HomeMy WebLinkAbout1990-05-22 - AGENDA REPORTS - NEWHALL AMBULANCE CONTR (2)I
AGENDA REPORT
City Manager Approval
—Ze
Item to be presented b
UNFINISHED BUSINESS Ken Pulskamp
DATE: May 22, 1990
SUBJECT: Newhall Ambulance Contract
DEPARTMENT: City Manag r
BACKGROUND
At the Council meeting of February 27, 1990, the City Council directed staff to
finalize a service agreement with Newhall Ambulance Incorporated and later
direct it back to the Council for consideration and final approval.
There are five specific areas within the service agreement which should be noted.
1. Indemnification: Newhall Ambulance agrees to indemnify and hold harmless
the City from any liability.
2. Rates: The rates in this agreement correspond to the rate structure
imposed by the County.
3. Identification: Newhall Ambulance, Inc. will be identified as Santa
Clarita Ambulance Service. Accordingly, Newhall Ambulance will provide
service to the Emergency Preparedness Committee and provide available
resources to the City for medical training and development of a disaster
response unit. In addition, all ambulances will display the City seal.
4. Term: The term of the agreement is one year with automatic successive one
year terms, up to five years.
5. Equipment: All equipment will be subject to the inspection and approval of
the City.
This agreement has been distributed to Wilson Ambulance and the County of Los
Angeles for review.
RECOMMENDATION -
That the City Council consider and approve the agreement with Newhall Ambulance
Incorporated.
ATTACHMENT
Emergency Ambulance Service Agreement
Confinued to:
--4 �Z/w
Agenda Item:
EMERGENCY AMBULANCE SERVICE AGREEMENT
THIS AGREEMENT is made and entered into this day of
1990, by and between the CITY of SANTA
CLARITA (hereafter referred to as "CITY"), and NEWHALL
AMBULANCE, INC. (hereafter referred to as "CONTRACTOR").
WITNESSETH
WHEREAS, the County of Los Angeles ("COUNTY") possesses
the statutory duty to provide ambulance services to indigent
persons; and
WHEREAS, the County has contracted with Wilson Ambulance
Service, Inc. ("WILSON") to provide such services for a
"County bid area J-10," including the area incorporated as
the City; and
WHEREAS, Wilson has subcontracted with Newhall Ambulance
Service, Inc. ("CONTRACTOR"), whereby contractor shall
,provide emergency ambulance services within the area of
"County bid area J -IO" which is incorporated as the City;
and
WHEREAS, CITY desires to secure efficient emergency
ambulance service within its geographical limits for persons
injured in traffic and other violent accidents and for
incapacitated persons unable to transport themselves to a
hospital; and
0
WHEREAS, CITY does not own any ambulances to accomplish
said objective; and
WHEREAS. CONTRACTOR does possess and operate such
equipment and is willing to provide same to meet such
objective;
NOW, THEREFORE, in consideration of the mutual covenants
contained herein, the parties hereto agree as follows:
1. RESPONSIBILITY FOR INDIGENT CARE:
It is understood by the parties that the COUNTY
possesses the duty to provide medical care and emergency
transportation for all indigents residing in the County,
pursuant to City of Lomita v. County of Los Angeles (1983)
148 Cal.App.3d 671 and City of Lomita v. County of Los
Angeles (1986) 186 Cal.App.3d 479. While the CITY has
jurisdiction to contract for emergency medical services,
nothing in this Agreement abrogates or limits the
responsibility of the COUNTY to provide indigent medical
care and emergency transportation following the termination
of this Agreement.
2. TERM:
A. The effective date of this Agreement shall be
July 1, 1990, and shall continue in full force and effect
for one (1) year; provided, however, this Agreement shall
automatically renew for successive one year terms, up to a
-2-
•
total of five years upon the same terms and conditions set
forth herein.
B. Notwithstanding any other provision of this
Agreement, CITY or CONTRACTOR may terminate this Agreement
at any time upon thirty (30) days written notice at the
following addresses:
(1) For CITY:
George Caravalho
City Manager
City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, California 91355
(2) For CONTRACTOR:
Tim M. Jorgensen
Newhall Ambulance, Inc.
