Loading...
HomeMy WebLinkAboutC-2972(B) - Emergency Ambulance Transportation ServicesC- 2972(B) AMENDMENT TO AGREEMENT FOR PROVISION OF EMERGENCY AMBULANCE TRANSPORTATION SERVICES SECONDARY RESPONDER This amendment will amend the existing AGREEMENT dated January 17,1994, (the "Agreement") between the City of Newport Beach ( "City") and Schaefer Ambulance Service Inc., ( "Contractor"). On May 28, 1996, the City Council adopted Ordinance No. 96 -20, Revisions to Chapter 5.14 of the Newport Beach Municipal Code, that allowed the Fire and Marine Department to deliver Emergency Ambulance Transportation Services as a part of a comprehensive emergency medical services system. On June 24, 1996, the City Council adopted Resolution 96-42, Approving Paramedic Service Fees pursuant to Chapter 5.60 of the Newport Beach Municipal Code, and revising member benefits to include emergency ambulance transportation services. In consideration of the promises and agreements in this Amendment, both parties wish to amend the Agreement as follows: City agrees that Section 6, Rate Schedule, shall be amended to include that Contractor may bill the City for payment of any uninsured portion of paramedic subscription members bills incurred from August 12,1996 through expiration of the AGREEMENT. City agrees to pay Contractor within thirty (30) days upon receipt of said bills. City will make available a roster of paramedic subscription members. Except as expressly amended in this Agreement, all other terms and conditions shall remain unchanged in full force and effect. This amendment to the AGREEMENT shall be effective as of August 12,1996. Approved as to form by: CITY OF NEWPORT BEACH, A MUNICIPAL CORPORATION City Attorney Mayor SCHAEFER AMBULANCE SERVICE INC r ll n B, f.pfs /decry/amdags h.do av rws crev cdUXICU. rili/ Of.iLwq 37Aq . • �� i " August 12,1996 Council Agenda APPROVED Item 9 TO: Mayor and Members of the City Council C _ acl FROM: Timothy Riley, Fire and Marine Chief SUBJECT: Amend Agreement with Schaefers Ambulance Service Inc. as Secondary Provider of Emergency Ambulance Transportation Services RECOMMENDATION: Approve an amendment to the existing agreement with Schaefers Ambulance as Secondary Provider of emergency ambulance transportation services to accommodate our paramedic subscription members' emergency ambulance transportation benefit. Deny Schaefers Ambulance's request to increase their ground ambulance rates to the maximum rate schedule adopted by the County Board of Supervisors on • June 4, 1996. DISCUSSION: A written request for consideration of a rate increase was received on June 9, 1996. At the July 8, 1996, Council meeting, rates for Medicare patients, residents and non - residents were approved. The rate schedule requested by Schaefers Ambulance exceeds the approved rates for Medicare and residents. (Schaefers' proposed rate schedule is attached.) Schaefers Ambulance has been advised that they may remain with their existing rate schedule approved in 1994 or they can change their rates in accordance with the approved structure. Jim Karras, Regional Manager of Schaefers, has expressed continuing concerns regarding the potential for violating federal Medicare regulations. The City Attorney's Office has advised us that there does not appear to be any such violations. Additional information has been requested from Mr. Karras to clarify his concerns. Schaefers Ambulance is the designated secondary provider for our City. In this role they provide emergency ambulance transportation within our city, including our paramedic subscription members. Since emergency ambulance transportation is now a benefit of our program an amendment is required to • ensure our subscription members do not receive a bill from Schaefers for the uninsured charges. r 0 �• IN AMENDMENT TO AGREEMENT FOR PROVISION OF EMERGENCY AMBULANCE TRANSPORTATION SERVICES • SECONDARY RESPONDER This amendment will amend the existing AGREEMENT dated January 17,1994, ( the "Agreement") between the City of Newport Beach ( "City") and Schaefer Ambulance Service Inc., ( "Contractor"). On May 28, 1996, the City Council adopted Ordinance No. 96 -20, Revisions to Chapter 5.14 of the Newport Beach Municipal Code, that allowed the Fire and Marine Department to deliver Emergency Ambulance Transportation Services as