HomeMy WebLinkAboutReso 1977-8510RESOLUTION NO. 8510
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CHULA
VISTA, APPROVING AGREEMENT BETWEEN THE CITY OF CHULA
VISTA AND THE COUNTY OF SAN DIEGO TO PROVIDE PARAMEDIC
SERVICES TO THE CITY OF CHULA VISTA AND SPECIFIED
ADJACENT AREAS AND AUTHORIZING THE CITY MANAGER TO
EXECUTE SAID AGREEMENT
The City Council of the City of Chula Vista does hereby
resolve as follows:
NOW, THEREFORE, BE IT RESOLVED that that certain agreement
between THE CITY OF CHULA VISTA, a municipal corporation, and THE
COUNTY OF SAN DIEGO, to provide paramedic services to the City of
Chula Vista and specified adjacent areas, dated the 15th day of
k'ebruary 1977, a copy of which is attached hereto and
incorporated herein, the same as though fully set forth herein be,
and the same is hereby approved.
BE IT FURTHER RESOLVED that the City Manager of the City of
Chula Vista be, and he is hereby authorized and directed to execute
said agreement for and on behalf of the City of Chula Vista.
Presented by Approved as to form by
Lane F. Cole, City Manage Georg D. Lindberg, City Att ey
ADOPTED AND APPROVED by the CITY COUNCIL of the CITY OF
CHULA VISTA, CALIFORNIA, this 15th day of February , 1977
by the following vote, to-wit: -
AYES: Councilmen Hobel, Hyde, Cox, Scott, Egdahl
NAYES: Councilmen None
ABSENT: Councilmen None
~/~,,,,~ G .~
~ Mayor of the City 'of Chula Vista
ATTEST ,..'.r:'lL 1[.... '"~~
City Clerk
STATE OF CALIFORNIA)
COUNTY OF SAN DIEGO) ss.
CITY OF CHULA VISTA)
I~ , City Clerk of the
City of Chula Vista, California, DO HEREBY CERTIFY that the above is
a full, true and correct copy of Resolution No. and that the
same has not been amended or repealed. DATED
City Clerk
AGREEMENT WITH CITY OF CHULA VISTA
276 FOURTH AVENUE
CHULA VISTA, CALIFORNIA 92010
THIS AGREEMENT i s entered i nto thi s ~ '[,,~~ day of
~~~C1~ ~ ~q11 by and between the COUNTY OF SAN DIEGO, a
political subdivision of the State of California, hereinafter
referred to as "County", and the CITY OF CHULA VISTA, hereinafter
referred to as "Contractor",
W I T N E S S E T H:
WHEREAS, County has responsibility for ensuring the
delivery of quality emergency medical services and County and
the Public Health Service of the United States Department of
Health, Education and Welfare, hereinafter referred to as"HEW",
have negotiated Grant #09-H-00581-02-0 MS H36-C for expansion of
Emergency Medical Services in San Diego County; and
WHEREAS, subject grant includes funding for paramedic
training services, and
WHEREAS, Contractor possesses the appropriate profes-
sional qualifications to provide paramedic services; and
WHEREAS, County and Contractor have entered into a
Memorandum of Understanding regarding paramedic services; and
WHEREAS, the Contractor has been designated by the
County to perform the subject services;
NOW THEREFORE, the parties do mutually agree as
follows:
~'OUN^1Y OF S~,IV ~7IEG0
COi~T'RACT
IZU~tLz'F?
f:~~l:~r~=~~~ :_r;~o nur~bsr
~.z~ ~~t~~_I ~:~=:.~'.i?'!:LCc`l~io,~ Page 1 of 9
re~ardizl~ ti~is c~~itract~,
Section 1. AGREEMENT PERIOD
This Agreement shall commence no later than April 15,
1977, and continue until terminated.
Section 2. ADMINISTRATION
County designates the Director of Public Health,
1600 Pacific Highway (A-21), San Diego, California
92101, or his/her designated representative to
administer the Agreement on behalf of the County. ,
The Contractor designates the City Manager of Chula
Vista, 276 Fourth, Chula Vista, California 92010,
or his/her designated representative to administer
this Agreement on behalf of the Contractor. All
reports, proposals, letters, notices, and/or other
correspondence shall be sent to the attention of the
designated representatives at their respective addresses.
Section 3. AREA OF SERVICE
Contractor shall provide paramedic services within
the City of Chula Vista, the Bonita-Sunnyside Fire
Protection District and the Montgomery Fire Protection
District.