20607 W. soledad Canyon Road
Canyon County, California 91351
Such notice shall be delivered by personal service or
deposited in the United States Mail, postage fully paid.
-3-
C. Notwithstanding any other provision of this
Agreement, CITY may terminate this Agreement immediately
upon the determination by.CITY that:
(1) CONTRACTOR, itS agents, sub -contractors, or
employees are engaging in, or there is reasonable
justification to believe that CONTRACTOR, its agents,
sub -contractors, or employees, are engaging in a course of
conduct which poses a danger to the lives or health of
patients receiving or requesting emergency medical care and
transportation service; or
(Z) Insolvency of CONTRACTOR.
D. Notwithstanding any other provision of this
Agreement, the failure of CONTRACTOR or its officers, agents
or employeesto comply with the terms of the Agreement shall
constitute a material breach hereof and the Agreement may be
terminated immediately. Failure to exercise this right of
termination shall not constitute waiver of such right, which
may be exercised at any subsequent time.
i
3. ADMINISTRATION:
A. CONTRACTOR shall designate a Contract Manager
assigned to function as liaison with CITY regarding
CONTRACTOR'S performance under this Agreement. The name of
the Contract Manager shall be provided to CITY prior to the
effective date of this Agreement.
-4-
4. SERVICE LOCATIONS AMBULANCES AND CREWS:
A. CONTRACTOR shall have available for services
hereunder, on a 24 hour, round-the-clock basis, fully
equipped and operable emergency ambulance vehicles, properly
staffed with licensed personnel at the locations described
as; 20607 Soledad Canyon Rd., Canyon Country and 26011
Bouquet Canyon Rd., Santa Clarita, California.
B. CONTRACTOR shall respond with its nearest
ambulance from either of the aforesaid locations to all
calls received from a duly authorized representative of the
County of Los Angeles Sheriff's Department, County of Los
Angeles Forester and Fire Warden, the California Highway
Patrol, the Police Department, the Department of Health
Services or any other public safety agency of CITY or
performing services for CITY; provided, however, that in the
event CONTRACTOR does not have an ambulance vehicle
immediately available from either of the aforesaid
locations, or response will be delayed beyond the time set
forth herein for response, CONTRACTOR will respond an
ambulance from the ambulance service servingthe adjacent
areas of the Santa Clarita Valley. CONTRACTOR agrees to
maintain accurate records of response times. These records,
upon request, shall be made available for review by CITY.
CONTRACTOR agrees that it will keep CITY apprised of its
branch offices and name of auxiliary ambulance companies
-5-
under the control of CONTRACTOR'S parent company, together
with their addresses, telephone numbers, and number of
ambulances normally available from each address and such
other pertinent information as may be required.
S. RATES;
A. CONTRACTOR shall charge no more than the rates
allowable under the COUNTY contract with WILSON and WILSON'S
contract with CONTRACTOR, up to the following rates for one
patient:
(1) Patient transport with equipment and personnel
at an Advanced Life Support (ALS) level,
$271.75;
(2) Response to call with equipment and personnel
at a Basic Life Support (BLS) level, $163.00;
(3) Code 3 used during response of transport per
incident, $60.50;
(4) Code 2 used during response or transport per
incident, $24.00;
(5) Mileage Rate. Each mile or fraction thereof,
$9.25;
(6) Waiting Time. For each fifteen (15) minutes
or fraction thereof, after the first fifteen
minutes of waiting time at the request of the
person hiring the ambulance, $24.50;
-6-
(7) Standby Time. The base rate for the
prescribed level of service and, in addition,
for each fifteen (15) minutes, or fraction
thereof, after the first fifteen (15) minutes
of standby time, $24.00;
B. CONTRACTOR shall charge no more than the
following rates for multiple patient loads:
(1) For multiple patient loads from the same point
of origin to the same destination, CONTRACTOR
shall charge one-half (1/2) of the base rate
and one-half (1/2) of the mileage rate for
each additional patient. The total charges
shall then be divided equally among the
patients transported.
