performance. In addition Contractor shall: a. Use benchmarking along with other QI tools to evaluate and set goals for improving the clinical and non-clinical performance of Contractor's personnel. Benchmarking and Key Performance and Clinical Indicators to be used at a minimum are identified in Exhibit A. Contractor shall provide periodic reports detailing progress in those items according to a schedule approved by Contract Manager. b. Provide data developed through Contractor's CQI process to the EMS Agency for use in evaluating EMS system performance and in setting system i vement goals. C. Incorporate any County approved benc ki "developed during the Contract period into Contractor's CQI process. d. Initiate and actively participate in pre h sea .::oj ects. B. Personnel. I. Credentials.All of Contractor's ambulan .rsonne��R. . ...nding to emergency medical requests shall be currently and appropriately credential :z... a. Contractor shall retain on file l time.. of al i rrent and valid licenses certifications, and/or accreditations of all emergency r.-:dica so :: rforming services under this Contract. b. Contractor shall be r.. sible for g all ambulance personnel are currently credentialed at all times when assigned to a ambul S. C. Co ... rovi my with a ist of Contractors currently employed paramedics and EMT-I shall u at li never a paramedic or EMT-I leaves or enters Contractor's employ personnel lis incl =z a minimum,the name, address, telephone number, CPR expiration d `` "ther personnel req ents i entified in Contractor's Proposal, and California Driver's License nu each person on list. For each paramedic, the list shall also include the paramedic's California W. h F edic license xpiration date and ACLS, PEPP, and BTLS (or PHTLS expiration dates. ::r± 2. Paramedic ........::. u...... ... alifications. Contractor's paramedic personnel assigned to provide paramedic service under :.::1 ;: "ntract must meet the following minimum qualifications: a. Currently licensed as a paramedic in the State of California. b. Currently accredited as a paramedic in Contra Costa County. C. Currently certified in Advanced Cardiac Life Support(ACLS) according to the American Heart Association. d. Currently certified in Basic Trauma Life Support(BTLS) according to the American College of Emergency Physicians, or, in Prehospital Trauma Life Support(PHTLS) according to the American College of Surgeons except that new paramedic employees assigned to work with a currently BTLS or PHTLS certified partner may have up to three (3)months to obtain said certification. e. Currently certified in Pediatric Education for Prehospital Professionals (PEPP), except that new paramedic employees assigned to work with a currently PEPP certified partner may have up to three (3)months to obtain said certification. f. Currently certified in cardiopulmonary resuscitation(CPR) equivalent to the current American Heart Association's Guidelines for Cardiopulmonary Resuscitation and Emergency Cardiovascular Care at the Healthcare Provider level and automatic electronic defibrillator utilization. Initials: Contractor County Dept. L-3 (Page 3 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 g. Current State of California driver's license, ambulance driver's license,and a Medical Examiner certificate. h. Currently certified as an emergency vehicle operator according to the Emergency Vehicle Operator Course (EVOC) or equivalent training or equivalent training. 3. Emergency Medical Technician-I(EMT-1)Minimum Qualifications. Contractor's EMT-I personnel assigned to provide EMT-I service under this Contract must meet the following minimum qualifications: a. Currently certified as an EMT-I in the State of_California. b. Current State of California driver's license:. a: la a driver's license,and a Medical Examiner certificate. C. Currently certified in cardiopulmona `usc' ,:i'�, ; .PR) equivalent to the American Heart Association's Guidelines 2000 for Cardiopul esu 'on and Emergency Cardiovascular Care at the Healthcare Provider level and auto ectroni r' ;:.or utilization. d. Currently certified as an emergency vehic e o or acco 11. the Emergency Vehicle Operator Course (EVOC)or equivalent trainingvalent = 4.{ g 4. Company Orientations and On-Go.':' re mess. a. Contractor shall orient all fiel; :: rso ssi in.. them to respond to �. � g p emergency medical requests. Such orientatio41L i A= de mini ontractor's policies and procedures;EMS system overview;EMS polnd pro sures; r communications;map reading skills including key landmarks,routes to hospi "I other ma' N ce' facilities within the county and in surrounding areas;and ambul µ d equi utilizatio intenance. b. Cotion am shall include field training and evaluation by Contractor's Field Tra' fficers .Th -training component of Contractor's orientation shall be a minimum of se . ;: two (72)hours rame ry: nd forty-eight(48)hours for EMT-I's. Co Field S ... `A:..' ion.Contractor s ;,;_provide within County three Field Supervisors,one Field Supervisor on-duty in - ea of the coup $; est,east,and central)providing 24-hour coverage, 7 days a week. The Field Supervis 11 be autho..-. .;: to act on behalf of the Contractor in all field operational matters. y:: D. Leadership and Su ......A`....::. I raininiz. Contractor shall provide,at no cost to the employee: 1. Educational, developmental and informational courses and materials to assist interested employees selected by Contractor in preparing themselves to successfully compete for promotions or other internal work opportunities. 2. On-going training and development programs for Contractor's managers and supervisors. E. Quality Improvement Hotline. Contractor shall establish a QI Hotline giving customers and system participants the ability to leave commendations or suggestions for service improvements on a voice mailbox. The hotline number will be publicized at local healthcare facilities, First Responder stations, and public safety agencies. Members of the Contractor's QI/Leadership Team are to be automatically notified via pager of any incoming calls. Incidents that require feedback are to be attended to by the end of the next business day. F. Confidentiality and HIPAA. Both County and Contractor agree to take appropriate steps to maintain confidentiality of patient data used in quality improvement processes. Both County and Contractor agree to comply with requirements of State and federal law, including the requirements of the Health Insurance Portability and Accountability Act(HIPAA)of 1996,as applicable. Initials: Contractor County Dept. L-3 (Page 4 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 G. Co tinuina Education (CE)Proeram Requirements. Contractor shall establish a regional EMS training program within the County. Through this program, Contractor shall provide a full spectrum of continuing education opportunities to both Contractor's and Fire Service personnel,as specified further in section VILD., below, including ACLS,PHTLS, and PEPP. Contractor's CE shall include the use of performance and outcome indicators. 1. Training programs designed to meet County contract requirements for paramedics and other educational programs shall include those requirements listed in Exhibit B,attached hereto and incorporated herein by this reference. 2. Contractor's training program may include phy jci.1. -Yed internet based CE. 3. Contractor shall assureprogram content me go .1 nation requirements for Contra Costa County and the State of California licensure/certificati, L"'. 4. Contractor shall work with fire service agency on Northern California k, l Training Institute (NCTI) staff to accredit Contractor's persol ire Se el as instructors for the various class offerings at NCTI. Contractor will remunerate t' : ° 'nstrruuc their agencies as may be agreed. H. Character Comp tence and Profession of net. I Contractor shall require profes.sio kand rte duct and appearance at all times from Contractor's employees. Contractor a res d co y occasional departure from this standard of conduct. LF 2. Contractor s sure f Contra ployees in the performance of their work are competent and hold e li s and permits in their respective professions and shall conduct a criminal recd ck be 0 g ne loyees. I. ALS A ante Services A itatio ithin fourteen (14) months of the beginning of the Term of this Co Contractor shall n Accreditation as an"ALS Ambulance Service"through the Commission on A ion of Ambu. ie Services(CAAS) or comparable organization. Contractor shall maintain its accredi rougho -term.of this Contract. J. Diversily Aware ....... ... ........ I Contractor sha and enforce policies and practices to assure equal employment opportunity. 2. Contractor shall participate along with the County in the development of a cultural- competency training program and materials for emergency responders. Contractor shall assure employees possess culturally appropriate skills when interacting with the diverse County population. K. Work Schedules and Human Resource Issues. Contractor shall: I. Conduct employment matters with its employees including managing personnel and resources fairly and effectively in a manner that ensures compliance with this Contract. 2. Fulfill all employee commitments as set forth in Contractor's Proposal and Supplemental Information and Commitment. 111. OPERATIONS PERFORMANCE STANDARDS. A. Emergent Response Zones(ERZ's).For ambulance staffing and response time monitoring, reporting and compliance purposes the Service Area has been divided into five (5)ERZ's.Exhibit H, attached hereto and incorporated herein by this reference, illustrates the following ERZs: Initials: Contractor County Dept. L-3 (Page 5 of 2 1) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 1. ERZ A: The territory of the City of Richmond. 2. ERZ B: The territories of the City of El Cerrito,Kensington Fire Protection District, City of Pinole, Rodeo-Hercules Fire Protection District, Crockett-Carquinez Fire Protection District, and that portion of the Contra Costa County Fire Protection District covering San Pablo,El Sobrante,North Richmond,and other areas of western Contra Costa County. 3. ERZ C: That portion of the territory of Contra Costa County Fire Protection District covering Concord, Clayton, Lafayette,Martinez,Pleasant Hill,and other areas of central Contra Costa County. 4. ERZ D: That portion of the territory of Contra :. ``, Fire Protection District covering Antioch, Oakley,Pittsburg,Bay Point,and other are .:' . . eas" ..a Costa County. 5. ERZ E: The territory of the East Contra Cos ?+ `.i .tection District. B. Ambulance Staffing/Personnel Preparation. . .t 1. Ambulance Staffing. Subject to Sectio belo _ ambulances providing emergency ambulance services under this Contract sh. :.` + '` and e d to provide advanced life support(ALS)care. A paramedic shall be the prim " 'aregi A:; ;, 11 pati s, emergent and non- emergent, and shall accompany patients in the back.. ...he a la :_accordance with current EMS policy. a. ERZ A: Contractor :_"staff am nces ..:i gned to provide coverage in ERZ A with a minimum of two (2)paramedics. In ::vent that dispatches an ambulance staffed with only a single paramedic to .locat .'thin ERZ ;Contractor shall immediately respond with M, p a second paramedic to :_ }" cident :.$"ll re County as"arrival on scene time"the arrival time of the second paramedi '$ tt b x RZ B: Contractor , :: 1 initia staff ambulances with a minimum of two (2) paramedics, but, sub A. the approval of ontract Manager, may phase in one(1)paramedic and one (1)EMT-I staffing as 1 .A .e agencies tr ion to paramedic staffing. C. E d D: C 'ctor may staff ambulances with a minimum of one(1) paramedic and one (1) EMT o Y. o requests originating in ERZ's C and D. d. ERZ E: or shall staff ambulances primarily assigned to ERZ E with a minimum of two (2)paramedics foiresponses to requests originating in ERZ E. 2. Contractor may send Basic Life Support(BLS)units staffed with two(2)EMT's to requests for multi-unit response and to any calls in which a County designated Communications Center determines BLS response is appropriate according to emergency medical dispatch protocols and procedures approved by County. 3. At Contractor's sole option, the requirement for EMT staffing levels on any or all units may be enhanced to higher levels of training without additional obligation of the County. C. Response Time Performance Standards. Contractor's response time on requests for paramedic emergency medical service originating from within Contractor's service area shall meet the response time standard as measured within any consecutive thirty(30)day period. 1. Potentially Life Threatening Emergency Response. (Priority 1 -Currently dispatched as Code 3).When contacted by a County designated Communications Center,Contractor shall respond paramedic ambulances to potentially life threatening emergency ambulance requests originating within Contractors areas of responsibility with maximum response times as follows: Initials: Contractor County Dept. L-3 (Page 6 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 a. Ten minutes and zero seconds(10:00)to calls originating in ERZ A, except for rural- designated areas as set forth in Exhibit C. b. Eleven minutes forty-five seconds(11:45)to calls originating in ERZ's B, C,D, and E, except for rural-designated areas as set forth in Exhibit C. C. Sixteen minutes forty-five seconds (16:45)to calls in rural-designated areas of Bethel Island and Discovery Bay.A map of these areas is attached hereto as Exhibit I and incorporated herein by this reference. d. Twenty minutes and zero seconds(20:00)to calls within other rural designated areas as set forth in Exhibit C. °+ e. If County requires Contractor to positio. e l . within ERZ E, Contractor shall respond either by ambulance or QRV within ten minutes and :.sect .._,_F :-00)to calls originating in non- rural designated areas of ERZ E. y s 1. 2. Non-Life Threatening EmerLyency Response.(Pri "4 't -To be }ed by mutual agreement between Contractor and County). Contractor :ond a p rdic ambulance to non-life threatening Priority 2 emergency ambulance requests e v ` j Coun F`:u.:ignated Communications Center with a maximum response time of fifteen mi :Ys and h : ds(1 '. 0) in designated urban/suburban areas and a maximum response e i nut`i:.. ero seconds 30:00 in designated rural areas,and shall immediately notify the i Ispa .'"gency to response time will exceed the maximums set forth herein. + fi 3. Non-Enver x es on :'ority 3 - dispatched as Code 2). Contractor shall respond a paramedic amb -em ambulance requests received from a County designated Communications Cent x v a maxim pon of thirty minutes and zero seconds (30:00)in designated urban/su: n areas and a m . .:.um re +a time of forty-five minutes and zero seconds r. (45:00) in designate" 1 areas, and shall ediately"notify the County dispatch agency if the response time will exceed the s set forth he 4. Res on '. a Calcula Response times shall be c time call is p calculated from the ti received, as defined in a. beaI ,ntil C .