Loading...
HomeMy WebLinkAbout01/18/2011, C12 - AMBULANCE CONTRACT REIMBURSEMENT 1 Council Maa n[D///r/// j acenda nepoat itmmu� e/2 C IT Y OF S AN L U IS O B I S P O FROM: Charlie Hines, Fire Chief Prepared By: Julie Cox,Administrative Analyst SUBJECT: AMBULANCE CONTRACT REIMBURSEMENT RECOMMENDATION Approve contract with San Luis Ambulance Services, Inc., authorizing them to bill persons for first- response emergency medical services provided by the Fire Department (First Responder Agency (FRA))and authorize the Mayor to execute the contract. DISCUSSION In 1996, the Council approved supporting the Ambulance Performance Operations Committee's (APOC) proposed ambulance agreement between the County and the private provider, San Luis Ambulance Services, Inc. (SLAS). On March 26, 1996, the ambulance agreement was originally presented and approved for a contract period of five years by the Board of Supervisors. On April 16, 2002, the Board of Supervisors approved a new contract between the County and SLAS. The agreement was amended October 17, 2006, extending the contract until June 30, 2011, with an additional 24 month extension by mutual agreement of both parties. Article 4.1 of the County Contract with SLAS requires a separate contract be entered into between the City and SLAS allowing SLAS its right to bill patients for first responder services. SLAS will pay the City of San Luis Obispo for the assignment of billing rights. FY 2010-11, SLAS will pay the City of San Luis Obispo $159,725 for the right to bill patients for first responder services. This payment schedule was established in the agreement between the County of San Luis Obispo and San Luis Ambulance Service and adjusted annually per the agreement. The agreement terms of the contract between City and SLAS have been updated to align with the amended length of the agreement between County and SLAS agreement which is until June 30, 2011, unless APOC and the County Health Agency Director, or his/her designee, determine that there are significant concerns about the quality of patient care. The agreement may be extended for an additional term not to exceed 24 months by mutual agreement of both County and SLAS. Discussions between the County and SLAS are in process to determine if the contract will be extended or possibly re-negotiated. FISCAL IMPACT In FY 2009-10, the General Fund received$158,300 from this contract. For FY 2010-11 the payment from SLAS increased .9%to$159,725 to the General Fund. The adjusted payment, an increase of.9% of the contract, is equal to the percentage increase of the Los Angeles-Riverside-Orange County C12-1 Billing Rights for First-Responder Services Page 2 Consumer Price Index for All Urban Consumers as published by the Bureau of Labor Statistics per the agreement.The payments are made quarterly. ALTERNATIVES 1. Modify the terms of the agreement. This action is not recommended because the County regulates the operation of ambulance providers pursuant to the San Luis Obispo County Code and the terms of the agreement are consistent with the County contract. 2. Continue consideration of the proposed contract. The proposed agreement allows SLAS to bill customers who receive First Responder services and provide reimbursement to the City. If the Council needs additional information before approving the agreement, direction should be given to staff. ATTACHMENT 1. Agreement Electronic File Path: T:/Council Agenda Reports/Fire/FY 2010-1 I/SLAS/CAR-2010 Billing Rights for First Responder Svcs C12-2 ATTACHMENT AGREEMENT FOR ASSIGNMENT OF BILLING RIGHTS FOR FIRST RESPONDER SERVICES This Agreement for Assignment of Billing Rights for First Responder Services ("Agreement"), by and between the City of San Luis Obispo, a municipal corporation ("City") and San Luis Ambulance Service, Inc., a California corporation ("SLAS") is entered into on the date set forth below. Collectively, the parties to this agreement are referred to as "the parties." RECITALS WHEREAS, SLAS is party to a April 16, 2002 agreement with the County of San Luis Obispo to provide ambulance services within the County of San Luis Obispo of which a true and correct copy is attached hereto as Exhibit 1, and a true and correct copy of a subsequent amendment attached hereto as Exhibit 2.; and WHEREAS, Article 4 of the April 16, 2002 agreement with the County of San Luis Obispo provides that SLAS shall make certain payments to the City in exchange for a general assignment of the City's rights to bill persons for certain services provided by its fire department in connection with emergency calls for medical assistance; and WHEREAS, City's fire department meets minimum Advanced Life Support Services requirements and/or EMT-D qualifications as set forth by the County of San Luis Obispo's Emergency Medical Service Agency; and WHEREAS, Article 3 of the April 16, 2002 agreement with the County of San Luis Obispo provides Performance standards utilizing City's First Responder Advanced Life Support and/or EMT-D services in meeting SLAS deployment plan goals; and WHEREAS, Article 4 of the April 16, 2002 agreement with the County of San Luis Obispo requires that the parties to this Agreement enter into a separate written agreement providing for assignment of the City's rights to bill persons for these services. NOW, THEREFORE, IN CONSIDERATION OF THE PROVISIONS SET FORTH BELOW,THE PARTIES AGREE AS FOLLOWS: 1. Definitions: The parties hereby incorporate by reference all definitions set forth in Article 1 of the April 16, 2002 agreement between SLAS and the County of San Luis Obispo (Exhibit 1). 2. Assig u� rents: City hereby assigns its rights to SLAS to directly bill persons for first-response emergency medical services provided by its fire department in connection with emergency calls for medical assistance. First-response emergency medical services provided by the City's fire department include, but are not limited to, providing initial stabilization and trained on-scene assistance, and assistance en-route to medical facilities as C12-3 ATTACHMENT required, and extrication and rescue services. 3. Timing and Amount of First Responder Payment: The Contractor shall make the first responder payments shown in Exhibit 3, attached hereto. All first responder payments shall be made no later than the end of the second month following the end of the quarter for which the payment accrued (for example, payment for the period of April V through June Nth will be due on or before the following August 30th). 4. Annual Adjustment to Payments: The quarterly payments to the first responder agencies will be adjusted annually, effective July t, 2011, and annually thereafter, in proportion to the change in the Los Angeles-Riverside-Orange County Consumer Price Index. However, in no event shall the annual increase exceed five percent (5%). The indexes shall be for All urban Consumers as published by the Bureau of Labor Statistics. 5. Equipment Exchange and Replacement: SLAS shall establish a restocking plan and replenish disposable medical supplies and equipment used by CITY in connection with each patient transport. 6. Indemnification: SLAS shall defend, indemnify, save and hold harmless the City and its officers and employees from any and all claims, costs and liability (including without limitation, attorneys' fees) for any damages, sickness, death or injury to person(s) or property, including without limitation all consequential damages, from any cause whatsoever arising directly or indirectly from or connected with the operations or services of SLAS or its agents, servants, employees or subcontractors, save and except claims or litigation arising from the sole negligence or sole willful misconduct of the City or its officers or employees. 7. Term: The term of this Agreement shall be the same as the ambulance agreement between the County and SLAS. (Exhibit 2). If the agreement between the County and SLAS is extended, SLAS shall continue to make"payments as set forth above, and City shall continue to assign its rights to directly bill persons for emergency services rendered by its fire department. 8. Early Termination: This Agreement may be terminated by either party, in its sole discretion, upon one hundred eighty days' advance written notice to the other party. This Agreement may be terminated immediately upon written mutual agreement of the parties. Furthermore, City may terminate this Agreement immediately should the County of San Luis Obispo terminate its March 26, 1996 agreement with SLAS as provided in Section 7.3 of that agreement. 9. Modification: This Agreement may be modified or amended only by a written document executed by the City and SLAS. This Agreement contains all the terms and conditions agreed upon by the parties. Except as expressly provided for in this Agreement, no other understanding or representation, oral or otherwise, regarding the subject matter of this Agreement,shall bind or affect either of the parties. C12-4 ATTACHMENT The foregoing agreement was adopted this day of , 2011. Mayor Jan Marx President and CEO Frank Kelton City of San Luis Obispo San Luis Ambulance Service, Inc. ATTEST: Elaina Cano, City Clerk APPROVED AS TO FORM: Christine Dietrick, City Attorney C12-5 -- - - __. _...- - .... _, .... .. . ....�.x�►V ti`s ATTACIimENT �GLJ AGREEMENT DESIGNATING AMBULANCE PROVIDER f , Southern Area !/ This agreement, entered into on APR 16 2002 by and between the County of San Luis Obispo (hereafter"County")and San Luis Ambulance Service, Inc., a California Corporation, (hereafter"the Contractor"), WITNESSETH WHEREAS,the County regulates the operation of ambulance providers pursuant to the provisions of Chapter 6.60 of the San Luis Obispo County Code(hereafter"Chapter 6:60");and WHEREAS,the Contractor has been a licensed provider of ambulance services in San Luis Obispo County for the past fifty-seven (57) years;and WHEREAS, on March 26, 1996,the County entered into a contract with the Contractor designating the Contractor as the exclusive ambulance service provider in the Northern and Central ambulance services areas of the County(hereafter"the 1996 Northem/Central Contract"); and WHEREAS,on May 6, 1997,the County entered into a contract with Five Cities Ambulance Service, Inc. designating said company as the exclusive ambulance service provider in the Southern ambulance service area of the County (hereafter"the 1997 Southern Area Contract"); and WHEREAS,by 1999,Five Cities Ambulance Service,Inc. was experiencing financial and operational problems that could only be cured by an infusion of capital;and WHEREAS,the Contractor became the successor in interest of Five Cities Ambulance Service,Inc.in 1999,subject to the approval of the County;and WHEREAS,on March 14,2000,the County gave its approval of the Contractor's status as the successor in interest of Five Cities Ambulance Service, Inc. On May 23, 2000,the County approved amendments to both the 1996 Northern/Central Area Contact and the 1997 Southern Arra Contract to effectuate the transfer; and WHEREAS, said amendments extended the duration of both contracts to make it feasible for the Contractor to justify and recover the investments that would be necessary to upgrade the operation of Five Cities Ambulance Service,Inc. to an acceptable level;and WHEREAS, the 1996 Northem/Central Area Contract and the 1997 Southern Area Contract contain somewhat varying provisions that create inefficiencies and inconsistencies; and s 1 C ATTACHMENT WHEREAS,to enhance efficiency and consistency,the County and the Contractor desire to replace the two existing contracts with a rwo new contracts,with substantially identical terms; one covering the Northern and Central Ambulance Service Area and one covering the Southern Ambulance Service Area; and WHEREAS, the parties also desire to define an objective process for periodic review of the maximum rates that may be charged by the Contractor,as set forth below; and WHEREAS, the parties desire to clarify the language of the former contracts and to make certain other technical changes to the agreement, as set forth below; and WHEREAS, Chapter 6.60 defines the process for the development of ambulance provider agreements and selection of providers whereby ambulance providers are designated by agreement between County and the designated provider, and WHEREAS, the Ambulance Performance/Operations Committee(hereafter "APOC") established pursuant to Chapter 6.60 has reviewed this agreement and recommended that County enter into this agreement with the Contractor for the provision of ambulance services; NOW,THEREFORE, in consideration of the provisions set forth below,the parties hereby agree as follows: ARTICLE 0.5 TRANSITIONAL PROVISIONS Effective Date.This contract shall be effective upon the date(hereafter"the Effective Date")which is the latter of(1)the date that it is executed by the Contractor and(Z)the date of the Board of Supervisors meeting at which it is approved. Rights and Obligations with Respect to the Provision of Ambulance Services from and after the Effective Date. This agreement governs the rights and obligations of the County and the Contractor with respect to ambulance services provided from and after the Effective Date. Neither the 1996 Northern/Central Area Contract nor the 1997 Southern Area Contract shall have any effect on said rights and obligations. Rights and Obligations with Respect to the Provision of Ambulance Services Before the Effec 've Date. This agreement shall have no effect on the rights and obligations of the County or the Contractor with respect to ambulance services provided before the Effective Date. The 1996 Northern/Central Area Contract and the 1997 Southern Area Contract shall continue to define the rights and obligations of the parties with respect to ambulance services provided before the Effective Date. 2 C ATTACHMENT -- ARTICLE 1.DEFINITIONS For the purpose of this agreement, all words and phrases that are defined in section 6.60.010 of the San Luis Obispo County Code shall have the meaning ascribed to them in said section of the County Code and are incorporated herein by reference. The following words and phrases that are not defined in section 6.60.010 shall have the following meaning: Advanced Life Support(ALS): For ambulance services,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 mechanical preparations, and other medicinal preparations, and other specified techniques and procedures administered by authorized personnel under the direct supervision of a base hospital as part of the local EMS system at the scene of an emergency during transport to an acute care hospital and during interfacility transfer. ALS Provider: A public or private provider officially designated by the County Health Officer as an entity authorized to operate ALS Units and provide ALS services in San Luis Obispo County. APOC: The San Luis Obispo County Ambulance PerfonnancdOperations Committee, created pursuant to section 6.60.050 of Chapter 6.60. Ambulance Service Area: The Northern,Central, and Southern Ambulance Service Areas are the geographical areas of the County that are separately defined in Exhibit A,attached hereto and incorporated herein by this reference. Basic Life Support(BLS): 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 life without invasive techniques until the victim may be transported or until advanced life support is available. Chapter 6.60: Chapter 6.60 of the San Luis Obispo County Code('Prehospital Emergency Medical Care and Transport Services"). Contract Manager. The County's Public Health Agency Director,or designee,or successor in responsibility. County: The County of San Luis Obispo. Emergency: A condition or situation in which an individual has a need for immediate medical attention or where the potential for such need is perceived by emergency medical personnel or a public safety agency. 