HomeMy WebLinkAboutC-2863(B) - Emergency Ambulance Transportation Services (Secondary)PRODUCER
MIMS INTERNATIONAL, LTD.
901 DULANEY VALLEY RD 1 610
TOWSOM MD 21204
MARY CLAIRE PICK
410 -296 -1500
ISSUE DATE IMM.DD/YYI
09/24/93
CONFERS NO RIGHTS WON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
;LEER A NATIONAL UNION FIRE INS. CO.
................................................. --- ...... ........ ..............................
...,.. �..:. ........
i COMPANY 8 /..- ,.:�;_....
EXCESS LIABILITY
:.......,
. : EACH OCCURRENCE
i
:....................
:......., UMBRELLA FORM
i
................................................
:AGGREGATE
............. ...
i
OTHER THAN UMBRELLA FORM
R ebp -::
A nCOMPENSATION wo•COMPENSATION
'RMWC3170086
09/01/93:
09/01/94
= STATUTORY OMITS
AND
!
i
! EACH ACCIDENT
i 5 , QQQ, QQQ
A BMPIDYE4' LIABILITY
RMWC3170086
09/01/93
:'09/01/94
DISEASE —POLICY LIMIT
- - ° ° °.. ..................... ...........:........G..........
i 0
(.................
DISEASE — EACH EMPLOYEE
S5,000,000
OTHER
A'PROFESSIONAL
RMOL1759678
09/01/93
09/01/94
i 2,000,000
PER OCC.
iLIABILITY
2,000,000
AGGREGATE
DFLCNPnoN OF OPEPAIIONBRDCAMNSIVEMLES /SPECIAL ITEMS
THE CITY OF NEWPORT BEACH IS LISTED AS ADDITIONAL INSURED AS RESPECTS TO
OPERATIONS OF THE NAMED INSURED PERFORMED UNDER CONTRACT.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPRA17ON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 3i 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
CITY OF NEWPORT BEACH LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
CITY CLERK LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
3300 NEWPORT BEACH BLVD .�
NEWPORT BEACH, CA 92659 /ti -
Y. ... ......
. ..... . . ... . ..... .
06/21/93
PRODUCm
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
MINE INTERNATIONAL LTD.
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
902 DULANEY VALLEY RD 1 610
POLICIES BELOW.
TOWSON ND 21204
COMPANIES AFFORDING COVERAGE
MARY CLAIRE FICK
................ ..
410-296-1500
c'mp' A NATIONAL UNION FIRE INS.,�:d
LETTER
COMPANY B
INSURED
LETTER
A..... -...
E
COMPANY RECEl
c
LETTER
JUN 29
LAIDLAW MEDICAL TRANSPORTATION
..................
m CITY CLERK
D CITY ov
INC D/B/A SUPERIOR AMBULANCE
LcEorTPEAN"
NEWPORT BELCH
539 NORMS FAIRVIEW STREET
...... ................
SANTA ANA CIL 92703
CPA
E
LETOMTERNY
COVERAGES .
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR TYPE OF INSURANCE MUCY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
LIMITS
DATE (MM/DDlYY) DATE (MM/DD/yY)
GENERAL LIABILITY
GENERALAGGREGXTE $10,000,000
A X COMMERCIAL GENERAL LIABILITY RHOLA3265109
.............- ... ......
06/10/93 09/01/93 PRODUCTrCOMP/OP AGO.
CLAIMS MADE X OCCUR.:
:PERSONAL & ADV. INJURY
OWNER'S &CONTRACTOR'S PROT.
...............
EACH OCCURRENCE .$5,000,000
FIRE DAMAGE (Any firj .$1,000,000
... ........ .. ......
MED. EXPENSE (Any one pS..1 1150,000
AUTOMOBILE LIABILITY
COMBINED SINGLE
05,000,000
A: X ANY AUTO
06/10/93 09/01/93 LIMIT
X ALL OWNED AUTOS
BODILY INJURY
X SCHEDULED AUTOS
(P•' W. )
X HIRED AUTOS
. . .. ............... ........ .. .. ............... .. .... .........
BODILY INJURY
X NON-OWNED AUTOS
Per •mtlm )
(
GARAGE LIABILITY
......... .................................. ....
PROPERTY DAMAGE s
EXCESS LIABILITY
EACH OCCURRENCE
UMBRELLA FORM
..... ........................... .......... .......
AGGREGATE II
OTHER THAN UMBRELLA FORM
A: WORKER'S COMPENSATION
-
X STATUTORY OMITS 06/10/93 09/01/93 ......... .......................................
EACH ACCIDENT .05,000,000
AND
.............
DISEASE —POLICY LIMIT $5,000,000
A EMPLOYERS* LIABILITY RNWC4198195
06/10/93 09/01/93
DISEASE— EACH EMPLOYEE .05,000,000
OTNm
A.PROFESSIONAL RMGLA3261111
06/10/93 09/01/93 PER OCC 2,000,000
LIABILITY
AGGREGATE 2,000,000
DESCRIPTION OF OPMATIONSADCAMONSNEHICLIDUSPECIAL ITENUS
THE CITY OF NEWPORT BEACH IS LISTED AS
ADDITIONAL INSURED AS RESPECTS TO
OPERATIONS OF THE NAMED INSURED PERFORMED UNDER CONTRACT.
CERi1FlCATE HOLDER ..
:CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
CITY OF NEWPORT BEACH
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
CITY CLERK
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
3300 NEWPORT BEACH BLVD
NEWPORT BEACH CA 92659
NARY CLAIRE FI
. ... . . . .
<• -, . ��:,: rR_' a-. �nry '$.a.alras.a�5x�a.TG�.i3L.sSF "*'•' .
I
AA"RNe
e` • .. ISSUE DATE IMMIDDIYY)
03/151%3,
PRODUCER
THIS CERTIFI UED AS A MATTER OF INFORMAT, N#s�AND
JOHNSON & HIGGINS OF CALIFORNIA.,
CONFERS NO - UPON THE CERTIFICATE HOLDER- FIS ATE
4275 EXECUTIVE SQUARE, SUITE 600
DOES NOT A TEND OR ALTER THE COVERAGE . _,.._.._.,ED 13Y THE
- LICIE L
LA JOLLA, CA 92037 -1499
COMPANIES AFFORDING COVERA .
(619) 587 -1700
; _ - _. ..__.__ _ ._�.. ___.._._ ..... _ ... _._
L ASSOCIATED INTERN AL I
.__. _. _. ..W...._.� ...i
COMPANY ♦ 1 .:'.
B ::.-
INSURED
LETTER 1•
NATIONAL MEDICAL TRANSPORTATION
COMPANY /IL
Q..: -
NETWORK, INC.
(SUPERIOR
LETTER
-�`�`- -- -- RECEIVED
� AMBULANCE, INC.
9573 CHESAPEAKE DRIVE
i'- LroE77ER Y D q
APR 5
SAN DIEGO, CA 92123
-
_ __ - G� -.. -- - - Cnymm
t,'ETTER.`__ E
L ETT
��
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED
BELOW HAV N ISSUED TO THE INSURED NAMED AB ERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT 'WIT HICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IB SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TF TYPE OF INSURANCE POLICY NUMBER
LTR'
POLICY EFFECTIVEIPOLICY EXPIRAT LIMITS
DATE (MM /DD/YY) DATE (MM /DD/YY)
GENERAL LIABILITY !
,Vr '. ',.; GENERAL AGGREGATE $ •'.�,
_ —. -• k2r0DD.1
A X COMMERCIAL GENERAL LIABILITY X.5.400•%42
D3 26 / 92 07 / Ol / 93 PRODUCTS- COMP /OP AGG.
/ _... ......... ). 00 r 0.
1 ;CLAIMS MADE XI OCCUR.i
PERSONAL S ADV. INJURY $ #2 g0D,,_pQ
> OWNER'S $ CONTRACTOR'S PROT�
EACH OCCURRENCE It *2,000 00
... ..
FIRE DAMAGE (Any one fire) $
: MED. EXPENSE WW are Person) $.
AUTOMOBILE LIABILITY
�....,..
j COMBINED SINGLE *2,000,00
,.
A X' ANY AUTO XS400742
03/26/92 07/01/93 1 LIMIT $
, , ._ .... ..... ... . .. ........,
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
( (Per pomon) $
HIRED AUTOS
BODILY INJURY
NON -OWNED AUTOS
y (Per accident) $
:GARAGE LIABILITY
j PROPERTY DAMAGE $
i 1 I
EXCESS LIABILITY
i EACH OCCURRENCE $
?
......
;UMBRELLA FORM POLICY TERM EXTENDED(
._._........ ..........._... ........_..._._- .._._..._...
AGGREGATE I $
_.....
. -OTHER THAN UMBRELLA FORM TO 07/01/93
F,. .._. -. .., ..._
4 S
WORKER'S COMPENSATION *LIMIT IS EXCESS
OF ' ',-SFATUTORY LNmFS v
AND $250,000 PER
EACH ACCIDENT $
11 ..... .
OCCURRENCE B.I.R.
DISEASE - POLICY LIMIT $
EMPLOYERS' LIABILITY
" " "" ' . . 1-11, "
DISEASE -EACH EMPLOYEE $
'OTHER
*$2,000,000 EACH OCCURRENCI
A PROFESSIONAL XS400742
03/26/92 07/01/93I $2,000,000 AGGREGATE
i LIABILITY
DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLEW SPECIAL ITEMS
THIS CERTIFIES THAT THE CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL
INSURED AS RESPECTS TO OPERATIONS OF THE
NAMED INSURED PERFORMED UNDER
CONTRACT.
nevi'. -:.
...... ,>NY
OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
N DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
CITY OF NEWPORT BEACH
DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
ATTN: CITY CLERK
70-
FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
3300 NEWPORT BEACH BLVD.
NEWPORT BEACH, CA 92659
OF ANY KIND UPON THE MPANY, ITS AGENTS OR REPRESENTATIVES.
P? : G IL
<• -, . ��:,: rR_' a-. �nry '$.a.alras.a�5x�a.TG�.i3L.sSF "*'•' .
I
et
a
F -:
ISSUE GATE (MMIDD/1'Y)
03/30/92
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY A INP
JOHNSON & HIGGINS OF C*;; 3A
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
4275 EXECUTIVE SQUARE, SUITS 600
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFI,Qpb llIY'fHE
LA JOLLA, CA 92037 -1499
COMPANIES AFFORDING COVE,
(619) 587 -1700
L ASSOCIATED IN '�ON
EA "Y
TT B
INSURED
RECEIVED r:
NATIONAL MEDICAL TRANSPORTATION
,
,oD 'n(�
COMPANY C 1JiG
NETWORK, 'INC.