` ctor's ambulance arrives on scene, as defined in b. below,or is is cancelled by a County desi unications Center. a. Time Call .,`.t: ived. For all requests for service,the "time call received" shall be the moment Contractor's Medical Communications Center has received(either by telephone or computer data link)both sufficient location information to know a response is required and sufficient information to determine the presumptive run priority designation, or thirty(30) seconds after the call is transferred from County designated Communications Center,whichever is earlier. b. Arrival On-scene Time. Arrival on-scene time shall mean the moment an ambulance crew notifies Contractor's Communications Center that it is fully stopped at the location where the ambulance shall be parked while the crew exits to approach the patient. i. In situations where the ambulance has responded to a location other than the scene(e.g. staging areas for hazardous materials/violent crime incidents,non-secured scenes, or wilderness locations),arrival at scene shall be the time the ambulance arrives at the designated staging location or nearest public road access point to the patient's location. ii. Contract Manager may require Contractor to log time "Patient Contacted"for medical research purposes. However, arrival time for patient contact intervals shall not be considered part of the contractually stipulated Response Time. Initials: Contractor County Dept. L-3 (Page 7 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 C. Failure to Report Arrival On-scene Time. In instances when ambulances fail to report an "on scene"time,the time of the next communication with that ambulance shall be used as the "at scene"time. However, Contractor may be able to document the actual arrival time through another means (e.g. First Responder,AVL, communications tapes/logs, etc.) so long as an auditable report is produced. d. Upgrades. If an assignment is upgraded prior to arrival on scene of emergency ambulance, (e.g. from priority 2 to priority 1), Contractor's compliance and penalties shall be calculated based on the shorter of: i. Time elapsed from call receipt to time of upgrade plus the higher priority Response Time Standard; or ii. The lower priority Response Tim e. Downgrades. If a call is downgr pri ' ival on scene of emergency ambulance, (e.g. from Priority 1 to Priority 2), Contractor's .Y` ce ;:. nalties shall be determined as follows: t.. t i. If the time of the downgrade occurs r..v. the am :.; `�e has exceeded the higher priority Response Time Standard,the more strip f: ""=:..:µJ er pri :A Y`` tandard will apply;or, il. If the time of the down o .:µ::y:-'beforebulance has exceeded the higher priority Response Time Standard, the less ;;n ent ion vial apply. In all such cases p p � ;, g ty documentation must be presented for validatio of v:rea r"whiority status was downgraded. If the downgrade was justified in the sole discr ::' ±'1 o 'e act Hier,the longer standard will apply. f. Reassignment En... : :.. e. If an Cr e 'ambulance is reassigned en route or turned around prior to arrival a scene A e ambula4ij '"h.' '" to respond to a higher priority request), compliance and penaltie :Y }.date :A d on the Response Time Standard applicable to the assigned priority of A " al resp v ::.The :xise time clock will not stop until the arrival of an emergency ambulan rt: the scene from x.. h the ±:: lance was diverted. g:` .,�ncelled Calls. I mergency ambulance is cancelled on an assignment prior to arrival on the scene,' ctor's complia°. . and penalties will be calculated based on the elapsed time . p from receipt of call to th ::::: :the call was: .�.:;celled. S, ,tC:i• �� Z,. 5. Rural Zone `int.At intervals of not less than once eve three r every years, County will evaluate the call density chap s' : 'ccurring within each zone. Should the call density of any significant contiguous area within the rural zone become equal to or eater than the call density to the adjacent q �' ty J urban/suburban zone,then that area will be considered urban/suburban for response time compliance upon the next anniversary date of the Contract.Response time compliance changes pursuant to this section will be modified by readjusting the then current map defining the rural zones. D. Response Time Exceptions. In the calculation of Contractor's performance to determine compliance with the response time standards, every emergency request from a County designated Communications Center originating from within Contractor's assigned Emergency Response Zones shall be included except as follows: 1. Multivle Responses. In case of a multiple-response incident (i.e., where more than one ambulance is sent to the same incident), only the response time of the first arriving paramedic ambulance shall be counted. 2. Responses During a Multicasualty Incident or Disaster. The response time requirements may be suspended during a declared multicasualty incident or disaster within the County, or during a Initials: Contractor County Dept. L-3 (Page 8 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 declared disaster in a neighboring jurisdiction to which ambulance aid is being provided as requested by County, when Contract Manager determines that said event has had a material impact on availability of Contractor's resources. 3. Good Cause. Under the Direction of the Health Services Department Director,the Contract Manager may allow exceptions to response time requirements for good cause at the Contract Manager's sole discretion. At a minimum,the asserted ground(s) for exception must have been a substantial factor in producing a particular excess response time and Contractor must have demonstrated a good faith effort to respond to the call(s). Good cause for an exception may include, but is not limited to, incorrect or inaccurate dispatch information received from County designated Q' . .munications Center, disrupted voice or data radio transmission; mobile data terminal failure;mate Y: ispatch location; computer aided dispatch failure; unavoidable telephone communicatio ilure•. : ..:: *....ity to locate address due to non-existent address; inability to locate patient due toatient 'th :e; delays caused b traffic p � Y Y secondary to the incident; unavoidable delays caused by road c . ::.ction or e t weather, e.g., fog; unavoidable delays caused by trains; delays resulting from dep A. esourc -.,. y ;"sult of County- authorized ..$.mutual aid; delays resulting from depletion of : .urces a It of hospital emergency department diversion or trauma center bypass; and del r. from ¢:. �. ad locations. .w E. Application for Except_. It is Contra s res . to a - to Contract Manager for an p .�.._ pP�' g exception to a required response time. 1. Exce tion R quest Proc request,For ` resp h. a time exemption Contractor shall submit detailed documentation to v:t Manag d {ee) in writing within ten (10) business days following the incident act IT shall n H.ontractor of granting or denial of said exception request within s da eceipt of request. 2. Equi *f: failure, tr . nge of caused by the incident, ambulance failure, Contractor dispatc:{. : ` or, or other caus emed e within Contractor's control or awareness shall not be grounds to gran ... :.ception to compli with the Resp onse Time Standard. F. Penal forto Comply.. ..f.. . Response Time Re uirements. Penalties as set forth in a Exhibit D will be applied .Contract s to meet the response time standards established in III.C, in at least ninety percent(90.0%) w': #any priority category within any ERZ except for Priority I calls in ERZ A,where penalties shall contractor fails to meet response time standards in at least ninety- five percent(95%)of calls.Penaltie= `ay be assessed for failure to meet the response time standards in an 30-day period. No penalty will be assessed for any day included in a 30-day period for-which penalties have already been assessed. G. Documentation of Response Times. Contractor shall document all times necessary to determine total ambulance response time, including but not limited to time call received by Contractor; time location verified; time ambulance crew assigned; time en route to scene; if cancelled en route, time cancelled prior to arrival on scene; arrival at scene time; time en route to hospital; and arrival at hospital time. All times shall be recorded on a Patient Care Report Form (PCR) and automatically documented in Contractor's computer aided dispatch system. H. Response Time Performance Report. Within ten (10)working days following the end of each month, Contractor shall document and report response time performance to Contract Manager in writing, in a manner specified by the Contract Manager. Initials: Contractor County Dept. L-3 (Page 9 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 1. Contractor shall use response time data in an on-going manner to evaluate Contractor's performance and compliance with response time standards in an effort to continually improve its response time performance levels. 2. Contractor shall identify the causes of failures of performance, and shall document efforts to eliminate these problems on an on-going basis. I. Phase In of Penalty Provisions. 1. Imposition of the penalties for Priority 1 paramedic ambulance responses will be effective the first day of the term of the Contract. 2. The imposition ofpenalties for Priority 2 or P ' dic ambulance responses will take effect when ALL of the County designated Communicati. N Cen atching Contractor's ambulances have implemented policies and procedures appro tra ager for identifying Priority 2 and Priority 3 ambulance responses and have success mons is _ . ability for three consecutive months. J. Penalty Disputes. Contractor may appeal to Marrwriting within ten(10)working days of receipt of notification,the imposition of any p. - o ding :.'s penalty calculations. K. Work and Services. Contractor shall co ' :ly wi $_ 1 'able Federal, State and local laws and regulations, and County EMS policies,pre . u n `tocoL. Paramedic uick Res onse V RV' 1. Countyshall ontract s s ecifi obit E attached hereto and p incorporated herein by this reference, a . =:;uick �:. nse Vehicle" for any additional County-authorized QRV's over the four ired in I., is Services". 2. If act Manager dete Y:es tha x er than four(4)QRV's are necessary,County and x Contractor shall m %..:..agree to the prove by Contractor of an equivalent dollar amount of substitute services of comparabl consistent wi licable State and Federal laws and regulations. 3. Contract VN:; 1 not bill atient for services that do not result in a transport. r. M. Initial Deployme actor shall staff and deploy a minimum of six hundred seventy- .~--...: ....:.. .. two (672)QRV unit hours per we Y{ e term of this Contract. Contractor shall staff and deploy a minimum of four thousand,twenty- �'._. r(4,024)paramedic ambulance unit hours per week throughout the term of this Contract. Compliance with this provision shall be measured monthly. Contractor shall maintain on file with County a current deployment plan specifying ambulance post locations by time of the day and day of the week. Contractor shall provide County a monthly report specifying deviations from the deployment plan on file.Contractor acknowledges and agrees with the goals of the EMS system to achieve the response time standards specified herein and to achieve timely responses in each community served. Contractor shall therefore endeavor to deploy ambulance resources in a manner consistent with this goal. N. Stand-by.Contractor shall provide, at no charge to County or requesting agency, stand-by services at the scene of an emergency incident within its service area when directed by a County designated Communications Center. A unit placed on stand-by shall be dedicated to the incident for which it has been placed on stand-by. Contract Manager must approve stand-by periods exceeding eight(S)hours in advance. Contractor shall immediately notify requesting agency Incident Commander when a Stand-by exceeding one- hour may limit Contractor's ability to meet response time standards for the impacted ERZ and shall notify Contract Manager in writing by the following business day. Initials: Contractor County Dept. L-3 (Page 10 of 21) Contra Costa County SERVICE PLAN Standard Form L3 Revised 2002 Number—24-024-24 0. 'Disaster Transport Units. Contractor shall acquire,insure,maintain,fully stock,equip and deploy six(6)reserve transport-capable vehicles to be staffed by Fire Agency personnel in pre-defined and urgent situations. These resources shall be placed in locations determined by the Contract Manager and in accordance with Contractor's Proposal. Contract Manager may direct Contractor to provide equivalent value to the County consistent with applicable State and Federal laws and regulations in lieu of said reserve ambulances as identified in Exhibit E. County and Contractor will work to establish locations for units, and policies and procedures for use. IV. AMBULANCE VE1HCLES AND EQUIPMENT. A. Vehicles.Ambulance vehicles shall meet the stand = I, California Code of Regulations. 1. All ambulances used by Contractor as frontli ce .."..e provision of ALS services under this Contract shall be Type III modular ambulanrn% i ..F .... 20 Frontline ambulances shall not exceed 195,000 mile e Chas In . 3. Contract Manner may authorize a del - ..ying ehicles for up to six(6)months if,in hisjudgment,the time extension will facilitate anc%e h by designated Communications Center. B. Vehicle Mar 1. Ambulance vehicles use viding c s es shall bear the markings"Contra Costa County Emergency Medical Service least fou etters,on both sides. Such vehicles shall "Par display the "911 emergen um ,state "Par e ic Unit",on both sides. 2. Amb . vehicles em o identify the company name,but shall not display any telephone number o 911 or any dve nt. 3. esign,color,and ."...Ting are subject to the approval of the Contract Manager. C. Vehicle Ma kance. Contract all maintain its vehicles in a good working order,consistent with the manufacturer's spy 4 1. ..tions.In ion, detailed records shall be maintained as to work performed, costs related to repairs,and 0 0 air costs analyses where appropriate. Repairs shall be -ns in vehicle accomplished and systems shall ined so as to achieve at least the industry non performance and reliability. D. General Equipment. 1. All of Contractor's ambulances shall carry all emergency supplies and equipment identified in the County Ambulance Equipment and Supply list on file at the EMS Agency, 1340 Arnold Drive, Suite 126 Martinez, CA. In addition, Contractor shall provide all equipment identified in Contractor's Proposal,as approved by the Contract Manager. 2. Contractor shall maintain its vehicles, equipment, and supplies in a clean, sanitary, and safe mechanical condition at all times. 3. Contractor agrees that equipment and supply requirements may be changed with the 4. approval of Contract Manager due to changes in technology. E. Failure,,to Meet Minimum In-Service Equipment and Supply Requirements. County may inspect Contractor's ambulances at any time,without prior notice. Any ambulances that fail to meet the minimum in-service requirements contained in the County Ambulance Equipment and Supply list as determined by County may: Initials: Contractor County Dept. L-3 (Page 11 of 2 1) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number__ 24-024-24 1. Immediately be removed from service until the deficiency is corrected if the missing item is deemed a critical omission. 2. Subject Contractor to a per-incident penalty as described in Exhibit D. 3. The foregoing shall not preclude dispatch of the nearest available ambulance even though not fully equipped, in response to a life threatening emergency so long as another appropriately equipped ambulance of at least equal level of service is also dispatched to the scene. County may adopt protocols governing provisional dispatch of ambulances not in compliance with minimum in-service requirements and Contractor shall comply with these protocols. F. Equipment Exchange and Replacement. ...w v 1. Contractor shall maintain inventory control qui aintenance systems which keep the ambulance fleet fully stocked with quality equipment in gog t all times. 