C. Special Charges. CONTRACTOR shall charge no
more than the following rates for special ancillary
services:
(1) Requests for service after 7:00 PM and before
7:00 AM of the next day shall be subject to an
additional charge of $39.00;
(2) Persons requiring oxygen shall be subject to
an additional maximum charge per tank, or
fraction thereof, of $30.25;
(3) Backboard, Splints, KED: $23.75
(4) Traction Splints: $42.25
-7-
the call was a land based response.
D. The rates charged as set forth herein shall be
adjusted effective July 1, 1991, and on July 1 of each year
thereafter, according to the Consumer Price Index. Such
adjustment shall be made by multip!ying the base amounts by
the percentage change in the transportation portion of the
Consumer Price Index for All Urban Consumers, Western
Region, as compiled and reported by the Bureau of Labor
Statistics for the twelve (12) month period ending with the
last day of the prior month. The result shall be rounded to
-8-
(5)
Transport -Medical Personnel .
first half (1/2) hour;
$15.25
(6)
Completion of Insurance Form:
$ 6.25
(7)
i
Neonatal Transport:
$90.75
(8)
Disposable Linen;
$ -0-
(9)
Ice Packs:
$13.25
(10)
Bandages/Dressings:
$ -0-
(11)
Oxygen Cannula/Mask:
$ -0-
(12)
Cervical Collar:
$20.75
(13)
Obstetrical Kit:
$23.00
(14)
Burn Kit:
$23.00
(15)
Nurse Critical Care Transport:
$108.00
per hour
(16)
Helicopter Su ort Response: An
operator may charge all service and
Supply charges that would apply if
the call was a land based response.
D. The rates charged as set forth herein shall be
adjusted effective July 1, 1991, and on July 1 of each year
thereafter, according to the Consumer Price Index. Such
adjustment shall be made by multip!ying the base amounts by
the percentage change in the transportation portion of the
Consumer Price Index for All Urban Consumers, Western
Region, as compiled and reported by the Bureau of Labor
Statistics for the twelve (12) month period ending with the
last day of the prior month. The result shall be rounded to
-8-
the nearest $0.25. CONTRACTOR shall initiate implementation
of these rate changes by proposing the appropriate
amendments to this contract by ,lune 1 of each year.
6. AMBULANCE RESPONSE TIMES:
A. CONTRACTOR shall meet in ninety percent (90%)
or more of all ambulance runs during any calendar month the
following response time criteria:
URBAN: 10 Minute Response. A census
tract with a population density
of more than 100 persons per
square mile.
RURAL: 25 Minute Response. All census
tracts with a population density
of 10 to 99 persons per square
mile.
WILDERNESS: 60 Minute Response. Census
tracts and enumeration districts
without census tracts which have
a population density of less than
10 persons per square mile.
B. CONTRACTOR shall perform the following
ambulance services at no cost to CITY:
(1) Emergency ambulance services for indigent
patients.
-9-
I�
(2) Dry Run services which are defined as those
services rendered by CONTRACTOR, acting upon
an official 9-1-1 request, and where, while en
route to the scene of the emergency or upon
arrival at the scene CONTRACTOR is advised by
representatives of the agency which initially
requested CONTRACTOR'S service that such
service is not required.
(3) 9-1-1 custody cases.
C. The parties acknowledge that there shall be no
billing to CITY by CONTRACTOR for "Uncollectibles", "dry
runs" "custody cases" or "indigent transports."
7. CONTRACTOR"S. GENERAL RESPONSIBILITIES:
A. Employee Performance: CONTRACTOR shall not
permit any employee, including a dispatcher, to perform
services hereunder while under the influence of any
alcoholic beverage, medication, narcotic, or other substance
which might impair the employee's physical or mental
performance. 'Personnel of each ambulance when answering a
call shall be neat and clean in appearance and shall handle
the injured in a manner consistent with proper emergency
care procedures.
B. Crew Quarters: CONTRACTOR agrees that crew
quarters in all of its facilities from which emergency
-10-
transportation services are provided under this Agreement
shall be maintained in a clean and sanitary condition.