3 C 18 ---........ .................. ._ ----- .-..... . _.......... ... ..._.............. ATTACHMENT Paramedic Ambulance: An ambulance staffed by a minimum of one licensed paramedic and one certified EMT and equipped to provide advanced life support(ALS). Transport: When a patient is transported by ambulance to a hospital or between medical facilities where the medical capabilities of an ambulance are required or potentially required. ARTICLE 2.DESIGNATION AS PROVIDER AND DESCRIPTION OF SERVICES TO BE PROVIDED 2.1 Services-In General.Pursuant to Chapter 6.60, the County hereby designates the Contractor as the Ambulance Service Provider for the Southern Ambulance Service Area_ Within each of said Ambulance Service Area, the Contractor shall provide emergency ambulance service without interruption, 24 hours per day, every day, for the full term of this contract,in accordance with all provisions of this contract.The Contractor shall provide said emergency ambulance services without regard to the patient's race, color,national origin, religious affiliation,age,sex, or ability to pay. 2.2 Applicable Standards and Involved Agencies.-The Contractor shall provide Advanced Life Support("ALS")emergency ambulance'services under Medical Control as dispatched by MED-COM. Such services shall be provided in accordance with the requirements of the EMS Act, Chapter 6.60,the Local EMS Plan, this contract,and any other applicable statutes, ordinances and regulations. In performing services hereunder,the Contractor shall work cooperatively with the Local EMS Agency.The Contractor shall also cooperate with APOC and EMSA, Inc. with respect to matters within their purview. 23 Air Ambulance Transport.The County reserves the right to enter into separate transport agreements with air ambulance providers.Notwithstanding any other provision of this Agreement,the County may provide for air transport of patients when such transportation is deemed by the most senior medical personnel on the scene to be in the best interest of the patient(s).However,no such agreement shall provide for air transport of non-critical patients or of critical patients when a ground ambulance is on-scene and transport time by ground ambulance to the most accessible emergency medical facility equipped,staffed, and prepared to administer care appropriate to the needs of the patient is the same or less than the estimated air transport time. 5 ��" , ATTACHMENT 2.4 Non-Profit Transport Services.The County reserves the right to enter into separate agreements with non-profit agencies or districts whose purpose is to reduce the travel time for patients residing in the more rural or inaccessible areas of the County.Such agreements will be structured so as to ensure that the Contractor will be involved in meeting non-profit transport agencies at pre-determined transfer points for the transfer of patient care to the Contractor. Such plans will be developed under the approval of the Local EMS Agency. 2.5 Requirement for Non-Emergency Ambulance Services:It is the intent of the Local EMS Plan and related ambulance provider agreements to establish Exclusive Operating Areas ("BOA")within which the designated ambulance service provider will retain the authority and responsibility for the provision of all ambulance services in the BOA. When requests for non- emergency ambulance transport service are made,the Contractor may take the time necessary to mobilize resources beyond those on-duty at the time of the request. However,at any time, the lead medical personnel at the scene of the patient requiring transport(typically a hospital or hospital emergency room)may upgrade the patient's status to one requiring emergency medical transport. At that time,the designated Contractor in that BOA must respond immediately,as they would for any emergency request. ARTICLE 3. PERFORMANCE STANDARDS 3.1 Deployment Plan.Throughout the term of this agreement,the Contractor shall comply with the specific deployment plan requirements contained in Exhibit B,attached hereto and incorporated herein by this reference,specifying all the ambulance stations(general locations)and the number of vehicles to be deployed during each hour of the day, and each day of the week for each specific area or zone. The general goal of the Deployment Plan is to provide an Advanced Life Support(ALS) unit, either by the Contractor or by an ALS fire service agency,to at least 901/o of all potentially life threatening emergency ambulance requests originating within each Ambulance Service Area with a maximum response time of 10 minutes in areas designated urban, and a maximum response time of 30 minutes in areas designated as rural, and a maximum response time of 60 minutes in areas designated as remote. The various areas are set forth in Exhibit A,attached hereto and incorporated herein by this reference. Upon request, for purposes of contract administration, the Contractor shall provide documentation regarding the degree to which it has complied with the deployment plan. (Deployment plan specifics for each zone are found in Exhibit B). 6 C11� ATTACHMENT 3.2 Staffing and Personnel The Contractor shall send a Paramedic Ambulance staffed with a minimum of two personnel,whose level of certification shall, as a minimum,be one Emergency Medical Technician-I(EMT-I)and one Emergency Medical Technician-Paramedic (EMT-P)to all life threatening and potentially life threatening emergency medical requests. Specific certification,training, supervision and preparedness requirements are outlined below. A- Certification. All of the Contractors ambulance personnel responding to emergency medical requests shall be currently certified and/or licensed by both the State of California and the Local EMS Agency.In addition, all of the Contractor's EMT-Ps shall be currently accredited by SMSA,Inc.to practice in San Luis Obispo County.The Contractor shall retain on file at all times copies of the required current and valid licenses, certifications, and/or accreditation of all emergency medical personnel performing services under this Agreement. B. Reasonable Work Schedules and Working Conditions. As an independent contractor,the Contractor shall be responsible for detcrmining the methods and techniques for achieving compliance with the requirements of this contract;provided,however,that the Contractor shall utilize reasonable work schedules and work periods for its personnel so that they are fresh enough to be able to perform safely and to provide•adequate patient care. The Contractor shall ensure that any of its personnel who work extended shifts,part-time jobs, voluntary overtime,or mandatory overtime,are not exhausted to such an extent that their judgment or motor skills might be impaired. With the exception of extreme emergencies,the Contractor shall not knowingly allow its personnel to work at any provider(public or private)in excess of seventy-two (72)consecutive hours. The Contractor must provide each and every one of its ambulance personnel with no less than twenty-four(24)hours of off-duty time, immediately following each work period. C. Required Hazardous Materials Training. The Contractor shall staff each ambulance with paramedics and EMTs who shall,within ninety(90) days of hire by Contractor, each show sufficient evidence that they have successfully completed "Hazardous Materials--First Responder Operational Course",or training that has been accepted as equivalent by SMSA,Inc. and the County Fire Chiefs Haz-Mat Committee. D. Orientation and On-Going Preparedness. The Contractor shall properly orient all field personnel before assigning them to respond to emergency medical requests. Such orientation shall include at a minimum,provider agency policies and procedures;EMS system overview;EMS policies and procedures; radio communications with and between the provider agency,base hospital,protocols with other agencies(fire service,Sheriff/Coroner),receiving v hospitals, and County communications centers;map reading skills including key landmarks, routes to hospitals and other major receiving facilities within the County and in surrounding areas; and ambulance and equipment utilization and maintenance. 7 Cy � - E. Field Supervision. The Contractor shall provide at all times and within San Luis Obispo County an individual authorized to act on behalf of the Contractor in all operational matters. F. Preparation for Multi-casualty ReMonse The Contractor shall train all ambulance personnel and supervisory staff in their respective roles and responsibilities under the County of San Luis Obispo Disaster Plans which are on file at the Local EMS Agency and prepare them to function in the variety of roles that are required within the Incident Command System. G. Critical Incident Stress Debriefing The Contractor shall matte available to all Contractor employees the San Luis Obispo County Fire Chiefs Critical Incident Stress Debriefing Program. The Contractor shall encourage program/team participation by the Contractor's employees.The Contractor shall contribute up to$750 per zone per year to the Fire Chiefs Association, upon their request;to assist in funding the progmm/team..The Contractor shall not be required to contribute such funds for any purpose other than ongoing training and support that is directly linked to the program/team's needs. H.Training with Fire Agencies.The Contractor shall ensure that its ambulance crews make themselves available to train with fire agencies located within all service areas covered by this contract,engaging in joint training with each local fire department at least twice each calendar year. I. Communication with Fire Agencies. The Contractor shall ensure that its Operations Manager makes himself or herself available to meet with fire chiefs from public agencies located within each Ambulance Service Area on a quarterly basis. The Contractor shall schedule these meetings with reasonable notice to the fire chiefs. 33 Vehicles and Equipment. A. Vehicles. Ambulance vehicles shall at a minimum meet the standards of Title JQII, California Code of Regulations.Vehicles shall display the"911"emergency telephone number and state the level of service, "Paramedic Unit",on both sides and the unit identification number/radio designation in 4" letters. Ambulance vehicles shall be marked to identify the company name,but shall not display any telephone number other than 911 or any other advertisement.The Contractor shall maintain its vehicles in a good working order, consistent with the manufacturer's specifications. In addition, detailed records shall be maintained as to work performed, costs related to repairs, and operating and repair costs analyses where appropriate. Reports shall be accomplished and systems shall be maintained so as to achieve at least the industry norms in vehicle performance and reliability. 8 C1 ATTACHMENT - B. General Equipment. All of the Contractor's ambulances shall carry all emergency supplies and equipment identified in the County Ambulance Equipment and Supply Policy on file at the Local EMS Agency on each of the licensed units.The Contractor shall maintain its vehicles, equipment, and supplies in a clean,sanitary,and safe mechanical condition at all times. The Contractor agrees that equipment and supply requirements may be changed with. the approval of the Contract Manager due to changes in technology. C. Communications Equipment and Dispatch The Contractor shall equip all paramedic ambulances and supervisory vehicles used in providing service with a County Med- Com-capable radio. Each ambulance and supervisory vehicle shall also be equipped with a cellular telephone. All ambulances for emergency medical response under the terms of this Agreement shall operate only within San Luis Obispo County, or as directed by the San Luis Obispo County communications center,or in compliance with policies and protocols established by the County.UHF and VHF radio frequencies shall be designated by the County.The Contractor shall operate the two-way radios in conformance with all applicable rules and regulations of the Federal Communication Commission, and in conformance with all applicable state and/or County rules and operating procedures. D. Failure To Meet Minimum In-Service F4 Supply Requirements The County may inspect the Contractor's ambulances during normal business hours,with prior notice. Any ambulances that fails to meet the minimum in-service requirements contained in the County Ambulance Equipment and Supply Policy, as determined by the County, shall be immediately removed from service until the deficiency is corrected,and shall be replaced as necessary to ensure continued compliance with the deployment requirements contained in Exhibit B. E. FF&uipment Exchange and Replacement.The Contractor shall implement and maintain inventory control and equipment maintenance systems which keep the ambulance fleet fully stocked with approved equipment in good working order at all times.The Contractor shall establish a mechanism to replenish disposable medical supplies and equipment used by a public first responder agency in connection with each patient transport. F. Ambulance RestockingProgram.The Contractor shall develop and implement and restocking plan for all first responders in all service areas within the County. Said restocking plan shall be approved by the Health Director and EMSA and implemented by the Contractor within 120 days from the Effective Date of this Agreement. 9 ��19 ATTACHMENT G. Daily Ambulance and Eguuiipment Inspection and Check-Out.Each day,each ambulance unit and the equipment contained therein shall be inspected and checked out.Each ambulance unit shall be restocked following each response, except in cases where back-to-back responses don't allow for restocking prior to initiating the second response. Equipment and supplies shall be maintained at levels that assure that backs to-back responses do not cause an ambulance unit to respond to an emergency medical call without sufficient equipment and supplies. 