SUPERIOR AMBULANCE, INC.”
LETTER ..., „��
9573 CHESAPEAKE DRIVE
LETTER COMPANY D \ NEWPORT BEACH
SAN DIEGO, CA 92123
i COMPANY'P
`�,
'
LETTER C (, , L% • .
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIC D
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 18, SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TR TYPE OF INSURANCE POLICY NUMBER
LTR.
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE (MM/DDtYY) DATE (MM /DD/YY)
GENERAL LIABILITY
GENERAL AGGREGATE`', 2,,000, 000
A. X: COMMERCIAL GENERAL LIABILITY XS400742
3 -26 -92 3 -26 -93 .Pnooucrs- coMProPAGG. ir'" ,2,000,000
�_...
CLAIMS MADE g; OCCUR.
' PERSONAL 6 ADV. INJURY i :2 r 000,000
OWNER'S S CONTRACTOR'S PROT.
: EACH OCCURRENCE $ *l, 000, 000
. .. .. _
FIRE DAMAGE (Any one fire) S 0
: MED. EXPENSE (Arty one Person) S
AUTOMOBILE LIABILITY
;COMBINED SINGLE *2,000,000
A. X ANY AUTO XS400742
3 -26 -92 3 -26 -93 LIMIT =
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS
(Per Person) $
. HIRED AUTOS
BODILY INJURY
$
NON -OWNED AUTOS
(Per Accident)
GARAGE LIABILITY
PROPERTY DAMAGE S
EXCESS LIABILITY
: EACH OCCURRENCE $
:UMBRELLA FORM
AGGREGATE B
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
STATUTORY LIMITS _
EACH ACCIDENT $
AND
_
DISEASE — POLICY LIMB S
EMPLOYERS' LIABILITY.
.. .. ...._
DISEASE —EACH EMPLOYEE $
OTHER
- $2,000,000 EACH OCCURRENCE*
A PROFESSIONAL XS400742
3 -26 -92 3 -26 -93 $2,000,000 AGGREGATE
LIABILITY
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLESMPECIAL ITEMS
*LIMITS EXCESS OF $250,000 SELF INSURED
RETENTION
CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED AS RESPECTS TO OPERATIONS
OF NAMED INSURED PERFORMED UNDER CONTRACT.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
W. EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
CITY OF NEWPORT BEACH
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
ATTN: CITY CLERK
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
3300 NEWPORT BEACH BLVD.
NEWPORT BEACH, CA 92659
LIABILITY ANK KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES:::
AUTHO Bro : YdAIL KING
a
F -:
acoi:n.GERTIFIGA7 OF
iNSUR "AN+I SSUEDATE (MM /DD /VV)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
Greg 9_M i I I e r & Associates
NO UPON
HEECOVERAGE AFFORDED BVE HTE POLICIES BE NOOW AMEND,
EX TENDTON ALTER THE
P.O. Box 34
COMPANIES AFFORDING COVERAGE
Phoenix, AZ 65001 -0034
602 - 222 -5700
CODE SUB -CODE
COMPANY
LETTER A Az Star Casualty COm an
COMPANY
LETTER B
INSURED
COMPANY
LETTER C
Superior Ambulance Inc,
9573 Chesapeake Drive
COMPANY
LETTER D
San Diego
CA 92123
COMPANY
LETTER E
las
RACE
THIS 15 10 CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO
WHICH THIS CERTIFICATE MAY BE ISSUED ORMAV PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL
THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LT
TYPEOF INSURANCE
POLICY NUMBER
POLICYEFFECTIVE
DATE(MM /DD /YV)
POLICY E.YPIRATIO
DATE(MM /DD /VY)
ALL LIMITS IN THOUSANDS
NERALLIABILITY
GENERAL AGGREGATE
$ 1000
A
COMMERCIAL GENERAL LIABILITY
APK100357
3/26/91
1/01/92
X
PRODUCISCOMP/OPS AGGREGATE
f 1000
PERSONAL& ADVERTISING INJURY
$ 1000
CLAIMS MADE [:j] OCCUR.
OWNER'S 4 CONTRACTOR'S PROT.
EACH OCCURRENCE
8 1000
"AMENDED"
FIRE DAMAGE (Any one fire)
It 50
MEDICAL EXPENSE (Any one person)
f 5
L AUTOMODELE
LIABILITY
SINGLE
$
A
ANY AUTO
TAU101657
3/26/91
1/01/92
LIMIT
1000
X
BODILY
INJURY
$
ALL OWNED AUTOS
SCHEDULED AUTOS
(Per person)
X
INJURY
f
HIRED AUTOS
X
NON OWNED AUTOS
(Per accident
PROPERTY
DAMAGE
f
GARAGE LIABILITY
E %CESS LIABILITY
OCCURRENCE
$
f
OTHER THAN UMBRELLA FORM
9
WORKER'S COMPENSATION
ND
EMPLOYEgS'LIABILITY
: -+
l'.r�
-a
C
G
+y
®
F'��1
1 1 'I
STATUTORY
- -i
- '-
j (EACH ACCIDENT)
(
$ (OISEASEEACHE
PUO
$ (pISEAS6EACH EMPLOYEE)
OTHER
\
\tt \eFf
Q
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS
:CEHTIFICATENOIDEk: z
CANCELLATION ,
.: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYSWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
City of Newport Beach
LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
3300 Newport Beach Blvd.
'.'F'f: LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Newport Beach, CA 92659
ATTN: City Clerk
AUTHORIZED REPRESENTATIVE
316626000
t1C4RQ28^8.t3l68) .