C. Equipment: CONTRACTOR shall maintain all of
its equipment in a clean and sanitary condition at all
times. This equipment shall be subject to inspection and
approval by the CITY. All ambulances shall be equipped with
adequate equipment and supplies, including, but not
necessarily limited to, equipment designated by State
regulations and by Los Angeles County ordinances or required
by the City Manager or designee.
D. California Highway Patrol Permit: For all
ambulances used pursuant to this Agreement, a permit shall
be obtained and kept in force by CONTRACTOR from the
California Highway Patrol for the operation of its
ambulances.
E. Expenses: All expenses incurred in operating
the ambulance service provided herein shall be borne by
CONTRACTOR.
F. Compliance: CONTRACTOR shall comply with all
applicable rules, regulations, ordinances, statutes, and
laws pertaining to the operation of an ambulance service, as
may now be in effect or.as any of them may be amended from
time to time.
-11-
G. CITY IDENTIFICATION: CONTRACTOR shall
identify its services with CITY by performing the following
at no charge to CITY:
(1) Change the physical identity, by lettering and
otherwise, of all ambulances to "SANTA CLARITA AMBULANCE
SERVICE" or other title as may be approved by the City
Manager; and
(2) Display the CITY seal on all vehicles of
CONTRACTOR; and
(3) Provide assistance to CITY'S Emergency
Preparedness Committee, upon the direction of the City
Manager; and
(4) Provide available resources to all CITY
departments, at the direction of the City.Manager, for in-
service training of City Staff; and
(5) Develop a Disaster Response Unit ("DRU") for
CITY to assist with multiple victim collisions related to
natural and man-made disasters, such as earthquakes,
structure collapses, multiple vehicle collisions, airplane
crashes, commercial transportation collisions, and similar
incidents; and
(6) Other acts, at the Citv Manacer's direction.
to promote the progress and image of CITY, including but not
limited to, CITY disaster drills, educational seminars, and
public CPR training courses.
-12-
8. CITY'S GENERAL RESPONSIBILITIES;
A. Meetin with CONTRACTOR: A representative of
CITY shall meet with representatives of CONTRACTOR at such
times as appropriate during the term of this Agreement to
evaluate and confer on standards and to form criteria to
measure CONTRACTOR'S performance. Such meetings shall be
set at mutually agreeable dates.
B. Waiting Time and Dry Runs: The CITY and
CONTRACTOR shall take all reasonable steps to reduce Sheriff
Swat Team waiting times, helicopter, and other "dry runs"
by, including, but not .limited to, reviewing dispatches and
meeting with the public safety agencies.
9. TRANSPORTATION TO MEDICAL FACILITY:
A. In the absence of decisive factors.to the
contrary, CONTRACTOR shall transport an emergency patient
hereunder to the most accessible and nearest emergency
medical facility equipped, staffed, and prepared to receive
emergency cases and administer emergency medical care
appropriate to the needs of the patient. if base hospital
contact has been made for an Advanced Life Support ("ALS")
patient, the decision of the base hospital physician
relative to patient destination shall control the
destination of the.ambulance and patient.
-13-
B. Nothing stated herein shall preclude a
competent patient or his/her legal representative from
specifying a different hospital or other destination.
C. CONTRACTOR shall provide the receiving
facility with documentation, issued by the public safety
agency requesting the transport, indicating that the patient
is a patient for purposes of this Agreement.
10, INDEPENDENT CONTRACTOR STATUS:
A. CONTRACTOR is aln independent contractor and
this Agreement is not intended, and shall not be construed,
to create the relationship of agent, servant, employee,
partnership, joint venture, or association, as between CITY
and CONTRACTOR.
B. CONTRACTOR understands and agrees that all
personsurnishing services to CITY pursuant to this
1
Agreement are, for all purposes, including Worker's
Compensation liability, employees solely of CONTRACTOR and
not of CITY.
C. CONTRACTOR shall bear the sole responsibility
and liability for furnishing Worker's Compensation benefits
to any employee for injuries arising from or connected with
services performed on behalf of CONTRACTOR pursuant to this
Agreement.