a part of a comprehensive emergency medical services system. On June 24, 1996, the City Council adopted Resolution 96 -42, Approving Paramedic Service Fees pursuant to Chapter 5.60 of the Newport Beach Municipal Code, and revising member benefits to include emergency ambulance transportation services. In consideration of the promises and agreements in this Amendment, both parties wish to amend the Agreement as follows: City agrees that Section 6, Rate Schedule, shall be amended to include that Contractor may bill the City for payment of any uninsured portion of paramedic subscription members bills • incurred from _ through expiration of the AGREEMENT. City agrees to pay Contractor within thirty (30) days upon receipt of said bills. City will make available a roster of paramedic subscription members. Except as expressly amended in this Agreement, all other terms and conditions shall remain unchanged in full force and effect. This amendment to the AGREEMENT shall be effective as of August .1996. Approved as to form by: City Attorney CITY OF NEWPORT BEACH, A MUNICIPAL CORPORATION City Manager SCHAEFER AMBULANCE SERVICE INC By • i 0 0^ -09 -9E 13:03 ;;X- SCHAEFER AMBULANCE SERU:CE Chief Timothy Riley NEWPORT BEACH FIRE AND MARINE DEPARTMENT P.O. Box 1768 Newport Beach, California 92658 -8915 0 July 9, 1996 IES P02 SENT VIA FAX Re. :BEQUEST FOR REVISION IN MAXIMUM EMERGENCY GROUND AMBULANCE RATES. Dear Chief Riley: Pursuant to the City Council action on 07108196, which revised the maximum emergency ground ambulance rates within the City of Newport Beach to be consistent with those rates set by the Orange County Board of Supervisors on 06/04/96, and pursuant to our agreement with the City, we do hereby respectfully request that an amendment to our agreement be made to reflect a new 'Exhibit A' containing the rates set forth below. MAXIMUM EMERGENCY GROUND BLS AMBULANCE RATES BLS Emergency Base Rate Applicable for urgent or $296.20 Code III response at the request of a public safety employee Mileage Per patient mile or $ 10.05 fraction thereof Oxygen (includes mask Applicable when $ 40.90 or cannula) administered Standby Per 15 minutes after the $ 29.20 first 15 minutes and any fraction thereof Expendable Medical Maximum per response or $ 13.30 supplies fair market value, whichever is least 2216 S. BRISTOL, SANTA ANA, CALIFORNIA 92704 . PHONE (714) 545 -3048 FAX (714) 545-1294 Chief Riley - Letter 07/01IMS Pago 2 of 2. It is our intent to have the above mentioned rates placed into effect as of 07/09/98 at 12.01 hours, which is consistent with the action of the council for the Fire Ambulance program. As we previously pointed out in our 1994 proposal and subsequent agreement with the City, the above mentioned rates will be charged for both city residents and non - residents. As you know, we have been advised by our legal council that charging the Medicare program more than other payers is a violation of the federal Medicare anti - kickback statute. Thank you for your consideration of our request. We look forward to working with you and your staff under the new ambulance transport system the City has recently implemented. Sincerely, SCHAEFER AMBULANCE SERVICE, INC. Jim Karras Regional Manager /JK • r1 i E December 13,1993 Council Agenda c - 2 ?72M) Item No. 11 TO: Mayor and Members of the City Council 2-972- (8) FROM: Tim Riley, Fire Chief 11L F SUBJECT: Request to Award Contract for Emergency Ambulance Transportation Services DEC 1 3 1993 RECOMMENDATION: Authorize the Mayor to: 1. Sign an agreement with 6eaison, Inc. to serve as the City's primary emergency ambulance transportation services provider effective January 1, 1994. 