2. Contractor's plan for replacement of expendab.. ent a li .shall be self- sufficient and shall not rely on receiving hospital stock or billing 'e less a in writingb Y receiving hospitals. V. CO CATIONS E UIPMENT AND DISP " A. Dispatch Center. Contractor shall opera disp } c `.sand maintain all equipment and software(fixed,mobile, linkages)necessary to }.ei q for e cy ambulance services made by County designated Communications Centers. .t. actor s be ca "le of receiving replying and to such requests for emergency ambulance servic :.oice and g P inka a as specified in the current .s _ version of the County Messa issio ork(M lard, which is incorporated herein by reference.A copy of the ` F on i e EMS Agency, 1340 Arnold Drive, Suite 126, Martinez, CA. Contra . ispatch ce all b` ..ble of dispatching all ambulance units used to provide services pu. . ::: to this Contract. 1. Co {4:n. :A::.l r shall pay for all± rfaces to its computer equipment,connectivity costs, and for hardware at Contractor . }{atch facility. .`Sid` 2. County s °: respons' or hardware and software at County site(s). 3. County shallosts upon Contractor for new dispatch system features not .y��. p Y identified in the Request for Prop :.± _ fed September 7,2004,without Contractor's agreement. B. Dispatch Center Alternative. Paragraph V.A., above,not withstanding, Contract Manager may Y approve arrangements for a County designated Communications Center to dispatch Contractor's paramedic ambulances within County. County shall not establish new dispatch requirements that impose an additional cost to Contractor without Contractor's agreement to a cost recovery mechanism. C. Dispatcher Preparedness. Contractor shall adequately train and prepare emergency ambulance dispatchers to process emergency medical requests for service. Said dispatchers shall be given a company orientation as well as a thorough orientation to the County EMS system before being assigned to operate as part of Contractor's ambulance dispatch system. D. Dispatch Evaluation. Contractor shall implement an on-going program for the evaluation of dispatch operations, education and training of dispatchers,and problem identification and resolution. E. Ambulance Communication Eguipment. Contractor is responsible for the communications equipment on ambulances and supervisory units used in performance of services to County. 1. Contractor shall equip all ambulances and supervisory vehicles with radio equipment for Initials: Contractor County Dept. L-3 (Page 12 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 communications with Contractor's dispatch center on Contractor's radio channels. 2. Contractor shall equip all supervisory vehicles with radio equipment suitable for operation on the CALCOR.D California On-Scene Emergency Coordination Radio System and shall maintain a cache of 10 portable CALCORD radios with vehicle chargers ready at all times for immediate deployment on ambulance units that may be used for mutual aid. Contractor shall also equip all supervisory units and the operations center with satellite telephones to allow for uninterrupted ability to communicate with designated agencies in the event of a critical system failure or catastrophic event. 3. Contractor shall equip all ambulances and supervisory vehicles with 4-channel radios for communication on County's MEDARS radios stem and with cef tY y flu le ones for ambulance to base hospital communications. County shall provide to Contractor :..A:.o =limaY supply su 1 in accordance with County Communications' specifications, additional two-wa : :icul. r, ble radio equipment for . :. communications with fire or other emergency response agenc ollo : £`:.,..terms shall apply to all radio equipment used for communications on County fre uenc' a. Radio frequencies and communications h q ations equip rovide e County may only be used for emergency medical response within Contra :},: :houn the terms of this Contract or as directed by a County designated Communications Ce_:.'y..:.v ter plian h policies and protocols established by County. Y" b. County shall designate radio f ue :, for #` : : ose of communications with. �. th a County designated Communications Center h r amb :. :ce-to- dal communications. P c. Communications a:.}.A:. :ent used p A ce-to-hos ital communications shall be a. configured so that personnel .. rove � N: atient car :' t'.. t Ie to directly communicate with base or receiving hospital staff a d. oved radio A men t :,,be installed in conformance with existing Coun tY policies prior to as.. "ent of a vehicle .emerg ~ r response area. Installations and removals will be at Contractor's exp . e. `` ctor shall obta certificate of inspection of approved radio equipment b pPY County following install a '_ z d on an a y .1 basis thereafter and shall make vehicles available for inspection of County owne . sonable request of County. Contract Manager and County 4 Communications Division may mate procedures. f. Specific rade quipment purchased by County at CountyexPense for the Contractor shall remain the property of and under control of the County at all times. g. County owned radios damaged due to accidents,malicious mischief, and acts of God, shall be repaired or replaced at County's option by County, for which Contractor shallY a County's actual p �' cost of repair or replacement, or by Contractor with County's prior approval. Equipment shall remain the property of the County. h. Contractor shall operate communications equipment in conformance with all applicable rules and regulations of the Federal Communication Commission,and in conformance with all applicable County rules and operating procedures. All operators of the two-way radios shall at all times be subject to the exclusive control of County. i. The County Communications Director must approve all radio equipment other than Contractor's internal company system. 4. Under the Dispatch Center Alternative, Contractor shall provide all portable and mobile equipment necessary for its paramedic ambulances to be dispatched by Contra Costa Fire Protection District's Dispatch Center as described in its proposal dated November 2004. Initials: Contractor County Dept. L-3 (Page 13 of 21) Contra Costa County SERVICE PIAN Standard Form L-3 Revised 2002 Number 24-024-24 F. Hospital Communications Network.Contractor shall provide at its dispatch center all equipment and software necessary for participation in County-designated hospital communication network and shall assure that all Contractor's dispatchers are trained and familiar with said hospital communications network. Contractor's dispatchers shall notify,ambulance personnel and EMS Agency staff when alerted through the hospital communications network that a hospital's ability to accept patients in its emergency department has changed. VI. RECORDS.,REPORTS,AUDITS,,INSPECTIONS. A. Data and Reportinp.Reauirements. Contractor shallide detailed operations, clinical and administrative data in a manner that facilitates its retrospectiv.. I B Dispatch computer. The dispatch computer util' ..by . ..,f i. r shall include security features preventing unauthorized access or retrospective adju nd it trail documentation. C. Records. Contractor shall complete, maintain e to equested, adequate records and documentation to demonstrate its performance- compli d to aunty in improving, modifying, and monitoring the EMS system as a whole D. Electronic Patient Care Report(PCR) em. tors I'M personnel shall use a V computerized patient care re ortin stem, approv C er for patient documentation on y C S13 -transports. The PCR shall be - EMS system responses including patient con c ell alis, accurately completed to include all informat* fisted in tion 1 :70 of the California Code of Regulations,and information shall be dis..... d accordi ished EMS Policies and Procedures. 1. Contracto a a} ems dude the ry awing characteristics at a minimum: a. L es tom acc ' ,,,of PCR documentation b. lity to auto-p e fie C. bili to print lei CRs receiving facilities in accordance with EMS policy, d. to support re e reporting and immediate access to PLR's, e. ighly secur encrypted connection that meets Health Insurance P Portability and Accountabi (HIP compliance in all electronic information exchanges, f. Ability KG strips from cardiac monitors and transmit data, g. Ability to i . .... data from electronic monitoring equipment, h. Ability to use the system as a communication conduit in the field, i. Ability to map data points to the National Highway and Traffic Safety Administration data set(NEMSIS) and the California Emergency Medical Services Authority data set (CEMSIS)for compliance with federal and state recommendations, for clinical and demographic reporting, and for data comparison with other EMS systems, j. Easily queried to produce ad hoc reports specific to clinical classifications, and, k. Compiles clinical data into a data warehouse that facilitates research and study of patient care encounters through out Contractor's organization. 2. Contractor shall develop and implement the following enhancements to their electronic ePCR system at a minimum: a. Automatic e-mail notifications to Contractor whenever there is a significant"real- time" deviation from protocol in the field, b. Automatically create and electronically submit to Contractor daily reports of patient vital signs outside the normal range for chart audit, Initials: Contractor County Dept. L-3 (Page 14 of 2 1) Contra Costa County SERVICE PLAN Standard Form L,3 Revised 2002 Number 24-024-24 C. Automatically notify Contractor's critical incident stress management team leader of critical incidents for his/or her immediate response, d. Track and report pre-determined preventable injuries and illnesses community-wide in order to target injury and illness prevention activities, e. Automatically send customer satisfaction surveys within three(3)days of service. Contractor shall provide County with reports of customer satisfaction based on survey results,quarterly, and, f Re-tool the ePCR interface to ensure a"user-friendly"data collection system. G. 3. Contractor shall provide other data points wh c m.'- e reasonably requested, including any needed modifications to support EMS system data collet . ..... E. Patient Care Report Data Submission Reauir 3. I Within twenty-four(24)hours of each arnbul onse, actu.......,shall provide County its PCR in computer readable format approved by Cou a. PCB's provided to County shall co;_ All in on documented on Contractor's original PCR and shall be submitted for all EMS syste. inclu latient contacts,cancelled calls,non-transports, and, b. Data points collected must in-' eal s, fied by County. 2. Contractor shall identify PC .,Or tie eeti a triage criteria. ;R' (1 Q) days after the first of each F. Rel!orts REguired. Contract provide in calendar month,reports deali its P ce Buri -ce ina month as it relates to the clinical, operational and fi ... ....... ant palated herein. Contractor shall document and report to Contract Manager in and in a .,req the Contract Manager.Response time compliance and customer co with resolution 11 be ed monthly. Reports shall include, at a minimum: 1. C . ,:.. .�s. ---- a. uing education liance reports, b. Su V of clini N ice inquiries and resolutions, C. Summ d calls due to vehicle/equipment failures,and d. A list of 1 by city and by hospital, including all times necessary to calculate each and every responseVon-scene time,,t" and transport to hospital time. 2. operational. a. Calls and transports,by priority,by ERZ, b. A list by ERZ of each call where a BLS ambulance was dispatched when an ALS ambulance should have responded according to County dispatch standards, C. A list by ERZ of each call where there was a failure to properly record all times necessary to determine the response time and or transport to hospital time, d. A list of mutual aid responses and requests,and e. Number of paramedic ambulance hours deployed. 3. Response time compliance. a. A list by ERZ of each emergency call dispatched for which Contractor did not meet the response time standard, b. A list by ERZ of responses cancelled en route,and C. A list by ERZ of exception requests and resolution. Initials: Contractor County Dept. L-3 (Page 15 of 2 1) Contra Costa County SERVICE PIAN Standard Form L-3 Revised 2002 Number 24-024-24 4. Response Time une Statistical Data. Within 10 working days following the last day of each month,Contractor shall provide ambulance dispatch records to County in computer readable format specified by the Contract Manager for all ambulance responses originating from requests by County designated Communications Centers. Said records shall include the data elements identified in Exhibit F,attached hereto and incorporated herein by this reference. 5. Comm unily/Governmental Affairs Reyo�rt. a. Number, location,and outcome of conducted community education events, b. PR activities,first responder recognition, C. Government relations contact report. 6. Other ReI22rts. Contractor shall provide Co ith aper reports and records as may be reasonably required by Contract Manager V11. DEVELOPMENT OF AND INTEGRATION WITH FIRS - PON -RAMS. I ponse- ." of A. Contractor shall support the development and integration fire fi component the EMS system and shall cooperate and support the ex ,.f para first response. laboratively with fire first B. Contractor shall insure that its personnel pro ..ally a lresponders in the transition of patient care at the sc C Contractor shall implement poli*ci* edul = e on ambulances to fulfill . paramedic training, internship, and accredi.....s_ require s for fighter paramedics working in Contra Costa County. D. County intends the neurial a rnovative methods proposed by Contractor under this procurement nce me t response capabilities within the County. Contractor shall support the dev ent of an int d fir sponse program. At a minimum Contractor shall: -county paramed gining 75 firefighters employed within the contract service area during the first ears of this Con X and a minimum of 100 firefighters during the full term of this Contract.Paramed ing will be p D ed at no cost to County or fire agencies for tuition. Tuition is defined as Paramedic tuition,, ed books, and preceptor and evaluation fees. Contractor will not be responsible for indivi edical evaluations or immunizations which might be required, or paying wages or stipends tot ters, 2. All of Contractor sponsored continuing education (CE)programs shall be made available to Contra Costa fire personnel on a comparable basis as made available to Contractor's personnel. No fees charged Fire personnel shall exceed fees charged Contractor's personnel.Fire personnel shall have access to enrollment on the same basis as Contractor's personnel. Contractor will not be responsible for paying wages or stipends to the firefighters for participation in CE activities. 