Loading...
HomeMy WebLinkAboutAgreement A-25-342 with California Emergency Medical Services Authority.pdf SCo ID: 4120-C25005 STATE OF CALIFORNIA-DEPARTMENT OF GENERAL SERVICES Agreement No. 25-342 STANDARD AGREEMENT AGREEMENT NUMBER7 PURCHASING AUTHORITY NUMBER(if Applicable) STD 213(Rev.03/2019) C25-005 EMSA-4120 1.This Agreement is entered into between the Contracting Agency and the Contractor named below: CONTRACTING AGENCY NAME Emergency Medical Services Authority(EMSA) CONTRACTOR NAME County of Fresno,Acting as the Central California Emergency Medical Services Agency 2.The term of this Agreement is: START DATE July 1,2025 THROUGH END DATE June 30,2026 3.The maximum amount of this Agreement is: $960,447.00(Nine Hundred Sixty Thousand Four Hundred Fourty-Seven Dollars and Zero Cents) 4.The parties agree to comply with the terms and conditions of the following exhibits,which are by this reference made a part of the Agreement. Exhibits Title Pages Exhibit A Scope of Work 8 Attachment Funding Application 11 1 Exhibit B Budget Detail and Payment Provisions 2. + Exhibit C" General Terms and Conditions GTC 2017 Exhibit D Special Terms and Conditions 4 Exhibit E Invoice Template 6 Items s own with an asterisk(*),are hereby incorporated by.reference an ma a part of this agreement as if attached ereto. These documents can be viewed at hops✓/www.dgs.co.gov/OLS/Resources IN WITNESS WHEREOF,THIS AGREEMENT HAS BEEN EXECUTED BY THE PARTIES HERETO. CONTRACTOR CONTRACTOR NAME(if other than an individual,state whether a corporation,partnership,etc.) County of Fresno,Acting as the Central California Emergency Medical Services Agency CONTRACTOR BUSINESS ADDRESS CITY STATE JZIP PO Box 11867 Fresno CA 3775 PRINTED NAME OF PERSON SIGNING TITLE Ernest Buddy Mendes Chairman,Board of Supervisors County of Fresno CONTRACTOR AUTHORIZED SIGNATURE DATE SIGNED ATTEST: BERNICE E.SEIDEL Clerk of the Board of Supervisors County of Fresno,State of California BY_ Deputy Page 1 of 2 SCO ID: 4120-C25005 STATE OF CALIFORNIA-DEPARTMENT OF GENERAL SERVICES STANDARD AGREEMENT AGREEMENT NUMBER PURCHASING AUTHORITY NUMBER(If Applicable) STD 213(Rev.03/2019) C25-005 EMSA-4120 STATE OF CALIFORNIA CONTRACTING AGENCY NAME Emergency Medical Services Authority(EMSA) CONTRACTING AGENCY ADDRESS CITY STATE ZIP 11120 International Drive Suite 200 Rancho Cordova CA 95670 PRINTED NAME OF PERSON SIGNING TITLE Elizabeth Basnett Director CONTRACTING AGENCY AUTHORIZED SIGNATURE DATE SIGNED CALIFORNIA DEPARTMENT OF GENERAL SERVICES APPROVAL EXEMPTION(If Applicable) Exempt per: SCM Vol 1,4.04(A)(4) Page 2of2 Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 1 of 8 EXHIBIT A Scope of Work 1. The Contractor (Central California EMS Agency) shall operate and manage a regional EMS system, and report on accomplished works and duties to Emergency Medical Services Authority (EMSA), in accordance with Division 2.5 of the Health and Safety Code and Title 22, CCR, Division 9 as described herein. 2. The Contractor shall refer to the EMSA publication #104, "Funding Multicounty EMS Agencies with State General Funds" for the administration of this contract. All requirements set for in EMSA#104 shall be adhered to for compliance with this contract. The EMSA#104 can be found at http://www.emsa.ca.gov/Guidelines. 3. The Contractor requesting funding shall have on file a current EMS Plan/Annual update approved by EMSA. 4. The term of this agreement shall be July 1, 2025, through June 30, 2026. 5. Representatives All inquiries related to and during the term of this Agreement shall be addressed to the authorized representatives listed below: Agency: Contractor: Emergency Medical Services Authority Central California Emergency Medical Services Agency Name: Roxanna Delao Name: Daniel Lynch Title: EMS Plans Coordinator Title: Director Phone: (916) 903-3260 Phone: (559) 600-3387 Fax: Fax: (559) 600-7691 E-Mail: Roxanna.Delao@emsa.ca.gov Email: dlynch@fresnocountyca.gov Direct all administrative inquiries to this agreement to: Agency: Contractor: Emergency Medical Services Authority Central California Emergency Medical Services Agency Name: Daniel Campbell Name: Daniel Lynch Title: Contract Analyst Title: Director Phone: 916-591-2047 Phone: (559) 600-3387 Fax: Fax: (559) 600-7691 Email: Daniel.campbell@emsa.ca.gov Email: dlynch@fresnocountyca.gov Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 2of8 EXHIBIT A Scope of Work 6. Plan/Data Submission A. The Contractor shall complete and submit an EMS Plan/update annually to EMSA in compliance with Sections 1797.250 and 1797.254 of the Health and Safety Code. The annual update shall be determined by EMSA in the agency's last EMS Plan decision. B. The Contractor that has implemented a specialty care system shall complete and submit a Trauma Care System, STEMI/Stroke System, and EMS for Children Program plan and annual updates to EMSA in compliance with Sections 1797.257, 1797.258, and 1799.205 of the Health and Safety Code, and Chapters 6.1, 6.2, 6.3 and 6.4 of Title 22, CCR, Division 9. C. The Contractor shall complete and submit a Quality Improvement (QI) program and annual updates to EMSA in compliance with Chapter 10 of Title 22, CCR, Division 9. D. The Contractor shall regularly provide EMSA data it receives consistent with Section 1797.227 of the Health and Safety Code that conforms to EMSA's California EMS Information System (CEMSIS), National EMS Information System (NEMSIS), and the California State EMS Data Set. E. Each multicounty EMS agency must be providing coordination of local medical and hospital disaster preparedness and response activities in cooperation with EMSA and other local, state, and federal entities, in compliance with HSC § 1797.151, 1797.152, and 1797.153 7. Audit A. The Contractor shall have an annual financial audit conducted by an independent or county auditor covering the fiscal year in which funds were allocated. The copy of the audit must be received by EMSA by December 31 st. (See EMSA publication #104, "Funding Multicounty EMS Agencies with State General Funds" Section 6.1 - Audit). B. The final audit shall determine: 1. All costs incurred have been in accordance with the contract and See EMSA publication #104, "Funding Multicounty EMS Agencies with State General Funds." 2. Proper accounting records have been maintained for the administration of the multicounty EMS agency and source documents have been filed. 3. All reimbursements have been proper and reflect actual and allowable costs. 4. Physical inventory has been taken of all equipment/property purchased with State General Fund money. (See EMSA publication #104, "Funding Multicounty EMS Agencies with State General Funds" See Sections 3.4 and 5.3). 5. Provisions have been made to retain source documents supporting costs incurred for at least three years after the applicant agency has received final payment or until any audit exceptions are resolved. 8. Quarterly Reporting A. First through Fourth Quarter Task Reporting 1. The Contractor shall provide Quarterly Reports to EMSA by the 15th calendar day of the month following the end of each quarter. The fourth quarter report is due by August 1st and must include a Supplemental Year-End Data Report. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 3 of 8 EXHIBIT A Scope of Work 2. Quarterly Reports must contain a detailed description of work performed, the duties of all parties, and a summary of activities that have been accomplished during the quarter to meet the following eight EMS system components. (See EMSA publication #104, "Funding Multicounty EMS Agencies with State General Funds" See Section 7) B. Component 1 — System Organization and Management 1. Objective - To develop and maintain an effective management system to meet the emergency medical needs and expectations of the total population served. 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. Staff development, training, and management. B. Allocating and maintaining office space, office equipment, and office supplies. C. Executing and maintaining contracts with member counties, service providers, consultants, and contractual staff. D. Maintain a full-/part-time licensed physician/surgeon as medical director to provide and assure medical control and accountability of the EMS system. C. Component 2 — Manpower and Training 1. Objective -To ensure LEMSA authorized personnel functioning within the EMS system are properly trained, licensed/certified/authorized and/or accredited to safely provide medical care to the public. 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. Ongoing assessment of local training program needs. B. Authorizing and approving training programs and curriculum for all certification levels. C. Providing training programs and classes as needed. D. Providing ongoing certification/authorization/accreditation or personnel approval of local scope of practice for all certification levels. E. Developing and maintaining treatment protocols for all certification levels. F. Maintaining communication link with Quality Improvement program to assess performance of field personnel. G. Conducting investigations and taking action against certification when indicated. H. Authorizing, maintaining, and evaluating EMS continuing education programs. D. Component 3— Communications 1. Objective -To develop and maintain an effective communications system that meets the needs of the EMS system. 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. On-going assessment of communications status and needs. B. Assuring appropriate maintenance and inspections of EMS related communications systems for both ground and aircraft. C. Approving ambulance dispatch centers. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 4 of 8 EXHIBIT A Scope of Work D. Providing acceptable procedures and communications for the purpose of dispatch and on-line medical control. E. Assure maintenance of records of communication between service providers and the base hospital. F. Approving emergency medical dispatch (EMD) training and/or operational programs. G. Assuring approved EMD program(s) communications systems are technologically equipped to simultaneously notify EMS System Providers. E. Component 4— Response and Transportation 1. Objective - To develop and maintain an effective EMS response and ambulance transportation system that meets the needs of the population served. 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. Designating EMS responders including first responders, Limited Advanced Life Support (LALS)/Advanced Life Support (ALS) providers, ambulance providers, and Prehospital EMS Aircraft providers. B. Monitoring local ordinances related to EMS. C. Establishing policies and procedures to the system for the transportation of patients to trauma centers and/or specialty care hospitals as needed. D. Implementing and maintaining contracts with providers. E. Creating exclusive operating areas F. Component 5—Assessment of Hospitals and Critical Care 1. Objective - To establish and/or identify appropriate facilities to provide for the standards and care required by a dynamic EMS patient care delivery system. 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. Designating base hospital(s) or alternate base stations for on-line medical control and direction. B. Identifying ambulance receiving centers including hospitals and alternative receiving facilities in rural areas. C. Identifying and designating, as needed, trauma centers and other specialty care facilities. D. Periodically assessing trauma system and plan as needed. E. Coordinating trauma patients to appropriate trauma center(s) or approved receiving hospitals. F. Periodically assessing hospitals (e.g., pediatric critical care centers, emergency departments approved for pediatrics, other specialty care centers). G. Completing hospital closure impact reports. G. Component 6— Data Collection and System Evaluation 1. Objective - To provide for appropriate system evaluation through the use of quality data collection and other methods to improve system performance and evaluation. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 5 of 8 EXHIBIT A Scope of Work 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. Reviewing reportable incidents. B. Reviewing prehospital care reports including Automated External Defibrillators (AED) reports. C. Processing and investigating quality assurance/improvement incident reports. D. Monitoring and reporting on EMS System Core Measures by March 31st each year and acknowledging completion of the monitoring and reporting as of March 31s' each year. E. Providing data to CEMSIS monthly. F. Implementing Health and Safety Code Section 1797.227, including providing data using the current versions of standards from Electronic Health Records (EHR). H. Component 7 — Public Information and Education 1. Objective - To provide programs to establish an awareness of the EMS system, how to access and use the system and provide programs to train members of the public in first-aid and CPR. 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. Information and/or access to CPR and first-aid courses taught within the EMS system. B. Involvement in public service announcements involving prevention or EMS related issues. C. Availability of information to assist the population in catastrophic events, as appropriate. D. Participating in public speaking events and representing the EMS Agency during news events and incidents. E. Seeking opportunities to collaborate with key partners, including local public health and other community organizations, to promote healthcare and injury prevention activities I. Component 8 — Disaster Medical Response 1. Objective -To collaborate with the Office of Emergency Services, Public Health and EMS responders in the preparedness and response of the region's EMS systems in the event of a disaster or catastrophic event within the regions or a neighboring jurisdiction. 2. Tasks: The responsibilities of the Contractor shall include, at a minimum: A. Participating in disaster planning, training, and exercises as needed. B. Identifying disaster preparedness, mitigation, response and recovery needs, consistent with the State Emergency Plan and have procedures that include the 17 Medical Health Operational Area Coordination (MHOAC) functions. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 6 of 8 EXHIBIT A Scope of Work C. Identifying who the MHOAC is and coordinating the MHOAC Program or coordinating with the MHOAC Program of the affected county/counties, as appropriate. D. Coordinating the Regional Disaster Medical Health Coordinator (RDMHC) Program or coordinating with the RDMHC Program within the member county/county's California Office of Emergency Services mutual aid region. E. Developing policies and procedures for EMS personnel in response to a multi- casualty or disaster incident. F. Participating in the development of mutual aid agreements, as requested. G. Collaborating with EMS providers on Incident Command Systems (ICS) and Standardized Emergency Management System (SEMS) training as requested. H. Providing opportunities/exercises for Ambulance Strike Team Leader Trainees to complete their Position Task Books, as available. 9. Supplemental Year End Data Reporting A. The Supplemental Year-End Data Report is due to EMSA by August 1st and must be submitted with the 4th Quarter Task Report. B. The Supplemental Year-End Data Report must include year-end data for the individual workload indicators. C. Component 1 — System Organization and Management 1. Objective -To develop and maintain an effective management system to meet the emergency medical needs and expectations of the total population served. 2. Workload indicators shall include: A. Total static population served (Determined by DOF estimates). B. Total annual tourism population (Determined by identified sources). C. Number of counties. D. Geographic size of region (in square miles). D. Component 2— Manpower and Training 1. Objective -To ensure LEMSA authorized personnel functioning within the EMS system are properly trained, licensed/certified/authorized and/or accredited to safely provide medical care to the public. 2. Workload indicators shall include: A. Total number of personnel certified/authorized/accredited by EMS agency. B. Total number and type of training programs approved by EMS agency C. Total number and type of training programs conducted by EMS agency. D. Total number of continuing education providers authorized by EMS agency. E. Component 3— Communications 1. Objective -To develop and maintain an effective communications system that meets the needs of the EMS system. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 7 of 8 EXHIBIT A Scope of Work 2. Workload indicators shall include: A. Total number of primary and secondary Public Safety Answering Points. B. Total number of EMS responses. C. Total number of EMD training programs approved by EMS agency. D. Total number and type of EMD programs authorized by EMS agency. E. Total number of Radio inspections for agency's aircraft based in Contractor's jurisdiction. F. Total number of public safety agencies based in Contractor's jurisdiction. F. Component 4— Response and Transportation 1. Objective -To develop and maintain an effective EMS response and ambulance transportation system that meets the needs of the population served. 2. Workload indicators shall include: A. Total ambulance response vehicles. B. Total first responder agencies. C. Total patients transported. D. Total patients not transported (e.g., treated and released, total dry runs). E. Total number of LALS/ALS providers authorized by EMS agency. F. Total number of transport providers in region. G. Component 5—Assessment of Hospitals and Critical Care 1. Objective -To establish and/or identify appropriate facilities to provide for the standards and care required by a dynamic EMS patient care delivery system. 2. Workload indicators shall include: A. Total patients received. B. Total number of hospitals designated by EMS agency (e.g., base, receiving, trauma, STEMI, Stroke, PCCC, EDAP/(PedRC), and PICU). H. Component 6 — Data Collection and System Evaluation 1. Objective -To provide for appropriate system evaluation through the use of quality data collection and other methods to improve system performance and evaluation. 2. Workload indicators shall include: A. Total patient care reports generated. B. Total trauma patients. C. Total cardiac patients D. Total medical patients. E. Total pediatric patients. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 8 of 8 EXHIBIT A Scope of Work G. Total number of situational/unusual occurrence reports processed by EMS agency. I. Component 7— Public Information and Education 1. Objective -To provide programs to establish an awareness of the EMS system, how to access and use the system and provide programs to train members of the public in first-aid and CPR. 2. Workload indicators shall include: A. Total number of public information and education courses approved by EMS agency. B. Total number of public information and education courses conducted by EMS agency. C. Total number of public information and education events involving EMS agency. J. Component 8 — Disaster Medical Response 1. Objective -To collaborate with the Office of Emergency Services, Public Health and EMS responders in the preparedness and response of the region's EMS systems in the event of a disaster or catastrophic event within the regions or a neighboring jurisdiction. 2. Workload indicators shall include: A. Total number of Disaster/Multiple Casualty Incident (MCI) Responses (response with 5 or more victims). B. Total number of disaster drills involving staff. C. Total disaster-related meetings attended by staff. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 1 of 2 EXHIBIT B Budget Details and Provisions 1. Invoicing and Payment A. For services satisfactorily rendered and approved by the EMSA Contract Manager, and upon receipt and approval of the invoices, EMSA agrees to compensate the Contractor in accordance with the Funding Application, Attachment 1 and this Exhibit B. Incomplete or disputed invoices shall be returned to the Contractor, unpaid, for correction. B. Invoices shall be itemized in accordance with the Funding Application, Attachment 1, and shall be signed and submitted on company letterhead in triplicate not more frequently than monthly in arrears of the service. C. Each invoice shall include: 1) Agreement Number 2) Time Period Covered 3) Invoice Number 4) Bill to Address 5) Remit to Address 6) Sufficient scope and detail to define the actual work performed and specific milestones completed, including a description of the activities of the Contractor and Subcontractor, the hours allocated to those activities, the locations where work was performed, the expenses claimed, and any required reports. D. Invoices shall be submitted in triplicate to: Emergency Medical Services Authority Attn: Roxanna Delao Agreement Number:C25-005 11120 International Drive Suite 200 Rancho Cordova, CA 95670 Final Invoices must be submitted no later than sixty (60) days after the end date of this agreement. Payment will be for actual services provided or actual costs. If EMSA does not approve the invoice in accordance with identified general tasks or deliverables in this contract, payment of the invoice will be withheld by EMSA and the Contractor will be notified. The Contractor must take timely and appropriate measures to correct or remedy the reason(s) for non- acceptance and demonstrate to EMSA that the Contractor has successfully completed the scheduled work for each general task or deliverable before payment will be made. 2. Budget Contingency Clause A. It is mutually understood between the parties that this Agreement may have been written before ascertaining the availability of congressional or legislative appropriation of funds, for the mutual benefit of both parties in order to avoid program and fiscal delays that would occur if the Agreement were executed after that determination was made. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 2 of 2 EXHIBIT B Budget Details and Provisions B. This Agreement is valid and enforceable only if sufficient funds are made available to the State of California by the United States Government or the California State Legislature C. for the purpose of this program. In addition, this Agreement is subject to any additional restrictions, limitations, conditions, or any statute enacted by the Congress or the State Legislature that may affect the provisions, terms or funding of this Agreement in any manner. D. It is mutually agreed that if the Congress or the State Legislature does not appropriate sufficient funds for the program, this Agreement shall be amended to reflect any reduction in funds. E. Pursuant to Government Code, Section 927.13, no late payment penalty shall accrue during any time period for which there is no Budget Act in effect, nor on any payment or refund that is the result of a federally mandated program or that is directly dependent upon the receipt of federal funds by a state agency. F. In accordance with Health and Safety Code Section 1797.110, the Emergency Medical Services Authority may provide advance payment to the Contractor. An advance payment shall not exceed 25 percent of the total annual contract amount. 3. Prompt Payment Clause Payment will be made in accordance with, and within the time specified in, Government Code Chapter 4.5, commencing with Section 927. 4. Cost Limitation Total amount of this Agreement shall not exceed $960,447.00 5. Rates Rates for these services may be found on Funding Application, Attachment 1 of this document. 6. Excise Tax The State of California is exempt from federal excise taxes, and no payment will be made for any taxes levied on employees' wages. EMSA will pay for any applicable State or local sales or use taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. EMSA may pay any applicable sales and use tax imposed by another state. 7. Cost Principles A. The Contractor agrees that the Cost Principles and Procedures in 48 Code of Federal Regulations (CFR), Part 31, and the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, in 2 CFR, Part 200, shall be used to determine the allowable individual items of cost. B. Any costs for which payment has been made to the Contractor that are determined by subsequent audit to be unallowable under 48 CFR, Part 31 or 2 CFR, Part 200 are subject to repayment by Contractor to EMSA. C. Any subcontract entered into as a result of this Agreement shall contain all of the provisions of this Section. General Terms and Conditions (GTC 04/2017) EXHIBIT C 1. APPROVAL: This Agreement is of no force or effect until signed by both parties and approved by the Department of General Services, if required. Contractor may not commence performance until such approval has been obtained. 2. AMENDMENT: No amendment or variation of the terms of this Agreement shall be valid unless made in writing, signed by the parties and approved as required. No oral understanding or Agreement not incorporated in the Agreement is binding on any of the parties. 3. ASSIGNMENT: This Agreement is not assignable by the Contractor, either in whole or in part, without the consent of the State in the form of a formal written amendment. 4. AUDIT: Contractor agrees that the awarding department, the Department of General Services, the Bureau of State Audits, or their designated representative shall have the right to review and to copy any records and supporting documentation pertaining to the performance of this Agreement. Contractor agrees to maintain such records for possible audit for a minimum of three (3) years after final payment, unless a longer period of records retention is stipulated. Contractor agrees to allow the auditor(s) access to such records during normal business hours and to allow interviews of any employees who might reasonably have information related to such records. Further, Contractor agrees to include a similar right of the State to audit records and interview staff in any subcontract related to performance of this Agreement. (Gov. Code §8546.7, Pub. Contract Code §10115 et seq., CCR Title 2, Section 1896). 5. INDEMNIFICATION: Contractor agrees to indemnify, defend and save harmless the State, its officers, agents and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, suppliers, laborers, and any other person, firm or corporation furnishing or supplying work services, materials, or supplies in connection with the performance of this Agreement, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by Contractor in the performance of this Agreement. 6. DISPUTES: Contractor shall continue with the responsibilities under this Agreement during any dispute. 7. TERMINATION FOR CAUSE: The State may terminate this Agreement and be relieved of any payments should the Contractor fail to perform the requirements of this Agreement at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. All costs to the State shall be deducted from any sum due the Contractor under this Agreement and the balance, if any, shall be paid to the Contractor upon demand. 8. INDEPENDENT CONTRACTOR: Contractor, and the agents and employees of Contractor, in the performance of this Agreement, shall act in an independent capacity and not as officers or employees or agents of the State. 9. RECYCLING CERTIFICATION: The Contractor shall certify in writing under penalty of perjury, the minimum, if not exact, percentage of post-consumer material as defined in the Public Contract Code Section 12200, in products, materials, goods, or supplies offered or sold to the State regardless of whether the product meets the requirements of Public Contract Code Section 12209. With respect to printer or duplication cartridges that comply with the requirements of Section 12156(e), the certification required by this subdivision shall specify that the cartridges so comply (Pub. Contract Code §12205). 10. NON-DISCRIMINATION CLAUSE: During the performance of this Agreement, Contractor and its subcontractors shall not deny the contract's benefits to any person on the basis of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status, nor shall they discriminate unlawfully against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, or military and veteran status. Contractor shall insure that the evaluation and treatment of employees and applicants for employment are free of such discrimination. Contractor and subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12900 et seq.), the regulations promulgated thereunder (Cal. Code Regs., tit. 2, §11000 et seq.), the provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of the Government Code (Gov. Code §§11135-11139.5), and the regulations or standards adopted by the awarding state agency to implement such article. Contractor shall permit access by representatives of the Department of Fair Employment and Housing and the awarding state agency upon reasonable notice at any time during the normal business hours, but in no case less than 24 hours' notice, to such of its books, records, accounts, and all other sources of information and its facilities as said Department or Agency shall require to ascertain compliance with this clause. Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. (See Cal. Code Regs., tit. 2, §11105.) Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform work under the Agreement. 11. CERTIFICATION CLAUSES: The CONTRACTOR CERTIFICATION CLAUSES contained in the document CCC 04/2017 are hereby incorporated by reference and made a part of this Agreement by this reference as if attached hereto. 12. TIMELINESS: Time is of the essence in this Agreement. 13. COMPENSATION: The consideration to be paid Contractor, as provided herein, shall be in compensation for all of Contractor's expenses incurred in the performance hereof, including travel, per diem, and taxes, unless otherwise expressly so provided. 14. GOVERNING LAW: This contract is governed by and shall be interpreted in accordance with the laws of the State of California. 15. ANTITRUST CLAIMS: The Contractor by signing this agreement hereby certifies that if these services or goods are obtained by means of a competitive bid, the Contractor shall comply with the requirements of the Government Codes Sections set out below. a. The Government Code Chapter on Antitrust claims contains the following definitions: 1) "Public purchase" means a purchase by means of competitive bids of goods, services, or materials by the State or any of its political subdivisions or public agencies on whose behalf the Attorney General may bring an action pursuant to subdivision (c) of Section 16750 of the Business and Professions Code. 2) "Public purchasing body" means the State or the subdivision or agency making a public purchase. Government Code Section 4550. b. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. Government Code Section 4552. C. If an awarding body or public purchasing body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery. Government Code Section 4553. d. Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action. See Government Code Section 4554. 16. CHILD SUPPORT COMPLIANCE ACT: For any Agreement in excess of $100,000, the contractor acknowledges in accordance with Public Contract Code 7110, that: a. The contractor recognizes the importance of child and family support obligations and shall fully comply with all applicable state and federal laws relating to child and family support enforcement, including, but not limited to, disclosure of information and compliance with earnings assignment orders, as provided in Chapter 8 (commencing with section 5200) of Part 5 of Division 9 of the Family Code; and b. The contractor, to the best of its knowledge is fully complying with the earnings assignment orders of all employees and is providing the names of all new employees to the New Hire Registry maintained by the California Employment Development Department. 17. UNENFORCEABLE PROVISION: In the event that any provision of this Agreement is unenforceable or held to be unenforceable, then the parties agree that all other provisions of this Agreement have force and effect and shall not be affected thereby. 18. PRIORITY HIRING CONSIDERATIONS: If this Contract includes services in excess of $200,000, the Contractor shall give priority consideration in filling vacancies in positions funded by the Contract to qualified recipients of aid under Welfare and Institutions Code Section 11200 in accordance with Pub. Contract Code §10353. 19. SMALL BUSINESS PARTICIPATION AND DVBE PARTICIPATION REPORTING REQUIREMENTS: a. If for this Contract Contractor made a commitment to achieve small business participation, then Contractor must within 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this Contract) report to the awarding department the actual percentage of small business participation that was achieved. (Govt. Code § 14841.) b. If for this Contract Contractor made a commitment to achieve disabled veteran business enterprise (DVBE) participation, then Contractor must within 60 days of receiving final payment under this Contract (or within such other time period as may be specified elsewhere in this Contract) certify in a report to the awarding department: (1) the total amount the prime Contractor received under the Contract; (2) the name and address of the DVBE(s) that participated in the performance of the Contract; (3) the amount each DVBE received from the prime Contractor; (4) that all payments under the Contract have been made to the DVBE; and (5) the actual percentage of DVBE participation that was achieved. A person or entity that knowingly provides false information shall be subject to a civil penalty for each violation. (Mil. & Vets. Code § 999.5(d); Govt. Code § 14841.) 20. LOSS LEADER: If this contract involves the furnishing of equipment, materials, or supplies then the following statement is incorporated: It is unlawful for any person engaged in business within this state to sell or use any article or product as a "loss leader" as defined in Section 17030 of the Business and Professions Code. (PCC 10344(e).) Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 1 of 4 EXHIBIT D Special Terms and Conditions 1. Settlement of Disputes A. Any dispute arising under this Agreement that is not disposed of by Agreement shall be decided by the EMSA Contract Officer, who may consider any written or verbal evidence submitted by the Contractor. The decision of the Contract Officer, issued in writing, shall be EMSA' final decision on the dispute. B. Neither the pendency of a dispute nor its consideration by the Contract Officer will excuse the Contractor from full and timely performance in accordance with the terms of the Agreement. 2. Termination A. If, after award and execution of the Agreement, the Contractor's performance is unsatisfactory, the Agreement may be terminated for default. Additionally, the Contractor may be liable to EMSA for damages including the difference between the Contractor's original bid price and the actual cost of performing the work by another Contractor. Default is defined as the Contractor failing to perform services required by the Agreement in a satisfactory manner. B. EMSA reserves the right to terminate this Agreement for any or no cause upon 30 days written notice to the Contractor or immediately in the event of default or material breach by the Contractor. C. The State may terminate this Agreement immediately for good cause. The term "good cause" may be defined as "impossibility of performance" or "frustration of purpose," but does not include material breach, default, or termination without cause. In this instance, the Agreement termination shall be effective as of the date indicated on the State's notification to the Contractor. D. In the event that the total Agreement amount is expended prior to the expiration date, EMSA may, at its discretion, terminate this Agreement with thirty (30) days' notice to Contractor. 