2. Sign an agreement with $chaefer's Ambulance Service to serve as the City's secondary emergency ambulance transportation services provider effective January 1, 1994. DISCUSSION: On October 11, 1993, the Council authorized the City Clerk to advertise for bids to contract for emergency ambulance transportation services. Five companies responded (see list below). On December 1, 1993, an oral interview with each company was conducted by a review panel. The panel consisted of Ken Delino, City of Newport Beach; Carol Porth, Oasis Senior Center; CeCe Waite, Hoag Hospital; Bill Hamilton, local business owner; and Vickie Cleary, Newport Beach Fire Department. The panel awarded a maximum of 300 points to each company based on the oral interview and the proposals which included: 1. Commitment to Clinical Performance 2. Quality of Equipment & Equipment Maintenance Practices 3. Plan for Takeover of Service and Responsibilities 4. Commitment to Response Time 5. Experience and Background 6. Billing and Collection Services 7. Responsiveness to the Request for Proposal The point totals were as follows: Sealson, Inc. 1,319 Schaefer's Ambulance Service 1,214 Doctors Ambulance Service 1,200 Superior Ambulance 1,176 Medix Ambulance Service, Inc. 1,137 The complete proposals of all five companies are on file and available for Council review. C - Z %72 (OV s . • AGREEMENT FOR PROVISION OF EMERGENCY AMBULANCE TRANSPORTATION SERVICES SECONDARY RESPONDER THIS AGREEMENT, entered into this day / < ofG/ 19 K which date is enumerated for purposes of reference only, by and between the City of Newport Beach, hereinafter referred to as "CITY" and Schaefer Ambulance Service, 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: Agreement: The following terms and definitions shall be used in this A. "Emergency Ambulance Transportation Services," hereinafter referred to as "EATS, 11 means the provision of ambulance 1. • • services in response to an unforeseen event giving rise to the need for transport of one or more patients requiring basic or advanced 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" as defined in the California Health and Safety Code, Section 1797.52, as now in existence or hereafter amended or changed, means special services designed to provide definitive prehospital emergency medical care, including, but not limited to, cardiopulmonary resuscitation, cardiac monitoring, cardiac defibrillation, advanced airway management, intravenous therapy, administration of specified drugs and other medical preparations, and other specified techniques and procedures administered by authorized personnel under the direct supervision of a base hospital as part of a local EMS system at the scene of an emergency, during transport to an acute care hospital, during interfacility transfer, and while in the emergency department of an acute care hospital until responsibility is assumed by the emergency or other medical staff of that hospital. D. "Basic life support" as defined in the California Health and Safety Code, Section 1797.60, as now in existence or hereafter amended or changed, means emergency first aid and cardiopulmonary resuscitation procedures which, as a minimum, include recognizing respiratory and cardiac arrest and starting the proper application of cardiopulmonary resuscitation to maintain al • 0 life without invasive techniques until the victim may be transported or until advanced life support is available. E. "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 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. 3. DESIGNATION: A. In consideration of the services CONTRACTOR agrees to provide pursuant to this Agreement, CITY designates CONTRACTOR, as Secondary 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. At a minimum, CONTRACTOR shall provide ambulances and equipment described in Exhibit "B. 11 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. B. CONTRACTOR shall adhere to the following operational standards: 1. Emergency Response Time (Code 3 -red lights and siren) shall not exceed ten (10) minutes for eighty -five percent (85%-) of responses over a ninety (90) day period. Es 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 or designee 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 KDTS acceptable to 5. the FIRE CHIEF in each first line and reserve units in compliance 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 20 s CONTRACTOR'S personnel shall perform in accordance with local disaster protocols established by the Newport Beach Fire Department. 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 may charge the maximum allowable 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 "Medicare Provider" for Medicare 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 7. provider for any amount in excess of the policy's approved co- payment or deductible. D. CONTRACTOR may bill for services rendered which are not covered by government programs or insurance. CONTRACTOR agrees to bill for non - covered services as follows: If the first bill is not paid, a second bill will be sent 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. All billing procedures shall otherwise conform to State Consumer Protection laws. 