3. Designate from among Contractor's employees a single individual as Contractor's contact person/liaison for the fire agencies within the Service Area, 4. Establish a mechanism to exchange on a one-for-one basis medical supplies and equipment supplied by a fire first responder agency in connection with patient transport, 5. Provide pre-arranged transportation service to return firefighters who accompany an ambulance to the hospital promptly to their engine companies. E. As consideration for the extended response times, detailed in Section III.C., above, granted Contractor as a result of fire first responder services, dispatch services and other deployment benefits received from the County and fire agencies within the County,the Contractor shall support the Initials: Contractor County Dept. L-3 (Page 16 of 2 1) Contra Costa County SERVICE PLAN Standard Form L,3 Revised 2002 Number 24-024-24 development of an integrated fire first response program, shall support the expansion of paramedic first response,and shall provide the County and fire agencies within the County an in-kind exchange of training, continuing education programs and other services as outlined in this Contract. VIII.HEALTH STATUS IMPROVEMIENT AND COMMUNITY EDUCATION. A. Contractor shall undertake a program of health status improvement and community education throughout contractor's service area. This program shall be planned and designed in collaboration with the County Emergency Medical Services Agency,the Emergency Medical Care Committee, and with each Board of Supervisors member with respect to components of the pr 6 to be carried out within that A Supervisor's district. Contractor shall provide the County E year with(1) a written plan of activities the coming year and(2)a summary of that year'_ -co nts. Contractor shall endeavor to carry out health status improvement and community educ operation with existing healthcare and health promotion organizations, local public sa ency, er community organizations. B. Community Outreach Coordinator. Contra.._ hall e a full-1.1 e Community Outreach Coordinator whose primary responsibilities Work wi my and community organizations in carrying out Contractor's health s mpro and c unity education program. C. Communib:CPR i rainine. Contracto eal . ement and community education program shall include cardio-pulmonary res io C the p, of which is to recruit the public to * become CPR trained and to provide the a . 4 ining to an 1dents as possible.. I. Contractor shall develop, unction =i►ty Emergency Medical Services and the County Supervisor for eac ..I dis 1--n outreac program to recruit residents to attend CPR classes. 2. C ..... ..... ..... or shall conduc utrea gram to expand the number of citizens interested in obtaining CPR 30 Contr . .... hall conduct a imurn of 24 CPR classes each year at different locations throughout the County o t o the pub ithout charge 4. Contractors n-the-trainer courses to persons willing to provide CPR training to the public without ch D. Public Access Defibrillation(PAD)Program. Contractor's health status improvement and community education program shall include a Public Access Defibrillation(PAD)program the purpose of which is to promote public access defibrillation and to provide defibrillators at public locations throughout County. Working collaboratively with County EMS Agency and with the County Supervisor in each supervisorial district Contractor shall: I. Identify candidate organizations and locations where public access defibrillation would be beneficial. 2. Work with candidate organizations to develop organizational PAD programs, including training 4-1 appropriate staff. 3. Provide at Contractor's cost a minimum of 25 automatic electronic defibrillators each year to selected organizations to be used in their PAD program,for a total of 125 units for the initial term of the contract or 225 if the contract is extended,as provided in Section I of the Special Conditions. Each provided defibrillator Initials: Contractor County Dept. L-3 (Page 17 of 2 1) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 shall include a minimum three-year warrantee and shall include appropriate installation and mounting for public access. E. Health Status Improvement Proiect. Contractor's health status improvement and community education program shall include at least one project each year in addition to the above described CPR and PAD programs that demonstrably improves the health status in the community. 1. Health status improvement programs targeted to "at risk populations"may include but are not limited to: seat belt use, child safety seat use,bike safety program, participation in NHTSA Safe Communities Program, CPR training, 911 awareness, gun safety,h ing safety, drowning prevention, equestrian accident prevention, senior safety program, home h.::. ._?d "fin program. 2. The impact of the annual health status impr aA ::°-ent is to be statistically demonstrable. This includes selecting indicators that can be :q.: . =;,t Fs. a? eprocess and outcomes of an intervention strategy for health improvement, collecting an zing da?.;. : ` :those indicators, and making the results available to the community to inform them{` ectiven A. :'ntervention and the contributions of participating entities. Steps in this healt ,improv { : ro'ec" l include: a. Analyzing the communi 's heal b. Inventorying resources 'fifi :hi is C. Developing a health improve mi:. strat d. Establishing accountabi r 'ivi e. Monitoring processe .outcomes„ 1. 3. Contractor shall use its be to obta' t.r "grant funding for health status improvement projects. ==A: Y, IX. DISASTER MULTI. ALT Y T D RESPONSE. ... �ti��. A. Multi-i.:: ...:..l /Disaster Res :.: :,. . 1. In the e .:::`::Wf a multi-casu ncident or other local emergency, Contractor shall endeavor to perform in accordance :applicable { :: ty emergencyplans and shall use best efforts to maintain primary emergency services :;:.: ding .,. :. :;.. rasion of non-emergency services as required. 2. County shall exe : ; ` `tractor from response time and staffing standards during multicasualty incident and disaster ponse when such exemption is in the public interest. 3. County shall compensate Contractor for Contractor's direct costs for providing services during a declared local emergency or disaster to the extent that said costs are not recoverable by Contractor from a patient or third party and to the extend that said costs are recoverable by County from the state or federal government. B. Internal Disaster Response Notification. Contractor shall implement a plan for immediate recall of personnel during multi-casualty incidents or other emergency condition. This plan shall include the capability of Contractor to alert off-duty personnel. C. Disaster Response Vehicle/Eauip_ment. Contractor shall provide one vehicle as a disaster response vehicle. This vehicle shall not be an ambulance used in routine, day-to-day operations, but shall be kept in good working order and available for emergency response to the scene. This vehicle may be used to carry personnel and equipment to a disaster site. The following equipment shall be stored in this disaster vehicle at a minimum: backboards and straps; cervical collars; head immobilization sets and foam wedges; splints for legs and arms; oxygen equipment; extra dressing and bandages; advanced life support equipment, especially IV therapy equipment; County approved disaster tags; and checklists for medical Initials: Contractor County Dept. L-3 (Page 18 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24- Incident Command personnel. D. Incident Notification. Contractor shall have a mechanism in place to communicate current field information to appropriate County Health Services and EMS staff during multi-casualty incident, disaster or other unusual occurrences. E. Interagengy Training for Exercises/Drills. Contractor shall participate in EMS sanctioned exercises and disaster drills and other interagency training in preparation for this type of response. F. Mutual Aid Requirements. Contractor shall respond in a mutual aid capacity within and outside of the County if so directed by Contract Manager. Contractor shall b epared to respond one Ambulance Strike Team staffed and equipped to the California Emergency s.es Agency Ambulance Strike Team Guidelines when directed by County in accordance wit i--isast y al aid request. G. Ambulance Service Assistance. Contractor,to be V a t all assist in servicing any other emergency response areas where the County contract for onse ar suspended or terminated if requested to do so by Contract Manager. X. ADMINISTRATIVE PROVISIONS. A. Audits/Inspections. 1. Contractor shall maintain sep rate ci ::ord S services provided pursuant to this Contract in accordance with generally ac accou prin r es. 2. With reasonable notificAl y d during ess hours,County shall have the right to review any and all bus' inclu ancial I Contractor pertaining to this Contract. ines All records shall be made my a Contra Costa County office or other mutually agreeable location. The County dit9 COPY 9 trans otherwise reproduce such records, including but not limited to contr... ayroll, invento onn ........... other records,daily logs, and employment agreements. 3. Con ...hall provide C with audited financial statements by certified public accountants for Contracto- ulance o S. 4. Contractor re s 'by County to provide County with periodic report(s) in the format approved by the Contrac to demonstrate billing compliance with approved/specified rates. B. Observation of Operations. Contract Manager or designee may,at any time and without notification, directly observe Contractor's control center operations,maintenance facilities,and ambulance post locations,and may ride as "third person"to observe the operation of any of Contractor's ambulance units. The person performing said observation shall conduct him or herself in a professional and courteous manner, shall not interfere with Contractor's employees in the performance of their duties,and shall at all times be respectful of Contractor's employer/employee relationship. C. Annual Performance Evaluation. County shall formally evaluate the performance of the Contractor at least annually to determine compliance with this Contract.An evaluation report will be submitted to the Health Services Director and the Emergency Medical Care Committee, D. Contractor Revenue Recovery and Compensation from County. The primary means of Contractor compensation is through fee-for-service reimbursement of patient charges. The County provides reimbursement for specified patients for whom it is responsible. 1. Patient Charges. a. Contractor will not charge for any patient for whom Contractor does not provide Initials: Contractor County Dept. L-3 (Page 19 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 ambulance transport, b. Contractor's patient charges for services provided pursuant to this Contract shall not exceed the rates set forth in Exhibit G, attached hereto and incorporated herein by this reference, C. Contract Manager may approve an itemized schedule of patient charges, as long as the average itemized charges for each service level does not exceed the rate for that service level as set forth in Exhibit G. d. Contractor shall not discount its published charges to benefit any non-governmental third party payer or other group. This shall not, however,preclude Contractor from making billing adjustments on a case-by-case basis for hardship or dispute resoluti.z :. 2. Reimbursement for Transports for which C. Y�,�� .:..: r..ervices is Responsible. s onsible. a. Contractor shall invoice County for a n #anc of patients for whom Contra Costa Health Services is financially responsible. For patients t. ed as ;X allYindigent, Contractor shall invoice County at a rate not to exceed the MediCal rate i :'.;. _ n July r on the date service is provided. For all other patients, Contractor shall invoice :v:r"ht_ at a ra :'.; to exceed the Medicare allowable charges in effect at the time service ':::w ": 'ded. b. Contractor agrees that the pay :"Y. rs con herein include payment in full for all ambulance services for which Contra Co egio 'cal Ce er or Contra Costa Health Plan is financially responsible regardless of locatio sere'. ;: an ?yment provisions contained herein include payment in full for ambulance; :4.:r.::` icepr a ":;:ed pri s;.:. ens in custody of Contra Costa County ' C. Critical care transp Nices whespecialized staffing and equipment exceeding the normal req .' mer -..ambulances, are not covered by this Contract. 3. Additi .. ervices. the :of this Contract County may opt purchase Y p to optional services or., re upgrades fro :;:.ntrac t forth in Exhibit E. 4. Fee h.2.` tments. ��� ct Manager sh_: f} ' a. g pprove annual increases to patient charges when requested based on changes in the AY x:... er Price (CPI)for All Urban Consumers San Francisco-Oakland measured from April to Apr yeal.:dual rate increases, available on or after Jul 1St of each , . �... z Y will be the greater of two and ov r :.v : scent(2.5%) or the CPI increase, but shall not exceed five percent (5%) for any given year. b. In the event of substantial and unanticipated impacts on Contractor's costs of providing services or ability to recover patient charges from governmental third party payers, Contractor may request and Contract Manager may approve changes in patient charges to mitigate the financial impact of changes. C. Contract Manager may approve charges for expendable supplies when said supplies are newly required by EMS pre-hospital protocols adopted during the term of this Contract or when the Contract Manager approves new items to be stocked on ambulances. The increase in patient charges for new items shall not exceed 150%mark-up over purchase cost. E. Billing/Collection Services. 1. Contractor shall maintain a business office within Contra Costa County and a local or toll- free telephone number for all patient questions, complaints, or disputes made from locations within the County. 2. Contractor shall operate a billing and accounts receivable system that is well-documented, easy to audit, and which minimizes the effort required of patients to recover from third party sources for Initials: Contractor County Dept. L-3 (Page 20 of 21) Contra Costa County SERVICE PLAN Standard Form L-3 Revised 2002 Number 24-024-24 which they may be eligible. The billing system shall: a. Automatically generate Medicare and Medicaid statements; b. Itemize all procedures and supplies employed on patient bills; C. Be capable of responding to patient and third party payer inquiries regarding submission of insurance claims,dates and types of payments made,itemized charges,and other inquiries. 3. Contractor shall make no attempts to collect its fees at the time of service. 4. Contractor shall agree to prepare and mail invoices for fire first responder services on behalf of any fire jurisdiction so requesting. Contractor may charge a service requesting said service a fee not to exceed the lower of(a) $20.00 per invoice or(b)the low :v-f:. . :5. : :::_d by Contractor of any other fire agency in the State of California for such services. F. Payment Provisions. } 1. Contractor shall submit monthly invoices for a. : f : .:nal ora /. :. A:,.services or service upgrades requested and approved by Contract Manager. 2. County will invoice Contractor monthl :: :`}:'-fines a :'::r;:d as identified in this Contract. Contractor shall pay County's invoice within 20 days ceip. G. Cooperation With Evolviniz Svs=. C ,...