-14-
11. INDEMNIFICATION AND INSURANCE:
A. Indemnification: CONTRACTOR hereby
indemnifies, promises to defend, and saves harmless CITY,
its agents, officers, and employees from and against any and
all liability, suits; expenses, including defense costs and
legal fees, and Claims for damages of any nature whatsoever,
including, but not limited to, bodily injury, death,
personal injury, property damage or any damage whatsoever,
arising from or connected directly or indirectly with the
performance of this Agreement or CONTRACTOR'S operations or
its services hereunder, including any Worker's Compensation
suits, liability, or expenses arising from or connected with
services performed on behalf of CONTRACTOR by any person
pursuant to this Agreement. Such indemnification includes
any challenge by any party to the ability of CITY and
CONTRACTOR to execute and enforce this Agreement.
B. Insurance: Without limiting CONTRACTOR'S
indemnification of CITY, CONTRACTOR shall provide and
maintain at its own expense during the term of this
Agreement the following form(s) of insurance covering its
operation hereunder. Evidence of such programs satisfactory
to CITY shall be delivered to CITY on or before the
effective date of this Agreement.. Such evidence of
insurance shall specifically identify this Agreement and
shall contain the express conditions that CITY is to be
-1s-
given written notice at least thirty (30).days in advance of
any modification or termination of any program of insurance:
(1) General Liability: A program including, but
not limited to, comprehensive general
liability, endorsed For contractual liability
products/completed operations independent
CONTRACTOR, and personal injury Coverage with
combined single limit of not less than One
Million Dollars ($1000,000.00) per
occurrence; and emergency medical technicians
(EMT) malpractice insurance coverage with a
limit of not less than One Million Dollars
($1400400.00) per claim. Such insurance
shall be a primary to and not contributing
with any other insurance maintained by
CONTRACTOR and shall name the CITY as an
additional insured. Citv shall be civen
thirty (30) days written notice of any
termination or modification of such insurance
policy.
(2) Worker's Compensation: A program of worker's
Compensation insurance in an amount and form
to meet all applicable requirements of the
Labor Code of the State of California, and
which specifically covers all persons
-16-
i
I.
providing services on behalf of CONTRACTOR and
all risks to such persons under this
Agreement. City shall be given thirty (30)
days written notice of any termination or
modification of such insurance policy.
(3) Comprehensive Auto Liability: A program
endorsed for all owned and non -owned vehicles
with a combined single limit of at least One
Million Dollars ($1,000,000.00) per
occurrence. City shall be given thirty (30)
days written notice of any termination or
modification of such insurance policy.
C. Failure to Procure Insurance: Failure on the
part of CONTRACTOR to procure or maintain required insurance
shall Constitute a material breach of this Agreement upon
which CITY may immediately terminate this Agreement with or
without notice.
12. CONFLICT OF INTEREST:
A. No CITY officer or employee whose position in
CITY enables said CITY employee to influence the award or
administration of this Agreement and no spouse or economic
dependent of such officer or employee shall be employed in
any capacity by CONTRACTOR, or have any direct or indirect
financial interest in this Agreement. No officer or
subcontractor of CONTRACTOR who may financially benefit from
-17-
•
the provision of services hereunder shall in any way
participate in CITY'S approval, or ongoing evaluation of
such services, or in any way attempt to unlawfully influence
CITY'S approval or ongoing evaluation of such services.
13. RULES AND REGULATIONS:
A. CONTRACTOR shall abide by all rules and
regulations of the California Highway Patrol, the State
Department of Health Services, and all other laws,
ordinances and regulations pertaining to the operation of
ambulance services in CITY.
14. UNLAWFUL SOLICITATION:
A. CONTRACTOR shall inform all of its employees,
and shall have them acknowledge in writing, an understanding
of agreement to comply with the provisions of Article 9 of
Chapter 4 of Division E (commencing with Section 6150) of
the Business and Professions Code of the State of California
(i.e., State Har Act provisions regarding unlawful
solicitation as a runner or capper for attorneys) and shall
take positive and affirmative steps in its performance
hereunder to ensure that there is no violation of said
provisions by its employees. CONTRACTOR agrees to utilize
the attorney referral service for all those bar associations
within Los Angeles County that have such a service.