( aj:AtlS71tQC[7Ftpi3RATipN1998,':
TO:
FROM
THE
MAY 1 31991
Mayor and City Council
J. M. REED, Fire Chief
May 13, 1991
CITY COUNCIL AGENDA
ITEM NO. F -3c
1pz
SUBJECT: REQUEST TO AWARD CONTRACT FOR EMERGENCY AMBULANCE
TRANSPORTATION SERVICES
RECOMMENDATION:
Authorize the Mayor to:
1. Sign an ambulance agreement for primary service
provider with one of the three, ambulance companies
effective June 1, 1991.
2. Sign an ambulance agreement for back up service
provider with one of the remaining two ambulance
companies, effective June i, 1991.
DISCUSSION:
On March 11, 1991, the Council authorized the City Clerk to
advertise for bids to contract for emergency ambulance
transportation services.
Three ambulance companies responded, Medix, Seal's and
Superior. Seal's and Superior bid on both primary and back
up service while Medix bid for primary service only.
On April 24, 1991, an oral interview of each company was
conducted by a review panel. The panel consisted of Ken
Delino;..City of Newport Beach; Carol Porth, Oasis Senior
Center; Vickie Cleary, Hoag Hospital; Richard Leuhrs, Newport
Harbor Area Chamber of Commerce; and Paul Schneider, Newport
Beach Fire Department.
The following points (maximum point total available 300) were
awarded by the panel:
1. Seal's 263.6 points
2. Medix 258.8 points
3. Superior 254.8 points
The scores were based on the oral interview and a review of
the proposals which included:
1. Commitment to Clinical Performance
2. Quality of Equipment & Equipment Maintenance Practices
3. Plan for Takeover
4. Commitment to Response Time
5. Experience and Background
6. Billing and Collection Services
7. Cost of Services to Patients
8. Responsiveness to the Request For Proposal
Emergency Ambulance Transportation Service
May 13, 1991
Page 2
M
i
The panel recommends that Seal's be awarded the contract for
Primary Service Provider and Superior the contract for Back i
up Service Provider. i
iJ
The complete proposals of all three companies are on file and
available ,f or. council .r..eview.._ Con tact. Captain Randy
Scheerer, Fire Department.
�+ J. M. REED
Fire Chief
Attatchment: Rate sheets for ambulance service.
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: May 24, 1991
(714) 644-3005
SUBJECT: Contract No. C-7963(B)
11
Description of Contract Emergency Ambulance Transportation
Services -.Secondary service
Effective date of Contract —June 1. 1991
Authorized by Minute Action, approved on May 13, 1991
Contract with Superior Ambulance, Inc.
Address 551 N. Fairview Street
Santa Ana, CA 92703
Amount of Contract (See Agreement)
"Xtl�a' � 4fe
Wanda E. Raggio
City Clerk
WER: pm
Attachment
3300 Newport Boulevard, Newport Beach
.5
0
AGREEMENT FOR PROVISION OF /Q
EMERGENCY AMBULANCE TRANSPORTATION SERVICES C - Z JPZ3 (/8�
❑ PRIMARY RESPONDER 0 SECONDARY RESPONDER
THIS AGREEMENT, entered into this a� day of ,
19-& which date is enumerated for purposes of reference o y, by
and between the City of Newport Beach, hereinafter referred to as
"CITY"
and
Superior Ambulance, Inc.
,
hereinafter
referred
to as
"CONTRACTOR ". This Agreement
shall be
administered
by the FIRE CHIEF for the City of Newport Beach, hereinafter
referred to as "FIRE CHIEF"
WITNESSETH•
WHEREAS, CITY desires to assure the availability of prompt
emergency medical transportation services within the City of
Newport Beach; and
WHEREAS, CONTRACTOR desires to provide such services upon the
terms and conditions set forth in this Agreement:
NOW, THEREFORE, IT IS MUTUALLY AGREED AS FOLLOWS:
1. DEFINITIONS:
The following terms and definitions shall be used in this
Agreement:
gr /artb.a9r 1 .
z
A. "Emergency Ambulance Transportation Services ",
hereinafter referred to as "EATS ", means the provision of ambulance
services in response to an unforeseen event giving rise to the need
for transport of one or more patients requiring advanced or basic
life support services. This service may require Code 3 response.
B. "Emergency Dispatch Center" means the designated
Fire Department Communications Center, responsible for authorizing
EATS provided pursuant to this Agreement.
C. "Advanced Life Support and Basic Life Support
Service" means the same as defined in the California Health and
Safety Code, as now in existence or hereafter amended or changed.
D. "Dry Run" means a response by CONTRACTOR to a
request for EATS by the Emergency Dispatch Center, after which such
EATS are determined to be unnecessary.
F. "Primary Responder" means the ambulance company
which shall be requested first by the Emergency Dispatch Center to
provide EATS within the City limits.
G. "Secondary Responder" means the ambulance company
which shall be requested by the Emergency Dispatch Center to
provide EATS in the event that the Primary Responder is unable to,
or does not, provide such services.