{actor e . icip ate and assist in the development of system changes subject to ne. to as •x z.r i x ;+ .. <v: Initials: Contractor County Dept. L-3 (Page 21 of 21) Contra Costa County SPECIAL CONDITIONS Standard Form L-4 Revised 2002 Number 23-024-24 1. Automatic Contract Extension. Notwithstanding, General Conditions, Paragraph 22. (Nonrenewal), Contract Manager shall report to the Board of Supervisors on or before June 30, 2009 on Contractor's compliance with the terms of this Contract and the Board of Supervisors shall issue a finding as to Contractor's compliance with the terms of this Contract. Notwithstanding Paragraph 3 (Term) of this Contract, unless this Contract is terminated by either party pursuant to Paragraph 5 (Termination) of the General Conditions prior to June 3 0, 2010, upon a finding by the Board of Supervisors that Contractor has been in substantial compliance with all terms of this Contract, the term of this Contract shall be extended to June 30, 2014. During its extended term,this Contract is nevertheless s :.'ect to all the terms and conditions applicable during its initial term, including but not limited r ;. Conditions, Paragraph 5. (Termination). If this Contract is automatically extended, Co ntr A sh A"tinue to provide services as set forth in the Service Plan, subject to any amendments thereto- ile .:..µ conditions of the Contract shall remain in effect 2. Response Area Exclusivity. Except for provision of backu or sus p:' `: termination of this Contract, County shall not enter into any agreement with any oth -..eider ound response to emergency ambulance requests from a County designat. :: unicatl enter within Contractor's Emergency Response Area(s)during the term of this Cont 3. Air Ambulance Transport County reserves the t to r i arae transport agreements with air ambulance providers. Notwithstanding any o } `sio is ct, County may provide for air transport of patients when such transportation is, reed to b ��edical :n the best interest of the patient(s). However, no such agreement shall provide for sport of patients or of critical patients when a ground ambulance is on-scen ";; ort t ground a, ance to the most accessible emergency medical facility equipped, s to a `' ter care appropriate to the needs of the patient is the same or less than the esti `ir transport ;. 4. No Advertising.` actor shall not, in : :;;course ofg rovidin service under this Contract, advertise, p promote,or endorse any o ::{ rvice or product ,vided by Contractor or any other firm. S, '+ 5. Private Work. Nothin is Contras. :.::all prevent Contractor from conducting private work that does not interfere with the requir of tl ': ..,.::"ntract. 6. Breach of Contract. { a. Notice of Default. County shall have the right to terminate or cancel this Contract or to pursue any appropriate legal remedy in the event Contractor materially breaches this Contract and fails to correct such default within seven(7)days following the service on it of a written notice by County specifying the default(s) and the effective date of intended termination of this Contract, absent cure. b. Definitions of Breach. Conditions and circumstances which shall constitute a material breach by Contractor shall include but are not limited to the following: 1) Failure of Contractor to operate the ambulance service system in a manner which enables County and Contractor to remain in substantial compliance with the requirements of the applicable Federal, State, and County laws, rules, and regulations. Minor violations of such requirements shall not constitute a material breach except willful and repeated violations shall constitute a material breach; 2) Falsification of data supplied to County including by way of example but not by way of exclusion, dispatch data, patient report data, response time data, financial data, or falsification of any other data required under this Contract; 3) Failure to maintain equipment in accordance with good maintenance practices; Initials: Contractor County Dept. L-4(Page 1 of 5) Contra Costa County SPECIAL CONDITIONS Standard Form L-4 Revised 2002 Number 23-024-24 4) Deliberate, excessive, and unauthorized scaling down of operations to the detriment of performance during a"lame duck"period; 5) Attempts by the Contractor to intimidate or otherwise punish employees who desire to sign contingent employment agreements with competing bidders during a subsequent bid cycle; 6) Attempts by the Contractor to intimidate or punish employees who participate in protected concerted activities, or who form or join any professional associations; 7) Chronic and persistent failure of Contractor's employees to conduct themselves in a professional and courteous manner, or to present a professional appearan 8) Failure to comply with approved rate setting,bilk d von procedures; x:. 9) Repeated failures to meet response time req F a �: eceiving notice of non- compliance from Contract Manager; { 10) Repeated failure to respond to emergency medical f _.. '::-,...with a =:i unit when ALS M: level of response is indicated by County dispatch protocol; after receiv tice o compliance from Contract Manager; 11) Failure of Contractor to provide and "tain '" quire rance and performance security bond; :f k.. y 12 Failure of Contractor to p comp 1 e ic..,r. . ase ns; Y w. 13) Failure to comply with or ex A... . he mini :, em :;. ee wage/salary benefit package as submitted; or f.{` - 14) Willful and r ".bre a :'=: ..f Contractor's backup provisions. V 7. Emergency Tak a. In the event A ty determines th ateria' breach has occurred, or that a labor dispute will prevent performance, an :ntract Manager :s-mines in his sole discretion that public health and safety are endangered, and after ctor has be. iven notice and reasonable opportunity to correct the deficiency, the matter shall be .".ited to th,: _.:. d of Supervisors. If the Board of Supervisors finds that a breach has occurred and that he d ..: would be endangered by allowing Contractor to continue providing services pursuant to this { " ° 't, Contractor shall cooperate fully with County to effect an immediate emergency takeover by Co un., of Contractor's ambulances and crew stations. Such takeover shall be completed within 72 hours after action by the Board of Supervisors. b. In the event of an emergency takeover, Contractor shall deliver to County the ambulances and associated equipment used in the performance of this Contract, including supervisors' vehicles. Each ambulance shall be equipped, at a minimum, with the equipment and supplies necessary for the operation of an ALS ambulance in accordance with Contra Costa County ALS Policies and Procedures. Equipment shall include the supplies at the minimum stocking levels for an ALS Ambulance. C. Contractor shall deliver all ambulances, crew stations, and other facilities located in Contra Costa County and used pursuant to this Contract for storage or maintenance of vehicles, equipment, or supplies to the County in mitigation of any damages to the County. However, during the County's takeover of the ambulances, equipment, and facilities, County and Contractor shall be considered Lessee and Lessor, respectively. Monthly rent payable to Contractor shall be equal to the aggregate monthly amount of Contractor's debt service on the vehicles and equipment and occupancy charges as documented by Contractor and as verified by the County Auditor. The County Auditor shall disburse these payments directly to the Initials: Contractor County Dept. L4(Page 2 of 5) Contra Costa County SPECIAL CONDITIONS Standard Form L4 Revised 2002 Number 23-024-24 Contractor's obligee. In the event an ambulance is unencumbered, or a crew station is not being rented, the County shall pay Contractor the rentals specified in Exhibit J,which is incorporated herein by this reference. d. Nothing herein shall preclude County from pursuing recovery from Contractor of such rental and debt service payments. On the other hand, Contractor shall not be precluded from disputing the Board's findings and the nature and amount of County's alleged damages. However, failure on the part of Contractor to cooperate fully with the County to effectuate a safe and smooth takeover of operations shall itself constitute a breach of the contract, even if it is later determined that the original declaration of breach by the Board of Supervisors was made in error. ' e. County shall indemnify, hold harmless, and defend C ; tot any and all claims arising out of the County's use, care, custody, and control of the stations uipt ;.: vehicles, including but not limited to, equipment defects, defects in material and workmans V neg .,use of the vehicles and equipment during an emergency takeover. County shall have the ri :._ thonze e the vehicles and equipment by another company. Should County require a substi e . ctor to :m;u-insurance on the equipment, or should the County choose to obtain insurance vehicl ` . equipment, Contractor shall be a"Named Additional Insured" on the policy,along with h. ndorse ,4,'" and cancellation notice. f. County agrees to return all Contractor vehi. ...... and : t to ntractor in good working order,normal wear and tear excepted, at the end oft. to, er od. : . of Contractors equipment not so returned, County shall pay Contractor the fa' F et�Val. $f the .s. is a and equipment at the time of takeover, less normal wear and tear, or shallpa.` ;ntractor aso t:: a costs of repair, or shall repair and Y return the vehicles and equipment. { g. County may unil the er period at any time, and return the facilities and y'' equipment to Contractor. . . :.r... eover pe 11 la e County's judgment,no longer than is necessary to stabilize the EMS s: :; and to protect h: ublic th and safety by whatever means the County chooses. h. All of Contracto icles and rel . ..:� a ui ment necessaryfor the provision of Advanced Life Support services pursuant to t ..t,ntract a.... reby leased to the County during an emergency takeover period. Contractor shall maintain I ..ro '.'; .:, o County a listing of all vehicles used in the performance of this Contract, including reserve vehic A;`_x license numbers, and the name and address of the lien holder, if any. Changes in lien holder, as well as 'transfer, sale, or purchase of vehicles used to provide ALS services hereunder shall be reported to the County within 30 days of said change, sale, transfer and purchase. Contractor shall inform and provide a copy of the takeover provisions contained herein to the lien holder(s) within 5 days of an emergency takeover. Emergency takeover procedures shall not apply to public safety agencies. S. End Term Provisions. Contractor agrees to return to County all County issued equipment in good working order, normal wear and tear excepted, at the termination of this Contract. For any County equipment not so returned, County shall repair or replace said equipment at Contractor's expense and deduct the cost thereof from any payments owed to Contractor. In the event Contractor is not owed any payments under this Contract, Contractor shall reimburse County for the actual cost of repairs and/or replacement. 9. Transition Planning. a. Competitive Bid Re uired. Contractor acknowledges that County intends to conduct a competitive procurement process for the provision of emergency ambulance service within Contractor's Emergency Response Area(s) following termination of this Contract. Contractor acknowledges and agrees Initials: Contractor County Dept. L-4 (Page 3 of 5) Contra Costa County SPECIAL CONDITIONS Standard Form L-4 Revised 2002 Number 23-024-24 that County may select a different ambulance service provider to provide exclusive emergency ambulance services within all or some of the Emergency Response Area(s) specified herein following said competitive procurement process. b. Future Bid Cycles. Contractor acknowledges and agrees that supervisory personnel, EMT's, paramedics, and control center personnel working in the EMS system have a reasonable expectation of long- term employment in this system, even though contractors may change from time to time. Accordingly, Contractor shall not penalize or bring personal hardship to bear upon any of its employees who applies for work on a contingent basis with competing bidders, and shall allow w'': vout penalty its employees to sign contingent employment agreements with competing bidders at :1 :i`.' ": cretion. Contractor may, however,prohibit its employees from assisting competing bidders :...r ep ".it bid proposals by revealing Contractor's trade secrets or other information about Contractor's b�. ; . `:v:`c `:.r field operations. .ry 10. Retention of Records. Paragraph 3. (Records), Subpar :`:. r.a. (Re L,'Records) of the General Conditions is hereby modified to read as follows: # l S+ a. Retention of Records. The Contractor shall re x .. acumen :;:: ining to this Contract for five (5) years from the end of the fiscal year followin }Sti , date s :v:ervice; {}:.ny further period that is required by law; and until all Federal/State audits are : plete .:`..h tions resolved for this contract's funding period. Upon request, and except as othe • .e r ::'cte la y.:..= actor shall make these records available to authorized re resentatives of the :; � ~th Y to o `a fornia p �', and the United States s: r;. Government." T{.. 11. Termination. General Para ":; ``:-r5. (Termi is hereby deleted in its entirety and replaced by the following par. "5. Termination .. +C• �!•iLi a. Written No }. ,.x}'::{.. County may, at ole dis�lcretion, terminate this Contract without cause by giving Contractor twelve .n. k onths advance en notice of its intent, when said termination is made in conjunction with any redesi }: the Coun ; ".."existing EMS system. This Contract may be cancelled immediatel y bywritten mutual c `_ fX:. :` ! } `•v `J... �i b. Failure to Perform. Th`' t :. , " upon written notice to Contractor, may immediately terminate this Contract should the Contractor fai perform properly any of its obligations hereunder. In the event of such termination,the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract,without prejudice to the County's rights otherwise to recover its damages. 12. Insurance. Paragraph 19. (Insurance) is hereby deleted in its entirety and replaced by the following paragraph: - "19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements: a. Liability Insurance. The Contractor shall provide malpractice insurance and comprehensive liability insurance, including coverage for owned and non-owned vehicles, each with a minimum combined single limit coverage of$11,000,000 for all damages, including consequential damages, due to bodily injury, sickness or disease, or death to any person or damage to or destruction of property, including the loss of use thereof, arising from each act, omission, or occurrence. Such insurance shall be endorsed to include the County of Contra Costa and their respective officers and employees as additional named insured as to all Initials: Contractor County Dept. L-4(Page 4 of 5) r Contra Costa County SPECIAL CONDITIONS Standard Form L-4 Revised 2002 Number 23-024-24 services performed by Contractor under this Contract. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, and their officers, agents, and employees, so that other insurance policies held by them or their self-insurance program(s) shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. b. Workers' Compensation. The Contractor shall provide workers' compensation insurance coverage for its employees. C. Certificate of Insurance. The Contractor shall provide the County with a certificate(s) of insurance evidencing liability,medical malpractice and workers' com n n i.. urance as req uired herein no later than the effective date of this Contract. If the Contractor : Id ;rY`the insurance policy(ies) or acquire either a new insurance policy(ies) or amend the covers ::. f Aor. gh an endorsement to the policy(ies) at any time during the term of this Contract, then Contr .y, 1 y a current certificate(s) of insurance. d. Additional Insurance Provisions. The insurance olid vld >..v:.. Y _. p ed z •.