Section 4. CRITERIA
Contractor shall have overall responsibility for
the development and operation of paramedic services
in accordance with the County criteria described in
Attachment A. Contractor may subcontract all or a
portion of these services. However, Contractor is
responsible for insuring that any and all subcontractors
provide services in accordance with the County criteria
described in Attachment A. page 2 of 9
Section 5. COUNTY FURNISHED EQUIPMENT AND SERVICES
Subject to the performance by the Contractor in a
manner acceptable to the County, County agrees to
provide to the Contractor the following:
A. One Mobile Intensive Care Unit (hereinafter
MICU) and certain items of medical equipment
described by * on Attachment B.
B. Necessary communication equipment to operate
the paramedic service as described by * on
Attachment B.
Section 6. CONTRACTOR FURNISHED PERSONNEL, EQUIPMENT AND REPORTS
Subject to performance in a manner acceptable to
the County, Contractor agrees to:
A. Maintain and operate one fully equipped, supplied
and manned MICU available for providing paramedic
services seven days a week, twenty-four hours per
day, on a year-round basis in accordance with
criteria established by San Diego County.
B. Staff the MICU with at least two paramedics at
all times and respond to all emergency medical
requests in the assigned area.
For purposes of this Agreement paramedics shall
be individuals certified by the County's Health
Officer to operate as paramedics in San Diego
County pursuant to Section 1480 et. seq. of the
Health and Safety Code.
C. Provide all medical equipment items for two
***
MICU's described by ** in Attachment B.
Page 3 of 9
D. Maintain and replace, as needed, all medical
equipment items contained in Attachment B.
E. Insure that all certified paramedics complete
the continuing education required by the County.
F. Submit reports in accordance with Section 19.
Section 7. OTHER CONTRACTOR RESPONSIBILITIES
Contractor further agrees to:
A. Provide suitable protected facilities for
housing the P1ICU ambulances.
B. Maintain the MICU ambulances in a fully opera-
tional condition.
C. Develop mutual aid agreements for providing
ambulance service in the area in the event
the ambulance is not operable, or array from
the area of responsibility.
D. Notify the Division of Emergency Medical Services
immediately whenever-any condition exists which
adversely affects providing satisfactory ambu-
lance service.
Section 8. INDEPENDENT CONTRACTOP.
Contractor is, for all purposes arising out of this
Agreement, an independent Contractor, and no employee,
agent or subcontractor of Contractor is, for any
purpose arising out of this Agreement, an employee
of the County.
Page 4 of 9
Section 9. INTEREST OF CONTRACTOR
Contractor covenants that Contractor presently has
no interest, including but not limited to, other
projects or independent contracts, and shall not
acquire any interest, direct or indirect, which would
conflict in any manner or degree with the performance
of services required to be performed under this
Agreement. Contractor further covenants that in
the performance of this Agreement no persons having
any such interest shall be employed or retained by
Contractor under-this Agreement.
Section 10. COMPENSATION
This is a no-cost agreement. County -Nill make no
reimbursements as a result of this Agreement.
Section 11. MODIFICATIONS AND EXTENSIONS
The Agreement may be modified at any time by the
written consent of the parties. This document,
however, fully expresses all understandings of
the parties concerning the matters covered herein.
No addition to or alteration of the terms of this
Agreement, and no verbal understanding of the
parties, its officers, agents or employees, shall
be valid unless made in the form of a written
amendment to this Agreement, and duly approved and
executed by the parties' authorized representatives.
page 5 of 9
Section 12. PROPERTY TITLE
Title to expendable and non expendable property
4rhose cost was borne in whole by County under this
Agreement will remain vested in the County upon
termination of this Agreement,
Section 13. ASSIGNABILITY
The Contractor shall not assign any interest in
the Agreement, and shall not transfer any interest
in the same without prior r~rritten consent of .County
thereto.
Section 14. TERMINATION AND DEFAULT
A. This Agreement may be terminated for any
reason by either party giving sixty (60)
days' written notice to other party's
designated representative, except as
defined in "14.8" and "15" belot~r,
B. ,County may terminate this Agreement for
default upon five (5) days' written notice
if Contractor breeches this Agreement or
if Contractor refuses or fails to timely
perform any of its duties under this
Agreement.
Section 15. TERf~IINATION OF HELd AL~lARD
In the event of termination prior to June 30,
1977, by FiEL~! of subject award with County, funding
provided to Contractor under-this Agreement shall
likewise terminate at such time. In the event
of such termination, County shall immediately
page 6 of 9
inform Contractor's representative by telephone
and confirm such termination in writing.