3.4 Disaster, Multi-casualty,Mutual Aid Response and Standby. The Contractor will deploy resources in accordance with emergency and or mutual aid plan or plans approved by the County. The Contractor shall render emergency assistance in Multi-casualty or disaster situations to any location as directed by the San Luis Obispo County communications center. At the scene of the Multi-casualty incident or disaster,the Contractor's personnel shall perform in accordance with the County's Emergency Response PIans and the Incident Command System. When the Contractor is notified that Multi-casualty/disaster assistance is no longer required,the Contractor shall return all of its resources to the primary area of responsibility and shall resume all operations in a timely manner.During the course of the Multi-casualty/disaster, the Contractor shall use its best efforts to provide local standard emergency coverage by providing back up units. A. Trainine The Contractor shall participate in disaster and multi-casualty training and exercises conducted by EMSA,the County and fire service agencies as requested. B. Stand-By Service The Contractor shall provide,at no charge to the County or requesting agency, stand-by services at the scene of an emergency incident within its Ambulance Service Area when directed by a County communications center upon the request of a public safety agency. The Contractor may charge for stand-by at an incident where a responsible parry exists. 3.5 Move Up and Cover.The Contractor shall provide ambulance move-up and coverage for service areas left uncovered due to other emergency responses, as directed by the County's communications center. Nothing shall.preclude contractors in each service area from developing mutual coverage agreements that may or may not involve financial remuneration. When a contractor provided inter-service area coverage at the request of the County communications, contractor shall be exempt from normal zone coverage requirements. 10 1 — - - �- - -- - -- - - ._. ..-- -------- i ATTACHiV E , ARTICLE 4. FIRST RESPONDER SUPPORT 4.1 Utilisation of Fire Department Personnel.The County and the Contractor acknowledge that fire service personnel play an integral part of the County's EMS System. They are involved in scene management,patient care at both ALS and BLS levels,auto extrication, heavy rescue and cliff/wilderness rescue and assistance in patient transportation. The number and type of resources required of Contractor for each zone have been configured around the participation of the various fire service resources within the zone. If a public agency providing fire-based first responder services executes separate agreement with Contractor generally assigning to Contractor its right to bill patients for first responder services, Contractor shall pay the first responder agency for said assignment of billing rights in accordance with section 4.2 below. In order to be eligible for support fees, fire service agencies must meet minimum ALS requirements or EVIT-D qualifications as outlined by the Local EMS Agency. 4.2 Timing and Amount of First Responder Payments.The Contractor shall make the first responder payments shown in Exhibit C, attached hereto,and incorporated herein by this reference,to the agencies identified in Exhibit C,in the amounts shown in Exhibit C. For the fiscal quarters between July 1,2001 and June 30,2002,-the Paso Robles Fire Department will be paid 564,800 according to the payment schedule set forth in Exhibit C. All other fire agencies that have implemented ALS service and meet the minimum ALS requirements or EMT-D qualifications as outlined by the Local EMS Agency shall be paid for services between January 1, 2002 and June 30,2002 according to the payment schedule set forth in Exhibit C. All first responder payments shall be made no later than the end of the second month following the end of the quarter for which the payment accrued(for example,payment for the period of April 1 st through June 30th will be due on or before the following August 30th). 43 Annual Adjustment to Payments. The quarterly payments to the first responder agencies will be adjusted annually, effective July 1,2003,and annually thereafter,in proportion to the change in the Los Angeles-Riverside-Orange County Consumer Price Index. However,in no event shall the annual increase exceed five percent(51/o). The indexes shall be for All Urban Consumers as published by the Bureau of Labor Statistics. 4.4 Independent Agreements with Other Agencies.Nothing in this agreement shall preclude Contractor fi-om entering into other agreements with local fire service agencies to improve the EMS system's overall efficiency.Any such agreement must be approved by the County's Ambulance Performance/operations Committee. be\t 11 C1•SO ATTACHMENT ARTICLE 5.RECORDS,REPORTING AND INSPECTIONS 5.1 EMS Run Report The Contractor shall utilize the County's approved format for documentation on all patient responses, including non-transports. The Contractor shall complete this form accurately and include all information listed in Section 100169 of the California Code of Regulations, and distribute it according to the Local EMS Agency's Policies and Procedures. The Contractor shall purchase any required forms.At the Contractor's option,the Contractor may print its own supply of forms. All fors are subject to revision by the Local EMS Agency at any time. The Contractor shall provide the County with copies of individual EMS run reports as requested by Contract Manager. When so requested,reports shall be provided by the Contractor to the Contract Manager within three(3)business days of the request.The County will limit such requests to circumstances that merit special handling. 5.2 Personnel Reports.The Contractor shall provide the Local EMS Agency with a list of EMS personnel currently employed by the Contractor and shall update that list whenever there is a change.The personnel list shall include,at a minimum,the name, address,telephone number,Paramedic,CPR and ACLS expiration dates, and Califomia Driver's License number of each person on the list. 53 Audits and Inspections.The Contractor shall maintain separate business and financial records for services provided pursuant to this Agreement in accordance with generally accepted accounting principles.The County shall have the following rights of audit and inspection: A. Inspection and Copying Upon reasonable advance notification, during normal business hours,the County shall have the right to review any and all of the Contractor's business and financial records pertaining to this Agreement. All such records shall be made available to the County at their San Luis Obispo County office or other mutually agreeable location.The County may audit,copy,make transcripts,or otherwise reproduce such records,including but not limited to contracts,payroll, inventory,personnel and other records,daily logs, and employment agreements. B.Financial Statements. Annually,the County may require the Contractor to obtain and provide the County with financial statements. If the Contractor has audited financial statements in his possession, he shall make those available to the County. Otherwise,the financial statements shall be prepared by a Certified Public Accountant and shall comply with generally accepted standards for Reviewed Financial Statements. The financial statements shall cover the Contractor's ambulance operations and/or any other businesses that share overhead with the Contractor's ambulance service operation. 12 tci ' - ATTACHMENT C. Records of Billing The Contractor may be required by the County to provide the County with periodic report(s) in the format approved by the Contract Manager to demonstrate billing compliance with approved/specified rates. D. Budget Forecasts and Other Reports. The Contract Manager may require the. Contractor to assist in future budget forecasting for planning purposes.The Contractor shall provide the County with such other reports and records as may be reasonably required by Contract Manager. E. Observation of Operations. Contract Manager or his/her representatives may, at a mutually agreed upon time,directly observe the Contractor's control center operations, maintenance facilities,and ambulance post locations,and may ride as"third person"to observe the operation of any of the Contractor's ambulance units.The Contract manager or his/her representative shall conduct themselves in a professional and courteous manner,shall not interfere with the Contractor's employees in the performance of their duties,and shall at all times be respectful of the Contractor. The Contractor shall submit to an annual performance evaluation in accordance with procedures established by Contract Manager.It is also understood that at any time the County may cause to be monitored the response time of any ambulance crew,so as to ascertain compliance with standards that are established in Article 3 of this agreement. ARTICLE 6.PATIENT CHARGES 6.1 Charges for Services Provided.The Contractor's patient charges for services provided pursuant to this Agreement shall not exceed the rates set forth in Exhibit D, attached hereto and incorporated herein by this reference, except as said rates are modified pursuant to the provisions of this Article. A. Annual Adjustment in Charges. Annual adjustments in patient charges identified in Exhibit D will be effective on January 1 of each calendar year during the term of this agreement. The increase will be based upon the percentage of increase of the Los Angeles- Riverside-Orange County Consumer Price Index. However, in no event shall the annual increase exceed five percent(5%). The indexes used shall be for All Urban Consumers as published by the Bureau of Labor Statistics. Said annual adjustment may be modified following a rate review pursuant to the provisions of this Article. 13 C 127} _ _ ......_....... . ... ... ATTACHMENT B. Significant Changes in Financial Conditions. In the event that Contractor experiences increases/decreases in operating costs or increases/decreases in operating revenues to the extent that Contractor is no longer earning a reasonable return on investment,County will consider an increase in patient charges above and beyond the annual increases specified in 6.1-& above. In this situation,the Contractor Manager may require Contractor to provide County with financial statements and/or other pertinent information necessary to support any recommenced supplemental increase in patient charges. Any such change in patient charges must be approved by the County Board of Supervisors. 6.2 Periodic Rate Reviews-When Allowed.There shall be regular, periodic reviews of the maximum rates that the Contractor is allowed to charge at the following times or under the following circumstances: A. Review of Contractor's Fiscal Year Ending September 30,2001. There shall be a rate review for SLAS's fiscal year ending on September 30,2001 for the purpose of reviewing the rates set forth in Exhibit D. Contractor shall provide to County by May 15, 2002, reviewed financial statements on an accrual basis for the fiscal year ending September 30,2001 and any other documents necessary to complete the review. Said review shall be completed by County within 45 days after receipt of all requested financial documents and new rates,if any, shall go into effect immediately thereafter. B. Annual Review at Option of Either Party.Either party shall have the right,in its complete and absolute discretion,to require a rate review for the prior SLAS fiscal year ending September 30,2002,and every year thereafter, by serving a written request for a rate review on the other party within 30 days of the end of that fiscal year. A rate review shall be conducted whenever such a request is served in a timely manner. Said review shall be completed by County within 45 days after receipt of all requested financial documents and new rates,if any, shall go into effect irnmediately thereafter. C. Review Due To Significant Unexpected Development If there is an unexpected development that would have a major impact on either the expenses or income of SLAS, either party may request a rate review within a reasonable time after the impact of that development becomes known. The party requesting the rate review shall support its request with a description of the unexpected development and its estimated impact upon the expenses or income of SLAS. The party receiving the request for rate review shall grant the request if it appears that it may be meritorious. Neither party may unreasonably deny a request for such a rate review. 14 C 12�1�``-�; I ATTACHMENT 63 Period Rate Reviews-Disclosure of Records.When a rate review is initiated pursuant to section 6.2 above,SLAS shall provide any requested business records and audited or reviewed financial statements to.the County, covering the period in question,said records and statements to be provided within 90 days of the receipt of the written request. 6.4 Periodic Rate Reviews-Findings by the County and APOC.The County,working in conjunction with APOC, shall review the records and statements submitted by SLAS and verify the accuracy thereof. The County may require submission of confirming documentation. At the conclusion of its review,the County and APOC shall ascertain the value of the following terms,which shall have the meaning set forth below: A. Allowable Annual FacQense. The total of expenses that were verified and that the County and APOC found were reasonably necessary to the performance of the contract. The parties agree that the following expenses(if incurred) are examples of expenses that would not be reasonably necessary to the performance of the contract: (i)charitable donations, (ii)political contributions, and(iii) excessive compensation paid to the principal shareholders of the corporation, i.e.,compensation in excess of the level reasonably necessary to retain competent individuals to perform the duties and responsibilities assigned to said principal shareholders. Said examples are not the only expenses that may be disallowed and County may disallow other expenses not herein identified if it determines that said expenses are not reasonably necessary to the performance of the contract. B. Effective Annual Profit. The amount of profit found by the County and APOC, including any items that SLAS reported as expenses but were disallowed by the County and APOC pursuant to the preceding subparagraph. C. Effective Profit Margin. The Effective Annual Profit divided by the Allowable Annual Expense, expressed as a percentage. 