H. "Response Time" means the interval of time from
initiation of an emergency medical response vehicle run to arrival
at the scene of the emergency incident.
I. "Code 3" means the use of red warning lamps and
siren as permitted by Vehicle Code Section 21055 if the vehicle is
being driven in response to an emergency call.
J. "FIRE CHIEF" means the Director of Fire Services for
gr /artb.agr 2.
the City of Newport Beach.
2. AUTHORITY:
The Request for Proposals and CONTRACTOR'S response are
included as part of this Agreement by reference as though set forth
in full. Where the RFP and CONTRACTOR'S response conflict with
this Agreement, this Agreement shall prevail.
3. DESIGNATION•
A. In consideration of the services CONTRACTOR agrees
to provide pursuant to this Agreement, CITY designates CONTRACTOR,
as J)M -j(q AXMX (XSecondary Responder within the City limits of Newport
Beach. CITY may suspend or terminate such designation for failure
to maintain compliance with, or for violation of, any provisions of
this Agreement, and any applicable laws, rules, or regulations of
any governmental entity.
B. CITY assumes no financial liability for the cost of
services to be provided to patients pursuant to this Agreement,
including financial liability for the costs of Dry Runs.
4. SERVICES:
A. CONTRACTOR shall possess, maintain, and provide such
equipment, facilities, and supplies, and shall hire, train and
provide such personnel, as are necessary to respond on a twenty -
four (24) hour basis to requests by the Emergency Dispatch Center
for EATS. When so requested, CONTRACTOR shall respond as directed
unless CONTRACTOR is incapable of thus responding, in which case
CONTRACTOR shall immediately notify the Emergency Dispatch Center.
standards:
B. CONTRACTOR shall adhere to the following operational
1. Emergency Response Time (Code 3 -red lights and
gr /amb.agr 3
siren) shall not exceed ten (10) minutes for eighty -five
percent (85 %) of responses over a ninety (90) day period.
2. Urgent, or Code 2 Response Time (expeditious
response without red lights and siren) shall not exceed
fifteen (15) minutes for eighty -five percent (85 %) of the
responses over a ninety (90) day period.
3. A field supervisor shall be immediately
available on a twenty -four (24) hour basis.
C. Personnel performing duties under this Agreement
shall meet all requirements of Chapter 5.14 of the Newport Beach
Municipal Code and other applicable laws, rules and regulations of
governmental entities as now in existence or as hereafter amended.
1. Attendants shall be at least eighteen (18)
years of age and be trained and competent in the proper
use of all equipment, and shall hold a current permit or
certificate issued by the County of Orange indicating
compliance with all applicable state and local laws,
rules and regulations.
2. Proof of license or permits required by this
Agreement shall be maintained by each attendant and
driver and available to the FIRE CHIEF upon request.
D. CONTRACTOR shall have at least one dispatcher on a
twenty -four (24) hour basis who is adequately trained in radio
operations and protocol standards established by all applicable
laws, rules and regulations.
E. CONTRACTOR shall install and maintain state of the
art communications equipment such as radios and KDT's acceptable to
the FIRE CHIEF in each first line and reserve units in compliance
gr /amb.agr 4 .
with any governmental rules, laws, or regulations.
F. CONTRACTOR shall fully comply with all medical
standards, protocols and ambulance rules and regulations
established by the EMSA, and shall cooperate with the Program and
Medical Directors in the monitoring, regulations, and oversight of
the EMS system, throughout the term of this Agreement.
G. CONTRACTOR agrees to perform all services hereunder
in a manner commensurate with the community professional standards
and agrees that all services shall be performed by qualified and
experienced personnel who are not employed by CITY nor have any
contractual relationship with CITY.
5. DISASTER ASSISTANCE:
During a declared disaster, locally or in a neighboring
jurisdiction, the normal course of business under this Agreement
shall be interrupted from the moment the disaster situation is made
known to the CONTRACTOR by the Fire Department. Immediately upon
such notification, CONTRACTOR shall commit such resources as are
necessary and appropriate, given the nature of the disaster, and
shall assist in accordance with disaster plans and protocols
applicable in the locality where the disaster has occurred. The
disaster - related provisions of this Agreement are:
A. During such periods, the CONTRACTOR shall be
released from response time performance requirements until notified
by the Fire Department's authorized representative that disaster
assistance may be terminated. At the scene of such disasters, the
CONTRACTOR'S personnel shall perform in accordance with local
disaster protocols established by the Newport Beach Fire
Department.
gr /artb.agr 5.
B. When disaster assistance has been terminated, the
CONTRACTOR shall resume normal operations as rapidly as is
practical considering exhaustion of personnel, need for restocking,
and other relevant considerations.
C. During the course of the disaster, CONTRACTOR shall
use best efforts to provide local emergency coverage and shall
suspend non - emergency transport work as necessary, informing
persons requesting such non - emergency service of the reason for the
temporary suspension.
6. RATE SCHEDULE:
A. CONTRACTOR shall charge the rates for services to be
provided under this Agreement as set forth in Exhibit "A" which is
incorporated herein by this reference. No other rates may be
charged without prior compliance with Chapter 5.14 of the Newport
Beach Municipal Code.