Section 16. INDEP~INITY
Contractor agrees to indemnify and hold harmless
County, its officers, agents, and employees from
and against all loss or expense (including costs
and attorney's fees) due to bodily injury, personal
injury, professional/medical malpractice, including
death at any-time resulting therefrom, sustained
by any person or persons or on account of damage
to property, including loss of use thereof, arising
aut of or in consequence of the performance of
this Agreement, provided such injuries to persons
or damages to property are due or claimed to be
due to negligence of the Contractor, its officers,
physicians, agents or employees. Contractor shall
have workers" compensation coverage for its
employees under this Agreement.
Section 17. AFFIRf~{ATIVE ACTION
Contractor and any subcontractors performing under
this Agreement shall comply with the Affirmative
Action Program for Vendors, as set forth in
Article III (commencing at Section 84) of the
San Diego County Administrative Code. A copy of
this Affirmative Action Program for Vendors will
be furnished upon request.
page 7 of 9
Section 18. RECORDS
Contractor shall maintain accurate books and accounting
records relative to this Agreement. Such books and
records shall be open for inspection and/or copying
at any reasonable time by the County's designated
representative(s), the Auditor of the County of San
Diego, HEW, or their designated representatives.
Section 19. REPORTS
A. Contractor and any subcontractor shall comply
with the ambulance report system of San Diego
County by completing a Prehospital Report Form
on every call made by the MICU or ambulances.
B. Contractor shall be responsible for insuring
that subcontractors submit completed Prehospital
Report Forms on the first and fifteenth of every
month to the:
Department of Public Health
County of San Diego
Division of Emergency Medical Services (D-222)
1375 Pacific Highway
San Diego, California 92101
C. Contractor shall maintain record of each emergency /~I~
medical request. (who ~~~~
was dispatched and time of dispatch and arrival).
Section 20. ATTACHMENTS
The following attachments incorporated herein are
part of this Agreement:
A. Criteria for Agency approval to provide
paramedic services.
B. Medical and communication items to be provided
in each MICU.
Page 8 of 9
IN WITNESS 41HEREOF the parties have caused this Agreement to be
duly executed by their duly authorized representatives.
CITY OF CHULA VISTA
t~roved by t1~e ! of Superui9prs c
ttie County of San Diego
Gl~rk of tt~e Eoard of SupervisorG
A
B '
COUNTY OF SAN DIEGO
B y /~'
Asst Cler~C of ~e Board of Supervisors
The Civil Service Commission has made
the determination required by Section
78.1 of the Charter of the County of
San Diego regarding the employment of
an independent Contractor to provide
services pursuant to the Agreement,
by Action of
MAR 1 6 1977 .~~
Approved as to form and legality
County Counsel
By ~ S
D y
page 9 of 9
ATTACHMENT A
CRITERIA FOR AGENCY APPROVAL TO PROVIDE PARAP~EDIC SERVICES
1. Offer 24-hour, 365-day service,
2. Agree to provide sufficient manpower for 24-hour service.
3. Be selected by a local jurisdiction as the agency to provide
paramedic services for that jurisdiction.*
4. Agree to abide by County Paramedic Program Standards.
5. Agree to respond only to emergency calls.
6. Insure that a back-up system of basic life support will be available
to the Mobile Intensive Care Units.
7. Enter into mutual aid agreements with adjoining paramedic units.
8. Guarantee a maximum response time of 15 minutes in rural areas and
10 minutes in urban areas.
9. Agree to continuing education responsibilities as established by
the program.
10. Insure that paramedic services will continue to be provided as
stipulated for a minimum of two years follotiving certification.
11. Submit a feasible plan of promotability (vertical ladder) to
provide incentive for paramedics to remain in the program.
12. Cooperate with the County in the provision of field internship
locations for future classes.
* local jurisdiction -- cities, districts authorized to provide
emergency medical services.