6.5 Periodic Rate Reviews-Setting Future Maximum Rates.The County shall allow Contractor a reasonable rate of return,and County agrees to consider all rate review applications in a timely manner. The County and APOC shall use the information developed in the rate review to predict the Effective Profit Margin over the next 12 months(hereafter"the Predicted Future Effective Profit Margin"). The prediction shall be made by assuming that rates are unchanged and estimating the Effective Profit Margin over the next 12 months, considering(1) the rate review data,which shall be used as a baseline, (2)general historical trends that are likely to affect revenue and expense,and (3)specific,one-time factors that are likely to cause atypical changes in revenue and expense.-The Predicted Future Effective Profit.Margin shall be deemed to be reasonable if it falls within the range between 8%and 1 l%%,which shall be referred to as the "Target Profit Range." 15 ;� � ATTACHMENT A. Predicted Future Effective Profit UIartin Within Target Profit Range. If the Predicted Future Effective Profit Margin falls within the Target Profit Range,no change in future maximum rates shall be made as a result of the rate review. B. Predicted Future Effective Profit Margin Outside the Target Profit Ranee If the Predicted Future Effective Profit Margin is outside (above or below)the Target Profit Range, the future maximum rates shall be adjusted(upward or downward)by amounts sufficient to bring the Predicted Future Effective Profit Margin within the Target Profit Range for the future. If the Target Profit Range exceeds.11%z%,either due to the Consumer Price Index increase or some other factor or if the Target Profit Range is below 9%,the future maximum rates will be adjusted so that the Predicted Future Effective Profit Margin will be 9 3/4%. C. Implementation of Maximum Rates Following a Rate Review. At the conclusion of a rate review, it County determines that the maximum rates should be adjusted, said rates shall be adjusted following written notification from the Health Officer to Contractor No further action by either party is necessary to implement said rates. 6.6 Billing and Collections.The Contractor shall operate a billing and accounts receivable system that is well documented,easy to audit,and which minimizes the effort required of patients to recover payment from third party sources for which they may be eligible.The Contractor shall matte no attempts to collect its fees at the time of service. ARTICLE 7.TERM AND TERMINATION 7.1 Initial Term.Unless terminated by either party pursuant to the provisions of this agreement,this Agreement shall remain in effect for the time period(hereafter"the Initial Term") beginning on the Effective Date and ending on March 31,2006. 7.2 Automatic Extension of Term. Unless terminated by either party pursuant to the provisions of this agreement before March 31,2006,the Agreement shall automatically be extended,remain in effect until Match 31,2008 (the additional twenty four months being the "First Extension") unless APOC and the.County Public Health Agency Director determine that there are significant concerns about the quality of patient care. Further, the agreement may thereafter be extended for an additional term(the "Second Extension"),not to exceed thirty-six (36)months,by mutual agreement of the parties. Said mutual agreement must be reached prior to the end of the First Extension. 16 ATTACHMENT 73 Termination by the County for Cause. County shall have the right to terminate this Agreement or to pursue any appropriate legal remedy in the event the Contractor materially breaches this Agreement and fails to correct such default within thirty(30)days following the service of a written notice by the County specifying the default(s)and the effective date of intended termination of this Agreement, absent cure. Conditions and circumstances which shall constitute a material breach by the Contractor shall include but are not limited to the following: A. Failure of the Contractor to operate the ambulance service system in a manner which enables the County and the Contractor to remain in substantial compliance with the requirements of the applicable Federal, State, and County laws,rules,and regulations. Minor violations of such requirements shall not constitute a material breach except serious,willful and/or repeated violations shall constitute a material breach; B. Falsification of data supplied to the County including by way of example but not by way of exclusion, dispatch data,patient report data,response time data, financial data,or falsification of any other data required under this Agreement; C. Failure to maintain equipment in accordance with good maintenance practices; D. Deliberate and unauthorized scalingdown of operations to the detriment of ' performance; E. Attempts by the Contractor to intimidate or otherwise punish employees who desire to sign contingent employment agreements with competing bidders during a subsequent bid cycle; F. Attempts by the Contractor to intimidate or punish employees who participate in protected concerted activities,or who form or join any professional associations; G. Chronic and persistent failure of the Contractor's employees to conduct themselves in a professional and courteous manner,or to present a professional appearance; H. Failure to comply with approved rate setting,billing, and collection procedures; I. Repeated failures to meet response time requirements after receiving notice of non-compliance from the Contract Manager; J. Failure of the Contractor to provide and maintain the required insurance and performance security bond. 17 r ATTACHMENT ARTICLE 8. ASSIGNMENT OF BILLING RIGHTS WITH RESPECT TO COUNTY-PROVIDED FIRST RESPONDER SERVICES 8.1 Assignment.The County hereby assigns to the Contractor its right to directly bill persons for County-provided first response emergency medical services. First response emergency medical services provided by the County may include,but are not limited to, providing initial stabilization and trained on-scene assistance,and assistance en route to medical facilities as required, and extrication and rescue services. 8.2 Payment for'Assignment. Inconsideration of the assignment set forth in paragraph 8.1 above,the Contractor shall pay to the County a"first responder support"payment in accordance with Article 4 above. ARTICLE 9. MSCELLANEOUS 9.1 Independent Contractor.The parties acknowledge and agree that the Contractor is an independent contractor of the County and that nothing herein shall be construed as creating any other type of relationship between the County and the Contractor. 9.2 Performance Bond.The Contractor shall furnish the County with a Performance Bond in the amount of Five Hundred Thousand Dollars($500,000),which shall be approved by the County no later than 90 days from the date of execution of this agreement Said Performance Bond shall be substantially equivalent to Exhibit E, attached hereto and incorporated herein by this reference. Said Performance Bond shall be written by a company authorized to do surety business in the Stats of California with a minimum of a"B" rating and of adequate financial category as rated by the current edition of Best's Key Rating Guide,as published by A.M. Best Company,Oldwick,New Jersey 08858. Said Performance Bond shall cover all service areas wherein Contractor provides service under any contract with the County and will be sufficient to satisfy the bond requirement for all areas serviced by Contractor under any contract with the County. 9.3 Insurance.During the entire term of this Contract and any extension or modification thereof,the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: A. Liability Insurance. The Contractor shall provide comprehensive liability insurance,including coverage for owned and non-owned automobiles,with a minimum combined single limit coverage of$1,000,000 for all damages,including consequential damages, l8 C1 212 ATTACHMENT due to bodily injury,sickness or disease,or death to any person or damage to or destruction of property,including the loss of use thereof, arising from each occurrence. Such insurance shall be endorsed to include the County and its officers and employees as additional insureds as to all services performed by the Contractor under this agreement. Said policies shall constitute primary insurance as to the County, the.State and Federal Govemments, and their officers, agents, and employees,so that other insurance policies held by them or their self-insurance program(s)shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. B. Workers' Compensation. The Contractor shall provide and maintain throughout the term of this agreement workers'compensation insurance coverage for its employees. C. Certificate of Insurance. The Contractor shall provide the County with(a) certificate(s) of insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew the insurance policy(ies)or acquire either a new insurancepolicy(ies) or amend the coverage afforded through an endorsement to the policy at any time during the term of this Contract,then the Contractor shall provide(a) current certificate(s)of insurance. D. Additional Insurance Provisions.The insurance policies provided by the Contractor shall include a provision for thirty(30)days written notice to the County before cancellation or material changes of the above specified coverage. Further,said policy or policies shall be from insurance companies admitted by the California Department of Insurance to do business in the State of California. 9.4 Indemnification.The Contractor shall defend,indemnify,save, and hold harmless the County and its officers and employees and EMSA,Inc. and its officers and employees from any and all claims,costs and liability for any damages, sickness, death,or injury to person(s)or property, including without limitation all consequential damages, from any cause whatsoever arising,directly or indirectly from or connected with the operations or services of the Contractor or its agents, servants, employees or subcontractors hereunder, save and except(with respect to the County)claims or litigation arising through the sole negligence or sole willful misconduct of the County or its officers or employees; and save and except(with respect to EMSA,Inc.)claims or litigation arising through the sole negligence or sole willful misconduct of EMSA,Inc.or its officers or employees. The Contractor shall reimburse the County for any expenditures,including reasonable attorneys' fees, that the County may make by reason of the matters that are the subject of this indemnification. d 19 C 1 ATTACHMENT 9.5 Modifications and Amendments. A. General Amendments. This Contract may only be modified or amended by a written document executed by the Contractor and the San Luis Obispo County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. B. Administrative Amendments. To the extent required by changes in applicable State or Federal laws or regulations,this Agreement shall be automatically amended to conform. 9.6 Entire Agreement.This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein,no other understanding, oral or otherwise, regarding the subject matter of this Contract shalt be deemed to exist or to bind any of the parties hereto. 20 C12- 4 ATTACHMENT 9.7 Notices. Any notice required to be given pursuant to the terms and provisions hereof shall be in writing and shall be sent by certified or registered mail to the parties at the following addresses, as may be amended from time to time: To the Countv To the Contractor. Public Health Agency Director Frank Kelton,President and CEO County of San Luis Obispo San Luis Ambulance Service,Inc. 2180 Johnson Avenue P.O. Box 954 San Luis Obispo,CA 93401 San Luis Obispo,CA 93406 With a copy to: P.Terence Schubert,Esq. Attorney at Law 1254 Marsh Street San Luis Obispo,CA 93401 IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first -- set forth above. SAN LUIS AMBULANCE SERVICE,INC. A California Corporation By: Frank.Kelton President and CEO T: (S' ture) Name and Title of Person AttestiAg for San Luis Ambulance Service, Inc. 20 C12- 5 ATTACHMENT COUNTY OF SAN LUIS OBISPO M"b'" M riae cm By: Chairman o Board of Supervisors JULIE L. ROroMieJALD County clqrand Lk-ew=ae­k Of do Board of Supervivars Authorized by Board Action on: 5y C-�A�/W k4rmAt, APR 18 2082 u2pty clot APPROVED AS TO FORM AND LEGAL EFFECT JAMES B. LINDHOLM,JR_ COUNTY COUNSEL By: Deputy County Counsel Dated: 70'r-il 'ZOO-2— ATTEST: JULIE RODEWALD,County Clerk and Ex-Officio Clerk of the Board of Supervisors By: Dated: 22 C1 -26 � 1I ATTACHMENT EXHIBIT "A" EMERGENCY RESPONSE AREAS OF S,,N LUIS OBISPO COUNTY ZONE DESCRIPTIONS: . NORTH COAST ZONE - (CAM9RIA) Generally described as that area of San Luis Obispo County that has as the west boundary, the Pacific Ocean from the Monterey County line south to Villa Creek road,with the west boundary running along the ridge of the Santa Lucia Mountains and the north boundary along the Monterey County Line and south of Villa Creek Road. NORTH ZONE - (PASO ROBLES, ATASCADERO, AND CALIFORNIA VALLEY) Generally described as that area of San Luis Obispo County delineated by Monterey County on the North, Kern Courcy on the east, and the ridge line of the Santa Lucia Mountains from Monterey County to Kern County lines. CENTRAL ZONE- (CAYUCOS, MORRO BAY, SAN LUIS OBISPO, AND AVILA) Generally described as that area of San Luis Obispo County that is delineated by the Pacific Ocean on the west, villa Creek road at the north, the Santa Lucia Mountains on the east, and an imaginary line that runs from 00 Mountain Lcok Out to the Pacific Ocean between Avila aad Shell Beach SOUTH ZONE - (FIVE CITIES AND NIPOMO MESA) . Generally described as that area of San Luis Obispo County that is delineated by the Pacific Ocean on the west from Shell Beach to the Santa Barbara County line;on the east the Santa Lucia Mountains from High Mountain Look Out to the.Kern County line; on the South by the County line of Santa Barbara. The following more specific descriptions are based on San Luis Obispo County Mutual Aid and 911 Grid/Nfap System: NORTH COAST ZONE MAP PAGES:Z 3,4,24,25,26,27,29,30,59,61,62,65,91&94 INCLUDING PORTIONS OF THE FOLLOWING. MAP PAGE NUN93ERS: 28 EXCLUDE GRIDS: D-1,E-1,E-4 E-3,E-4,E-5 33 INCLUDE GRIDS. A-2,A-3,A4,A-5,B-3,B-4,B-5,C-5 60 EXCLUDE GRIDS: E-1 63 INCLUDE GRIDS: A-3,A-4,A-5,B-2,B-3,34.B-5,C-4,C-5,D-5 _ 5 INCLUDE GRIDS: A-2,A-3,A4,A-5 92 EXCLUDE GRIDS: B-5,C-4,C-5,D-3,D-4,D-5,E-2,E-3,E-4,E-5 t C11-27 �\ --------- ATTACHMEN1 NORTH ZONE- FROM TFM BELOW NOTED MAP PAGE NUMBERS FAST TO THE KERN COUNTY LIKE MAP PAGE NUMBER- 5 UMBER5 EXCLUDE GRIDS: A-2,A-3,A-4,A-5 28 INCLUDE GRIDS: D-1.E-1,E-2,E-3,E-4,E-5 33 EXCLUDE GRIDS: A-2,A-3,A-4,A-5,B-3,134,B-5,C-5 60 INCLUDE GRIDS: E-I 63 EXCLUDE GRIDS: A-3,A-4,A-5,B-3,B4,B-5 94 EXCLUDE GRIDS: E-1 95 INCLUDE GRIDS: A-1,B-1,C-1,C-2,D-1,D-2,D-3,E-1,E-2,E-3,E-4 98 INCLUDE GRIDS: C-1,D-1,D-2,E-I,E-2 100 EXCLUDE GRIDS: A-5 101 EXCLUDE GRIDS: A4,A-5,B-5 124 EXCLUDE GRIDS. A-1,A-2,A-3,A-4,A-5,B-1,B-2,B-3,B4,13-5,C-S,D-5,E-5 125 EXCLUDE GRIDS: A-2,A-3,A4,A-5,B-3,B-4,B-5,C-4,C-5,D-5 127 INCLUDE GRIDS: E-1,E-2 130 EXCLUDE GRIDS: A-5,B-5 159 INCLUDE GRIDS: C-1,D-1.D-2,E-1,E-2,E-3,E-4 162 EXCLUDE GRIDS: A-3,A4,A-5,B4,B-5 195 INCLUDE GRIDS: E-1 198 INCLUDE GRIDS: A-1,&1,B-2,G1,G2,D-1,D-2,E-1,E-2 199 INCLUDE GRIDS: A-1,A-2,B-1,B-2,C-1,C-2,D-1,D-2,E-1,E-2 202 INCLUDE GRIDS: A-1,A-2.B-1,B-2,C-1,C-2,D-1,D-2,E-1,E-2 203 EXCLUDE GRIDS: A-3,A-4,A-5,B-4,B-5,C-5 208 INCLUDE GRIDS: A-1,B-I,C-1,C-2,D-1,D-2,E-1,E-2 . 