B. CONTRACTOR shall be a ".Provider of Care" for Medi-
care and Medi -Cal, and shall accept payments from the Orange County
Indigent Medical Services program as payment for services rendered.
No patient covered under any of these three programs shall be
billed directly by the provider for any amount in excess of the
State or County approved co- payment or deductible.
C. CONTRACTOR shall accept insurance payments for
services rendered. Patients shall not be billed directly by the
provider for any amount in excess of the policy's approved co-
payment or deductible.
D. CONTRACTOR agrees to bill only three (3) times for
services rendered not covered by government programs or insurance.
If the first bill is not paid, a second bill will be sent in thirty
gr /amb.agr 6.
(30) days, together with.a business letter informing the client
that payment is due immediately to avoid collection. At the third
billing CONTRACTOR shall notify client by business letter that it
will commence appropriate procedures for collection of the bill
thirty (30) days from the date of the third billing.
7. ALTERATION OF TERMS:
This Agreement and Chapter 5.14 of the Newport Beach
Municipal Code, together with any Exhibit(s) attached hereto, which
are incorporated herein by reference, fully express all
understandings of CITY and CONTRACTOR with respect to the subject
matter of this Agreement and shall constitute the total Agreement
between the parties for these purposes. No addition to, or
alteration of, the terms of this Agreement or any Exhibit(s)
thereto, whether written or verbal, shall be valid unless made in
writing and formally approved and executed by both parties.
8. INDEPENDENT PARTIES:
CITY and CONTRACTOR intend that the relation between them
created by this AGREEMENT is that of employer- independent
contractor. The manner and means of conducting the work are under
the control of CONTRACTOR, except to the extent they are limited by
statute, rule or regulation and the express terms of this
Agreement. No civil service status or other right of employment
will be acquired by virtue of CONTRACTOR'S services. None of the
benefits provided by CITY to its employees, including, but not
limited to unemployment insurance, worker's compensation plans,
vacation and sick leave are available from CITY to CONTRACTOR, its
employees or agents. Deductions shall not be made for any state or
federal taxes, FICA payments, PERS payments, or other purposes
gr /amb.agr 7.
normally associated with an employer - employee relationship from any
fees due CONTRACTOR. Payments of the above items, if required, are
the responsibility of CONTRACTOR.
9. HOLD HARMLESS:
CONTRACTOR shall indemnify and hold harmless CITY, its
City Council, boards and commissions, officers and employees from
and against any and all negligence, loss, damages, liability,
claims, suits, costs and expenses whatsoever, including defense
costs and reasonable attorneys' fees, which arise out of or result
from or occur in connection with CONTRACTOR'S performance of
services or work conducted or performed pursuant to this Agreement.
CONTRACTOR shall indemnify and hold harmless CITY, its
City Council, boards and commissions, officers and employees from
and against any and all loss, damages, liability, claims, suits,
costs and expenses whatsoever, including reasonable attorneys'
fees, accruing or resulting to any and all persons, firms, or
corporations furnishing or supplying work, services, materials,
equipment or supplies arising from or in any manner connected to
the CONTRACTOR'S performance of services or work conducted or
performed pursuant to this Agreement.
10. MINIMUM INSURANCE REOUIREMENTS:
A. Prior to the time CONTRACTOR is entitled to commence
any part of the project, work, services under this Agreement,
CONTRACTOR shall procure, pay for and maintain at least the
insurance coverages and limits specified below. The insurance
shall be evidenced by delivery to the Finance Director of a
certificate of insurance executed by the insurers listing coverages
and limits; expiration dates and terms of policies and all
gr /amb.agr 8.
endorsements whether or not required by the City, and listing all
carriers issuing said policies and a certified coy of each policy,
including all endorsements.
B. The following insurance requirements shall remain in
effect throughout the term of this Agreement:
1. Worker's Compensation limits as required by law;
2. Comprehensive automobile liability policy in the
sum of not less than one million.dollars ($1,000,000.00)
for combined single limit, bodily injury and property
damage;
3. Comprehensive general liability insurance in the
sum of not less than one million dollars ($1,000,000.00)
combined single limit, bodily injury and property damage;
4. Professional liability insurance in the sum of
not less than one million dollars ($1,000,000.00) per
person and one million dollars ($1,000,000.00) annual
aggregate.
C. All insurance policies except Worker's Compensation
and Employer's Liability and Professional Liability shall contain
the following clauses:
1. "The City of Newport Beach is added as an
additional insured as respects operations of the named
insured performed under contract with the City of Newport
Beach."
2. "It is agreed that any insurance maintained by
the City of Newport Beach shall apply in excess of and
not contribute with, insurance provided by this policy."
3. "This insurance shall not be canceled, modified
9r /amb.agr 9 .
or allowed to lapse until after thirty (30) days written
notice has been given the City of Newport Beach Fire
Department."
11. PROHIBITION AGAINST TRANSFER:
CONTRACTOR shall not assign, sublease, hypothecate, or
transfer this Agreement or any interest therein directly or
indirectly, by operation of law or otherwise without prior written
consent of CITY. Any attempt to do so without said consent shall
be null and void, and any assignee, sublessee, hypothecate or
transferee shall acquire no right or interest by reason of such
attempted assignment, hypothecation or transfer.