~,
ATTACHMENT B
CODE:
* - Division of Er•1S to provide
** - city of Chula Vista to provide
*** - Base Hospital should provide
MEDICAL AND COMMUrdiCATION ITEMS TO BE PROVIDED
IN EACH MICU
Minimum
Non-disposable Items per vehicle
* ]. ABS Trauma Box 2 each
** 2. Ambu Bag (Laerdal Resusci Folding Bag II
complete with case) l each
* 3. Backboard (Spine Board Set Short) 1 each
** 4. Bandage Scissors (7 1/4" Stainless) 2 each
** 5. Bedding-Top Sheet 1 set
** 6. Bedding-Bottom Sheet 1 set
** 7. Bedding-Pillow Case 1 set
** 8. Bedding-Pillow (Cot Ambulance) 2 each
** 9. Bedding-Blanket (Cot blanket - medium grey) 2 each
** 10. Blankets - Disposable (KCD Disposablanket) 1 Pkg
** 11. Blood Pressure Cuff - Adult 1 each
** 12. Blood Pressure Cuff - Pediatric 1 each
* 13. Defibrillator (combination scope and defibrillator) l each
* 14. Drug Box 1 each
** 15. Electrodes (Long Term 4 electrodes per pkg.) 1 box
** 16. Electrode Wires (40" Long Life) 2 sets
** 17. Esophageal Airway (Kit) 2 each
* 18. Hare Traction Splint - Adult 1 each
* 19. Hare Traction Splint - Pediatric 1 each
** 20. Hemostats (Kelly 5 1/2" Straight) 2 each
Items 5-7 may also be disposable
B-1
ivon-disposable
** 21. Laryngoscope
** 22. Laryngoscope
size 4
~~inimum tt
Items per Vehicle
- Hook-on-handle 1 each
- Adult curved stainless steel blade,
1 each
** 23. Laryngoscope - Adult (straight chrome blade,
size 4) 1 each
** 24. Laryngoscope - Child (straight chrome blade,
size 3) 1 each
** 25. Laryngoscope - Infan± (straight chrome blade,
size 2) 1 each
* 26. Mast Suit (Standard Anti-shock Airpants) 1 each
** 27. Oral Airways (Package of six assorted sizes) 1 package
* 28. Resuscitator - Robert Shaw with aspirator 1 each
** 29. Rotating Tourniquets 1 set
** 30. Sandbags (assorted sizes) 1 set
* 31. Scoop Stretcher 1 each
* 32. Splints: Instaform Vacuum (Set of 5 individual
splints) 1 set
* 33. Splint: Instaform Vacuum -- Hand Pump 1 each
* 34. Splint: Instaform Vacuum Velcro Straps:
1" x 18"; 1" x 24"; 1" x 30"; 1" x 36" 1 each
* 35. Splint Instaform Vacuum -- Repair Kit 1 each
** 36. Stethoscope (Bard Parker Duosonic) 2 each
** 37. Thermometer - Oral 2 each
** 38. Thermometer - Rectal 2 each
** 39. P4agi11 Tonsil Forceps 1 each
** 40. Adhesive Tape (1/2" x 10 yards) 2 rolls
** 41. Adhesive Tape (]" x 10 yards) 2 rolls
** 42. Adhesive Tape (2" x 5 yards) 2 rolls
** 43. Alcohol Swabs (100 swabs per box) 1 box
** 44. Armboard: Long 6 each
Items 21-25 can also be disposable.
R-?
Minimum
Non-disposable Items per Vehicle
** 45. Arrboard: Short 6 each
** 46. Bandages:
A. 4" x 4" - Sterile 1 box
B. 5" x 9" 2 trays
C. Gauze Rolls - 4" x 5 yards - Kerlix, Kling 2 packages
D. Elastic Bandages (3" x 5 yards) 1 box
E. Eye Patches (oval eye pads) 1 box
F. Triangular Bandages 1 package
G. Bandaids (3/4" x 3") 1 box
** 47. Bite Sticks - Ipistick 1 box
** 48. Burn Sheets 1 box
** 49. Cardboard Splints - Arm 6 each
** 50. Cardboard Splints - Leg. 6 each
** 51. Cardboard Splints - Combination 12", 18"
24"
,
splints 1 package
** 52. Cotton Applicators 1 box
** 53. Cold Packs - Kwik Kold 2 boxes
** 54. Electrode Paste "EKG Sol" 2 bottles
** 55. Emesis Basin (disposal) 6 each
** 56. Gloves (sterile) 2 each
*** 57. I.V. Administration Sets: Plexitron Macrodrip 12 each
Plexitron Microdrip 6 each
Plexitron Microdrip with Volutrole 6 each