209 EXCLUDE GRIDS: A-3,A4,A-5,&4,B-5,C-4,C-5,D-5,E-5 212 EXCLUDE GRIDS: A-5 242 EXCLUDE GRIDS: A-3,A-4,A-5,B-3,B-4,B-S,C4',C-5,D-5,E-5 244 INCLUDE GRIDS: D-1,E-1 246 EXCLUDE GRIDS: A-3,A-4,A-5,B-3,B-4,B-5,C-4,C-5,D-5 263 INCLUDE.GRI DS: B-1,G1,C-2,D-1.D•2,E-1,E-2,£-3 264 EXCLUDE GRIDS: A-4,A-5,B4,B-5,C-5,D-5 268 INCLUDE GRIDS: A-1,B-1,C-1,D-1,E-1,E-2 R� r C 12-28 . ... ..... . AWACHMEN CENTRAL ZONE MAP PAGES:93,96,97, 120, 121. 122, 123, 126,lit, 152, 155, 156, 153, 154, 157, 161,186, 187,190, 191, 194, 188, 189, 192, 193,224,&225 INCLUDING PORTIONS OF THE FOLLOWING- MAP OLLOWING:MAP PAGE NUNMERS: 92 INCLUDE GRIDS: B-5,C-4,C-5,D-3 D-4,D-5,E-2,E-3,E-4,E-5 94 EXCLUDE ORMS: E-1 95 EXCLUDE GRIDS: A-1,13-1,C-1,C-2,D-I,D-2,D-3.E-1,E-2,E-3X-4 100 EXCLUDE GRIDS: C-1,D-1,D-2,E-1,Er2 98 INCLUDE GRIDS: A-5 101 INCLUDE GRIDS: A-4,A-5,B-5 125 INCLUDE GRIDS: A-2,A-3,A-4,A-5,B-3,B-4,C-4,C-5,D-5 127 EXCLUDE GRIDS: E-1,E-2 130 INCLUDE GRIDS: A-5.B-5 159 EXCLUDE GRIDS: C-1,D-1,D-2,D-3,E-1,E-2,E-3,E4,E-5 162 INCLUDE GRIDS: A-3,Ate,A-5,13-4,13-5 - 195 INCLUDE GRIDS: A-1,A-2,A-3,A-4,A-5.13-1,B-2 196 INCLUDE GRIDS: A-5,B-5,C-5,D-5,E-2,E-3,E-4,E-5 226 INCLUDE GRIDS; A-1 SOUTH ZONE MAP PAGES: 197,200,201,204,205,227,228,231,232,235,236,239,240,229,230,233,234,237,238,241,250, 251,252 ,253,256,257,254,255.258,259.260.261,262,&267 INCLUDING PORTIONS OF THE FOLLOWING: MAP PAGE NUMBERS: 195 INCLUDE GRIDS: E-1,A-1,A-2,A-3,A-4,A-5,B-1,13-2, 196 EXCLUDE GRIDS: A-5,&5,C-5,D-5,E-2,E-3,Eel,E-5 222 6 EXCLUDE GRIDS: A-1 198 EXCLUDE GRIDS: A-1,B-1,B-2,C-1,C-2,D-1 D-2,E-1.E-2 199 EXCLUDE GRIDS: A-1,A-2,B-1,B-2,C-1,C-2,D-1,D-2,E-1,E-2 202 EXCLUDE GRIDS: A-1,A-2,B-1.B-2,C-1.C-2,D-1,D-2,E-1,E-2 203 INCLUDE GRIDS A-3,A-4.A-5,B-4,B-5,C-5 208 EXCLUDE GRIDS: A-1,B-1,C-1,C-2,D-1,D-2,E-1,E-2 209 INCLUDE GRIDS: A-3,A-4,A-5,B4,B-5,C-4,C-5,D-5,E-5 212 INCLUDE GRIDS: A-5 242 INCLUDE GRIDS: A-3,A-4,A-5,B-3,B-4,B-5,C4,C-5;D-5,E-5 244 EXCLUDE GRIDS: D-1,E-1 246 INCLUDE GRIDS: A-3,A-4,A-5,B-3,B-4,B-5,C-4,C-5,D-5 263 -EXCLUDE GRIDS: B-1,C-1,C-2,D-1,D-2,E-1,E-2,E-3 264 INCLUDE GRIDS: A-4,A-5,B-4,B-5,G5,D-5 268 EXCLUDE GRIDS: A-1,B-1,C-1,D-1,E-1,E-2 jF C12-29 ATTACHMENT 1J1111t a I i 499" Deployment.Plan The general goal ofthe Deployment Plans is to provide an Advanced Life Support(ALS)Umt,either by Contractor or by an ALS fire service agency,to at least WIc of all poumfaIly life dueatening emergency ambulance requests originating within each Emergency Response Area with a maahmun response time of 10 minutes in area designated urban,and with a maximum response time of 30 minutes in areas designated as rural,and with a maximum response time of 60 in areas designated as remote. The terms urban, anal, and remote are defined by the Califamia State:Emergency Medical Services Authority as follows: Urban: All census places with a population of 2,500 to 500,000 and a population density of 100 to 999 persons per square mule, or census tracts and enumeration districts with census tracts which have a population density of 100 to 999 persons per square mile.. Rural: All census places with a population of less than 2,500 and population density of 10 to 99 persons per square mule;or census tracts or enumeration districts without census tracts which have a population density of 10 to 99 persons per square mile. Remote: Census tracts or enumeration districts without census tracts which have a population density of 5 to 9 persons per square mile. If the State EMS Authority's definition of urban,rural,and remote are accepted locally,the cities and unincorporated areas of San Luis Obispo County would be rated as follows based on California State Department of Finance and San Luis Obispo County Planning Department figures: Urban Areas Rarrai Areas Remote Areas City of Arroyo Grande Adeiaida Calif nnia Valley/ City of Atascadem Avila Beach Simmler City of Grover City Creston Chola me City of Morro Bay Garden Farms La Parma City of Paso Robles San Simeon Pozo City of Pismo Beach Whitley Gardens * Oak Shores City of San Luis Obispo Santa Margarita * Shandon Cambria San Miguel * Heritage Rauch Cal Poly Cayucos Baywood Park/Los Osos 11iipomo Ocean Templeton Country Club (SLO) * - Shandon,Heritage Ranch and Oak Shores would normally be in the rural category but are moved to the remote category due to their size,limited mmbet of EMS responses and locadon wibhm,the county. a C12-30 ATTACHMENT SPECIFIC RESOURCE REQUIREMENTS 1. Central Zone 33 ambulance units per day 2 public tramsport units for back-up/over-load response(SLO City, Morn Bay) Current station locations acceptable=(Marro Bay and San Luis Obispo) 2. North Zone 3 ambulance units per day (half time unit allowed to float at Twin Cities Community Hospital Move-up capability from central zone Current station locations acceptable(Paso Robles a>;d Atascadero) 3. South Zone 3 ambulance units.per day Current Station Locations Acceptable(Arroyo Grande and N>pomo) Contractor shall at all times maintain and operate one (1) four wheel drive ambulance unit This special requirement shall not increase the coverage requirement set forth above for the South Zone as 3 ambulance units per day. CmS�OGkOIIL:tL'r .5ti t C12-31 0o 0 0 0 o 0! D o m to 0 o 0 0 0 0 o 0 0 0 t.. 0 3 liJ to 0 � � O to O{ O O n� N O O to w O to W 0 0 0 M m r 0 r �j C.) V' m N MN to co W tO 16 n 6 W N r ci O p m r 0 p O N CO O N N N Q A W O CO C7 N m W LO p c M 0 7 Q0 CO 07 N C+) 0 7 0 O W to m W r, t` v W W W m A CO O T = , 12 r ^ co dOsCD co CM m ` W CL aT Q r 2 OI O O O O O O O O m Lo O O O O O Lo In O d 2 t�7 � O O O O t� N O O b m O tCl N O O O C O p o W � C O p o 7 CO N M N to m W IO �- 0 n 0) W N 'ci O cm p + p co r O M cn 7 N W , O N N N Q A W O m C7 N W co LO 7 01 t`7 N 0 cn 0 r O GR W C7 W r6 A a m m W CO !+ m �- O > C i 1�J [f m Q l'�J m m N m t " r IL 0 CD 0 0 o 0 0 0 0 0 m an o 0 0 0 0 0 0 0 0 0 cn to u7 O r N N �! O W O O O r N O O U) W O m t0 O O O C p O p 0 W r p p Q p Q co N m N t0 co W W n m O N r W pp p � N O � W O CN .-. O m N W r p N N N r m O W M N O mc co Cl) N e7 O Cy n O W LL 0 W r- Ir 'Q CO CO CO CO A O m Q 0 a N W co; d O f N W N G D N ' r r CL c r N O O 'DI N N O O O O O LO to O O O O O O O O O O 3 2 Q In o r 2 Q t[ o m o 0 0 t. ry 0 o In m o to 0 0 0 0 `p � N 0 co o o `m N 0 Q co cv m N to 06 W td tc r ai Co N 6 o O N �- O L' O •N W O N N N Q t` W O CO M N r m 0 to CD ca = p r OR Cl N c6 Np 0 t� O W to PS m r t� Q m m W W A m O 7 r C� r .- Q W tG � to O C •- tu a) N 11 U C C r O O O tR O O O O O O m O 10 0 0 0 0 0 0 0 0 0 W O Lo 2 L. O to O O O h In ni 0 0 0 0 0 0 O O O m L N CN O GWR ? C p O CD 0 N n O O R .R N ONi N W r 0 C Ln Gvi WO W Cn m Co N 7 p Gt) N r a) N N IO = h r- O) to CO r N -T N CO to Vr CO N to W M N C lC E J Q O •- fr C) p O Q O ` to N N r tD W ' .- N •- r d Zl% r- CO W W tO �_ a �•• W co p L CL O l0 tri r 2 0 0 0 2 0 0 0 o u, n o 0 r m 2 N W m r N N !n In O O t- 1` O O O CD O U co O W W 9 CD $ O q .- ft7 Om � NQ 7 ._- co W C V- NQ j � N N O O N N co m N ['� W W y E o O 0 w w 0Q p c,) r, rl to to n n m W m m W m t c m C! cn No Q ^ V) of tri as m W CLr y p c 0 0 0 0 0 0 t� (D 0 m O N o 0 0 O O O O O O O H 0 0 w w m °) INfJ co aW0 N O N co m 7 l9 ca N y 7 t0 C`7 N 07 N IA co r O E G7 t0 O Q r O M C c p cp`) o o c o 0 0 0 0 0 0 0 0 0 0 0 p m C O ca O CV O N Ca 7 O W 3 t0 O C a O) tO r' O O N tO to N N O C V to co cc m U Cp N O [�'J m co K) n m co to N p 7 O CO M N C'7 V 1O C'1 W C! N C.7 R m Q U p !D O C £ A W C'7 �t a � aGVS C � n > 8 Qo' rg � o' 3o' 3 Qo' 3 ¢ 0 8 ao 8Qo v o 3 3 m `o � 0 0 3 1 m m o 0 p o 'g 0 CL z a z azoM z a z z a z, o� m w f!1 O m F V Cco O p d t4 O q� m LLQ d a a0 easy aatni z a eafy SIN Z 1 1 Z Z IZI U U ` C1A2 ATTACHMEW 0 0 0 0� 0 0 0 0 0 00 0 0 0 0 0 o tl cm CD o 0 0 0 2 0 0 0 0 0 0 tri 0 0 0 Nn 0 0 0 0 0 t0 0 0 0 0 0 a to O M m r 0 6 6 C N � C O N N O M N A A O V g M O m m N try 6 O m 0 O O O � N0 Ar, t0 M90 r r-- M r M M W M 0 7 0 NL V N O M -W N 10 W O m N- A CO to 10 r O M r C m m ❑ m N O 40 N 1N (7 N t0 ^ r r r r N r N Z Z [0 O op rn M po� m cn O O O O O O LLO'i, O O 100 O 1001 100, LLO.1 O O t0 1Of1 m 0 0 0 CA r 0 O N O N n O O N N O M N A 11 pp (Cpp e� 4' A N ui m M ��.. J r O O O rl N O h A M M CO r A M r M M O 10 C� O O O N M A a 1+1 0 M C: 'Q N O M Q N t0 0 O 0 h n r M 0 � t0 r LO 10 r Z Z A LD C7 r 1 j T N CO M N CC M N to o a r r r r N r N m ® W Co UCL 2 O O O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O r r O O O O N M O O O O O O 10 U) O O NO to O 1n 10 t0 O O 10 1n O m 0 O O O 0 WE a p o to r O 10 117 O N n O O N N Cm M N r h O Q CO A -4 A N M Co Np �- 7 _ O 0 0 A N O !� A tl) M 00 r A M M O O t0 M O O O N 10 A M CO � V N O M R N 1n CO O m A A r CA 10 `-' 10 r 10 C0 �- Z Z A �-' CO r C� m N (D d N C M N 10 � N r r r r N CJ U � r to M CD r m �C O O O O O O N to O O t0 1A t10) O 10 10 t00. O O 1tl0 1001 O r r 100, 100 O m s N O O1 r 0 N CO O N A O pp N N W M N � N n, ��{{ Cn h .m-. 0 A N 3l7 - d L" O CA O A N O A l0 Ch O r P. M r M M tl O m M N M A W N O r A V N O M 'T N IC'1 m O 0 A � r (n t!7 "" 10 r 10 M r z Z � v O v 0 0 r M N m O N N C-9 N L N N r r r N r N _ r r M M r r 0 0 Cn V) c A n W m C 0 Q� 7L 0 O O O O O C O O O O O OO O 0 0 0 O O O03 C9 OO 00 0 t m CV N CA N r t0 O M N O O O O O m In � M N M r Q r r P O N C m C\ O m 0 O CO O A J 0 N A to N M CO m A m v M A m M A O m m N O N O A N O r O O; CD A N r V O M M N O t0 `"' ? r r CA r O O h r m O c d d tl m n m 'Q CO I V M N m { r T r N r r N r N Z Z C\ r { 0 0 W a N Cn 0 O m d (Q✓1) 7 t00 CrOr OO G d O O O O O OO OOO O O O O0 N to OO N 0 O O O OOO 0n CD t0 16 CV N O O O A h Cti a O M MM Oa NCL N0 N O aM ❑ A A CD _ M Cm MM M rN N N N N LLN LV r W vv 7 r• ,.. O O Ocr O O O O O O O - 0 0 H m O C0+7 M 100 m � 0 m .._- � m W r O1 M M t, M r N r N � W p V CA CA O N N Vt0 O L 0 CD � Q C r m O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O m CD W co C C, G O O CD O co O 0 C7 CO p co C7 C7 C M O O O Oi O N 10 r 10 to O r IC! r O r O d9 U C CO w M CO O C r CO r m r O Iq r < w co A U OO C2 '1 C M CO A N+ 16 CO CL CO C8 N Na m C C O 10 t0 r N V' M 0 — � Ua E Cc c o o c o m c o m c o m c o p e QQ m c m c o m c o m Q 0 7 3 7 O 0 E 0 7 F O E 7 W = 3 0 8 n i3 ❑ c� n U d� o c3 Q n 8 Q n 8 Q ❑ 3 Q n `o m `a 0 3m `o �9 `0 3 :fl o 3 m `m m o 3 m o W r- = a Z F a Z H a Z to a Z 1-O CL 2 H a Z �°- a Z �°- a Z Fo- a Z Fo- E W c c o c� m U- CLat W �op m m m U- L m m U U Nn o V ~ m � m o a o g y o 0 U ¢ zo to Cn n Q C7 O. Co U 0 O L BBJb aoyue U U U U (*I FCOV I I fn 1 M Im. Z H r C1T2- 3 ATTACHIAT E3�IT "D" SAN LUIS AMBULANCE SERVICE, INC.-SERVICE RATES Service Rate($) ALS Transport $664.00 Miles(per mile) $ 18.07 Oxygen $ 69.79 Disposables/Supplies $ 17.47 Stand-By(per hour) $139.74 C12- ATTACHMENT FIRS Southern Area 'chis aincridmem. entered inio on by and betwoon the Counzy of San Lks Wspo (henwher "the County") and San Luis Ambulance Service. Inc. (SI,AS'), a Calijbvni:i Corporation, (hereafier "the Conzracior":), NVfT,.\F'SSE,rH: W'I IE- LAS. LhIC COUIII'' %'=ulales the operation or ambulance providers pu_rsizan-L to the provisions of Chapter 6.60 of the San LUiS Obispo County Code (havaher "'Chapter 6.60"); and \VHEREAS. Lh,: Ccntltractor has been a licensed provider of ambulance services in San Luis Ohispo County Cor'the pest six-y(601) ycars: and WHE14EAS. April 16, 2002 WaS the last timt: zha, the County modified its contract with the which desigurlam, the Contracior as the exchnive anibtAtaia:v service providCl. in the Southern ambUlaMe services area oCihe Coumy (hercaft­r ..chs: 55,-,imhmj ComracC),' and WHEREAS, 'Hie Counry and CoMractol'would like to nick t certain anmldmms to the contract. -which ary deemed !o be ill l.hQ best interests ofboth P.lmies and the Paticlus 'equil-illu, antbulance transport: NOW TREAE FORE, ir eonsiderallion ol the pro-k isions s-21 forth hekrx_the parties agree as L The j hYn4ng paragraph A oll be'added to Article 2: 2.6 Critical Care 'rransports. Contractor rnay apply to d:vclnp and opcmic a prcigr=i of critical :are mlnspol"'s. 'xh-Ichi qre nurse-s!ztffe'� transporls for boi1F arld non- emergency patiLm cunditions, ill coop fiance with the police s ,:irld procedures developed by !he Sall Luis Obispo Coumw'- Emergency -Mcclical SwrAcs Agency k pemi-,ssior% Coli ""..Cir initially cliatge 51.400 ibra crkical care iranspom base rate Q3 S200imile for tnansporuuion. 11at rale shn!!! be re-ev;lju_-ttzd for wasonabImm Aw 0 mmulls Upro;own opeTsion and LhowaRcr -o'ill i-le subject to the 1.3:,- rL-%-k'%\' pt0ceSS aS Sc', to,-kh in Article 6 hertri. C12-35 ATTACHmENt ? 7'Irc follrnvittg paragraph shall be added to.Article 3, Section 3.3: H. 1n censidcratiun Of r<Iir CUtlnty cxtcn:iing the --xist:ino contract, Por the revision of secion 7.2 below. Contractor sll,11 ur)�ra de its entire fle— n: atnhul ince vehictes tion. Typc 11 tc Type 111 ambulances 'during the first five years of this cnntrac I pNriout (hv no later Eltan January 31. 201 Q;, with the exception of four,vhuel drive alnhulances used 11v Contractor for off road 34.cess. 3. t he follnrt itt�setrtence shall he added to.Arti.cle 4, entitled "First Responder Support,"at the end of section 4.1: In tile event that.there is a requIest by a 11Tc7 agency for a Chian-C in i!s ALS Service, or tirsc responder Pecs, and to the extent that such request n:uy impact resource rcquirerneri;.s and denit ynlelltaa.set out in Exhibit B, County, in consultation with A1'OC, shall consider the impact on Contractor of s-ach change or request durill- Che Periodic rat: review,is Se't out. lil ?l.rticle C). A. The/ari';uage in ,Article h, entitled "Patient Chur,e ,"shall be deleted in its entirety and the follnth•in„paragraphs inserted in its place: 6.1 Charge for Services Provided. The Contrauor's patient charoes for services provided: pursuant to this Agreenl-lYt shall not exceed the ra_es as established by :11e Cowlty. A. Consumer Price Index Adiustinent. in Charges. AdJusiul,=is in patient cllargcs Will he er-f6ctiv`e at 1h:; Conclusion Of cacti all-nua1 ate revle x. 1t for sortie r::.ason a rate reviz-R'has not been conducted Rvit i.n the Preceding twelve (i'21 Ihlonffix, .hull <i Consumer Price Index (CP1) -ndjustiient -Mll be .diad.^.to the current rates on the subsequt --It January 1 st.. Tile 3C1(IYSI?]ht:nt Rill be teased 11Pon talc. percenl3oc of Increase of the I-as ?Li1CeI�.s-}%_V,.1'SIde-C)I�"inoe (,ounty CPI. However, in no evcm shall the annual ine c:se excc:d ;ivr perecnl (5%). .Clic indexes usi:d shall be for"All Urban Consumers" as pabiished by the Bt7ea a of Labor Statistics. B. Si«nificant Chan,-,es in Financial Condition.. in evt;nt that Cutltracto CxP-,-rlcnGcs incrL.as-s I11 op-r 'L-1-, C. s' -s or C'.'l.l'Gas-S Yl 2) 't;:at117 C' rT;'r C:1.LPC••J'r 0 the C\tont th::ll Contractor is no toT.1C •r earriia-le a. reasonable ict'.Irn on °Li l':'$T1I E'Yl'a, C.ritirTV v.