The sale, assignment, transfer or other disposition of
any of the issued and outstanding capital stock of CONTRACTOR, or
of the interest of any general partner or joint venturer or
syndicate member if CONTRACTOR is a partnership or joint venture or
syndicate or cotenancy, which shall result in changing the control
of CONTRACTOR, shall be construed as an assignment of this
Agreement. Control means fifty percent (50 %) or more of the voting
power of the corporation, or a sale or transfer of over twenty -five
percent (25 %) of the assets of the CONTRACTOR.
12. LICENSES AND LAW:
A. CONTRACTOR shall, throughout the term of this
Agreement, maintain all necessary licenses, permits, approvals,
waivers and exemptions necessary for the provision of the services
hereunder and required by the laws and regulations of the United
States, the State of California, the County of Orange and the City
of Newport Beach. CONTRACTOR shall notify the FIRE CHIEF
immediately and in writing of its inability to obtain or maintain
gr /amb.agr 10.
such permits, licenses, approvals, waiver and exemptions. The
refusal of any such application, irrespective of appeal, shall
require written notification of the FIRE CHIEF.
B. All Services furnished by the CONTRACTOR under this
Agreement shall be rendered in full compliance with all applicable
federal, state and local laws, rules, and regulations. It shall be
the CONTRACTOR'S sole responsibility to determine which laws,
rules, and regulations apply to the Services rendered under this
Agreement, and to maintain compliance with these applicable
standards at all times.
13. NONDISCRIMINATION:
CONTRACTOR shall not discriminate in the provision of
services, employment practices, or in the allocation of benefits on
the basis of color, race, religion, national origin, sex, age,
physical or mental handicap in accordance with Titles VI and VII of
the Civil Rights Act of 1964, Title 42 of the United States Code,
Section 2000(d), rules and regulations promulgated pursuant
thereto, and under the laws of the State of California as each law,
rule or regulation may not exist or hereafter be amended.
14. CONFLICT OF INTEREST:
The Bidder must certify that he is not nor will not be
violating, either directly or indirectly, any conflict of interest
statute or any other applicable statute or principle by his
performance of this service.
15. NOTICES:
All notices, demands, requests or approvals to be given
under this Agreement shall be given in writing and conclusively
shall be deemed served when delivered personally or on the second
gr /amb. agr 11.
s
•
business day after the deposit thereof in the United States mail,
postage prepaid, registered or certified, addressed as hereinafter
provided.
All notices, demands, requests, or approvals from
CONTRACTOR to CITY shall be addressed as follows at:
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Attention: Fire Chief
All notices, demands, requests, or approvals from CITY to
CONTRACTOR shall be addressed to CONTRACTOR at:
Superior Ambulance, Inc.
551 N. Fairview Street
Santa Ana, CA 92703
16. REPORTS:
FIRE CHIEF may request reasonable written reports of
CONTRACTOR, at no cost to CITY, in order to determine the quality
of services provided hereunder. The report shall include but not
be limited to the following:
A. Dispatch; en route, on -scene and available times;
B. Mileage;
C. Services performed;
D. Name and permit number of attendants and driver on
duty;
E. Supplies and equipment expended;
F. Patient information to include name, residence,
medical status, vital signs, chief complaint and
disposition;
gr /amb.agr 12.
i
E
G. Fees charged.
FIRE CHIEF will be specific as to the information
requested, and to allow CONTRACTOR five (5) business days to
respond in writing. Each and every report, draft, work product,
map, record and other document reproduced, prepared or caused to be
prepared by CONTRACTOR pursuant to or in connection with this
Agreement shall be the exclusive property of CITY. No report,
information or other data given to or prepared or assembled by
CONTRACTOR pursuant to this Agreement shall be made available to
any individual or organization by CONTRACTOR without prior notice
and approval by CITY, except as otherwise required by law.
17. RECORDS:
. CONTRACTOR shall maintain adequate records of services
provided in sufficient detail to permit an evaluation of services.
All such records shall be maintained in accordance with generally
accepted accounting principles and shall be clearly identified and
readily accessible. At any time during normal business hours, and
as often as may reasonably be deemed necessary, the Fire
Department's representatives may observe CONTRACTOR'S operations
and CONTRACTOR shall make available to the Fire Department for its
examination, its records with respect to all matters covered by the
Agreement, and the Fire Department may audit, examine, copy, and
make excerpts or transcripts from such record, records of
personnel, daily logs, conditions of employment, and other data
related to all matters covered by this Agreement. The Fire
Department representative may, at any time and without
notification, directly observe CONTRACTOR'S operation of the
ambulance dispatch center, maintenance facility, any ambulance post
gr/amb.agr 13.
locations, and a Fire Department representative may ride as
"observer" on any of the CONTRACTOR'S ambulance units at any time.
Provided, however, that in exercising this right to inspection and
observation, the Fire Department representatives shall conduct
themselves in a professional and courteous manner, shall not
interfere in any way with CONTRACTOR'S employees in the performance
of their duties, and shall at all times be respectful of
CONTRACTOR'S employer /employee relationships.
The Fire Department's right to observe and inspect
operations or records in CONTRACTOR'S business office shall be
restricted to normal business hours and reasonable notification
shall be given the CONTRACTOR in advance of any such visit.
18. TERMS OF AGREEMENT AND RENEWAL PROVISIONS:
A. Agreement Start Date. The Agreement start date
shall be 8:00 a.m., June 1 1991, at which time the
CONTRACTOR shall assume full responsibility for the provision of
all emergency ambulance services throughout the designated service
area.