** 58. Nasogastric Intubation Set-up 18 fr. 48" 1 each
*** 59. Needles:
I.V. Scalp Vein - 19 Gauge 8 each
I.V. Scalp Vein - 21 Gauge 6 each
I.V. Scalp Vein - 23 Gauge 6 each
.,
h1inimum #
Non-disposable Items per Vehicle
I.V. Cannula - Medicut - 18 G 8 each
I.V. Cannula - Medicut - 16 G 6 each
I.V. Cannula - Medicut - 20 G 6 each
I.M. 21 G x 1" 6 each
S. C. 23 G. x 3/8" 4 each
Vacutainer Needles 21 G. x 1" 4 each
** 60. O.B. Kit 2 each
** 61. Oxygen Mask (Clear Vinyl with 84" Tube) 3 each
** 62. Nose Prongs (Nasal Cannul a Vinyl with Tube) 3 each
** 63. Connective Tubing (Oxygen Soft Plastic Tubing 84") 6 each
** 64. Penlights - Disposable 2 packages
** 65. Razors Z each
** 66. Scalpels 2 each
** 67. Suction Catheters (14 fr. ) 3 each
** 68. Tourniquets (1/2" Penrose Tubing) 2 each
** 69. Urinal 1 each
** 70. Bedpan 1 each
*** 71. Vacutainer Holders 2 each
*** 72. Vacutainer Tubes 6 each
Communications:
* 1. Handie Talkie 1 each
* 2. Mobile Radio 1 each
* 3. COR Telemetry Radio and Battery Charger 1 each
B- 4
COUNTY OF SAN DIEIiU, CALIFORNIA
CONTRACT FISCAL CERTIFICATION
1. NEW
CHANGE
CONTRACT COMPLIES WITH AFFIF~MATIVE
ACTION REQUIREMENTS
BOARD OF SUPERVISORS: Via County Counsel Contract Compliance, and Auditor and Controller
~ X I ~ ~~ 1`j .~. 6350A
CONTRACT NUMBER
DATE: 3~1I 197 ~
~M: Public Health Dept., Health Care Agency
IN ACCORDANCE WITH BOARD OF SUPERVISORS POLICY 69, THE FOLLOWING INFORMATION IS SUBMITTED:
2. NATURE, PURPOSE OR DESCRIPTION OF CONTRACT
Provide Paramedic Service '
CITY OF CHZJLA VISTA ~ _
3. NAME AND ADDRESS OF CONTRACTORC~OClty Manager of Chula Vista, 276 Fourth Ave.,
-~ Chula Vista, CA. 92010
TOTAL ACTUAL
3. EFFECTIVE DATE 3/15/ 197 7 5. EXPIRATION DATE Iridef • 197 6. CANIOUNT -C ~ ESTIMATE
~. APPROPRIATION TRANSFEROR
APPROPRIATION OF REVENUE REQUIRED
X No
YES
lattached completed Form 2651
3. ACCOUNTING INFORMATION CURRL-NT FISCAL YEAR:
ORG UN17/FUND _
ACCOUNT _
TASK _
OPTICN _
AC7IWORK AUTH
AMT TO ENCUMBER ~
EST REVENUE
9. IF REVENUE OR EXPENDII"URE IS TO BE REFLECTED SUBSE-
QUENT TO THE CURRENT FISCAL YEAR; PLEASE COf~1PLETE A
SCHEDULE OF THE VALUE OF THE PERFORMANCE Dl1RING EACH
FISCAI- YEAR AND OF THE PAYPJIENTS TO 8E MADF EACH FISCAL
YEAR.
EXPENDITURE REVENUE
1st Subsequent F.Y.
2nd Subsequent F.Y.
3rd 5ui~sequent F.Y.
10. PLEASE DESIGNATE Sylvia Iviicik, M.D.
AS THE COUNTY EMPLOYEE RESPONSIBLE FOR ADMINISTRATION
OF TI'.I:; CONTRACT. TELEPHONE: 236-3666
11 OOFF CER JOHN R,; P~IILP M:f?'.
!: ~ ;~~
Signa~re and Title
Jolfn S. Celis, r,xecutive Assistant
EXPENDII'19RE REVENUE
6445
XXXXXXXX
XXXXXXXX
APPROVALS
12. CONTRACT COMPLIANCE APPROVAL:
X _NOT REQUIRED
OFFICER
BY_
Signature & Title
DATE:
ROUTING
4. SEQUENCE:
1. COUNTY COUNSEL
2. CONTRACT COMPLIANCE
3. AUDITOR AND COPJTROLLER
4. CLERK OF THE BOARD
C 176 10/75
13. APPROVED FOR FUND AVAILABILITY ACCOUNTING DATA AND
(AS TO FORM) FOR AUDITABILITY
VOTES REQUIRED 3 y 4
GERALD J. LONERGAN, AUDITOR/CONTP,OLLER
BY =i _ / ~
Signature & Title
DATE: ~ _- ~ `~ ~
wt
15. APPROVED BOAf% OF UPERVISORS _ ._ ':~
-,,.,..
-- -z
i~''^°.'Ct~~ li~ t~r.-~'. ~.~.''~9-~Ya~a ~~^up.'i~. t~:RJi"a' t tn, J •i. `r
1' ~~ GCL ~V O" ~!1 Di2a~1
V R
iii~`iYi~~3 ~~~.+J„i •-;t=Q•.~•yp~••.f}Jr~1rt
ORIGINAL: Board of Supervisors, YELLOW & PINK: Auditor/Controller, GOLDENROD: Originator