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 C42 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 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, a 0 0 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. CITY shall indemnify and hold harmless CONTRACTOR 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 CITY'S performance of services or work conducted or performed pursuant to this Agreement. 10. MINIMUM INSURANCE REQUIREMENTS: 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 Fire Chief of a certificate of insurance executed by the insurers authorized to do business in the State of California listing coverages and limits; expiration dates and terms of policies and all endorsements whether or not required by the City, and listing all carriers issuing said policies and a certified copy of each policy, including all endorsements. Throughout the duration of this agreement, the Contractor shall provide current certificates of insurance to the Fire Chief. At the option of the City, Contractor shall provide to the City certified copies of all policies providing coverage as required by this contract. Such certified copies of insurance policies shall contain all policy endorsements.11 10. 0 f B. The following insurance requirements shall remain in effect throughout the term of this Agreement: 1. Workers' Compensation and Employers Liability insuring statutory Workers' Compensation limits as required by the Labor Code of the State of California and $1,000,000.00 per accident Employers Liability. 2. Business Automobile Liability insurance, insuring all owned, non -owned and hired automobiles - coverage code 1 "any auto" with a limit of liability of $2,000,000.00 combined single limit per accident for bodily injury and property damage. 3. Commercial General Liability insurance with a limit of liability of $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If the policy contains a general aggregate limit, then such aggregate limit shall not be less than $2,000,000.00. 4. Professional liability insurance in the sum of not less than one million dollars ($1,000,000.00) per person and two million dollars ($2,000,000.00) annual aggregate. C. All insurance policies except Worker's Compensation and Employer's Liability and Professional Liability shall contain the following clauses: 1. City of Newport Beach, its officers and employees are added as additional insureds as respects 11. 0 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. Should any of the above described policies be non - renewed, cancelled or coverage reduced before the expiration date, the insurance carrier shall provide thirty (30) days minimum advance written notice to the Fire Chief. 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 12. E • 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 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 standards at all times. 13. NONDISCRIMINATION: compliance with these applicable 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 13. 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: CONTRACTOR 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 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 Attention: Fire Chief 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658 -8915 All notices, demands, requests, or approvals from CITY to CONTRACTOR shall be addressed to CONTRACTOR at: Schaefer Ambulance Service Attn: James N. Karras 2215 S. Bristol Santa Ana, CA 92704 16. REPORTS: FIRE CHIEF may request reasonable written reports of CONTRACTOR, at no cost to CITY, in order to determine the quality FN 0 s of services provided hereunder. The report shall include, but not be limited to, the following: A. Dispatch; enroute, 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, insurance information, residence, medical status, vital signs, chief complaint and disposition; G. Fees charged. H. Computer data according to file specifications of patient billing information and itemized listing of activity. 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. 