3. Subcontractors The Contractor shall perform the work contemplated with resources available within its own organization and no portion of the work shall be subcontracted. 4. Retention of Records/Audits A. For the purpose of determining compliance with Government Code Section 8546.7, the Contractor and Subcontractors shall maintain all books, documents, papers, accounting records, and other evidence pertaining to the performance of the Agreement, including but not limited to, the costs of administering the Agreement. All parties shall make such materials available at their respective offices at all reasonable times during the Agreement period and for three years from the date of final payment under the Agreement. The State, the State Auditor, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of the Contractor that are pertinent to the Agreement for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. B. Any subcontract entered into as a result of this Agreement shall contain all the provisions of this clause. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 2 of 4 EXHIBIT D Special Terms and Conditions 5. Assumption of Risk and Indemnifications Regarding Exposure to Environmental Health Hazards In addition to and not a limitation of the Contractor's indemnification obligations contained elsewhere in this Agreement, the Contractor hereby assumes all risks of the consequences of exposure of Contractor's employees, agents, Subcontractors, Subcontractors' employees, and any other person, firm, or corporation furnishing or supplying work services, materials, or supplies in connection with the performance of this Agreement, to any and all environmental health hazards, local and otherwise, in connection with the performance of this Agreement. Such hazards include, but are not limited to, bodily injury and/or death resulting in whole or in part from exposure to infectious agents and/or pathogens of any type, kind, or origin. Contractor also agrees to take all appropriate safety precautions to prevent any such exposure to Contractor's employees, agents, Subcontractors, Subcontractors' employees, and any other person, firm, or corporation furnishing or supplying work services, materials, or supplies in connection with the performance of this Agreement. Contractor also agrees to indemnify and hold harmless EMSA, the State of California, and each and all of their officers, agents, and employees, from any and all claims and/or losses accruing or resulting from such exposure. Except as provided by law, Contractor also agrees that the provisions of this paragraph shall apply regardless of the existence or degree of negligence or fault on the part of EMSA, the State of California, and/or any of their officers, agents and/or employees. 6. Mandatory Organic Waste Recycling It is understood and agreed that pursuant to Public Resources Code 42649.8 et. seq., if Contractor generates four (4) cubic yards or more of organic waste or commercial solid waste per week, the Contractor shall arrange for organic waste or commercial waste recycling services that separate/source organic waste for organic waste recycling. Contractor shall provide proof of compliance, i.e. organic waste recycling services or commercial waste recycling services that separate/source organic waste recycling, upon request from the EMSA Contract Manager 7. Force Majeure Except for defaults of Subcontractors, neither party shall be responsible for delays or failures in performance resulting from acts beyond the control of the offending party. Such acts shall include but shall not be limited to acts of God, fire, flood, earthquake, other natural disaster, nuclear accident, strike, lockout, riot, freight embargo, public regulated utility, or governmental statutes or regulations superimposed after the fact. If a delay or failure in performance by the Contractor arises out of a default of its Subcontractor, and if such default of its Subcontractor, arises out of causes beyond the control of both the Contractor and Subcontractor, and without the fault or negligence of either of them, the Contractor shall not be liable for damages of such delay or failure, unless the supplies or services to be furnished by the Subcontractor were obtainable from other sources in sufficient time to permit the Contractor to meet the required performance schedule. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 3 of 4 EXHIBIT D Special Terms and Conditions 8. Employment of Undocumented Workers By signing this contract, the Contractor swears or affirms that it has not, in the preceding five years, been convicted of violating a State or Federal law relative to the employment of undocumented workers 9. General Provisions Required in all Insurance Polices A. Deductible: Contractor is responsible for any deductible or self-insured retention contained within the insurance program. B. Coverage Term: Coverage must be in force for the complete term of this Agreement. If insurance expires during the term of this Agreement, a new certificate must be received by the EMSA Contract Manager at least ten (10) days prior to the expiration of the insurance. Any new insurance must continue to comply with the original terms of this Agreement. C. Policy Cancellation or Termination and Notice of Non-Renewal: Contractor shall provide, to the EMSA Contract Manager within five (5) business days, following receipt by Contactor, a copy of any cancellation or non-renewal of insurance required by this Agreement. In the event Contractor fails to keep, in effect at all times, the specified insurance coverage, the State may, in addition to any other remedies it may have, terminate this Agreement upon the occurrence of such event, subject to the provisions of this Agreement. D. Primary Clause: Any required insurance contained in this Agreement shall be primary, and not excess or contributory, to any other insurance carried by the State. E. Inadequate Insurance: Inadequate or lack of insurance does not negate the Contractor's obligations under this Agreement. F. Endorsements: Any required endorsements requested by the State must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance. G. Insurance Carrier Required Rating: All insurance companies must carry a rating acceptable to the DGS, Office of Risk and Insurance Management (ORIM). If the Contractor is self-insured for a portion or all of its insurance, review of financial information including a letter of credit may be required. DGS, ORIM Website: https://www.dgs.ca.gov/ORIM. H. Contractor shall include all of its subcontractors as insureds under Contractor's insurance or supply evidence of insurance to the State equal to the policies, coverages and limits required of Contractor. I. The State will not be responsible for any premiums or assessments on the policy. 