HomeMy WebLinkAboutAgenda Report - April 21, 2004 I-06AGENDA ITEM Ho
• CITY OF LODI
COUNCIL COMMUNICATION
TM
AGEWA TITLE: Adopt Resolution Approving the Joint Venture Agreement between the City of Lodi,
City of Stockton, American Medical Response, and A-1 Ambulance
MEETING DATE: April 21, 2004
PREPARED BY: Michael E. Pretz, Fire Chief
RECOMMENDED ACTION: That City Council adopts a resolution authorizing the City Manager
to sign the Joint Venture Agreement between the City of Lodi, City
of Stockton, American Medical Response and A-1 Ambulance. This
Joint Venture Agreement will allow the City of Lodi, City of Stockton,
American Medical Response and A-1 Ambulance to work together to prepare a response to a County
Request for Proposal (RFP) to form an exclusive operating area for ambulance transportation.
BACKGROUND INFORMATION: At the January 27, 2004, shirtsleeve session Chief Pretz briefed
Council on the status of the County's EMS and ambulance situation.
The Chief subsequently has met with Stockton Fire Department,
AMR and A-1 representatives to discuss a joint venture. The Fire
Department has been directed by City Council to implement a paramedic program, pending budget
approval. Council further directed the Fire Department to develop a publictprivate partnership for the
provision of paramedic services and emergency medical transportation. The San Joaquin County Board
of Supervisors has directed the County Emergency Medical Service Agency (SJCEMSA) to establish a
process to re -design the ambulance transport criteria to allow exclusive operating areas (EOA) for
ambulance zones 1,2,3,4, and 5. Further, the Board of Supervisors had directed the SJEMSA to prepare
an amendment to the EMS Plan to establish EOA's for ambulance zones 1-5 for submission to the
California Emergency Medical Services Authority (CA EMSA). The City of Lodi is in Zone 4.
Members of the City of Stockton Fire Department (SFD) and City of Lodi Fire Department (LFD) have
held several discussions concerning the RFP process and an appropriate response to the RFP. Several
areas were studied to determine the best approach to providing emergency medical services to our
respective communities. These areas of concern are:
• Offsetting revenue for fire department first response
• Local control of ambulance resources
• On-going training and skill maintenance
• Response time compliance
• System resource capability
APPROVED: jZ -
Dixon -lynn, City Manager
The City of Lodi Fire Department believes that the best way to respond to the ambulance re -design RFP
is to form a contractual agreement with the City of Stockton, American Medical Response, and A-9
Ambulance Service. We believe this public/private partnership is the most stable and reliable method to
continue providing emergency medical services to our community and will also be successful in bidding
for the EOA contract.
In addition, staff has included a copy of the joint venture agreement. At this juncture, fire department
staff is requesting Council approve the Joint Venture Agreement with our partners.
FUNDING: None
CALLeS-
Michael E. Pretz, Fir Chief
MEP ih
Attachments
cc: D. Stephen Schwabauer, Interim City Attorney
y
JOINT VENTURE AGREEMENT
EXHIBIT A
The purpose of this document is to establish a Joint Venture Agreement between the City of
Stockton, specifically the Stockton Fire Department (SFD), the City of Lodi, specifically the
Lodi Fire Department (LFD), the City of Tracy, specifically the Tracy Fire Department (TFD),
American Medical Response (AMR) Incorporated and A -One Ambulance Service (A -One)
(Collectively referred to as the "Parties"). The terms of this framework will be refined into an
operating agreement between the parties if the contract contemplated below is awarded to the
parties.
1. The parties to this agreement will jointly submit a response to the San Joaquin County
Request For Proposal (RFP) for the award of exclusive rights to emergency and non-
emergency ambulance transportation within the areas known as Ambulance Zones 1, 2,
3, 4, and 5. The emergency and non -emergency transportation program is administered
through the San Joaquin County Emergency Medical Services Agency (SJCEMSA).
Except as set forth below, the response to the RFP will allow each signatory to provide
non -emergency ambulance transportation within their own zones. AMR and A -One will
be exclusively responsible for non -emergency interfacility transfers, critical care
transfers, long distance transfers, scheduled wait and returns and HMO/PPO
contractual agreements. The parties to this agreement may participate in transfers or
calls arising out of the following nonemergency activities:
a. City sponsored events
b. Memorials
c. Emergency Department Requests
d. Requests from city employees and families
e. AMR/A-One Requests
f. Police and Fire Events
g. Sporting and entertainment events
2. The following parameters will be a part of the operating agreement between these
parties in the final RFP proposal submitted by the joint venture;
a. The parties shall jointly recommend to the respective Fire Chiefs of each city the
minimum number of dedicated 911 ambulances required to service that zone and
the placement of ambulance stations throughout their respective areas currently
known as Ambulance Zones 1, 2, 3, 4, and 5. The Fire Chiefs shall not unreasonably
reject the recommendation of the parties.
b. The implementation schedule of 9-1-1 dedicated emergency ambulances specifically
within the areas known as Ambulance Zones 1, 2 and 3 by SFD, AMR, and A One
will be as follows:
Initially and continuing, SFD and AMR shall each place into service an equal
and even number of ALS ambulance units. A -One shall place one ALS
ambulance unit in service.
1
y
EXHIBIT A
ii. Any additional increase in emergency ambulance resource needs shall be
alternated between the three parties for implementation with SFD having the first
right of refusal, AMR having the second and A -One having the third. The
schedule for resource increases will continue through the life of the operating
agreement between each provider. The order of the right of refusal will rotate
between the parties to maintain parity. A -One ambulance service may expand to
a total of two (2) ambulance units.