15. LI 17. RECORDS: 0 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 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 16. 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 12:01 a.m., January 1, 1994, 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 three (3) 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, December 31, 1996. C. Termination. 1. Either party may terminate this Agreement without cause upon providing the other party with sixty (60) days prior written notice. 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: 17. 0 0 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 six months prior to the expiration of this Agreement. 3. The CONTRACTOR'S written request for renewal will include 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 of any subsequent default. 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 fl 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 with 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 willful 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 data, 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 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 • E 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. 20. 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: Mayor ATTEST: �U City Clerk CONTRACTOR: 21. 0 0 Exhibit "A" MAXIMUM EMERGENCY GROUND AMBULANCE RATES Type of Charge Basis for Charge Rates Emergency Base Rate Applicable for urgent or $185.25 Code III response at the request of a public safety employee Mileage Per patient mile or $9.75 fraction thereof Night Call Applicable when time of $39.75 service request is between 7:00 p.m. and 7:00 a.m. oxygen (includes mask Applicable when $39.75 or cannula) administered Standby Per 15 minutes after the $28.50 first 15 minutes and any fraction thereof Expendable Medical Maximum per response or $13.00 Supplies fair market value, whichever is least Exhibit "B" GROUND AMBULANCE REQUIREMENTS Section 1. GROUND AMBULANCE DESIGN /DOCUMENTATION /EQUIPMENT A. Ambulance Design: 1. The patient compartment of an ambulance shall, at a minimum, be of sufficient size and design to comply with those standards in KKK- A -1822A "Ambulance Federal Specifications," including: a. Adequate space for required personnel to perform their functions safely and efficiently. b. Adequate space for any required and necessary medical equipment and safety supplies needed to treat patients. C. Adequate space to accommodate two (2) litter patients so situated that at least one patient can be given intensive life- support during transit. 2. Each ambulance shall have: a. A rear loading doorway vertical clearance of not less than 46 inches. b. Gaskets affixed to the perimeters of all doors and windows to prevent carbon monoxide gas leaks into the vehicle. C. The word "Ambulance" affixed to the front or both sides of the vehicle. The lettering shall be 4 to 6 inches in height. d. A Black unit number (two to four digits), 3 to 4 inches in height affixed to the right rear and both sides of the vehicle. B. Required documentation in each ambulance shall include: 1. A current and valid County of Orange ambulance license (or facsimile) in the driver compartment. 2. A current and valid County of Orange ambulance license decal affixed to the lower portion of the right rear of the ambulance. 3. Proof of passage of annual vehicle inspection performed by the California Highway Patrol within the preceding twelve (12) months. 0 Exhibit "B" Ground Ambulance Requirements Page 2 4. Proof of passage of annual odometer inspection performed by the Division of Weights and Measures of the Agriculture Department of the County of Orange within the preceding twelve (12) months. C. Ambulance Equipment 1. All ambulance equipment shall be maintained in a clean condition and in good working order at all times. 2. Required Non - Medical Equipment: a. Seat belts for all passengers in the patient compartment. b. Operational heating and air conditioning units in the patient compartment. 3. Required Medical Equipment and Supplies: Medical equipment and supplies used to treat patients shall be stored in the patient compartment and shall be readily accessible; such equipment shall include: a. Oxygen Delivery Supplies: 1) One (1) "H," "M," or equivalent cylinder for operation with a wall mount oxygen outlet. 