10. Insurance Requirements A. Commercial General Liability 1) Contractor shall maintain general liability on an occurrence form with limits not less than $1,000,000 per occurrence and $2,000,000 aggregate for bodily injury and property damage liability. The policy shall include coverage for liabilities arising out of premises, operations, independent contractors, products, completed operations, personal and advertising injury, and liability assumed under an insured Agreement. Central California Emergency Medical Services Agency Agreement Number: C25-005 Page 4 of 4 EXHIBIT D Special Terms and Conditions This insurance shall apply separately to each insured against whom claim is made or suit is brought subject to the Contractor's limit of liability. The policy must include: EMSA , State of California, its officers, agents, employees and servants are included as additional insured but only with respect to work performed under this Agreement. 2) This endorsement must be supplied under form acceptable to DGS, ORIM. 11. Licenses and Permits A. The Contractor shall be an individual or firm qualified to do business in California and shall obtain at its expense all license(s) and permit(s) required by law for any work under this Agreement. B. If Contractor is a California or foreign corporation, Contractor must be registered and active/in good standing with the California Secretary of State. C. If the Contractor is any other business entity, Contractor must be registered and active/in good standing with the California Secretary of State, to the extent applicable. D. In the event any license(s) and/or permit(s) expire at any time during the term of this Agreement, Contractor agrees to provide EMSA Contract Manager a copy of the renewed license(s) and/or permit(s) within thirty (30) days following the expiration date. In the event the Contractor fails to keep in effect at all times all required license(s) and permit(s), the State may, in addition to any other remedies it may have, terminate this Agreement upon occurrence of such event. 12. Prohibition of Delinquent Taxpayers Public Contract Code Section 10295.4 prohibits the State from entering into an Agreement for goods or services with any taxpayer, whose name appears on either list maintained by the State Board of Equalization or the Franchise Tax Board pursuant to Revenue and Taxation Code sections 7063 and 19195, respectively, of the 500 largest tax delinquencies. Public Contract Code Section 10295.4 provides no exceptions to these prohibitions. Exhibit E Invoice Template California Emergency Medical Service Authority Multicounty LEMSA SGF Multicounty LEMSA SGF Assistance Quarterly Inv• - Invoice to: Invoice Date: Emergency Medical Services Contract #: Authority 1 1 120 International Drive, Invoice #: 2nd Floor Rancho Cordova, CA 95670 Invoice Period: Attention: Angela Wise angela.wise@emsa.ca.gov Invoice $0 Amount: LEMSA Name: Address: Submitter Name: Telephone #: Email Address: The purpose of this invoice is to reimburse the Contractor for actual expenditures associated with the Contract # above. Supporting documentation of requested reimbursement, needs to be kept by the contractor, which includes subcontractors' documentation and made available to EMSA upon request. Invoices with staffing expenditures must include supporting documentation. I certify that I am the duly appointed and acting officer of the herein named agency and the costs being claimed herein are in all respects true, correct, and in accordance with the contract provisions; that funds were expended or obligated during the contract period;and the amount claimed above has not previously presented to or reimbursed by the Emergency Medical Services Authority (EMSA). Name: Title: Signature: Date: For EMSA Ude Only Reimbursement Request has been reviewed,and I recommend payment of the requested amount. Name: Title: Signature: Date: EMSA#104- Attachment H California Emergency Medical Service Authority Multicounty LEMSA SGF Invoice Details • • • - - Local SGF Base SGF BCP Total Total Direct Expenses $0 $0 $0 $0 Total Indirect Expenses I $01 I Total Expenses $0 $0 $0 $OI PERSONNEL EXPENSES i Personnel Wages (Staff Name &Title) Local I SGF Basel SGF BCP invoiced I $01 $01 1 $01 1 $01 $0 $0 $0 $0 Personnel Wage Expenses Subtotal $0 $01 $0 $01 Personnel Benefits (Staff Name &Title) Local SGF Base SGF BCP Invoiced) $0 $0 $0 $0 I I $01 1 $01 I $01 I $01 IPersonnel Benefit Expenses Subtotal $0 $0 $0 $0 2 EMSA#104- Attachment H California Emergency Medical Service Authority Multicounty LEMSA SGF OPERATING EXPENSES General Expenses Local SGF Base SGF BCP Invoiced $0 $0 I I $01 1 $01 $0 $0 $0 $0 I I I $01 I I I $01 I I I $01 $01 General Expenses Subtotal $0 $0 $0 $01 Communications Expenses Local SGF Base SGF BCP Invoiced) $01 $01 $0 $0 $0 $0 I I I $01 I I I $01 $0 $0 $0 $0 I Communications Expenses Subtotal $01 $01 $0 $0 3 EMSA#104- Attachment H California Emergency Medical Service Authority Multicounty LEMSA SGF Facilities Expenses Local SGF Base SGF BCP Invoiced $0 $0 $0 I I $OI I I $OI $0 $0 $0 $0 I I $OI I I $OI I I $OI Facilities Expenses Subtotal $0 $0 $0 $0 Contractors & Professional Services Local SGF Base SGF BCP Invoiced Expenses 1 $0 1 I $OI I $OI I $OI I I $OI I I $OI $0 $0 $0 $0 Contractors & Prof. Services Expenses $0 $0 $0 $0 Subtotal 4 EMSA#104- Attachment H California Emergency Medical Service Authority Multicounty LEMSA SGF IT& Data Processing Expenses Local SGF Base SGF BCP Invoiced $0 $0 $0 I I $OI I I $OI $0 $0 $0 $0 I I $OI $OI $OI IT& Data Processing Expenses Subtotal $0 $0 $0 $0 Travel Expenses Local SGF Basel SGF BCP Invoiced $0 I I $OI I I $OI $0 $0 $0 $0 I I $OI I I $OI $0 $0 $0 Travel Expenses Subtotal $0 $0 $0 $0 5 EMSA#104- Attachment H California Emergency Medical Service Authority Multicounty LEMSA SGF Training Expenses Local SGF Base SGF BCP Invoiced $0 $0 $0 I I $OI I I $OI $0 $0 $0 $0 I I $OI I I $OI I I $OI ITraining Expenses Subtotal $0 $0 $0 $0 IOther Expenses Local SGF Basel SGF BCP Invoiced I $0 I I $OI I I $OI $0 $0 $0 $0 I I $OI I I $OI $0 $0 $0 Other Expenses Subtotal $0 $0 $0 $0 6 EMSA#104- Attachment H w LLI AZ t� V C G! Q M N O � Cf OOi N 4 a � o � C � � V � � N d d d C ,O O Q Application c tr�f� t FRESNO STATE GENERAL ALLOCATION FOR REGIONAL EMS AGENCIES FY • KINGS it MADERA TULARE Daniel J Lynch EMS Director Miranda Lewis,M.D. EMS Medical Director Fresno County Dept of Public Health 1221 Fulton St P.O.Box 11867 Fresno CA 93775 (559)600-3387 Fax(559)600-7691 www.ccemsa.org EMS AGENCY MISSION STATEMENT The EMS Agency is committed to the needs of the multicounty pre-hospital environment. Our mission is to inspire, educate, evaluate, direct, provide resources, and ensure that each citizen receives the highest level of care. Our goals are to facilitate an environment of collaboration among all providers and agencies in which there is innovation, purpose, standardized care, proactive technologies, preparedness, coordination, and integration. Our values are honesty, loyalty, equality, originality, integrity, and communication. ' 01 The Central California EMS Agency is a multi-county EMS region that includes Fresno, Kings, Madera, and Tulare Counties. With a population of more than 1.8 million people and a geographical size exceeding 14,400 square miles, the CCEMSA region is in central California in the heart of the San Joaquin Valley. The region is very diverse in its geography, which includes vast agricultural land expanding through larger metropolitan areas and extending into the Sierra Nevada mountains. Tourism has a large impact on the region since the region is the gateway to Yosemite, Kings Canyon, and Sequoia National Parks, as well as popular recreational areas in the counties and in the Sierra and Sequoia National Forests. The region continues to see increases year over year in prehospital call volume. While the prehospital providers have resources to respond to these incidents, the challenges occur at the receiving hospitals, which are still experiencing significant overcrowding and very busy emergency departments. AMBULANCE RESOURCES County ALS ALS Rescue CCT Helicopter BLS Total Fresno 77 2 2 ? 