B. Initial Term of Contract. The initial term of this
Agreement shall be two (2) years. Unless extended by the provision
for renewal set forth below in Paragraph D, or terminated as
provided in Paragraph C, this Agreement shall automatically
terminate at midnight, May 31 1993.
C. Termination.
1. Either party may terminate this Agreement without
cause upon providing the other party with sixty (60) days
prior written notice.
gr {amb. agr 14.
0 6
2. Authorization to provide Emergency Transportation
Services under this Agreement may be suspended or this
Agreement may be terminated pursuant to Newport Beach
Municipal Code Section 5.14.100. Any notice of suspension or
termination of this Agreement shall be given in the manner set
out in the paragraph called Notices of this Agreement.
D. Renewal Provisions. The CONTRACTOR shall be eligible
to apply for. one contract! extension of two (2) years, provided all
of the following conditions are satisfied:
1. The City Council must determine, by formal vote, that
CONTRACTOR'S Services rendered then -to -date are reasonably and
accurately characterized as "excellent, courteous,
professional, and significantly above the performance
requirements of the Agreement."
2. To allow ample time to initiate and complete
competitive procurement processes in the event renewal is, for
any reason, denied, CONTRACTOR'S written request for renewal,
and the City Council determination of eligibility for renewal
must all be completed at least nine months prior to the
expiration of this Agreement.
3. The CONTRACTOR'S written request for renewal will
included documentation of excellent, courteous and
professional Services rendered. In addition, Services that
are significantly above the Agreement's performance
requirements which result in a higher level of patient care
will be outlined and defined by the CONTRACTOR.
19. WAIVER OF DEFAULT:
Waiver of any default shall not be deemed to be a waiver
9r /amb. a9r 15 .
u
of any subsequent default.
6
Waiver or breach of any provision of
this Agreement shall not be deemed to be a waiver of any other or
subsequent breach, and shall not be construed to be a modification
of the terms of this Agreement unless stated to be such, in
writing, by CITY and attached to the original Agreement.
20. MAJOR BREACH AND EMERGENCY TAKEOVER PROVISIONS:
Conditions and circumstances which shall constitute a
major breach of Agreement by the CONTRACTOR shall include, but not
be limited to, the following:
A. Failure of the CONTRACTOR to operate the ambulance
service system in a manner which enables the Fire Department and
the CONTRACTOR to remain in substantial compliance wit the
requirements of applicable federal and state laws, EMSA rules and
regulations, and with the requirements of Newport Beach Municipal
Code and related rules and regulations;
B. Supplying to the CITY false or misleading
information during this bid process or supplying information so
incomplete as to effectively mislead;
C. Withholding or wilful falsification of data supplied
to the CITY, the Fire Department or to the EMSA Medical Director
during the course of operation, including by way of example but not
by way of exclusion, dispatch data, patient report data, response
time date, financial data, or falsification or deliberate omission
of any other data required under this Agreement;
D. Failure to comply with or exceed the proposed and
accepted plan for ambulance coverage during the first three months
of operation under this Agreement;
E. Deliberate and unauthorized scaling down of
gr/amb.agr 16.
operations to the detriment of performance;
F. Failure to maintain equipment in accordance with
good maintenance practices, or to replace equipment in accordance
with CONTRACTOR'S submitted and accepted equipment replacement
policy, except as extended use of such equipment is approved by the
Fire Department as provided for herein;
G. Persistent failure of CONTRACTOR'S employees to
conduct themselves in a professional and courteous manner, and to
present a professional appearance, to such an extent that the fire
service's reputation suffers;
H. Failure by the CONTRACTOR to furnish key personnel
of quality and experience as bid;
I. Failure by CONTRACTOR to cooperate with and assist
the Fire Department in its takeover of CONTRACTOR'S operations
after a major breach has been declared and confirmed by the Fire
Department, as provided for herein;
J. Failure to substantially and consistently meet or
exceed the various clinical and response standards required
hereunder.
21. COST OF LITIGATION:
If any legal or equitable action is necessary to enforce
any provision hereof or for damages by reason of any alleged breach
of any provisions of this Agreement, the prevailing party shall be
entitled to receive from the losing party all costs and expenses in
such amount as the court may adjudge to be reasonable attorneys'
fees.
gr /amb. a9r 17.
IN WITNESS WHEREOF, the parties have executed this
Agreement in the City of Newport Beach, County of Orange, State of
California on the day, month and year above written.
CITY OF NEWPORT BEACH
A Municipal Corporation
BY*
May r
CONTRACTOR:
BY
Superior Ambulance, Inc.
ATTEST:
gr/amb.agr 18.
EXHIBIT "A"
0
The emergency ambulance provider shall provide transport for
injured on -duty Newport Beach employees at no cost to the
individual or the City of Newport Beach (provider may bill
appropriate insurance carriers). Rates for residents of the City
of Newport Beach versus non - resident cities will be as follows:
Base Rent
Mileage (per mile or fraction thereof)
Night Charge (7 p.m. to 7 a.m.)
Emergency
Oxygen
Expendable Medical Equipment
Waiting Time
gr /anb.agr 19.
RESIDENT
NEWPORT BEACH NON RESIDEUr
$105.00
$105.00
6.00
6.00
24.00
24.00
30.00
30.00
24.00
24.00
7.50
7.50
No Charge
No Charge