�11 consider an C12-36 ATTACHMffW ncresSe il: :uribul trice ch:trees. in this sitimaitan. the Contract NIanaga may requil•e ConitactOr to protide County v ith financial sL,ttelnenlS andi or o.her ix-rdpent inforinadon dteoessary to supporr any recommend-ld Supp€emental Ir rf'aLCL` iii ca2)bulance 1-nzrg4ti. In th, cyent that Contractor prof.- ES that profits will e o.eod the Allo-wable profit marur. :it anv tide, as rl:P-n-d in Article 6.�. Contractor is oblicated to irnmcdiatelt' nozit'v Cour 'so it at the COurlt;y rnaq adjust ambulance 6.2 Periodic Rete Reviews - When AIIoued. There shall be re'guiar, periodic reviews of the niuximutn Dares that the Contractor is allow--d to charge UL the iblicivan-, times or under the follot+ins circumstances: A. Annual Review at 02tion of Either Parte. Zither party Shall ha" r the in irs complete and al-sniule discretion, to require a rate reviety =or thr prior SLAS fiscal t+e:ir ending ti-.pz-.mb-r 30. =id every year titereaitc'r. by serving, a tixT:eLCn re lues' fbr a r~• e review on oilicr pa;-ry within .30 days of`he end Of Lliat i1Scal Vcar. t ftcr the rate review for ;i;cal year 21004, rtll ftnure rate re',ictl's %via l be for either the nirtc-month period of OcLohc* 1 Lh'-Ou,7 Jtlne. ), annu:f]iieu' to Sepwmber 'C', or Ef c 3cd 1t W-ntnnth fiscal ye-.0 of Ovlob-Ir 1 d rough Septem!-cr 30. Shculd olLher part, desiro a rate review. they Shali Se:rVe Ll::,other pairtv a written request for a rate rev e%v by Jul}' 30. if the rx ret ie x is for the nine-month period ended ,June 30, or b October 31. if the nite.revi--w is Im the twelve-montuh period ended Sept..irib::r 30. ;k rate rev:iew shall be conducted tiLhoneve' such a request is seri eY in a tihtel� manner. Said review shall b- shall by Count -,vithin 60 days afwr mccipi: of all request--d financial docu.=rentS, turd ricty rate.S7 if any, Silall go into ::Jkct i:I:;ncd i.iCC• J t.h Cs'�a i',t•r. B. Iteviviv Due.Tet significant unespccted CicyK.lar;Ment. If Lher, is an LLnc'?:pected t'�excli)l9Etlt.'m that 1;;'s"?1sl Ill:lvl c: :l`i rltil,* i.^.':r ac.. on ciiher th- eXl.'sCl7 Vie$ Cll' IJ1i;CI r:YE l7•x S 1,AS. f'iLher party mat` requzl-it iJ mato rcvi':%v within 2.rc'?fiIIiti]bl C'_tint:' Ate-1' Idle LnlrNICr O `h2t deveiopmen4 becomes h'nvwn. *Jklit:ocally, if there is ala:l of service ch:u7-c. ,,hick lTL:C:S SLAS's respurts : tins: and ileplot°inen° cv .ahiliiies; Cid-a.: p rr Ma ' rcqu E a rite retict:' tt'it':tut *e;i :trablc aim.: after bccurrsu7t aware of sate i c l' l ',c. '1"ile par- r ate-un, mL rase review C12-37 ATTACHMEtj-7- Sfiiffl SUI)INNI it; request xith -,i d-Iscription oftho unexpCc!---J, dovOoprilcra or of service and its esiiinated i-upact upon Ow cxpcnscS or income oil SLAS. The pariv reuciviriL, the ro(ILICS11 a..r rate NViCW Sh;J11 the request 'If'it appears dial it nilly he znmntorious. Neither MAIV may wiruilSortably dem' ZI Y`CC[UeS! lOr Such :i rILC C. Reimbursement to County. Corijraclol Shall pay Colnity filly p-1.1-Lem 1.30,,l;) 01'01C COSI OfWTIV COMI-11tallILS hired. ht'Coun,ti- 101- LiR: pUrposc of cozidt.lCtiflg ratu revicws. and that cosi be treo-ed as an allowahhU --xpense it) 11he suhs'equem rale rcvic,,v. However, Umltmclov's share of cosi. shall not excvcd S8.000,00 P-I,r ra!t: rcview. 6.3 Periodic Rate Reviews A. Disclosure of Records. Wlicn, it rate review is initiated pursunnt to Ari.ichf 6.2 abox-v- SLAS shall provid-, ilY JT4JLICSLc--J ".-Culds ,md midi; :d Or f-1111111631 SLaLcmcms un all accrual h.u;;1s to the ('01.1111V coverins: LIC pL:riod in clue--sidon. said records xid slaic'mexiLs to he provided xithin 90 davc, of reCt:ir)t Of the %%TiRCr1 request. B. Rate Review Guide[incs. '111te rate rcviciv process shall be guijt:d and controlled by the "Oelleral Guidehne� f6r ,Amhu;.m----- Rime Ruvic\Nj- (hei%:nfier-Ratc kcvicw Guidelines-). a; established bol' (.011:11V and 'uncri&7d froni iirlic Lo tin-ie. by County as YCLISOTI'Llb]v ji,cce,ssz,ry, to(11-wrin;nc vvi-lich expc•nst:.% shall he :dlo%vable and `.which CNI)c-n.ses shall he disaHowable for the performance of Lhis comr:ici. The.Cowity may di-zaflOW other CXj)vIlSL:S not id,,,,1Li(iCd in the Rate Renvikcw Guidelines ifil determ.i.n.cs- in its discrcrion, ihai said c.\:Jvllses not previous Ident,ificd in prior rate ;1ma are ;zol rcusonahlv n--,CCssz1:-v to the perf6rn-.--nL:t.- Of chis contraCt. I I I)VV Tll,-I\' Shill"('Cerl a i I I e\pensc-.5 riot icitm I ifi.-C! in the RZkC RCViC\V C[UidClilh75 if it d;.ie:-min-s, in i-.-;; discreticm� xid b-.-tscd upon - hanged ClreLLMSIXICCS SLOISIal-Itiated by Contractor, timi said4 cx^enscs, are 1-casonabl", 'wCessary t�.,j tile im-f'onTILL'Ice 01thiscomruCt. Thr- Couniy sIla!f not unrc-:solllably nlohlify O,t-- Ra!". R'n,je%k� allId SEA ChSeLSS ariv modi6cations of,1,111: C-,UidCi:M- CS tVjlh 6.4 Periodic Rate Revit:ws - 1.indings by the County. The. Couniy shall rLvicw the r-.-ckirds and s;atemcrlu;subm-lit'-d bv SLAS aTid :he -.CCUraC-, eti_: l*. An Ambulaltcc C12-38 ATTAcmuEnj Committee ((POC) 1110Aillu, DUIN, be called if'sipnificam proariun of fiscal issues arise. Thr cow,t_v may require subviiislor o' confiraiing andlor '1611cvv-up de,Cur-11:7,11:16011- Sail confirming or fiOlk)-w-up do utnealtittio ±shall be SUbmiti-1-0 -,n Couniv%vidiin 1 .5 days of the. request. At the conLiusion of its []I(-- Couniv shall ascertain zhe value of the fb11OWiIW I.C.-In.S. ,%'hich shall havc the meaning set forth belu-�%-: A. Allo-wable Annual Expense. The total of expenses that were verified and that the CLIUMV i-ound were rt!a.�onablv necessury to Lhe v,--rforniance of the contract. B. Effective Annual Profit. Thu ?mount of profit found by the Counz-%.. incl-dine anx- iie.,ns ihn,I SLAS reported as expenses but were disallo%k-able by the County pursuant -.o the pn...c.-Gina subparagraph. C. Effective Profit 'N'l a rgin. T rAffeclive Annual Profi-, livid by JC -%Hm,vable Annual ftpenSer eNpI-_-,Sed al; a 11CI-Conlace- 6.5 Periodic Raw Reviews - Senin Future IN-laximurn Rates. The Coun;y shall Contractc.r a reasonable rate of-return. and Counzv azrecs to Lill Tale J-Lvicw uppiiculiuils in a timely marint.r. The County shall use the infOrmaii(in devtione-2 Ill L' e rate. review to predict iiic Effective Pro it Vlanlin civ-,-r the next 12 n-ionLhs i h-1-rvLLftp_--, "Llit: PrecEc"f[l FuWru I-fTecaVC: Profit Nlargin"l. The rm.-diction shall he -made by assuming that rates are unchanged and CSEirrlatin!* the Effective Profit _Margin (,,.-t:r tate ;next 12 niL)]-.Lhs. considering (1') �,I(: rate re"iz—v daia• which shall be used as :, Niselin,% (?_) general historical trends that are likCiv to affieci revenue and axpezi-sv, and t"Y) specilk. one-linic Fac-tors that arz, Hkzly to caus0 aiv-pical eharl'-'es in rex---nue and cxncrtse. The Predicted future Effective Prolfiz Marein shall bc- deemed to be reasonabl-­ if it falls %vidLin he ran=,,c bcwvcen 8% and I I Mitich shall be referred to is the Tar— A. Predicted Future Fffective Profit Margin \Vithin Target Profit Range. it Lht: Predicted Future Effective 1'rof`:4; N9an-;1I "ills ,within the Tarlocl Probit Ran-,-% no ch� .111r)c In future ni2xirnuni raics shall be nizide as -- result of i'le raw rcvie-.%-. tml-ess nrorll.s behwv SE,/a or exceeded I I ;n the prin- tfiscal pear. Th;s is subiect to S-Minn 6.-zC. C12-39 ATTACHMENT H. Predicted Future Effective Profit b'iargin Outside the 'far"ct Profit RanL'e. 11 the: Future 1:!iecLiVt Profit :N,krr.ln Is o'1uide (sbcwt or blow) the Tar,-,ei Pmfit Range- the fUt--ITO maximLlm rates shall he adjusted ('upv,-ard or downw.-,r tl byamounts sui?icicnt to hrin�- the Predicted FLlture r-.ffecti':e Profit \'l tr?tn within tilt T arLm Profii Ram-,c for the niturc. If tile' Tar-et Profit Run'_e exceeds 11 1%. tithes due to the CPl increase or ulnx- _lfJter mor or if'file Tare-'et Profit Rant' Is beiow 861b, the ?ulurc [na�:_n111.�1 mics will be ^djusied so that the Prcdiet-'d FuLure Er f—I iiVe Rnifit Margin will hL• 9?'40!;. This is st?hjec: to Section C:. Atli ustment for Profits Outside the T•ur�:et Profit Ran/_e. Should C oniracior's proiiu_ ccrmed 'call belol[•-he S°X, ntinimulll. the ra=.:s shall be adjusted above the i : ±%maximum uniil Lhe Corarwor-s "loss." the difference bc:tu°een actual profits aad th-- 8%, is reco':erci. Conversely. ContI'acicir shall " av down" profits ::aeT::L'• in- excess of the 110 inaximum allowed by hav ins the raue.5 ad l uSted loll'enotl-h. below the S°/b minimum. Lmtil Cued time e: escc:ss profits -U% fully"psid duwn.•' 1). 1mpiementation of Maximum Rates Foflowina a !tate Review. rA•, the conciJS:nr. of a rate re['iEl['. Ii ih^ t•OunrV 1-icril intS Lh:!h the :llaxitnum razes zes should he adjusted, said rates shall be adjusted [c111( uins •«ween no:i flcaiijon fiont -hc I•Iealth Offlicer to Contrictor. 'No furili.r action hy?nv tlariv is rcct:sSary to imnl cmcm said raics. 6.6 Billing and Collections. 1 nc' Geniractar sr':>.Ii ox aie a bifid._' anQi sCCOLMIS recBiVa1-1C sysiem ill.'.i IS WQ11 C1Cui1:::11Ied. CJSV t0 .fLlalL. flu l:';'IIClt nlllllnlizes the effo ( required of patients to recover payment lrnm third part)' soLIrC,S for which. they may be eligible. The Contractor shali make no anempus to Cofl::G it., fc-cs at th,• t1i21e of sCrvicc. 5. The lana uen a in Article 7.2. entitled "Autoinaric F—wension of Term."shall he deleted and rhe jollun:in fan,uag a inserted iut its place: The Agreemen-, stall -,alit: elffec'1 on Fulbruary 1. =006 and sl;ali cullaill it) of-- ur:til June 0, 70I 1, m-dess a.POC_ Fwx: ih-- Couniv Ile aldi Di-"cCtor, or d'--sl--mcC, that EhCfE ar.- zimificani Coricer= nb_ -ta iii= qunliiy of 6 C12-40 `J ATTACHMENT p lticm care. Further, t:he aamoment may thereafter be extended Co,- an Ltddidonal term, not io exceeC{ 24 months: b,,• mutual agreement of both pseies. unless : POC arul thr County 1Din:;tcu, or hk/hCr dc.izgnc:e.. <ict", nine that there .Ir: si-nitic Ell COIICf rns about ihC Quality elt paii_ru C:7r£. Saiv muival a-rcem_nt must be rcachcd prior to .IunC "0. 2011. On .-w be Core July 1, 2011, Coumy shall be f'in evnluatlne its options wiin rt Lard' to the June A. 201.i ex-,nnl"iion of&.is contract <ind, then afir:.rr, shall commcnce discussions Contractor regarding l.10SC n3 lions. h. Thr folloivin section shall be added,to Article U entitled "Termination by the Counm For Cause"_ K. f=ailure of Contractor to p rovidc patiew care at a icvel and qLMlitY ell::: meets established sta-lore's. ?. Exhibit A, whielz is referenced in Arriele 1 (deJcnitt.'otzs) and depicts the ambulance Sen-ice area. is hereby replaced ivith an amended hshihit A. cvhich inure clearly depicts the Ambulance Service Areas as defined in Article 1 and rafe•renced in Article 2.1 of ddy Agreement All other terms of the contract. -,Adch was last mociifi,d en :1pri1 16. 'ML sisal? remain in illi J-Orc-e acid Ci:ICia_ IN WITNESS N;'}iEKEOF, the t:a acs haveexccliied ills Acrcetncnt .s cr2'thi: date: First :; i fCl;:h a1?ci�C. SA\ LUIS AMBUL INCE SERVICE'. L.NC. A California Corporation Frank Kel-on President and 1 C12-41 ATTACHMENT ATTEST ksiallature) Name wid Fittv cif Pcnion ALLUSLill- San imis Ambulance Sorvic.c. Inc, COUNTY 01. SAN 1,U[S 011iSPO B NI: � I A Chairman of the floar-cl Authorized by Board ACLiori fill: ,OCT 1 7 2006 APPROVED AS TO AND LEGAL EFFECT .)A,\,l F-`S; B. IANID I I OUNI. JR. COUNTY COU-NI SET. ')IV-pu,'vl- Cou ,N- colillsoil Dared: JUL IL RODE-VIAl-D. Couniv Clerk and Ex-OlTicio Clcrk ortheBoard Ql',SUP---,-\riSOrS Bv: OUT 1 7 2006 C12-42 ATTACHMENT EXHIBIT A EMERGENCY RESPONSE AREAS OF SAN LITIS OBISPO COUNTY AO.NJ--' DLSClZJPTl0N'-,: The folio zing zone Lkscriptious coincide with the otiached maps that delineate Me zone boundaries. ,N;o12*rF4 COAST ZONE-(Cambria, San Simeon. Hearst Castle. flarmony. R-.t,.--,rd Point, Rocky Butte Areas) Gelicrallv described as the Northwest portion ofSan Luis Obispo County that includes all of the Cambria Health Care District plus :!ddifional --reas that art best serviced ftorn- 1-he coastsieware.3 and has rhe -oflowinz Reneral bound,-Zies: West: Pacific occall Couttlyiii.,u: south to Villa Creck North: -.\4onv--%v Counry Fine rTom Clic Pacific Uctan to Rock-, ButlC Truck Trail East: Coastal IRJCIGC from NlonieN.y CokIIIIN. title near ROC.17V aLILLeTrUI-kTrad, then V NIODO 1he mai -n cuastal ridge dirough Ro--ky BLIte repemur site to I.he intersection of I Wecst and Cr-ITki-sania Ro>zi Cret.k Ro�zlds (all Sanizi Rosa Cr--Ik Road addresses are included iij, dir N`onh Coast Z-011-2,t. South: - sway 46 West and Old Creck/Saniu Rosa Creek reads inters:---ctton. S From 14ig to the Pacifi,- Occan staying just nortb o"Villa Create Road (all Old Creck N.oatd and Villa Creek Road addresses me ijICjL.1j---d 41 ',ht: Centra!Z0U'I-.)- NORTH ZONE- (Paso Robles, San Miffucl, Teinpleton.Atascaderu, Shandon, Creston, Santa Margarita, Lake Nacimicato, and Carrisa Plains areas) G---nerallv described as the "Nord! Ccaunv- pordcwn of San Luis Obispo County. including the -ic -iaee Ranch. -ndleastern and oonions Of the couliry and conimuniiies L)'O-,d, Shores. Hc,.z Lakc NUCiritiC.-I.L0. Adcluidc. Run P--so P%oblcs, Templeton, ALascadero. Gard-ii Farms, SWIL2 TVIULIU-riLLI. POZO. CrCSIMII. P---.kl-.i!17 tVhiticv Cur—..-;.-L Plains Nacional Th- C Nor!', Zone Ills Llic f�'HONVi.-W I�YOr.L�.rJ bourld-arics: k1onwTien�,. Lmd Caliibn,�u V'afley. NOR,rij zosi;-, woutinue(j) Exh;',,;I A. Pauc I of= C12-43 ATTACHMENT W'CA: Ccl£sud ridl,c briandary i eas., mdary o� e N`ordi Coas-t Zon-' from dic ' ' t-rn h�oL I 1 -11 Mowl-r-�-v Counry tinl� SzouiticascrIv 111SAIII—) Ro6-v Bun'' rm-zi�tel- vii--, to Hi-ghwav 46 West and tia Y crro Alto ROL-1J.- I,) ma R-osa Cr-e-*--z/0!d Cr-Z--k- ROUd illterSWi011� Ul 4 1 Wes; nz�ar C 10 1 i ust no.,th of Cul,sta Swnniii (-xc'�'udt:s all I o�Wes-t C L:,-,sia 116da- ,N'.oz,.d and uh -ay. Tassajera Cr;----k- Road INtirth: Ivloni-'rev Coutay Lie t of Rocic:v Bu-cic Road to Kern Coun-LN• line. East: Kern couniv Line Horth of 156 If) k;1IL'S C0Unt%-IiFIU. .South: An of Lh-� v,-GsT:-n boundan. ,souzh-1--as-Ler1v froni lhighvvn-.1 101 just nor-th ni cuu-sui Summit. th"m ip 1-1i N'kmimain Peak, tho.-I scuthe%st throi,Qh Caliente Peak.and 10 the kern County lire just nor0h of Hi-hw:iv 166. CENTR-kl- ZONE —(Cavucos. Morro 8xv.