Loading...
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CERTIFY that the above is a full, true and correct copy of Resolution No. and that the same has not been amended or repealed.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