-18-
•
15. NONDISCRIMINATION IN SERVICES:
A. CONTRACTOR shall not discriminate in the
provision of services hereunder because of race, color,
religion, national origin, ancestry, sex, age, or condition
of physical or mental handicap, in accordance with all
applicable requirements of Federal and State laws. For the
purposes of this Paragraph, discrimination in the provision
of services may include, but not limited to, the following;
denying any person any service or benefit which is not
equivalent or is not provided in an equivalent manner or at
an equivalent time, to that provided to others; subjecting
any person to segregation or separate treatment in any
manner related to the receipt of any services; restricting
by person in any way in the enjoyment of any advantage or
privilege by others receiving any service or benefit; and
treating any person differently from others in determining
admission enrollment quota, eligibility, membership, or any
other requirement or Condition which persons must meet in
order to be provided any services or benefit. CONTRACTOR
shall take positive steps to ensure that intended benefici-
aries of this Agreement are provided services without regard
to race, color, religion, national origin, ancestry, sex,
age, or condition of physical or mental handicap.
-19-
15. NONDISCRIMINATION IN EMPLOYMENT:
A. CONTRACTOR certifies and agrees that all
persons employed by it, its affiliates, subsidiaries, or
holding.companies are and will be treated equally by it
without regard to, or because of race, color, religion,
ancestry, national origin, sex, age, or condition of
physical or mental handicap.
B. CONTRACTOR shall take affirmative action to
ensure that qualified applicants are employed, and that
employees are treated during employment without regard to
race, Color, religion, national origin, ancestry, sex, age
and in compliance with all applicable Federal and State
antidiscrimination laws and regulations. Such action shall
include, but is not limited to., the following; employment,
advancement, demotion, transfer, recruitment or recruitment
advertising, layoff or termination, rates of pay or other
forms of compensation, and pay for training, including
apprenticeship.
C. CONTRACTOR shall deal with its subcontractors,
bidders or vendors without regard to or because of race,
color, religion, ancestry, national origin, sex, and age.
D. CONTRACTOR shall allow CITY representatives
access to its employment records during regular business
hours to verify compliance with these provisions when so
requested with reasonable notice by CITY.
-20-
E. If CITY finds that any of the above provisions
have been violated, the same shall constitute a material
breach of agreement upon which CITY may determine to cancel,
terminate or suspend this Agreement. While CITY reserves
the right to determine independently that the antidiscrim-
ination provisions of this Paragraph have been violated, in
addition, a determination by the California Fair Employment
Practices Commission or the Federal Equal Employment
Opportunity Commission that CONTRACTOR has violated State or
Federal anti -discrimination laws or regulations shall
constitute a finding by CITY that CONTRACTOR has violated
the antidiscrimination provisions of this Paragraph.
17. CONFIDENTIALITY:
A. CONTRACTOR agrees not to release the name of
any patient receiving services hereunder to any party,
except to authorized representatives of CITY, without the
prior written consent of the involved patient or his/her
legal representative, or except as otherwise authorized by
law. CONTRACTOR shall inform all its officers, employees,
and agents providing services hereunder of said confidenti-
ality provisions. CONTRACTOR agrees to maintain the
confidentiality of its records, including billings, in
accordance with all applicable State and Federal laws
relating to confidentiality. Notwithstanding the foregoing
provision, authorized representatives of CITY, CITY'S
-21-
s
Auditor -Controller, and Sheriff shall have the right to
request and receive all records required in the administra-
tion , monitoring, or auditing of this Agreement.
18. RECORDS AND AUDITS:
A. CONTRACTOR shall maintain accurate records of
the necessary drivers licenses, EMT certificates, and
business licenses, including liens or certificate numbers
and expiration dates, appropriate to each employee
assignment, and records of wages of each driver and
attendant.
B. CONTRACTOR shall also maintain accurate books,
records, documents, and other information sufficient to
reflect properly its provision of services hereunder and its
cost of providing such services. All such books, records,
including records of patient fees collected, documents, and
information shall be prepared and maintained in accordance
with generally accepted accounting principles and shall be
segregated from books, records, documents, and other infor-
mation relating to patients of CONTRACTOR who are not
receiving services under this Agreement.