("Uesta cullegge. Los Osos' Sail Luis Ohi-';PEl' Cal poly, ,k-.Jla Reach, northern portion of Edna Valley areas) Gencrally dcscriccd as the '-Ct:nlral"or -Mid-Coum'v- portion of 58: Luis Obigno CljLM*w. [ricludina the. arcis arid coriirmi-ni-,ie�; of("ayu,os, -Njo-ro Bay. Los 0sos. IMomana de Ore, State Par-k- Cuesta ("'ai Pol:- State San Luis Obispo, A-,,-ila Beach. Port San Luis Obi S110, Diablo Canyon, and ht: -xx-tion or the: Edna Vail=--y area r:{tri:, o f"ricu Czmvoni +ynd Tiffanv Ranch Road). The Ccr,-,zal zonz: 11:1s the 1bl1o'L%';r2 oe,E:ral' DLnuidarics: West: PaciFic Ocean i"TOT \'Llia Cr-ek &oufll to Pimlt:7s cove kj---'Si north (if shcil Mirth: Shared b01lrldary with theNQ71111 ('02'.St ZOtIC ii-0T-'1 the 'aciFIC 0--clainjust wrtb 0'rVilla Creek Road then norihe:iSierk- I() L�KV Cif Highv:m% 6 W*--st nd Santa RasnlO-ld Crce'k Roads. East: Ra s'C>1ci C:i---,t:k Romis. then 1 -11 '%VCsl near Cerro Alto 1'oadj to I Ughway 101 jutst north oC Cuesul Summit (inchides all of West C'uesta Ri6ge Road and Tassniera Creek South:Shirred boundan vvi:h rhScitith Zomr om vhc -iorih ot'Shell Beach. then eas-terlv Lhrou��h 6-211 Caulvon f"bct%vec-,i Sht:'l Bcac-h and 1,qu;r': to-ji-1- of lliiT-hw2v -,,- aF16 CI arl-vor. Roazi. 'mcn, iu.%;I north of OrCLu Road ,:.1dTiffan, Ranch Road. 111cm nc'rl w 14 i N1 ounu-:kn P-Calk and !.(le S(IL:tth.2n� o f til--- Ntm�h Zone. Lxhib;t A. Pau2 of'4 C12-44 ATTACHMENT SOUTH ZO:vI'– (Shell Beach. Pismo Bcarh. Grover leach, Arroyo Grande, Oceano, \ipurno. Lopez Lake. and C;uti•ama areas) `.�._: t• ` ''\.y iF ,;'1' 'rti ' ,r )� a•Y "sr {ra.} ti .� ',- areas 43...i.:;r3...' d �e3U.i7 illi LE"�i'i Ci. .i:_. Q� Lt-,; Obi-Do Counr;. clu,-.Liu 1' - are.,.: n CO?IlIlltllit:i;:\of Sh ell B--ac , .ai-,I-n } Rca"h. GrJ:'er IIcach. 01,c zr.0}. Arrow Grande. \ipamo, CorhQu Ct'.r1yo n. south':rrl poni`3n of Edna V: Ieyi' ts?"u. i.cp { L—!k- and i nyop.. S..ce ni s Dunes OFN arca_ -rad that purtion of-Cuyama in Seri: Luis Obispo Count-. 71c South lone: has ti'ti• f.?iiv«ir„= ��,•.^;'si bi,tuad:ries: % est: l'a-iiic Ocean from Shcil Beach south to thc Santa Cowl:Y lime North: Shared bound,ry with the C ntrai Zone fi-o �r ili:- P—a-iiic Ocean nn^h oft Shcli fieaci then easterir dirouvah Gragg Canvon i'be- ---en Shell Beach and Sgtli-c Canvon}. to the iiil:'rsecuon of 1`l•1gfiv.-a,' 227 and .11rice (_:arnyon Road. tllc n casr.;ust.nomh of 01-cun Road "drib 'rirf;m.. Ranch P\Q:ad, them no,LR:352 to I li (N'Iounzain Peak area and the southern bound.m.of th-t North Z_.one, Fast: Sh-.-ed boundanv c+•ith the \mill lone otn ifi i°saun:ain ['ra a-ra, then 4;eneratly southeast throu,,h Ciahenttl'e��.'•t and m uht: Kem, iin- just nonit 166 (includina Al ul 1"11,'tt It^:tV t 66 wid lhat por ion of 'Ilc ctl'+`taind rr%fa in :,:in Luis O'bi-po Courll%,1. South: The Santa rlarbara Cuts.=.rt• lineL"i{ii a tijc f' acif?c Ocean tip }:errs C,, uUnl-' !ine. C12-45 ATTACHMENT X .d .cR ti O U obi a�:w��,��;•s G i c CU a cncu VA �_ L� "o • to Yr: 4 1 `Z s• ':a , is � 2 NLi Lil O N 4 _ O T5 a 0 c o im rk S�� 7 n w a c U yy h N U Z U O N o F--,Nb;t A.1'Lige 4 of C12-46 ATTACHMENT St-&N LUIS OBISPO COUNTY HEALTH AGENCN 2180 Johnson Avenu C, San Luis Obispo, California 93401-453 805-781-4719 •FAX 805-781-127 RECEIVED SEP -.7 ZHI Jeff Hanu TI), Health Agency Directo Michael R. Steven Deputy Health Agency Directo To: All Fire Agencies in SLO County From: Deanne Purcell, CPA, SLO County Health Agency Date: August 20, 2010 Re: Increase in First Responder Fees Attached is the new schedule of payments from San Luis Ambulance Service, Inc. to all San Luis Obispo County First Responders. The adjusted payment schedule represents a Consumer Price Index (CPI) increase of .9% over the prior fiscal year's schedule. The increase is based on the San Luis Ambulance Service, Inc. contract requirement to adjust the rate annually according to the CPI increase of"All Urban Consumers in the Los Angeles-Riverside-Orange Counties" region. The adjusted payment schedule is effective July 1, 2010 and the first quarter payment is due from San Luis Ambulance no later than November 30'h, 2010. Should you have any questions, please do not hesitate to give me a call at 781-4876. Sincerely, /7 I � ;Ictu Deanne Purcell Attachment: (First Responder Payments FY 2010-11) C: Frank Kelton, San Luis Ambulance Services, Inc. P.O. Box 954 San Luis Obispo, CA 93406 C12-47 ATTACHMENT FIRST RESPONDER PAYMENTS FISCAL YEAR 2010-11 First responder payments will be made no later than the end of the 2nd month following the end of the quarter for which the payment accrued. NORTH ZONE QUARTERLY ANNUAL (7-1-10 Thru 6-30-11) City of Atascadero $25,650.28 $102,601.12 City of Paso Robles $19,965.64 $79,862.56 San Miguel Fire District $1,016.79 $4,067.16 County of San Luis Obispo $13,217.99 $52,871.96 Templeton Community Service Dist. $2,079.75 $8,319.00 Santa Margarita Fire $924.35 $3,697.40 Total North Zone $62,854.80 $2519419.20 CENTRAL ZONE Avila Beach Co. Water District $878.12 $3,512.48 Cayucos Fire Prevention District $1,294.06 $57176.24 City of Morro Bay $19,965.64 $79,862.56 City of San Luis Obispo $39,931.25 $159,725.00 County of San Luis Obispo $7,209.83 $28,839.32 County Service Area 9, Zone B $15,667.46 $62,669.84 (South Bay Fire) Total Central Zone $84,946.36 $339,785.44 SOUTH ZONE City of Arroyo Grande $2,357.05 $9,428.20 City of Grover Beach $15848.69 $7,394.76 City of Pismo Beach $1,894.89 $77579.56 County of San Luis Obispo $22,368.90 $89,475.60 Oceano Community Service Dist. $831.91 $3,327.64 Total South Zone $29,301.44 $117,205.76 TOTAL ALL ZONES $177,102.60 $708,410.40 C12-48 council `"°� Jan is zott acenaa nepont '=Nl!r14i CITY OF SAN LUIS 0BISP.0 FROM: Jay D Walter, Director of Public Works Prepared By: John Webster, Transit Manager SUBJECT: PUBLIC HEARING ON THE 2010-2011 PROGRAM OF PROJECTS FOR FEDERAL TRANSIT ADMINISTRATION SECTION 5307 GRANTS RECOMMENDATIONS 1. Conduct a public hearing on the 2010-11 Federal Transit Administration Program of Projects. 2. As recommended by the San Luis Obispo Urbanized Area Technical Committee, adopt the proposed FY 2010-11 Program of Projects and appropriate $1,666,803 in Federal Transit Administration grant funding for 2010-11 into the SLO Transit budget. 3. Appropriate $32,000 in unappropriated Transit Fund working capital to act as local match for grant acquisition purposes. 4. Adopt a resolution authorizing the Public Works Director to file a grant application and execute a grant agreement with the Federal Transit Administration in the amount of $1,666,803. 5. Direct Staff to return to Council with final budget amendment requests, revised revenue projections and local matching needs, if any, as part of the Mid-Year Fund Review in February. DISCUSSION Background Since the 1990 census, the City of San Luis Obispo has been classified as an Urbanized Zone Area by the federal government and is eligible to receive Federal Transit Administration (FTA) grants for transit operating and capital assistance. To apply for these grants, the City Council must complete the following on an annual basis: 1. Publish the Program of Projects (POP); 2. Seek approval by the San Luis Obispo Urbanized Zone Area (SLO UZA) Technical Committee; 3. Hold a public hearing on the proposed POP for federal transit assistance; 4. Adopt a resolution authorizing the Public Works Director to file a grant application and execute the grant agreement; and 5. Forward the approved POP to San Luis Obispo Council of Governments (SLOCOG) for review and amendment into the Federal Transportation Improvement Program (FTIP). PH1-1 2010-11 Program of Projects Page 2 The 2010-11 POP was published in the Tribune on-December 18, 2010 as is shown in Attachment 1. Development of the POP The 2010-11 POP represents the seventh year that San Luis Obispo Regional Transit Authority (RTA) is an eligible recipient of FTA 5307 grant funding in the SLO UZA apportionment area. As required by the FTA all transit operators within the UZA must execute a Memorandum of Understanding (MOU) formalizing how the funds will be made available to eligible transit operators. The current MOU was adopted by Council in 2003. Pursuant to the adopted MOU the SLO UZA Technical Committee (Committee) must review and approve the proposed POP. The Committee, comprised of the City of San Luis Obispo, RTA, the Air Pollution Control District, and SLOCOG, has met to review, rank and approve the 2010-11 grant requests. The SLO UZA Technical Committee approved the project list as outlined in Table 1 on November 22, 2010. FTA requires that a public hearing be conducted on the 2010-11 POP to notify the public about how the SLO UZA will spend the FTA grants and provide the public an opportunity to comment on those recommendations. This public hearing is a FTA requirement and will allow the SLO UZA to receive FTA grant reimbursements for the current fiscal year. 2010-11 FTA 5307 Fund Estimate The planning estimate for the SLO UZA for this fiscal year is $2,075,803. This is comprised of $1,843,246 in new revenue for this year plus an unused amount of$232,557 from last year. Part of this funding is allocated to small-urban transit systems (like SLO Transit and RTA) that out- perform their larger urban counterparts in one or more performance measures under the Small Transit Intensive Cities (STIC) program. The areas qualifying for these funds and the amounts they are to receive are calculated every year by FTA using the most.current information in the National Transit Database. These competitive categories include: (1) passenger miles per vehicle revenue-mile, (2) passenger miles per vehicle revenue-hour, (3) vehicle revenue-miles per capita, (4) vehicle revenue- hours per capita, (5) passenger miles per capita, and (6) passengers per capita. This year, because of the strong performance of the two transit providers in our area all six categories were exceeded which resulted in $915,816 in STIC 5307 funding available to be programmed as part of the SLO UZA fund. In 2009-10, the Committee came to a consensus as to how to allocate the STIC funding with.multiple agencies reporting statistics. If a category was earned alone by an agency, then STIC funding would be allocated 100% to that agency. If the category was met with combined data, then the split of STIC funding would be according to each agency's contributing statistics. This year, SLO Transit was successful in solely meeting categories #1, 2, 3, & 6, and both agencies data combined for categories #4 & #5. Pursuant to this philosophy split, SLO Transit will receive $806,453 and RTA $109,363 for a total STIC funding of$915,816, as part of the total $2,075,803. The SLO UZA committee agreed to allocate a total amount of $1,690,803 to the City of San Luis Obispo of which $24,000 will be held in reserve and $385,000 to RTA for a total POP of$2,075,803. These amounts are shown in Table 1. PH1-2 2010-11 Program of Projects Page 3 Table 1: 2010-11 FY Recommended POP 2010-11 Program of Projects Transit Total Federal* Local Operator Cost Share Share SLO Transit Operations for 2010-11* SLO City $ 2,536,274 $ 1,124,207 $ 1,412,067 Preventative Maintenance _ SLO City $ 150,000 $ _ 120,000 $ 30,000 Bus Capital repass SLO City $ 56,000 $ 45,000 $ 11,000 Bus Replacement-1997 Gillig SLO City $ 420,596 $ 377,596 $ 43,000 Paratransit operations SLORTA $ 820,000 $ 3.85,000 $ 435,000 Reserve SLO City $ 24,000 $ 24,000 $ Totals $ 49006,870 $ 29075,803 $ 1,931,067 *Variance from Council approved in June 2010-Will be presented as part of mid year Transit Enterprise fund review Table 2 shows the City's projects along with the local match amount by fund source. Because the total amount of Federal funding is greater than anticipated at the Fund Review for FY 2010-11, there is the need to provide additional local match ($32,000) to access the maximum grant amounts available. Fortunately the Transit Fund ended the last fiscal year with a modest year-end carryover that allows this match. Staff will be returning with a full update of the Transit Fund, revenues and the revised matching amounts as part of the Mid-Year fund review scheduled for the end of February. Table 2: 2010-11 Federal Projects and Local Match Funding by Source Current Unapropriated Current Operating Operating Transit Fund 2010-11 Program of Projects FTA 5307 Budget PROP 18 Budget(7277) Reserve TOTAL SLO Transit Operations for 2010-11* $ 1,124,207 $ 1,412,067 $ - $ 1 $ 2,536,274 Preventative Maintenance $ 120,000 $ $ 30,000 $ 150,000 Bus Capital repairs $ 45,000 $ - $ - $ 9,000 $ 2,000 $ 56,000 Bus Replacement-1997 Gillig $ 377,596 $ - $ 43,000 $ - $ - $ 420,596 1,666.803 $ 1,412,067 T 43,000 $ 9,000 32,000 3,162,870 Note:Current operating budgets for local matches are funded through State funding sources such as Transportation Development Act,the local Transportation Fund,the State Transit Assistance Fund and local transit farebox revenues. As part of the SLO UZA review process it was agreed that some projects are discretionary in nature and might need to be deferred if the final FTA apportionment (due early this year) is lower than the estimated fund amount. If this should occur the Marketing Trailer capital project will likely be deferred until next fiscal year. If the final apportionment comes in higher than expected the excess funding will be carried over to next fiscal year programming process. Program of Project Details The POP includes the following individual projects: 1. SLO Transit Operating Assistance for 2010-2011. The federal share of this project is $1,124,207 which is slightly higher than was estimated for 2010-11. This project is essential to SLO Transit operations and will help fund transit operating expenses. SLO Transit is limited in its ability to program federal dollars for transit operating expenses to a maximum of fifty percent PH1-3 2010-11 Program of Projects Page 4 (50%) of the net operating cost after all other revenues have been subtracted. The local match must meet or exceed the FTA requirement for a 50150 match ratio. The $1,412,067 in local match projected for this project will come from State funding sources such as Transportation Development Act, the Local Transportation Fund, the State Transit Assistance Fund and local transit farebox revenues that are already programmed in the 20 10-11 SLO Transit Budget. The amount of FTA 5307 Operating Assistance as well as the increased STA grant amounts for this fiscal year may allow the City to re-establish some of the marketing and consultant services activities that were reduced as part of budget balancing strategies for this year. Staff will be returning with a full update of the Transit Fund, revenues and the revised matching amounts as part of the Mid-Year fund review scheduled for the end of February. 2. Preventative Maintenance: This project will fund the eligible activities, supplies, materials, labor, services, and associated costs required to preserve or extend the functionality and serviceability for vehicles and non vehicle maintenance. These capital maintenance expenses are eligible to be paid partially by FTA funding. The total project is for $150,000 with a $30,000 match requirement. The $30,000 in local match for this project will come from existing purchased transportation line items costs which already have been budgeted for this purpose. 