2) Two (2) portable "E" cylinders: a) One (1) at full pressure at all times. b) One (1) at not less than 1000 psi. OR Four (4) portable "D" cylinders: a) Two (2) at full pressure at all times. b) Two (2) at not less than 1000 psi. 3) One (1) oxygen - powered resuscitator with LISP 40 1pm control valve which allows complete exhalation. 4) Clear plastic oxygen administration masks: a) Six (6) adult size. b) Six (6) child size. c) Six (6) infant size. 0 9 Exhibit ,B,, Ground Ambulance Requirements Page 3 6) Clear plastic nasal cannulas: a) Four (4) adult size. b) Two (2) child size. 7) One (1) oxygen tank wrench. b. Suction Equipment: 1) One (1) portable suction device capable of providing, at a minimum, an airflow of over 30 liters per minute at the end of a delivery tube and a vacuum of over 300 mmHg (milli- meters of Mercury) when the tube is clamped. 2) One (1) installed suction device capable of providing, at a minimum, an airflow of over 30 liters per minute at the end of a delivery tube and a vacuum of over 300 mmHg when the tube is clamped. 3) Suction Catheters: a) Two (2) 10 French with Venturi valve. b) Two (2) 14 French with Venturi valve. a) Two (2) 18 French with Venturi valve. d) Two (2) rigid pharyngeal suction tips. C. Cervical collars, rigid type (Stiffneck, Philadelphia, or equivalent): 1) One (1) large, one (1) medium, one (1) small, and one (1) pediatric size collar; or 2) Four (4) multi -size rigid cervical collars. d. One (1) disposable, single -use, humidifier. e. Four (4) cold packs. f. Two (2) heat packs. g. Four (4) pair disposable gloves. h. Four (4) surgical masks. i. Backboards with a minimum of three (3) sets of straps. Exhibit "B" Ground Ambulance Requirements Page 4 Section 2. GROUND AMBULANCE COMMUNICATION EQUIPMENT /DISPATCH STANDARDS A. Communication Equipment: 1. All ambulance communication equipment shall be operational at all times. 2. Each ambulance shall have: a. One (1) UHF /EMS MED -10 Radio with roof -top five (5) db highgain antenna for communication with the Orange County Paramedic Coordinated Communication System. b. One (1) additional five (5) db highgain antenna for use with the paramedic Coronary Observation Radio (COR) Antenna to be mounted on the roof of the ambulance with 8 feet of excess cable in the patient compartment with BNC connector. 3. MED -10 Radio shall be in the "on" position at all times and the microphone attached while the ambulance is in operation. 4. The ambulance service provider shall be responsible for all maintenance and repair costs to the communications equipment installed in the ground ambulance. B. Ambulance Communication Equipment Inspection: 1. Each ambulance shall have its MED -10 Radio, five (5) db highgain antenna, antenna cable and BNC connector inspected and certified each calendar year to verify proper installation and Federal Communications Commission (FCC) compliance of equipment by one of the following agents: a. Orange County Communications (OCC). b. An authorized service representative designated by the radio manufacturer. 2. Elements of Inspection and Certification: a. All ambulance communication equipment inspections shall be documented by OCC. Exhibit "B" Ground Ambulance Requirements Page 5 1) Radio equipment will be checked for: a) Model number. b) Serial number. c) Vehicle identification number. 2) FCC compliance on: a) Frequency. b) Modulation. c) Power. d) Receive sensitivity. 3) COR accessories a) Highgain antenna. b) Antenna cable length. c) Connector. b. The inspection form shall be designed by OCC and supplied to ambulance service providers by Orange County Emergency Medical Services Authority (OCEMSA). ACORD CERTIFICA7: OF DAM (MM OONY) ABI 1 111 U E 11/13/1997 PRODUCER (310)309-2200 FAX (310)309-2623 It:KUr INrUKMAIIUM ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE iander A. Kessler & Associates, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2850 Ocean Park Boulevard ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 200 COMPANIES AFFORDING COVERAGE Santa Monica, CA 90405 COMPANY Admiral Insurance Company Attn: Michelle Dominguez EM: 299 A INSURED COMPANY Clarendon National Insurance Schaefer A m b u 1 a n c e Service I nc. IS 4627 W. Beverly Blvd. ....... Los Angeles, CA 90004 COMPANY C COMPANY D . . . . .. . . . . il"_1 ... "I .. .... . . .. ... .... . . . I .. 