C. All books, records, documents, and information
shall be retained by CONTRACTOR at a location in the CITY
for a minimum of five (5) years following expiration or
termination of this Agreement. During such five (5) year
period, as well as during the term of this Agreement, all
�22-
such records shall be made available during normal business
hours for audit and inspection to representatives of CITY,
County Sheriff, or CITY'S Auditor- Controller.
D, If and to the extent that, Section 1861
(v)(1)(i) of the Social Security Act (42 U.S.C. Section
1395x(v)(1)(I) is applicable, CONTRACTOR agrees that for a
period of four (4) years following the furnishing of
services under this Agreement CONTRACTOR shall maintain and
make available, upon written request, to the Secretary of
the United States Department of Health and Human Services or
the Comptroller General of the United States, or any of
their duly authorized representative the contract, books,
documents and records of CONTRACTOR which are necessary to
verify the nature and extent of the cost of services
provided hereunder. Furthermore, if CONTRACTOR carries out
any of the services provided hereunder through any
subcontract with a value or cost of Ten Thousand Dollars
(510400.00) or more over a twelve (12) month period with a
related organization (as that term is defined under Federal
Law), CONTRACTOR agrees khat each such subcontract shall
provide for such access to the subcontract, books,
documents, and records of the subcontract.
E. Failure of CONTRACTOR to comply with any of
the terms of this Paragraph shall constitute a material
-23-
breach of this Agreement upon which CITY may cancel,
terminate, or suspend this Agreement.
19. REPORTS:
A. CONTRACTOR small make reports as required by
CITY concerning CONTRACTOR'S activities as they affect the
services hereunder. In no event may CITY require such
reports unless it has provided CONTRACTOR with a least
thirty (30) days prior written.notification. CITY shall
provide CONTRACTOR with written procedures for reporting the
required information.
20. LICENSES:
A. CONTRACTOR shall obtain and maintain, during
the terms of this Agreement, all appropriate licenses,
permits, and certificates required by all applicable City,
State, County and Federal laws and regulations for the
operation of its facilities and for the provision of
services hereunder.
21. DELEGATION AND ASSIGNMENT:
A. CONTRACTOR may not delegate its duties or
assign its rights hereunder, either in whole or in part.
without the prior written consent of CITY. If CONTRACTOR is
a corporate entity, for purposes of this Paragraph the
transfer of a controlling interest or majority of
CONTRACTOR'S shares to another party or other parties shall
constitute a delegation and assignment.
-24-
- --- 9-
22. -
22. ALTERATION OF TERMS:
A. The body of this Agreement fully expresses all
understandings of the parties concerning all matters covered
and shall constitute the total Agreement. Any addition to,
or alteration of, the terms of this Agreement whether by
written or verbal understanding of the parties, their
officers, agents or employees, shall not be valid and
effective unless made in the form of a written amendment to
this Agreement and formally adopted and executed by the
parties in the same manner as this Agreement form.
23. DISPUTES:
A. CONTRACTOR and CITY agree to act immediately
to mutually resolve any disputes which may arise with .
respect to this Agreement.
B. CONTRACTOR agrees that, the existence of a
dispute notwithstanding, it shall continue without delay its
performance hereunder, except for any performance which may
be affected by such dispute.
C. If CONTRACTOR fails to continue without delay
its -performance hereunder, except for any performance which
may be affected -by such dispute, then any additional costs
which may be incurred by CONTRACTOR or CITY as a result of
CONTRACTOR'S failure to continue to so perform shall be
borne by CONTRACTOR, and CONTRACTOR shall make no claim
against CITY for such costs.
-25-
CITY in Connection with any alleged violation of Federal
statutes or regulations pertaining to the eligibility for
employment or persons performing services under this
Agreement.
IN WITNESS WHEREOP, the parties hereto have set their
hands and seals the date herein above set forth.
CITY OF SANTA CLARITA
By.
Mayor
ATTEST:
City Clerk
-27-
NEWHALL AMBULANCE, INC.
By:
President