3. Bus Capital repairs: This project will leverage FTA capital funding to replace major engine components such as engine, transmission and turbochargers on transit vehicles that are still within the 12-year useful life. These costs are currently the City's responsibility in order to reduce the total annual purchased transportation contract costs. The project will increase this line item to $45,000 for 2010-11 from the currently budgeted $9,000. In order to meet the $11,000 local match requirement to access the federal funds, the City needs to appropriate $2,000 from the unappropriated Transit Fund reserve(unspent carry-over) for this purpose. 4. Bus Replacement: This new project provides funding for the replacement of one (1) 1997 forty- foot diesel bus that is beyond its 12-year useful life with either a thirty-five or forty foot diesel or Compressed Natural Gas (CNG) bus. The $43,000 in local match for this project will come from an existing Proposition 113 grant of $459,000 for vehicle replacements that has already been awarded and can be used to leverage funds for vehicle purchases. The vehicle may be purchased utilizing the existing FTA approved Implicit Cooperative Procurement Pilot Program (ICPPP) that was approved by Council on September 18,2007. 5. RTA Projects: This project will provide $385,000 in supplemental funding for Paratransit operations. CONCURRENCES The SLO UZA Technical Committee approved the recommended 2010-11 FY POP on November 22, 2010. At the time of writing this report the Mass Transportation Committee (MTC) is scheduled to take action on the POP at.its January 12, 2011 meeting. The MTC advisory body's recommended action and draft minutes regarding the 2010-11 FY POP will be included as a red file after the MTC's regular meeting on January 12, 2010 PH1-4 2010-11 Program of Projects Page 5 FISCAL IMPACT There are no fiscal impacts to the General Fund as part of the 2010-11 POP. The City will receive federal funds for projects in the amount of$1,666,803 for 2010-11. In order to access the full amount of federal grant funding available, the City needs to appropriate $32,000 in unappropriated Transit Fund reserve to act as local match for the grants. Due to the complexity and number of revised funding amounts for the Transit Fund for 2010-11 final adjustments to the Transit Fund budget will take place during the Mid-Year Budget review where programming of new revenues (such as the 2010-11 trolley funding through the Community Promotions budget, additional STA and these modified Federal amounts) will be made. ALTERNATIVE Don't adopt the resolution. The City Council could chose not to adopt the resolution to file a grant application or appropriate FTA funding for the POP. Staff is not recommending this alternative as this would leave the transit enterprise fund with insufficient revenues to cover expenses in FY 2011. ATTACHMENTS 1. 2010-11 FY POP Publication 2. Resolution for FTA Grant Application T:\Council Agenda Repors\Public Works CAR\201 I\TRANSMCAR-SLO TRANSIT PROGRAM OF PROJECTS(POP)01-18-2011\FY 2010-11 PROGRAM OF PROJECTSvi-FINAL.doc PH1-5 ATTACHMENT#1 FEDERAL TRANSIT ADMINISTRATION GRANT APPLICATION FOR SLO UZA PROGRAM OF PROJECTS FOR FISCAL YEAR 2010-2011 The City of San Luis Obispo will be conducting a public hearing to receive comments on the Draft Program of Projects on January 18, 2011 at 7:00 p.m. in Council Chambers, 990 Palm Street, San Luis Obispo. The below Draft Program of Projects will become the final program unless modified: Federal Apportionments: For 2010-11 $1,843,246 Carryover from previous year $232,557 Available to Program $2,075,803 Transit Federal Total Proiect Qperator Amount Amount Operating Assistance 7/1/2010-6/30/2011 SLO City 1,124,207 2,536,274 Preventative Maintenance SLO City 120,000 150,000 Bus Capital Repairs SLO City 45,000 56,000 Bus Replacement(1) SLO City 377,596 420,596 Paratransit operations SLORTA 385,000 820,000 Total Project Cost $399829870 Federal Share $290519803 City of San Luis Obispo 1,666,803 San Luis Obispo Regional Transit Authority 435,000 Local Share $199319067 City of San Luis Obispo 1,496,067 San Luis Obispo Regional Transit Authority 435,000 PH1-6 Attachment 2 RESOLUTION NO. (2011 Series) A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO AUTHORIZING THE FILING OF THE 2010-11 FEDERAL CAPITAL AND OPERATING ASSISTANCE GRANT APPLICATION WITH THE FEDERAL TRANSIT ADMINISTRATION WHEREAS, the Federal Transit Administration has been delegated authority to award federal financial assistance for a transportation project; and WHEREAS, a grant of federal assistance will impose certain obligations upon the City of San Luis Obispo and may require the City of San Luis Obispo provide the local share of project costs; and WHEREAS, the City of San Luis Obispo has or will provide all annual certifications and assurances to the Federal Transit Administration required for the project. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. The City of San Luis Obispo is an eligible recipient as defined by 49 U.S.C. 5307, 5336j, and 5340. SECTION 2. The Public Works Director is authorized to execute and file an application for federal assistance on behalf of the City of San Luis Obispo with the Federal Transit Administration for federal assistance authorized by 49 U.S.C. Chapter 53, Title 23, United States Code and other federal statutes authorizing a project administered by the Federal Transit Administration. SECTION 3. The Public Works Director is authorized to execute and file with the application the annual certifications, assurances, and other documents the Federal Transit Administration requires before awarding a federal assistance grant. SECTION 4. The Public Works Director is authorized to execute grant agreements with the Federal Transit Administration on behalf of the City of San Luis Obispo in Exhibit A. PH1-7 Upon motion of , seconded by , and on the following roll call vote: AYES: NOES: ABSENT: the foregoing resolution was adopted this day of , 2011. Mayor Jan Howell Marx ATTEST: Elaina Cano City Clerk APPROVED AS TO FORM: 6 stine Dietrick City Attorney R PH1-8 Attachment 2 Exhibit A FEDERAL TRANSIT ADMINISTRATION GRANT APPLICATION FOR SLO UZA PROGRAM OF PROJECTS FOR FISCAL YEAR 2010-2011 The City of San Luis Obispo will be conducting a public hearing to receive comments on the Draft Program of Projects on January 18, 2011 at 7:00 p.m. in Council Chambers, 990 Palm Street, San Luis Obispo. The below Draft Program of Projects will become the final program unless modified: Federal Apportionments: For 2010-11 $1,843,246 Carryover from previous year $232,557 Available to Program $2,075,803 Transit Federal Total Project Operator Amount Amount Operating Assistance 7/1/2010-6/30/2011 SLO City 1,124,207 2,536,274 Preventative Maintenance SLO City 120,000 150,000 Bus Capital Repairs SLO City 45,000 .56,000 Bus Replacement (1) SLO City 377,596 420,596 Paratransit operations SLORTA 385,000 820,000 Total Project Cost $399829870 Federal Share $2,0519803 City of San Luis Obispo 1,666,803 San Luis Obispo Regional Transit Authority 435,000 Local Share $19931,067 City of San Luis Obispo 1,496,067 San Luis Obispo Regional Transit Authority 435,000 T:\Council Agenda Repons\Pubfic Works CAR\201 I\TRANSMCAR-SLO TRANSIT PROGRAM OF PROJECTS(POP)01-18- 2011WTTACHMENTS\Attach 2 CAR POP 2010-1I 01-18-2010-revised.doc PH1-9 council mcmoizanclum Date: January 18, 2011 TO: City Council RECEIVED JAN 18 2010 VIA: Michael Codron, Assistant City Manager SLO CITY CLERK FROM: Jay Walter, Public Works Director SUBJECT: Public Hearing Item PH-1 January 18, 2011— MTC Concurrence Public Hearing Item #1 on the January 18, 2011 Council agenda recommends adopting the proposed FY 2010-11 Program of Projects (POP). The Mass Transportation Committee (MTC) reviewed the POP at their regular meeting on Wednesday, January 12, 2011 and concurred with recommendation by unanimous vote. Attached are the January 12,2011 MTC draft minutes. hard co email: RED FILE o COUNCIL o CWM o Cr1YMGR o FRDIR - MEETING AGENDA o A'CM a I=CHU PAS' ITEM # o CLERKIORIG o PDlac CHU o P13 a PpRKS&RWkRECDIA o TRIBUNE o UMDIR o SLDCITYNM a CDUNaL o CRY MGR a CLERK T:\Council Agenda Reports\Public Works CAR\2011\TRANSMCAR-SIA TRANSIT PROGRAM OF PROJECTS (POP) 01-18-20I RRt!) FILE COUNCIL MEMORANDUM-MTC DRAFT MINUTES.doc CITY OF SAN LUIS OBISPO MASS TRANSPORTATION COMMITTEE COUNCIL HEARING ROOM 995 PALM ST. WEDNESDAY,JANUARY 12, 2011 DRAFT MINUTES CALL TO ORDER: Chairperson Elizabeth Thyne called the meeting to order at 2:45 p.m. ROLL CALL Present: Susan Rains, Denise Martinez, Elizabeth Thyne, Art Apiuzzese, Louise Justice, Margaret Crockett, and Jonathan Ellis Vacant: Student Representative Staff: John Webster ANNOUNCEMENTS Mr. Webster reported that the Automatic Vehicle Location (AVL) System had been formally accepted by the city on October 31,2011 and provided a demonstration of the On Time Vehicle Information Access (OTvia) option now available for passengers via the internet. There was general MTC/Staff discussion about the city transit website and information PUBLIC COMMENTS There were no public comments. A. CONSENT ITEMS A-1. Approval of November 10,2010 Regular Meeting Ms. Justice noted some date corrections. Ms. Crockett moved to approve the November 10, 2010 meeting minutes as amended. Ms. Rains seconded the motion. The motion passed unanimously. B. DISCUSSION ITEMS B-1. Marketing Sub-Committee Update Ms. Crockett reported that the sub-committee had a productive meeting with Fred Munroe at the Laguna Senior Mobile Home Park regarding the transit systems and educational outreach efforts. Mr. Apruzzese discussed his second draft of updating the marketing plan presentation and the goal of getting a new campaign implemented. He outlined the possibility of the City Transit Dept. expanding the part-time position to a full-time position to be used for marketing and outreach. He reiterated the marketing goal of getting more people out of their cars and onto public transportation. Mr. Webster noted that he would bring a final marketing plan report to the March 9, 2011 MTC meeting for review prior to submission to Council for updating. He agreed with the need for expanding the position to a full-time to be able to implement any additional in- house marketing. He stated that although 50% of the funding for operations comes from Federal Transit Administration (FTA) 5307 the 50% local match would be the challenge as it was generated from the Transportation Development Act (TDA) funds which are below historical levels. Given the existing staff workloads there was currently not enough staff to work on facilitating marketing goals, e.g. outreach to student factions and senior centers and this position would be a valuable addition to try and generate new riders and revenue. Mr. Yucikas recommended the sub-committee speak with regional ridesharing and rapid transit agencies to explore what those agencies were doing in their marketing efforts within their infrastructures. He also suggested that a Jury badge be valid for free bus transportation. B-2. Receive Staff Report on Possible Taxi Ordinance Revisions Mr. Webster discussed staff research into the possibility of a MTC recommendation to Council to change the current taxi regulations and for the Council to hold an annual review of city taxi fare structures, permit allocations, and operation requirements. He noted that if the Council approved an annual public hearing and review process, then future taxi operators and permits could be approved and assigned as an administrative process. He outlined some basic changes proposed to Municipal Code/Chapter 5.20. He also distributed a handout regarding Santa Monica city taxicab rules and asked MTC members to review the document to determine if there were any components therein that could be added to San Luis Obispo's city requirements. He asked members to email input and agreed to return at the March meeting with recommendations in a final report for review and submission to Council. C. ACTION ITEMS C-1. Review and Approve FY 2010-11 Program of Projects (POP) Mr. Webster discussed the annual Federal Transit Administration (FTA) grant requirements to review/approve POP listings. Since the 1990 census, the City of San Luis Obispo has been classified as an Urbanized Zone Area by the federal government and is eligible to receive Federal FTA grants for transit operating and capital assistance. To apply for these grants,the City Council must complete the following on an annual basis: 1. Publish the Program of Projects(POP); 2. Seek approval by the San Luis Obispo Urbanized Zone Area (SLO UZA) Technical Committee; 3. Hold a public hearing on the proposed POP for federal transit assistance; 4. Adopt a resolution authorizing the Public Works Director to file a grant application and execute the grant agreement; and 5. Forward the approved POP to San Luis Obispo Council of Governments (SLOCOG) for review and amendment into the Federal Transportation Improvement Program(FTIP). The planning estimate for the .SLO UZA for this fiscal year is $2,075,803. This is comprised of$1,843,246 in new revenue for this year plus an unused amount of$232,557 from last year. The original draft POP was legally noticed in the Tribune on December 18, 2010. Mr. Webster noted that as part of the SLO UZA review process it was agreed that some projects are discretionary in nature and might need to be deferred if the final FTA apportionment(due early this year) is lower than the estimated fund amount. With this in mind the Marketing Trailer capital project will be deferred until next fiscal year and was the reason it was removed from the original draft POP table published in the Tribune on December 18, 2010. If the final apportionment comes in higher than expected the excess funding will be carried over to next fiscal year programming process for SLO transit Projects. The outline of POPs/line items was as follows: ® SLO TRANSIT OPERATIONS FOR 2010/11 i PREVENTATIVE MAINTENANCE ■ BUS CAPITAL REPAIRS ■ BUS REPLACEMENT ■ SLORTA PARA TRANSIT OPERATIONS ® SLO CITY RESERVE He also discussed the local match funding and the request of additional funding for the expanded/full-time marketing position. Mr. Yucikas moved to concur with the submitted Program of Projects and recommended that it be sent to Council for adoption. Ms. Crockett seconded the motion. The motion passed unanimously. D. INFORMATION ITEMS D-1. Transit Manager's Report D-2. Operating-Performance Reports Mr. Webster presented highlight discussion on the reports as presented. MEMBER COMMENTS Ms. Justice discussed the inconvenience to the public when reduced service was in place during Cal Poly breaks. Ms. Thyne reported that the roof leaked at the Judson Terrace stop. The meeting adjourned at 4:45 p.m. to the regular meeting March 9, 2011 at 2:45 p.m. Respectfully submitted, Lisa Woske, Recording Secretary