3. The number of non -emergency ambulance resources within the area known as
Ambulance Zones 1, 2, 3, 4, and 5 will be determined by need.
4. The parties shall equally participate in the RFP process. If any party withdraws from
the joint venture prior to an award of contract from the SJCEMSA or accepts an offer
from another bidder to compete for the same service area, that party will be precluded
from bidding in the San Joaquin County RFP for ambulance services.
5. Any disagreements arising from interpretation or implementation of the operating
agreement between the parties shall be resolved by expedited mediation/arbitration
before a mutually agreed-upon neutral party following efforts between parties to resolve
the dispute informally.
6. It is understood and agreed that all of the fees and in-kind services paid or provided to
the cities as part of this agreement shall be subject to the acknowledgement and
approval of same in the RFP award, and in addition, that these payments and services
shall be in accordance with all regulatory requirements and as otherwise permitted by
the EMS contract.
7. All parties of this agreement agree to include as part of the RFP proposal ambulance
transportation fee structure, Advanced Life Support (ALS) and Basic Life Support (BLS)
first responder funding and regional emergency medical dispatch funding when a party
of this agreement provides such services.
a. The ambulance provider stationed in the greater Lodi area will be responsible for first
responder fees to the City of Lodi for the provision of that service. ALS first
responder fees will cover the marginal cost to upgrade from the Emergency Medical
Technician (EMT) level to ALS. BLS first responder fees will cover the marginal cost
for the provision of EMT level service.
b. The ambulance provider stationed in the greater Tracy area will be responsible for
first responder fees to the City of Tracy for the provision of that service. ALS first
responder fees will cover the marginal cost to upgrade from the Emergency Medical
Technician (EMT) level to ALS. BLS first responder fees will cover the marginal cost
for the provision of EMT level service.
c. Ambulance provider(s) stationed in the greater Stockton area will be responsible for
first responder fees to the City of Stockton for the provision of that service. ALS first
responder fees will cover the marginal cost to upgrade from the Emergency Medical
Technician (EMT) level to ALS. BLS first responder fees will cover the marginal cost
for the provision of EMT level service.
4
y
EXHIBIT A
d. Marginal cost examples include, but are not limited to, the following:
i. ALS equipment for first responder engine/truck companies.
ii. ALS supplies as mandated by the EMSA.
iii. Additional compensation necessary to maintain paramedic and EMT
status based on agreed upon amounts between the providers.
8. All emergency calls for service shall be turned over to the 911 -dispatch center for
Emergency Medical Dispatch (EMD) and the call will be assigned to the closest
ambulance to the response area.
9. AMR, through its Northern California Training Institute (NCTI), will provide three (3)
annual Paramedic tuition scholarships to employees of the parties of this agreement.
In addition, AMR and SFD will assist LFD and TFD in the field internship phases of
paramedic training.
10. If requested by LFD, AMR shall provide a Supplemental Transportation Resource
(STAR) Unit to be manned by LFD personnel in accordance with an agreed upon
criteria and reimbursement rate for unit activation.
a. AMR will initially provide a predetermined amount of ambulance units in service in
the area known as Ambulance Zone 4. Should the Lodi City Council direct the LFD
to provide emergency ambulance transportation, and if additional ambulance
resources are needed after review, additional ambulance resources shall be
alternated between LFD and AMR, with LFD having the first right of refusal. The
schedule for resource increases will continue throughout the life of the operating
agreement between each provider.
11. As may be desired by TFD, AMR shall provide a Supplemental Transportation
Resource (STAR) Unit to be manned by TFD personnel in accordance with an agreed
upon criteria and reimbursement rate for unit activation.
a. AMR will initially provide a predetermined amount of ambulance units in service in
the area known as Ambulance Zone 5. Should the Tracy City Council direct the TFD
to provide emergency ambulance transportation, and if additional ambulance
resources are needed after review, additional ambulance resources shall be
alternated between TFD and AMR, with TFD having the first right of refusal. The
schedule of resource increases will continue throughout the life of the operating
agreement between each provider.
12. All parties to this agreement will make their San Joaquin County continuing education
classes available to all employees of the parties at not cost.
13. AMR, through its national network of vendors for medical supplies and durable medical
equipment, will extend its pricing, to all parties of this agreement.
14. All parties to this agreement who provide ambulance transportation services, will
restock first responder engine's medical supplies on a one-for-one exchange basis
following each response.
3
Nr
EXHIBIT A
15. It is understood that this joint venture agreement takes effect upon signing the below
signature line. This agreement will remain in effect (1) throughout the RFP process or
until the "joint venture" is awarded the San Joaquin County contract for exclusive
ambulance services, and then (2) for the duration of the San Joaqui n County contract
for exclusive ambulance services.
THE FOREGOING IS ACCEPTED:
DATED
DATED
DATED
DATED
DATED
AMERICAN MEDICAL RESPONSE, INC.
MEDICAL TRANSPORTATION, INC.
DBA A -ONE AMBULANCE SERVICE
CITY OF STOCKTON
CITY OF LODI
CITY OF TRACY
rd
.. ;y
F.R.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
approve the Joint Venture Agreement between the City of Lodi, City of Stockton,
American Medical Response, and A-1 Ambulance to work together to prepare a
response to a County Request for Proposal to form an exclusive operating area for
ambulance transportation; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized and
directed to execute the Joint Venture Agreement on behalf of the City of Lodi.
Dated: April 21, 2004
I hereby certify that Resolution No. 2004-76 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held April 21, 2004, by the following vote:
AYES. COUNCIL MEIT,16ERS — Beckman, Hitchcock, Howard, Land, and
Mayor Hansen
NOES: COUNCIL. MEMBERS — mane
SUSAN J. BL.ACKSTQN
City Clerk