� e Contractor shall include a provision for thirty (30) days written notice to y :F:Y:" :y '.:ore ca ,' : tion or material chane of the above specified coverage. Performance Security Bond. The Q acto.:. ..; al 'sh performance security in the e. ty amount of$500,000 in one of the following forms.....}� ' s .. V J (1) A faithful performance bond by a °. ing >s`x :,pany, appropriately licensed and . acceptable to County;or, "w } (2) An irrevocable >; :.. :Y: iss "A rsuant to this provision in a form acceptable to the - P County and from a bank or inancia ~:;.tion ble to the County." aa' .• 'S;SAY:' '•L. zs . • tom-'ti. f 5' vt'v Initials: Contractor County Dept. L-4 (Page 5 of 5) Contra Costa County GENERAL CONDITIONS Standard Form L-5(Revised 2002) (Purchase of Services-Long Form) 1. Compliance with Law. Contractor shall be subject to and comply with all applicable federal,state and local laws and regulations with respect to its performance under this Contract,including but not limited to,licensing,employment and purchasing practices;and wages, hours and conditions of employment,including nondiscrimination. 2. Inspection. Contractor's performance,place of business and records pertaining to this Contract are subject to monitoring,inspection, review and audit by authorized representatives of the County,the State of California,and the United States Government. 3. Records. Contractor shall keep and make available for inspection and copying by authorized representatives of the County,the State of California, and the United States Government,the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. a. Retention of Records. Contractor shall retain all documents pertainin-1 -is Co r five years from the date of submission of Contractor's final payment demand or final Cost Report;for any fuA e d by law;and until all federal/state audits are complete and exceptions resolved for this contract's funding perio requ b tractor shall make these records Af. available to authorized representatives of the County,the State of Californi nited St ent. b. Access to Books and Records of Contractor,Subcontractor. Purs to Sectio 1)of ocial Security Act,and any of regulations promulgated thereunder,Contractor shall,upon written r ntil the on of four years after the furnishing of services pursuant to this Contract,make available to the County. ecre CHTlealth man Services,or the Comptroller General,or any of their duly authorized representatives,this Co t and ents, and records of Contractor necessary to certify the nature and extent of all costs and charges here -'.e ith a value or cost of$10,000 or more over a Further,if Contractor carries out any of the duties of thi tract thro subco t w twelve-month period,such subcontract shall con se to the e written request and until the expiration of four years after the furnishing of services r o such s ct,the su r shall make available to the County,the Secretary, the Comptroller General,or an orize entatives,the subcontract and books,documents,and records of the subcontractor necessary to e nature an t of a and charges thereunder. This special condition 1, ition to any and all of ...... ..... s reg the maintenance or retention of records under this Contract and is binding on the heirs,s rs,assigns and repre ives of Contractor. 4. Reporting Requirements. P Governmen .......6 Section 7550,Contractor shall include in all documents or written reports completed and submitted to County in .­....,ance w Contract, a separate section listing the numbers and dollar amounts of all contracts and subcontracts relating to the p ch such document or written report. This section shall apply only if the payment limit under this Contract exceeds$5,000. 5. Termination and Cancellation. a. Written Notice. This Contract may be terminated by either party,in its sole discretion,upon thirty-day advance written notice thereof to the other,and may be cancelled immediately by written mutual consent. b. 'Failure to Perform. County,upon written notice to Contractor,may immediately terminate this Contract should Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, County may proceed with the work in any reasonable manner it chooses. The cost to County of completing Contractor's performance shall be deducted from any sum due Contractor under this Contract,without prejudice to County's rights to recover damages. c. Cessation of Fund. Notwithstanding Paragraph 5.a.above,in the event that federal,state,or other non-County funding for this I Contract ceases,this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein,no other understanding,oral or otherwise,regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. L-5 (Page 1 of 4) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2002 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract,including but not limited to,monitoring,evaluating,auditing,billing,or regulatory changes,may be developed and set forth in a written Informal Agreement between Contractor and County. Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Informal Agreements may not enlarge in any manner the scope of this Contract,including any sums of money to be paid Contractor as provided herein. Informal Agreements may be approved and signed by the head of the county department for which this Contract is made or its designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended b. "w j:. ` ent executed by Contractor and the Contra Costa County Board of Supervisors or,after Board approval,by its „F. "`ee,s I any required state or federal approval. b. Administrative Amendments. Subject to the Payment Limit,the Pay IN ns Service Plan may be amended by a written administrative amendment executed by Contractor and the County A or(or d o W.,su 'ect to any required state or federal approval,provided that such administrative amendment may not mate t e the Pay . $t :' ions or the Service Plan. 9. Disputes. Disagreements between County and Contractor concernin� . ,g�re ur. s�or performance of this Contract shall be subject to final written determination by the head of the county c :: en Y ich this+ Y. ct is made,or his designee,or in accordance with the applicable procedures(if any)required by the s :.. 'or fed e v . ent. 10. Choice of Law and Personal Jurisdiction. " a. This Contract is made in Contra Costa County " ,all be gove'. w' d 'YhV ed in accordance with the laws of the State of California. b. Any action relating to this titute r :{rosecuted in the courts of Contra Costa County,State of California. 11. Conformance with Fed. d State RegHlatio Laws. .x:_fi.bld federal or state regulations or laws touching upon the subject �� of this Contract be adopted` `.: ' ed during the term h : : . this Contract shall be deemed amended to assure conformance with such federal or state requirements. 'S 12. No Waiver by County. Subject " . ph 9.(D' : s)of these General Conditions,inspections or approvals,or statements by any officer, agent or employee of County in Ccs; `tor's performance or any part thereof complies with the requirements of this Contract,or acceptance of the whole or any `'id performance,or payments therefor,or any combination of these acts,shall not relieve Contractor's obligation to fulfill this Coi t as prescribed;nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions of this Contract. 13. Subcontract and Assiggment. This Contract binds the heirs,successors,assigns and representatives of Contractor. Prior written consent of the County Administrator or his designee,subject to any required state or federal approval,is required before the Contractor may enter into subcontracts for any work contemplated under this Contract,or before the Contractor may assign this Contract or monies due or to become due,by operation of law or otherwise. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship between the parties of agent,servant,employee,partnership,joint venture or association. 15. Conflicts of Interest. Contractor,its officers,partners,associates,agents,and employees,shall not make,participate in making,or in any way attempt to use the position afforded them by this Contract to influence any governmental decision in which they know or have reason to know they have a financial interest under California Government Code Sections 87100,et seq.,or otherwise. 16. Confidentiality. Contractor agrees to comply and to require its officers,partners,associates,agents and employees to comply with all applicable state or federal statutes or regulations respecting confidentiality,including but not limited to,the identity of persons served under this Contract,their records,or services provided them,and assures that: L-5 (Page 2 of 4) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2002 a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential,and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed,any list of persons receiving services,except as may be required in the administration of such service. Contractor agrees to inform all employees,agents and partners of the above provisions,and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under ; is Contract shall be available to all qualified persons regardless of age,sex,race,religion,color,national origin,ethnic back gro d'}" ";._` sexual orientation,and that none shall be used,in whole or in part,for religious worship or instruction. . h d tiSY 18. Indemnification. Contractor shall defend,indemnify,save,and hold harmle '` °"and its :k" : :;r s and employees from any and all claims,costs and liability for any damages,sickness,death,or injury to persons)o. A: includin a itation all consequential damages,from any cause whatsoever arising directly or indirectly from or connec'`d operatio =r. {"" ices of Contractor or its agents,servants,employees or subcontractors hereunder,save and except .,' r litigati M. ing through the sole negligence or sole willful misconduct of County or its officers or employees. Contractor `;.:County A h', expenditures, including reasonable attorneys' fees,County may make by reason of the matters that are t :y: ject o emnific' `:: and,if requested by County,will defend any claims or litigation to which this indemnification provisi. pplies'A..:.. a kst and expense of Contractor. x. 19. Insurance. During the entire term of this Contract and ension o :`dificati ereof,Contractor shall keep in effect insurance policies meeting the following insurance requirements F`'. ..:±therwise a `' edA' :::'Special Conditions: a. Liability Insurance. For all "'' a the t �: ment limit o 'contract is$500,000 or less,Contractor shall provide comprehensive liability insur a for '` and non-owned automobiles,with a minimum combined single limit coverage of$500,000 for ages,includin quen ages,due to bodily injury,sickness or disease,or death to any person or damage to or :...'A.:.;°ion ofproperty,incl :_the loss a thereof,arising from each occurrence. Such insurance shall be P � ,.- endorsed to include Cou :;A" its officers and empl : +t{A as additional insureds as to all services performed by Contractor under this agreement. Said policies sh ".;titute primary insu t.rx as to County,the state and federal governments,and their officers,agents, and employees,so that other in F°:._ policies held v:�em or their self-insurance program(s)shall not be required to contribute to any loss covered under Contractor' ` ':: ce pol':.{ olicies. For all contracts where the total payment limit is above$500,000,the aforementioned insurance coverage tos K;`'".` .:vi ::v'AContractor shall have a minimum combined single limit coverage of$1,000,000, and Contractor shall be required to prove :_;.::;. with a copy of the endorsement making the County an additional insured on all general liability,worker's compensation,an f applicable,all professional liability insurance policies as required herein no later than the effective date of this Contract. b. Workers'Compensation. Contractor shall provide workers'compensation insurance coverage for its employees. c. Certificate of Insurance. The Contractor shall provide the County with(a)certificate(s)of insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew the insurance policy(ies)or acquire either a new insurance policy(ies)or amend the coverage afforded through an endorsement to the policy at any time during the term of this Contract,then Contractor shall provide(a)current certificate(s)of insurance. d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for thirty(30)days written notice to County before cancellation or material change of the above specified coverage. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail,postage prepaid. Notices to County shall be addressed to the head of the county department for which this Contract is made. Notices to Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery,except that the effective date of notice to County shall be the date of receipt by the head of the county department for which this Contract is made. L-5 (Page 3 of 4) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2002 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions(if any)and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract,and waives all rights or claims to notice or hearing respecting any failure to continue purchasing all or any such services from Contractor. 23. Possessory Interest. If this Contract results in Contractor having possession of, claim or right to the possession of land or improvements,but does not vest ownership of the land or improvements in the sam er. or ifthis Contract results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code Sectio x.:...) ` "est or improvements may represent a possessory interest subject to property tax, and Contractor may be subject t pay v::operty taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of :n<. ax :: ode Section 107.6,and waives all rights to further notice or to damages under that or any comparable statute. `„ ` .Y:• 'y n 24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that service . ;,,-this Cori` may provide some aid or assistance to members of the County's population,it is not the intention. ; <-ounty or ctor that such individuals occupy the position of intended third-party beneficiaries of the obligations assum eith T to this - ct. 25. Copyrights and Rights in Data. Contractor shall not publish o h'' sfer ate Y uced or resulting from activities supported by this agreement without the express written consent of the :. A Y ini or. If erial is subject to copyright,County reserves the right to copyright,and Contractor agrees not to copyri ich material. . he ma. ..;a: is copyrighted,County reserves a royalty-free, nonexclusive,and irrevocable license to reproduce,pubs = "d use such hole or in part,and to authorize others to do so. 26. Endorsements. Contractor sh- as a co r with Contra Costa County publicly endorse or oppose the use of any particular brand name or commR 'roduct witho nor a of the Board of Supervisors. In its County contractor capacity, >, Contractor shall not publicly ::xy. to qualities or lack lities t ':.. icular brand name or commercial product in the absence of a well-established and widely ` :xed scientific basis for. claims or without the prior approval of the Board of Supervisors. In its County contractor capacity,Co ':: :_.shall not participat:v�v.t ppear in any commercially produced advertisements designed to promote a particular brand name or commerce = ; .uct,even if Co y :.r `r is not publicly endorsing a product,as long as the Contractor's presence in the advertisement can reasonably be in.x:. d as an en..: 'ment of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing,Contractor may express its n : is to other contractors,the Board of Supervisors,County officers,or others who may be authorized by the Board of Supervis : ;`:}i-:,<: aw to receive such views. 