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 RESPECTTO 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. .......... ........ . .............. . . ............ ro TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MMMDfM DATE (MWDDNY) GENERAL LIABILITY GENERAL AGGREGATE s 5,000,000 ................................ .................... X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP /OP AGG $ 5,000,000 CLAIMS MADE X OCCUR PERSONAL & ADV INJURY s Included A A97CM06500 11/18/1997 11/18/1998 ........... ­ ...................... ...... ............................ OWNER'S 8 CONTRACTOR'S PROT EACH OCCURRENCE 1 51000,000 . ... ...... I . ................ ,X: Professional Liab FIRE DAMAGE (Any we fire) $ ................. ..................................................... ................. I— ......... I .................... MED EXP (Any one Person) 3 AUTOMOBILE LIABILITY ....... COMBINED SINGLE LIMIT s ANY AUTO 1,000,000 ALL OWNED AUTOS BODILY INJURY �X SCHEDULED AUTOS (Per Person) B :BAOB-704185 11/18/1997 11/18/1998 X HIRED AUTOS BODILY INJURY ;X NON -OWNED AUTOS (Per accident) ................ ................ ........... :PROPERTY DAMAGE 3 GARAGE LIABILITY AUTO ONLY -EA ACCIDENT S ANY AUTO ................. ......... I ........ OTHER THAN AUTO OHM EACH ACCIDENT 6 ........ ..................... ............................... ........ .......... AGGREGATE 3 EXCESS LIABILITY EACH OCCURRENCE ............. 1­11 ................... ............... UMBRELLA FORM AGGREGATE s OTHER THAN UMBRELLA FORM . .. . ........ ... WORKERS COMPENSATION AND JTR"" EMPLOYERS' LIABILITY EL EACH ACCIDENT 3 THE PROPRIETORJ :INCL EL DISEASE - POLICY LIMIT $ IV PARTNERSPEXECUTE OFFICERS ARE: EXCL: EL DISEASE -EA EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESMPECIAL ITEMS :VIDENCE ONLY ;chedule of vehicles available with carrier. -Except 10 days notice for non-payment of premium. N, A, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 'It) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Newport Beach License Superintendent BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY P.O. Box 1769 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES, ZI // Newport Beach, CA 92658 ACORD CERTIFICATbPF LIABILITY INSUR SCE CSR SL DATE(MM /DD /YY) ne MEDI% -2 11/13/97 PRODUCER San Joaquin Valley Insurance 7405 N. First St. THIS CERTIFICATE IS ISMED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 28906 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Fresno CA 93729-8906 COMPANIES AFFORDING COVERAGE I COMPANY Lyn FauntLeRoy Phone NO. 209- 447 -4600 Fex No A Hartford Insurance Company INSURED COMPANY B Medix Ambulance COMPANY Estelle Fedan C 26021 Pala Street Mission Viejo CA 92691 COMPANY D 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE IMM /DD/YYI DATE(MMJDDNY) GENERAL LIABILITY GENERAL AGGREGATE 11 2000000 A I X I COMMERCIAL GENERAL LIABILITY CLAIMS MADE ® OCCUR P 39UENSM6445W 11/20/97 11/20/98 PRODUCTS - COMPIOP AGG _ $ 2000000 PERSONAL &ADV INJURY $ 1000000 IOWNER'S& CONTRACTOR'S MOT j $1000000_ EACH OCCURRENCE FIRE DAMAGE (Any one fire) _ $300000 MED EXP (Any one Person) $ 10000 AUTOMOBILE LIABILITY A ANY AUTO 39UENSM6445W 11/20/97 11/20/98 COMBINED SINGLE UMIT $1000000 BODILY INJURY (Per Person) ALL OWNED AUTOS SCHEDULED AUTOS $ $ HIRED AUTOS NON -OWNED AUTOS X BODILY INJURY (Per eccdent) $ X PROPERTY DAMAGE $ AGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO n OTHER THAN AUTO ONLY EACH ACCIDENT 4 AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE *1000000 A X UMBRELLA FORM 39LOSSM6446W 11/20/97 11/20/98 AGGREGATE $1000000 OTHER THAN UMBRELLA FORM _ WCC STAT IT - ()ER TORY LIMBS ER $ WORKERS COMPENSATION AND EMPLOYERS' EMPLOYERS' LIABILITY EACH ACCIDENT $ THE NERSI XECU INCL PARTNEflS /E %ECNIVE EL DISEASE - POLICY LIMIT $ $ OFFICERS ARE EXCL EL DISEASE - EA EMPLOYEE OTHER A PROFESSIONAL LIAB 39UENSM6445W 11/20/97 11/20/98 OCCURRENC $1000000 AGGREGATE $2000000 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS * A 10 DAY NOTICE OF CANCELLATION WILL BE GIVEN FOR NON - PAYMENT OF PREMIUM CERTIFICATE HOLDER CANCELLATION CITYNBl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF NEWPORT BEACH 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. LICENSE