27. Required Audit. (A)If Contractor is funded by$300,000 or more in federal grant funds in any fiscal year from any source,Contractor shall provide to County at Contractor's expense an audit conforming to the requirements set forth in the most current version of Office of Management and Budget Circular A-133. (B)If Contractor is funded by less than$300,000 in federal grant funds in any fiscal year from any source, but such grant imposes specific audit requirements; Contractor shall provide to County an audit conforming to those requirements. (C)If Contractor is funded by less than$300,000 in federal grant funds in any fiscal year from any source,Contractor is exempt from federal audit requirements for that year,however,Contractor's records must be available for and an audit may be required by, appropriate officials of the federal awarding agency,the General Accounting Office(GAO),the pass-through entity and/or the County. If any such audit is required,Contractor shall provide County with such audit. With respect to the audits specified in(A),(B)and(C)above, Contractor is solely responsible for arranging for the conduct of the audit,and for its cost. County may withhold the estimated cost of the audit or 10 percent of the contract amount,whichever is larger,or the final payment,from Contractor until County receives the audit from Contractor. 28. Authorization. Contractor,or the representative(s)signing this Contract on behalf of Contractor,represents and warrants that it has full power and authority to enter into this Contract and perform the obligations herein. L-5 (Page 4 of 4) EXHIBIT A QUALITY IMPROVEMENT ACTIVITIES 1. Continuous Quality Improvement activities include at a minimum: a. Regularly and accurately evaluating patient care oriented activities of personnel, b. Regularly and accurately evaluating operational,administrative and procedural activities as they relate to the delivery of patient care, C. Accurately determining the training and educational needs of both individuals and Contractor's agency as a whole,and evaluate the effectiveness of training and education provided, d. Providing regular training and continuing education on both h u. au4.as needed basis to personnel in all areas of patient care and operations, e. Supporting discovery,investigation,and resolution of irate "or ext. plaints, f. Facilitating the evaluation of protocols;procedures, and p Stan .. ="F n a regular basis, including re-evaluation based on system events,training and experienc x}j r g. Encouraging positive involvement and interaction of indiv A} 1 levels ;e system, in ways which improve care, h. Objectively reporting performance of both indivi. up parte :.. . . and components for further evaluation by Contractor's Medical Director, L Participation in EMS system related CQI activity'. d C o Y": s,and j. Prompt notification of the EMS An :of n' :: F;'::,t} oc s that could impact certification, accreditation or licensure of any pre-ho '0. ersonne;. �J 2. Key Performance and Clinical Indica clude ata :'' te . a. Cardiac arrest survi ance } in, �v` protor ; b. Presumptive• :,',:; a ,r; co1-1-y" field intervention, C. Fractal me "nt of time to A_ brills ' d. Success ation rate, w f fn: .a e. Success fu lication rate, f. Field proced medications, } Pain reductio }"} h. Fractal measuremen" -0 pons ::;e of QRV first responders,and, L Fractal measurements o .•......::'' _ _ e of ALS transport ambulance. 3. Benchmarking to non-clinical in!• vcators include at a minimum: a. Employee injuries, b. Vehicle collisions(>$250 damage)per 100,000 fleet miles, C. Critical vehicle/equipment breakdowns(interfering with a response or transport)per 100,000 fleet miles, d. Customer satisfaction, e. Employee turnover,and, f. Employee satisfaction. Initials: Contractor County Dept. jLDCH IBIT B CONTINUING EDUCATION AND TRAINING REQUIREMENTS 1. Course requirements for paramedics: a. Advanced Cardiac Life Support(ACLS)according to American Heart Association standards. b. Basic Trauma Life Support (BTLS) course approved by the American College of Emergency Physicians, or a Prehospital Trauma Life Support (PHTLS) course approved by the American College of Surgeons. C* Pediatric Education for Prehospital Professionals CP z' d. Basic Life Support CPR equivalent to current can sociation's Guidelines for Cardiopulmonary Resuscitation and Emergency Car ; ;:;: r ar the Healthcare Provider level and automatic electronic defibrillator utilization. . y : . e. Pediatric Advanced Life Support for Critical Care Transpo edics `:.a =P). f. Infrequent skills update. h ` 2. Additional educational programs: "r _5 ` n, vim.:" a. Preparation for multi-casual response in.: .::r ing..'. 1 p multi-casualty p .:,.:.:: g�.::.-Y. . ..all field employees and ICS 200 and 300 for supervisors and operati �� . a der. b. Ambulance Strike Team Leader ;;"hg for feel erv' .p C. Assaultive behavior managemen g for allonnel d. Critical Incide :,;; men e. National In ';;- Managem tem f. Cultural;:. : "-sity awareness g. Hazardou `;-.axials Basic Awar :.;.v s WMD program ;. l�am� . p h. Monthly case ::_ s and period:': ;Y of Topics" i. Bay Area Parame urn al ori` j. Contra Costa Coun "t.:;;: ;..„ r posium- sponsorship and involvement in planning. _ p p g k. Shadowing program to s R�. : a day with a trauma surgeon or emergency department physician. Initials: Contractor County Dept. EXHIBIT C DESIGNATED AS RURAL AREAS Thomas Brothers Map Coordinates The areas of Contra Costa County identified below by Rand McNally 2005 Thomas Guide map coordinates are designated rural. All areas of Contra Costa County not identified below are considered urban/suburban. 550 C6-7 05-7 609 01-2 E6-7 D6-7 H6-7 H 1-3 F4-7 E6-7 J4-7 J1-4 G4-7 F6-7 590 A4-7 610 Al-7 H4-7 05-7 B 1-7 BN J4-7 H5-7 C1-7 Cl-7 617 All :gym J6-7 D 1-7 618 Al-7 •y.Ji 557 All E 1-74 B 1-7 > 55 558 Al F17 ., £:� C1- B 1-3 G1-7 G ::.t :. DI-3 570 C1-4 H1-7 H 4rY.: A:-. All D 1r7 J 1r7 2 :z $} 635 All .r x`o:. 4. EN 591 A1-7 ...... :w i" •� 636 All }` `` } -? :. F1 B 1-7AN AS X 637 All a: G 17 C1-7 ``x: -3 638 Al 7 r, .w. _ H1-7 D1-7 :: 1.3 ..a :.: : B 1_ J 1-7 E 1-7 = E 1-4. C5-7 571 A1-7 F5-7 `'-$, DS B2-7 :; 613 -7 E5-7 5 7 4 A6-7 `4 A `.: :..:` B4-7 F5-7 576 E2 B1-7 C2-7 655 All F2 4 Cl-7 _:; D2-7 656 All 01-2 :i? D 1-7 . t E2-7 657 All H 1-3 E 1- p,. F1- 658 Al }.. 7 7 -4 -? J 1�4 ��.F 1 7 •.�.:�•� G2 B 1 577 Al-4 r H3 7 Cl-4 .N r B 1-4 �::r.�xx}�:.�:�:: J3-7 D 13 'c Cl-7 J3- 'ry~. 614 A3-7 El D 1-7 595 A3-7 BN Fl EN B3-7 Cl-7 676 A1-2 Fl-7 C6-7 D 1-7 B 1-2 G 1-7 D6-7 EN C1-2 H 1-7 E6-7 F1-7 D 1 J 1-7 F6-7 G 1-7 E 1 578 A2-7 G6-7 H 1-7 F 1 B 1-7 H6-7 J 1-7 G 1 C1-6 J6-7 615 All D3-4 597 All 616 A6-7 589 D4-5 598 A1-7 B6-7 E4-6 B2-7 C5-7 F5-7 C5-7 D6-7 Initials: Contractor County Dept. EXHIBIT D PENALTY SCHEDULE 1. Priority 1 Response Time Penalties ERZ A $15,000 Response time standards less than 95.0%but greater than or equal to 94.5% $25,000 Failure to meet response time standards less than 94.5%but greater than or equal to $50,000 94.0% ..r Failure to meet response time standards less th . �. ERZ's B,C, D, and E (including communities of Bethel Isl :..:. nd .:;:. ..Bay) $15,000 Response time standards less than 90.0%but g .r an or ,?: .x.A to 89.5% $25,000 Failure to meet response time standards less tha`t.q;:. = ut gree ,3 r equal to 89.0 $50,000 % N. Failure to meet response time standards:.' .:.. . rY q9.0% W s 2. Priority 2 Response Time Penalties r: .: Hrr •. ERZ A $5,000 Response time standards less . rf 95.0% it great; ..{`: an or equal to 94.5% $10,000 Failure to meet response '` ndards le %but greater than or equal to 94.0 $15,000 Failure t et resp a st °.,. s less than 94.0% ERZ s B,C, D, a :.:.; including com es of f: l Island and Discovery Bay) $5,000 Re time standards le : an 90.0%but greater than or equal to 89.5% $10,000 Failure :�- et response ti andards less than 89.5%but greater than or equal to 89.0 $15,000 % '` Failure to meIN e standards less than 89.0% 3. Priority 3 Response Time P' 0. S' ERZ's A,B, C, D, and E(including communities of Bethel Island and Discovery Bay) $2,500 Response time standards less than 90.0%but greater than or equal to 89.5% $5,000 Failure to meet response time standards less than 89.5%but greater than or equal to 89.0% $7,500 Failure to meet response time standards less than 89.0% 4. Failure to Meet Equipment and Supply Requirements $500 Per failure to meet minimum in-service equipment and supply requirements Initials: Contractor County Dept. EXHIBIT E PAYMENT SCHEDULE PAYMENT PROVISIONS. In consideration for the provision of services described below when requested by Contract Manager in writing, County shall pay Contractor according to the following schedule: 1. Paramedic Quick Response Vehicle (QRV). Additional QRV's beyond the four (4) required in Section I.B.5 as requested by County: $47.30 per hour, not to exceed $34,527.92 per month per QRV. This rate is not intended to cover the cost(s)of providing housing for : :t responder paramedic units. 2. Hourly Reimbursement Rates. Ambulance services, b ::.:; `�d uired by Contractor to meet Contractor's response standards or minimum requirements,w ;;equ.: _:- :: :ontract Manager: $74.20 per hour. 3. _Upgradinz Ambulance Fleet. Additional upgrades ofT ulanceJ _ III ambulances beyond the thirty-nine(39)required in Section IV.A: $16,00 :er unit reciate diver five (5)years. 4. Reserve Ambulance Fleet. Additional reserve ariyond Y :': (6) required in Section a. Type II ambulance -$21424 ;h Yp � Per Y `"•" S• b. Type III ambulance-$24,624 p }"r ' a -•I a' ~`c R pper: '4 n.- 4:. C EA^' Cy' Y •},. Initials: Contractor County Dept. EXHIBIT F RESPONSE TIME DATA ELEMENTS a. Unit identifier b. Service level(paramedic or EMT-I) C. Location of call - street address d. Location of call - city or unincorporated community e. Location of call-Thomas Brother's map coordinates f. Location of call -EMS ERZ- g. RZg. Location of call- latitude and longitude v h. Urban or rural i. Nature of call(EMD Code) s " j. Code to scene h v: k. Call priority(one,two,or three) ` 1. Time call received :y ...t M. Time call dispatched k n. Time unit en route o. Time cancelled prior to .. or ce p. Response upgraded �o =onse do ed F. - j r q. Time u r do ed enrout r. T' t on ` S. a unit en route spits t. e unit at hospital :A U. nit clear and av le for next call t� t• V. Out dry run, Ort) W. Rece' it X. Code to ho z. y. Major trauma TV,non-MTV) Z. Number of patients transported aa. EMS incident number bb. Exception request reason Initials: Contractor County Dept. EXHIBIT G PATIENT CHARGES BLS Base Rate 445.60 BLS Emergency Base Rate 543.45 ALS 1 Base Rate 11001.87 ALS 1 Emergency Base Rate 17061.61 ALS 2 Base Rate 17238.77 Loaded Ambulance Mile Rate 0.34 Y :L .0-F x -- a fi •r { •+�i. �f •�vr dam. Y- A�. Y' {yam w r. f : C' Initials• Contractor County Dept. EXHIBIT H _. _ . .. .:' .: ... 9 :. - ... ziY -. !"s r \.;�'i; W �p = ' { x } } ' Y .+..� 'f s x � M ya���,,,} xs a.n .m. '•.i Yra: }ibfJ w.yts i'•{''fi 1ti. 4• I ' /5 z .p. y �•W $� W "` iq fh ~ r4} �- :: : 'Y a »' ... - .: .... v .. Y �✓ . • - Y/ :.. :' :; ,, t,�,� .�:}f iY ....: .:.......:... ..... ::......:..:.........:. ......: :.:�• .. } !f :a. . : .. t '` :.. :: �R x. k f.. r _.. w n . <: . ...... .. :.:::::.__... .:. .: 7 y+. :... �. ...::.. .. ..:: ..:.. / ��•Y nCr :. ... .. :. C _.: ,�}' - h .. 4r i;a Y4.T^• { r ..:.. .: .. :.....::.+ ._.r r �r G :.... . s'. ... .. :. ;. v. ')} YxtF•'nrJ 3 �J r .:. - :..: C i ;;.}' r:r• .•iYW�. F {4 y j:: .• ryY v. }} .. r r.• ' h':' .. t { .t S3 %' ....:. .{ ...'F.': JYJ � �r OY F _ _`. r {. r ::.::. t J - .. t. s ,. r fiti W.. +- :4 YS %}.i,4r .. :: •... ' ... 4:. � ." ���� {k } Y ��a rw�yyi w .: •' .�C i <..:• a:.... :7: ::.:: y x ♦ } Y :msµ'�fY )`i :: - -'i s !fi w;y 4A f/ new ...:.-.. ....::...... _ Y yy :: ...-..: ;.... Y ::........::... ..:.. :.i::-:.... .......;..;::.: .:.: r. - . .....:: :.:::': - .. .... . :i :. / Nr Y "� vY y Y { aF 3 J J,fv'p i i y; ... .:...:. .... .....r. ..... ¢p IA► .S}. L r ....:.. .. .:.. : 4'. $b h r [[ K y Yy .'.;.a':. {"•^ S SIF Y f .. 'A �; }: { •:: y \ ....:..:..... - .. .. -.... .:..: ...'. N {: y .. p y . 4 :f i :: �f7 ff vY s ri: r . - a- yi f a. 0 ff . Faa . :. a.; , .. xrtY} ... :. ...:.......... ::.. ... :..; ....: ... .;..: * .. .....:. ......:... ..;... :: : .,.....:,.. .. - ..... .. t -. -:-..:... .- i.. .: ...:..:.. {' .:. .-:.:. .:..: ...... ,.-... Y ....:.:.,.... ,.:<v C.. :. { ... ............ :... .... .:..::. :• ... :..::r${{ .................:. .....-... .-....... ...-.... .... .... ... .. .. n .. ..... ... .. t:.+....,,nr...' ..;::r:rn.:vir yr}.$:jr:>?' .Ah..: if f h} s s r s< 4 f q r r f 3V L } $ 4 4 t R - {F h4Y ,•- !s i x .... ..{.... ' ?'.:\ W t Y' l A K \ , ?:.n. }t. .v.rJ,.•:Y-.v,:.K{}:'. :S>;Yhi`is%:}.:$ +.L.:{•f[ { sF{ -$ 4 i+4h4bh}x t r'�r r• } 4}r: i 4t$f f^J��,.r f }sY swJ a f-f Z a '4.'r'}' C i Yk"t r{rr�J tiL :'-:v}:?S%\ .f$,: F C ': .:. ::••:::v., _,:n:.v-v.'4, Alf J` W4 Z L {.::::.::;:;5.}s}^.:.. x:§,:$:rl,.»}rf':} .!E:;.:::.r:. Y r..r- ��•r•.;{.•.::.:... .D... _ ...t...r,::.r:: .::..,:..:;r;.y..,. r,...-:.::.n.<:, yr ..,.......... '::-4:.,..:.r:.- t L '.:::::... .... r-..... Y r...:::•:::::..:,Yr x t.773 ....::.... .. ::..:. ....:.y.,f...}:::.a T� h'{;.:::y '-:-::L:x4"".$f .n4. :::. .:.,;...... :...".}':4.v::..., .....nr..i•}},:::.::},..., ..:-.rte.... .::> ..: ..... ............r... ........Y:S...:.�F,a....:».y:,_- :}r..w:::::•i:.::nt�Nr +,.:Y.:.pc .r}}f4}: •:F :2:;;4;i};:r:' ..:.......... r•:.r:::-.t{.:rrr:nv,4 rn ..{:v:{.:::::v:•}. .:t?'r.... {' :{.:v: ..:. :$nii rv.::'::•.'::.::.:.r:•v:»hv;... : 'K.};: .... ..< f'.:...{.:::.i..::.::;''F",`:.:" $- f}.' {.a....r-i!�a4:;. ::{.:F.:r. {.:{ \ .l:};:} ',<,F_. .. r .:... ......:r:..:':v..........F ,.r):s... ,..Ta#:: } ;c:;:.mac.. ,. ... .....Y.in}i.:v.:::.:.:?.:::::......t.......r.rr.n..Ka ..yi. .....vv. A.t.r..}� .:S:r::r:3'::::L.._' :.. :. ..r.:.:..... .:.{..,,....::::-{.{•.::•r.::::..v.-..:..f..Sn.:.f,%+} .,,:.n.:...;;.}x.a. .+h.L S� £h.. ........t..... ...n..a:.t4....:?..ty....., k;..n:.5. v: kv :4.::.:.. },?}}:if?:x.. :-;:X.v ::::. .....::..: ::.....:. ..-......<..:...: ...n.-...:.,rv:;?....:4:•:vn..Y.i:f.:4' 'r}:;}::i...2.L'L,{. Y iv ..4..- .Y... ::: ::..::. .:..:::....,... :.r... .: .}..........f.-ra•.:.;.tft;n}:}::Or.:t.;y:-./-.,,}n.: :v... ..L-...:..:f:.... •.2va ::::. ...:.:..::.::..a.....:::r.;:...-:: ........At.. n:..... v. .... ..::.... f ..{•. rrtii;>: ,.. ..:y:. .C'rY'•.S .....:.. ............. ......... ...r ......Y...r:-..v.... A.-.r::.•:!•;•:�{S�4Kvv x'rr:;v, .: }:.:. ^rK•i%> .... .... ............. ..........r...... ....../.4. ::........vi.{:::. .-. ................... ..................:.......... : is vvx:.4:?::}p:r....}.•,{}:..f$.,-..,}`r: ........»..:.:.:.::...n....r...L.....r..v n..... .:». ..»...Ir.....Y...,4 `a:tY:OY:�$:4 ... .. .::... .-..:..... »...n........r.....:..h.....v.r:.:w.::........ .......:............:::4-Y:;.r}.... x1R:..'r:ii:'...1'':Svi ..:�..}..:....:.: ...... .Kv v.":.:ny•:n:•7::.:.v:....v {, C......... Fx::..4::r::.::rt:.f4...:rv:ii.t•:: F. .......{•y4?'4:}{?:i`-}i:.:::n ..-. t. nr.:r }:;^C?vi$},:;. :{{� .ivJ::L:t:}:.f.-{ .::.,. ,:r.t y::.:.:.:......{.:.;.;r.:.:...:.,.,....n:F. ,p. :.mss. r...::;.n.4A, rS.::4;•};Xl::H t;h?:;•4.A:v.••fk..