SUPERINTENDENT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 330 NEWPORT BEACH OF ANY KIND UPON fHII COMP AGEN ORR EB ATIVES. NEWPORT BEACH CA 92660 AUTHORIZED REPRES VE_ t Lyn FauntLeRQ E ACORD 25- 511/951 RATION 1988 AIHORD. CERTIFICAIS OF INSURANCE CSR TS DATE(MM /DDNV) SCHAB -- 11/17/95 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ABI Business Insurance Service HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 32107 W. Lindero Canyon #126 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Westlake Village CA 91361- COMPANIES AFFORDING COVERAGE COMPANY 818- 889 -0006 A Clarendon National Ins. Co. INSURED COMPANY B Evanston Insurance Company COMPANY Schaefer Ambulance Serv., Inc C 4627 Beverly Blvd Los Angeles CA 90004 COMPANY D 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 POLICY NUMBER POLICY EFFECTIVE DATE (MM /DDNV) POLICY EXPIRATION DATE (MM/DDNY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE 52,000,000, B X COMMERCIAL GENERAL LIABILITY SM- 704093 11/18/95 11/18/96 PRODUCTS - COMP /OP AGG 51,000,000, CLAIMSMADE X OCCUR PERSONAL &AOV INJURY 51,000,000, EACH OCCURRENCE 51,000,000, OWNER'S& CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) 5 MED EXP (Any one person) 5 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 51,000,000, ANY AUTO BODILY INJURY IPer Person) $ A ALL OWNED AUTOS SCHEDULED AUTOS HA08702265 11/18/95 11/18/96 X BODILY INJURY (Per acciEenU _ $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE UMBRELLA FORM $ $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS' LIABILITY EACH ACCIDENT $ THE PROPRIETOR/ INCL PARTNERSIEXECUTIVE DISEASE - POLICY LIMIT s DISEASE - EACH EMPLOYEE $ OFFICERS ARE: EXCL OTHER B Professional Liab SM- 704093 11/18/95 11/18/96 occu $1,000,000 aggr $2,000,000 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS Scheduled vehicles on file with the insurance company. CERTIFICATE HOLDER CANCELLATION NEWPORT 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 LEFT. City of Newport Beach License Superintendent BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 330 Newport Beach OF ANY KIND UP N THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REP ENTATIVE Newport Beach CA 922660 ACORD 2" 431931 A CORD CORPORATION 1993 I issuE DHSS tuJaloDivv) 11/30/93 PRODUCER. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE ABI Business Insurance Services, Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 32107 West Lindero Canyon road #126 Westlake Village, Ca. 91361 COMPANIES AFFORDING COVERAGE LETTERNY A Clarendon National Insurance Company COMPANY LETTER B Classic Syndicate / Illinois Ins Exchange INSURED COMPANY `. LETTER Schaefer Ambulance Service Incorporated, etal 4627 W. Beverly Blvd. COMPANY D LE Los Angeles, Ca. 90004 COMPANY E LETTER 0 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 CONTRACTOR 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. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDD/YY) POLICY EXPIRATION DATE (MM /DD/YY) LIMITS GENERAL LIABILITY BODILY INJURY DOC. $ B COMPREHENSIVE FORM X BODILY INJURY AGG. $ PREMISES /OPERATIONS DOL187641 11/18/93 11/18/94 X PROPERTY DAMAGE OCC. $ UNDERGROUND EXPLOSION & COLLAPSE HAZARD PROPERTY DAMAGE AGG. $ BI & PO COMBINED OCC. $ 1 I 000, • PRODUCTS /COMPLETED OPER. CONTRACTUAL BI & PO COMBINED AGG. $ I I INDEPENDENT CONTRACTORS PERSONAL INJURY AGG. $ BROAD FORM PROPERTY DAMAGE PERSONAL INJURY Fire Auage 50,WO. AUTOMOBILE LIABILITY ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS ( Priv. Pass. ) ALL OWNED AUTOS ( Other Than I Priv. Pass, BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ HIRED AUTOS NON -OWNED AUTOS A GARAGE LIABILITY l Schedued Autos 009000101 11 /18/93 11 /18/94 BODILY INJURY & PROPRTY COMBINED DAMAGE $ 1,000,000. x E %LESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS EACH ACCIDENT $ AND DISEASE — POLICY LIMIT $ EMPLOYERS' LIABILITY DISEASE EACH EMPLOYEE $ B OT4Tofessional Liab DOL187641 11/18/93 11/18/94 $1,000,000. Agg & Occur. DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS City Of Newport Beach License Superintendent 330 Newport Beach Newport Beach, CA 92660 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY F ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZ REPRESF IVE o e o s.. r,i - •'aa:.ci. -a°'x _ 4'$? ^rs :(' a e e: e e• e e o. • 1