{;•; ....n d'-..... ..:.. i :�. .:....... t,t;...mvh:vn•\Wi.. ':2.r:::..:n:v....:..4,...;:]..:,,.:., �}+y� ifr?':.r: . ....: .. .....n:....n.{...:. .... x.n. ..f....:•...:.:..:::..ln.'la...:.:.....n..n. ...v.-.....» ::..:f%.w•>:::'::.....^.w ::,L:r:{y:ra.:.:{v F.. .. •...:.A....'$._. ...{.......:R K•" yr n:.::..;•.:'.•':.;i"4::i:::iivi$i:.n:ij:Y..r.r;. ...:... ....n,.{::•.:::._:.n+........f4.,A..,r,.:n... .rf:Y';;•-fF. ..n:n r.... :•./.-{:.}>}.'•{r:...t!.r :.♦ :::.»:4i>,•$}v4r$;{=a;';::::k?`w: .::-:H•}$:4:};..... ...... -r.........:r.,:.:.... s:.. '::..............:. ...: ...frA.....:.. ..�..:......n...,.. .. .$f44^:'Y•:r::;::'t}:';:.;,;,At:.}:>::}Y::..rtG::}};r.:{Y4r>:.:•:::::. t :.,. ....:.,•...v:F.V}C:rv.:v:.:::30.:{.-.:h/,r ri}:f. ...::. ,...... r.$✓:}ii^::}:!..t":..Y. v{.h., .... ..... .... .. ..:n vF.;.i:::4'.::.r.A r.:......... ..:v r A,n.. {r.......K?{.{'.sn}:,.... :Sv4n;;.:.n. ....... .... ....n.:h..::a...................r..�. ..+IC .;..... !.:::.nvxy....r............». :.:F'»..5::r::.::v.:....,. :..4.=:tI,•::v:- t:.,i{::r:::.... ..... ................... .. -...-.. .....x..n................. ....... i ........ ....:....................... ................r...........n.. ...... :r7LrijF.:ini 4, .. .... ..', Y........AW....... ,.. a..... :. ....... ..................................... ..n.s .... ..-...:...-..............,................:--... n.ta::. :.-.....r.... .�4.......:.........:..........................r...::...::::..:--:.::.:,......•:'.•-� :3^c v-:;:;irf}$rib:$:)•:{`::r::s rYv:..::ts .... "..rr t A?... :.£.:: ..-...Ary...:.....,....n :....:-.a:....:n: •:: ::i:: ..:.4::r. ....... .a...-x:.r....................:.....s.f.r.,. ,........y.:...,......-...sG.........r... t..:{.. ..3. ... ..... ..........+................::.................:............:.-.. .- .......-.-:....:..... w:L4}r.ry}::•:?::r::4r}}::+>:Y::a'' is :'.....:.. ..:.. :....................:....t...r:........,{:.r......s-:.... ..:4:::.�:»:::.gin•::.:.:::}.-:::y ,.y�� 3_ ..v nv. .............n.:..J.....Et..... ...:. .... :.....•: n:.::.. :!NiI.... .............r..... ....... ........n.....»..............:...r.N...:kn$r....�i...: ...h.......{.::Y.w:{{».;;:::,n7:{•.}r::;:,..:::::-}::C::: vF:. 1.::rv::iy{{:{;• .... ......rn..r.... n...rJ..s... •r.... .: yr..... ... ... ....,. ...::.,•:.,::}s:.}�::�: n•.......r....... ............:...... ..v.......... ..... n.... ....... ...................................................r.........t.............. .:::. .... .r.. .. a.y.. .4.......?::....:, ......:.-...:..r»r..... :.n..L+.....,....,.r. ....{..i•::4:F}++:}..}::y.})iv.:.:Y.... .. .a.FGJ.........r .,....v...'Y' ... ............................................ ...... :rt.4....... +':::t'tt::'.:•t}r:}'t r:}.:':'::'•.. ... ... ............. ..... ....... ....... ....q.. .. ........: ........: ........-. .. .. ..r .. .. }... .t .n.................... + JJYa } .. r i...x..:..{........r..5....t..x...../..n t..,.{.. ......:.::::::Aw.v:. v:.:::.,:.::}.....r..¢�, ...:..............................:...................., .rb..f }.;.:n..v.�}::.n:.f: ..4..:.:..t.}::;nv.}:;::.::Y;:h ..... ..... ........:...},.........t....x........x......}.. .....:::.:•..y::.4};::... A:•wwr::�::.::•rfY;+>r;... :..,•..t..,..r.:..:.:A..r,n.r.:::::::r::•:rr:::.::r.:::,i n}.:::r::•:^: ..44''::>;Y{;.... ............ ... .... .......n.,.:........... r.:f...,. ...... :..Y... ............. ..................................................:...........n ........t..4:•. f..n.:.+......h. ..,n+.v. .. ......-..a.r........v/..... •:A::Yr:v:::::4 i;t%n:: .........r................+a,. r......r.7...r Li.. ,......n..w.-. ... .:..:...........r.::.::::::::::A.::::::::}.::::•}:... 't:'+i.'.{.. F :..r...,...sEF:},,.?.,-r-...r.r.:::.a..t.... ...t::...... ..,yy::• ......... ......... .. ....v............'...... v.-::•.a....v v:».::. ..:..•.-r....:t::.::-.:.:w :.•},r.. :i:N:+n:ri•}..., .�. ................ ............ .......... .. ....-. .. A .. ........:n........•rr.'C•+x,:::+!{?-ir:Or.4;r}}}. ..».n .nv. ..�F..r.tvr.n.. ..:... .�.:.�:::»ny::r'f;�}•:...........:.:: :r.n{y4..2':::`'!i7.}};:.r}•.1•:rf:•.v,.}.^.,4}::. .:.... ..... .... •..::..:..:.... r..R.....K...f....J.:"+..:.,..i hv:•:::.v.av:.:n:,}::i.},4. •:.S.f•::v::f:w:. .? i�.A,..An, ..}.. ::i:: .t..v .y. ............... ............:................................................. -.. ......n.. r. ....r................ .: r rn:. ... n .. .,.:.::::n.:n:!.v-:a::vr:•i}:r."`Y�vv:v�.� ......... ............ ...... ........ .... ........ .. ... ................i...r....nY........... .v..}.,r...r.--..................r... ...... ..............:.........x.........:x...:..:•::::, .... ...............J...n .v... »:::a: .....r..:............. -. ......,...::. - .............. ...... .........$:x�,......: .n ..4... .:•-:.:. :<>f$r7s:ta:i:j::Gk:::i{: ............ ...... : ..... ........ ..:.nr.: x. f3 r ... .. ... : ..A.A.. ,. ..............,-..�:::•: ''.%i%:' .. ........-.-....A.....:....................... .::.:. .. .. ... v:;..:.....: :::.:n........ --.....:. v:::....f:::�.rr;..:..'-;;v:. ...:.R::).' '.}:::.:r.}':ni:. t4 :..t:.."i f X a' 4 f ...... .. .. :.-.- ....... ......vY .......1v..: .. :.:t::• .::. .. .. ... ... ::.:::::v. ........:.:........v v:w...:-.: .. .......................:..... ...t.,...:....-......... . .. .. ..... ..... ....... ..:. ......n n... v r. .:.:.::7..t.., f� N t. r .. :..:.. .... ..... q ..:;t:.. ...:. ... ?;. ... f fi fr Initials: Contractor County Dept. EXHIBIT I Bethel Island Rural Response Area 0 • v d I i ��•.�, w. • s. r _ . A ..� 2 � ■a.•�••NM' .. r' d� :+.'v,�'.': "9`.. t:;t .,. �: t ;... : .:•*fir• '�?- : ... t,. .'q: AIM •i I 1A-L- ^,«,n: ♦ # +.'�` rte: }, 2 h x . �: : � - t►:. _ ;.. ..rye iy. 'y:y. ' �' � .- : : z � � �: /' .�• fib' 5a .. ••a•••a•••.•••r• - , a} : x AAA nw_ r +..:. :- ...:..:.:...::.:.•..-::::•........ .... �:: ...;....:. {..nC,,t?;`• .+rx,'4 y'J: ,J.:,ij}. :}rN: .',r.`" ;},w}.... :�.. r,.:• • kk,,,,.v .s SS S`. .xc•?C{.F:k�,v,.":F••x'}{.Y.;:r•:•}}}}••Yx .:,........ ....... ',.'k".�/`y+:::3.. ,.,'fiYy fir;:f-'+5,:/a'',`?.j$f�:: L: J7. ' -•r :MG + 4x: :...4.:...,.G:-:•. r: ::. .. � f•y..:• •:.�}. ri,. �+ "$ -\i .,: ..''�`,cY}:•r'•r.'"v�;}#ri;•w`�,xs:,.,+,.,... b,4.,.J:;:4•:x` .. ..�:�Rif+n' -,sY.• 2 :6 :2•;•'i,.r } ., - ..}•3:.•.,' >•{F..,t••:r'Si rh'•rh..,�t`:J4Y ... '. MOM _ ���: it :,;�,�, :. ,..' ♦' ..:`; ::::r.:',:..,• .+ .• t;a3Y"r+•,' v x.'"r#y,., ,c..;.;..,: :. - Ab/ilx• :i•. ..;k � : Y'i, h},.:.} .,.:ff` ... SYr,'r.`�,.> - w $ �! {. ?#�•,:N -..M� f }: ,..4f•� fr�,a.+":. ..g;::•,•�•''',^:.: S w�y� rk. ii:3A ..� r-err, .,;.•.i ;...::+' ..• ;:..."�:L� Y:Y, k:•„' :,.v:;xx.�K}G � :s�'K.aw� *: ':.-+J x.. �`w�. ;•� �$•r ::':;::. r,:. F•.,.,�{, ,, moi' �.: ,;�4. .;.:4?=t>r. „c.. ..:;,::;:: a,.Y•.:.Oar; `•+.Q•,.-r:'::_. : . Y � •7 IM ::, fr.' :�.icFJ' .;;{{•:k::i'ir••+`N.k',...•xx;`Y`.}•.};}•:,::=..:i m Qr:,...� h: .:%:.'.}wv`•Y,.�.,'�y1..�,to'+C}`• �':�.G .. �! ... S ..'!F`,:.rr.ry`•�"3'. .. y :##♦4:{':�:•''`'•”, ,. ?' ',..,... .`.ri(:S'+:':\•hfi,•;�L:r w'+•r,•' :tn>f,.4 ! ... ... .r,+}r •Y$" ' lam$• ?}'- f.,+ '..'i..,.'.v '.r X?.4r�i:f-: +.4i .3.. : - ..rr ':'kh':\\'fix;+^`'$'.:: r:+,'r ..,:ir?.,ti''�•`-r,'•.r'"f': rrr',•.r�•'k;;K'': _.. : s `•..x•:i3.{. : .'F F r.:.,'vi,.,... .,r.;}S,+ :r ?•...:: :;:i}4{,kC;:.fi•s::;:i.'+Lc4k'::s'•:x :�. hx .w,• ::'?• Y•:..`.`'?,•,.4ryt�v v Jrf::{••:F:t?;ry t f,?J.S ,,.;x.,4: f�� '� ;..r+G.j�R 2•x:„y:;S .;}}:i•t:>g.E,. G` Z i. ..r.:••..,.,o•:{''+w•{: ki:.,.':�`!' ...;. n:xnf,r•4.s>;•r, i}::.d :.44": :•,,1':\ '�'•rh}'i.?•.. ..nfi�v:+•ri ':: 3',t.,'"},..3':•'•,ir '• :.Y'`{?tkY : .,� }. .rr.h+.Y.`,: ;'•:'pG,.�,.`,••�,+v,..+ .F...'?•..{✓3�;;r:fS.. {34f,:y}tk'£I<{r:.•i};#'#}: t' s'. ,yr 3 ::;;,•}N;::: '•: '�'•y,•• .v:#Y...Y r.' rl`...;''�,,3,.>s{., u .! Y � x�: i�9" '-r.r'}3}`.} :.. .}. ...w:.: , :x`;'4::r•••3:}:,r::::::•ter.r.. _ :. '- .. ::....+:»wror:+waw,a.»:.+»en r- .x..:. .....•:'..' •!a!•ca<y,!+�4h,»wwws:rronsmaGCJn <w +..}w.siu,�»!w»na+raw�.xo:-mJrh# n 'y�ww•x<,m�s�r»;rrxeewrmwra'rrr}.rw,o-w•:..00»xw. ..vsw:-w�w»ienw�e» ,}.,h4y..trr �..YS.�,::.r.4i`:,::,">kx:'<`'�L'.:•'•Rifi2r. .,.?.},+.w:•;•t,t::-,'hti4,b'•MM:+?:w+:#tt.''ftr'::'�.;•:.,}?:'q:•..JJ..#..,gr: :',J•':4'•t..:,,,:•r;.-:..y.;4,v:y }y3:r->r::••'.,,.•;:'t{�,,G':•::.4rr"'.R":tSr��;G•.":{•.ri•}3'`+•'•`:•r..::�:::,±?:,:x;•''•.i";t:::s;:y".}, w�.}' uw'n•owr�a��roae�. • Y fi: 1 ��'.� .,+.`+J1r. y -',3:;}::; S. ...wM►'►rri+r►.w.�+r+..w.r,-«. r��x nA^•' rrrrrr,«r C3Fr..,:Y4"iiFr. :,,'•'•�•`Y'},•:•.::ttrt;}:•r.ry C # �.M. c#.<N i 4 i# ?} c c.:v�::;. -8.: ».ax..,.3#ia:;:'•::.::: ♦ 4 ' i s : ?;:; s ::...: , iS,QiJ'vii' :.: ';♦+C,,i::'sd ?,s• :::a:.':;1.;,'�`+�'r,s: 3. : ,M ;. r ,v:iF'�p}.r.. ,.,+"r;c:ic;yf E ,s rr.+''.(,>fi. ,3};::Ex,#' _ _: �. x :k•. '�StYBY ::}'L.'r 3:..Y 3A:x{;.;r•!i;k•-;;�-t��::#.:`3#':v'•.x;.x}:r.;-.� � � � x. ,.}}::{:..,.'�•{+. .::¢#.xy"':.,•:1$}:, ::.r' r:� - :,.`,�:��'2•r.:y,t•#:,: ;+ }Y.>:;:.?<:v7`,•::.r{'.3:{::ti.i'•}:r<?.,.�t�..;:;;-,�.•',(2•:.'fi'i-f�;.�' .� .. ■ � �..,. ,,>y{tfa x" }<4 x k} .��%t J r �ir+�e4wrrrN« ♦ s�,r�+1 .:42'r'�• .+C.Ry..� ,,•4�.iti i•:�,'`.^'::i-•.cc'r•43 ;%'= .F • �rA '. h ; Ff'i.r ya, R�1•�•��r'r�•'Mr••�1•i�rMR •i1i F�}iC=:hQtir:• .}+t�,r.v:�::tiCi :n.}'�YY•..�.+,.:,F•i.••'$.r=i' - If..M�� E #:. .r..Mf.'•:.'��:n' 6�:r., '.�•�! �����•f�• .::+�i�;•i�}f+:}:' .t.,,:.•...Si}�. Y.'+4,� .?'4:ti •+.ry.} MR•N IWI.�,+'.,..P': r{..:.::.;,}{:;.<':.F:R:;:'c:YxY:::ti::%#:;`•:};{�Lx. �► '•t _E , ?••.do•' :#fi'•`k-.::. :kkr..xi`a.;.yr.• <.. r M C.rS �..�+.,:bt?:,:f'.,,4•r.:rGi?•; :} -!�'♦ .�js. 'rS _ .S :.`>33?:k:4£r.:r.:rY,>!: .}.}.;. 4-r:tS•}.;r,•} h.,\"..::r.:xr.,.vr,.•,.•,'.:}4r:1':;.t'{:.':4•=:x: �i - I : •8;. �} ...t �::..}. •xr :u<r+•::.:yi. ,:.;•,.s7':.t rtt.,.;.r:r..fir,..:::: �� <. ,)c�{tit;:t 3}:+f::{Y+ 3?y t�. r}^.r,•t•. >:"2,�.:. -.>;.'::.Y::r.5::;;.,. •,s.i S : : \ i. h+�., �' •<}�'�'": ,{t.YY••.;x 4o-, Sir:r r•r•::} ,`ofr.: -. '# • of.• f •{:..;:;}s:}'-{:•xY.�xy/oiC; :..¢,f�:i :�;::'::;,:.} '•�;..-�.1...�.::,. .;,,•,•v,•.rFi��OS•. f,,`,' #iF'�b:- y:'•::' ,w:;';::�:tl a:Zuw# `.r,yf 4ki?�n'a• : 4 � �� +r' c:: � � t - ,.•3•t•ih,C >Yrf+. ... :i..:{Y,."'r<.•:k!.r.:'h:rra}?�;: ♦ .; .� r -x w•srrrx+rxn�in>aras!+. .:vn a»�a»rr.�,�.x io+awr-save>. .�.>.. uw�a•t,�nna,.»roaR.+.r»�wsws:,.«nx�• narw,i.'�iv.e•w•r:r.�ata.»..:.w:r•>:ox..:.-..r»:ox.Y.i rwxa-,r:, 'K>•k., '}•>.:.}.,.:' ,v+';)}.J•{w..^ .,,� :':'.•:-:'•,.ii':?::t r +v�•:.r>r. �> � "4' ' k,t?4n .,.� •r/;'ta:. ,�''.2�,{3...r::}ya}...:1t ��. + h rr.4'.. ,. i�:.:• :r}}:^,ji'r,.:}, i't S'.}}r:}r...Hr•x....:�} 4}.! # � fF r { i 3F>,'.��. •..;;k •.4 ..�../#:•?`•T'•' ..:tFC4i,.c.%vr e •'Si.r YiC - : - \. .; < s. 'j .�r •.,f,:�,yi{,.. it ..M ',�,. ++Q, §ei i,.:r. '• .., ,.,{xfy.r ,..s•.,Q••r #•#i:#:x:::�• -.♦. Y �.. '. rY fva: Vx':�y''� <..x;� C "•}t.mak: , 3'ix� : ;� '�K .3 /o.r!�i�;c: i{.;x<:.�-: :•lr,�•�,.r,;.,h•:.{:.0,rr kt.; � .. �� �: f r 9;?;' r. Z4'r:•++r4k GF' ..?{`%Yx. :,. k" t}t'o• » tip''•;S`' .,tr,.pr�A.,,�ir:.'.: 4 y t: roc'. :•JjI;I•h••`: •�r?;;t.$?2#r:�:/x::iL.;,r�•,#cr:rs�•:;�`• r�i!:' 5 t::+�3. };..,'�k+:%: : � _ 1 ,y, .;+.�':::}::SM;`fi• � r{}'i+v, :•}:Y^•::: i�' .,;,�,i;;C•+..`54:3?�.:,:.i:;:.'•:.> if_3 _ .off, i� j r10-:F?"ri}3'.�•._{.••_::r.:r }::Cf }'ti •}. £ : ;s. 4AW } l 5 t Y r k rn,R4.�{.':.:.r,.q :.•x:•t;•}r't;.}. :r2 � S 1.'? : •� rY#.:.r>ytt;r+,•::U-'§•+} JJ '"•` ,ytiy:;•.;;{_k,a}, ,{,: S `. °;�'/m yR:r�{.r2F';;;fi,.:4 `�':>':8x3}.;..;,ii;.:,y: :.,}+5.1•x;;.� : _ ;. .. r. ! `; ....{.::.::MG..:..v:.::r.�:X}g�r•}. :..,t:!. ... ^>:kXXx:,.}.t;.xy:t•::k: -� � ��. , 'AINx .: :♦� .. t 4 .. � f...•..e <�" ♦ ....,.r..,r.,.�w,w,w, 1 of 2 Initials: Contractor County Dept. i '9o42a.....-.. ."-.._�-.fib"'^"`.'." F +Y 10 v r .� 5 s�- { as zzcb S . g a MI ��' j 3 .,k; ,.' t�'�"� b o aT;���` •ti„�.k}r.['/: +lN�.`v} 4��.Yvae OF •rr tsF #. � yro H�a4y�����p��'r�'t W�'cb�rF`cva;{'i`� i.. �,�m' yvM � �.' Y � r�} �2"'� F�r��� i'z i�»�. fgS•���R}����'k,G r„4e•` �'ti} ¢ '`d � y} i'X'` �.� i, Y'^`: 2'�2�k'k F � r' Y' �}�Y�r:G fF i �k,$•�/.C'� ;{£�i:'4 '��a'��... 2dt� � �:,' •$int� £ �z�f`3Yts4 ;s, $ $�-z c .ys $, y� �9;� Y yY`tla,r �3 ��{�9t'l�A•. /��� <r „p'�f��� .7�.( (: - a r� ° s �. �,•.�'� ��'4 � � t 3�t }� � �,}f < Jaz:",. fzi :{rz vyt. p 8� *ssz;`�, +s 3 o-�s `� f sJ��. � ,�,•��a,���,t`r }'�^i�,r� �t ��rs o✓ ``_ r K fs ;'�`` ,.'f` lzvYx'R' y°• ,�,' „°i4'. MENA bm '^'711111bwrw�s w.........., ,.................. �: a,�: w111KYr^t �w.. �M"u�it���, •«� .{s{ %'+F'. ��2 £, .���{,�,..'. Y'}a�< �� } '?''' '�f £ k"° ��+h'�'R.'- aft>2 i���/•�Y �4 K, Y�•` a fi�'���x .Ski`�� 5•+�+{� kL:.._ �„ewU,Yn� _- irk. �1! 3"'� i.''G� �;��Z a���•L"�` r�,�}�.�. Aaf�}5.� t. N 30_ Z, %f•: n�tag��r {, SS„' � �J�tir z �,�.s i<z.2STr°a d..:.,.,, I�j. : hty ` J� •.�� �.�f�,.a� .�¢+`,�rJ �rZlS+�'f"A:v G/1Y :2'S 4 � V okt N t{ r/vs s i sA 9 �y d {v x f r. i s•�S x � � ��� ti vsfi� �+g 'rt $ 'r i f}a xr�,t�z+,•�•, r � 't%Y:. $ '.�' ¢4.. a �,��.,..,r.. �y ossa-�r 10 mw 0 ��t is } t 7w 1 ExHiBiT j RENTAL RATES .Vehicle and basic egulpment $},000 per month per unit $ 3 5 per day per unit � �a �a Above rates include mileage,normal wear and tear,and equip . � { �^ ¥ }y, � `± . « &�® . Initials: Contractor County Dept Contra Costa County PAYMENT PROVISIONS Standard Foran P-1 (Fee Basis Contracts-Long Form) ReVased 2002 Number 23-024-24 1. Payment Amounts. Subiect to the Payment Limit of this Contract.and subject to the followilig Payment Provisions, County will pay Contractor the followuig fee as full compensation for all services, work, expenses or costs provided or uncurred by Contractor. [Check one alternative only.] monthly, [ ] b. $ per tout,as defused in the Service Plan, [ ] c.. $ after completion of all obligations and conditions lnereul, or [X] d. County will reimburse Contractor for transportati w.o ie :::.for whom Comity is funancially responsible,as provided un section X. ce Plaii. Comity will also reimburse Contractor for optional services has it to section X.D.3. x. of the Service Plait. 4 2. Payment Demands. Contractor sliall submit written demands. Sai .. ands sll made on Comity Demand Form D-15 and i.n the maiuner and form pr y Co Contractor shall submit said demands for payment no later than 30 days from � rad N. month �.luch the contract services upon which such demand is based were actually r ". .. tired. = royal o.A said payment demands by p r, the head of die Comity Department for whic: d1i .r:z1 s us designee, Comity will make payments as specified un Paragraph 1., (Pa `Amour above.. Y. 3. Penal for Late Submissio n Cot ::•..µr fails to s 'o Comity a timely demand for payment as specified un P� ?. em x .above, and as a result of Contractor's lane submission the Comity is w1abl tail rei m ,lit 1e Statue of California or otherwise;to die extent the Comity's recove. ndung is preju :. y {_, Co "1`.L..:liall not pay Contractor for such services, even though such se ere fully provided. m ttit�. 4. Right to withhold. Co as the rig "! �tliliold payment to the Contractor when, un the opinion of the Comity expressed u1 to tln. F tractor, (a) the Contractor's performance, u1 whole or u1 part, either has not been carried i T sufl`iciently documented, (b) the Contractor has iieglected, failed or refused to furm'sh uifonnati :::yy:. to cooperate with any uispection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate Comity, State or Federal audit agencies occurring as a result of its performance of this Contract_ Contractor also agrees to pay to the County witill130 days of demand by Comity the full amount of the Comity's obligation, if any, to die State acid/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Initials: Contractor County Dept. Form P-1 (Page 1 of 1)