22 104 Kings 12 0 0 0 1 13 Nadera 11 0 0 0 1 11 Tulare 29 0 1 2 4 36 Total 126 2 3 5 28 164 EMS PROVIDERS County Ambulance First Responder Helicopter Total Fresno 22 2 30 Kincls 1 4 I,l adera 2 4 Tulare 12 2 19 Total 14 42 4 60 2 CERTIFIED PERSONNEL 024 CAL VOLUME EMS Dispatchers 135 County Responses Transports EMTs 2.659 Fresno 208.009 142,195 Paramedics 463 Kin s 24.037 1T837 L-IICN 288 Madera 22.291 13.801 Base Phvsicians 263 Tulare 55 249 39 312 TAD Paramedics 226 Total 309,586 213,145 CCT Paramedics 20 Total 4054 EMS DISPATCH CENTERS HOSPITALS Dispatch Center Volume Receiving 14 Fresno County ENIS Communications 254.337 Base Hospital 7 Tulare Consolidated Ambulance Dispatch 55 249 Trauma 3 Total Cal Volume 309.5861 STEMI 3 Stroke 8 Pe d 1 Stand-by 3 SCOPE OF WORK The multicounty EMS agency shall operate and manage a regional EMS system, and report on accomplished work and duties to EMSA, in accordance with Division 2.5 of the Health and Safety Code and Title 22, CCR, Division 9. PLAN/DATA SUBMISSION The multicounty EMS agency must be in compliance with Sections 1797.250 and 1797.254 of the Health and Safety Code. As such, the multicounty EMS agency shall have an EMS Plan approved by EMSA on file covering the time period of the previous fiscal year of funds being received. A multicounty EMS agency that has implemented a specialty care system such as a Trauma, STEMI /Stroke, and EMS for Children program, shall complete and submit for each system implemented, a plan annually to EMSA in compliance with Sections 1797.257, 1797.258, and 1799.205 of the Health and Safety Code, and Chapters 7, 7.1, 7.2, and 14 of Title 22, CCR, Division 9. The multicounty EMS agency must complete and submit a QI program annually to EMSA in compliance with Chapter 12 of Title 22, CCR, Division 9. The multicounty EMS agency shall regularly provide to EMSA data it receives consistent with Section 1797.227 of the Health and Safety Code that conforms to EMSA's California EMS Information System Standards, National EMS Information System, and the California State EMS Data Set. AUDIT The multicounty EMS agency shall have an annual financial audit conducted by an independent or county auditor covering the fiscal year in which funds were allocated. A copy of the audit must be received by EMSA by December 31 st. (See Section 6.1 -Audit) The final audit shall determine: • All costs incurred have been in accordance with the contract and EMSA#104. • Proper accounting records have been maintained for the administration of the multicounty EMS agency and source documents have been filed. • All reimbursements have been proper and reflect actual and allowable costs. • Physical inventory has been taken of all equipment/property purchased with State General Fund money. (See Sections 3.4 and 5.3) • Provisions have been made to retain source documents supporting costs incurred for at least three years after the applicant agency has received final payment or until any audit exceptions are resolved. QUARTERLY REPORTING 1st THROUGH 4th QUARTER TASK REPORTS Quarterly Reports are due to EMSA by the 15th calendar day of the month following the end of each quarter. The fourth quarter report is due by August 1st and must include a Supplemental Year-End Data Report. Funding will be withheld if Quarterly Reports are not submitted timely. Quarterly Reports must contain a detailed description of work performed, the duties of all parties, and a summary of activities that have been accomplished during the quarter to meet the following eight EMS system components: 1. System Organization and Management; 2. Manpower and Training; 3. Communications; 4. Transportation; 5.Assessment of Hospitals and Critical Care Centers; 2025/26 Regional Funding Application Page 2 6. Data Collection and Evaluation; 7. Public Information and Education; and 8. Disaster Response. SUPPLEMENTAL YEAR-END DATA REPORT The Supplemental Year-End Data Report is due to EMSA by August 1st and must be submitted with the 4th Quarter Task Report. The Supplemental Year-End Data Report must include year-end data for the above eight EMS system components. 2025/26 Regional Funding Application Page 3 LEMSA Central California EMS Agency FY Period 2025-26 Funding 41 Funding Sou rce/Category FundingAmount State General Fund(SGF) Base Funds $426.447 SGF Manpower and Training BCP' Funds $261.237 SGF Communications BCP' Funds $272,763 S GF Trans portation BCP• Funds $0 SGF Assessment of Hospitals and Critical Care Centers BCP" Funds $0 SGF System organization and Management BCP' Funds $0 SGF Data Collection and Evaluation BCP" Funds $0 SGF Public Information and Education BCP' Funds $0 SGF Disaster Response BCP' Funds $0 Local&Other Funds $3,377,813 'BCP=California State General Fund Budget Change Proposal 4120-022-BCP-2022-A1 Total SGF Base Funds Total SGF BCP Funds Total Local/Other Funds Total Funds S426,447 $534.000 S3,377,813 S4.338,260 Expenses Expenses Category Local SFG Base SGF BCP Total Personnel Wages $931.760 $282,978 $173,349 S1,388,087 Personnel Fringe Benefits $915,429 $104,702 $64,139 S1,084,270 General Expenses $0 $0 $0 So Communications Expenses $503,932 $0 $34,254 $538.186 Facilities Expenses $0 $0 $0 so Contractors&Professional Services Expenses $0 $0 $0 so IT&Data Processing Expenses $1,026,693 $0 $213,713 $1.240.406 Travel Expenses $0 $0 $0 so Training Expenses $0 $0 $0 So Other Expenses $0 $0 $0 s0 Administrative/Indirect Costs(Maximum 10°io) N/h $38.767 $48.545 $87.312 Total Local Expenses SGF Base Expenses SGFBCPExpenses Total Expenses $3.377.813 S426,447 $534.000 S4,338,260 PROGRAM Program Funding Source/Description Local Other SGF Total State General Fund(SGF) -Total Base- BCP 5960,447 S960,447 Fire&EMS Dispatch Contracts S1,046.075 S1,046,075 1991& 2011 Health Realignment $1,204,507 S1,204,507 EMS Certification Fees $185,530 $185,530 Paramedic Program Tuition&College Fees $723,950 S723,950 Tulare, Kings, Madera County Fees $161,624 S161,624 HPP-LEMSA $56,127 S56,127 Total Program Funding $3,377,813 SO 5960,447 S4,338,260 Program Funding Notes& Explanation of Other Revenue Communications Expenses Communications Expenses Detail Local SGF Base SGF BCP Total Radio Access 24x7x365 $503,932 534.254 S538,186 Total Communications Expenses $503,932 $0 $34,254 $538,186 Communications Expenses Narrative This cost represents the current county cost for radio access charges for EMS Communications.The SGF BCP amount accounts for approx.30 radios used in the ruraland partner counties at a rate of$95.15 per radio/per month. Information Technology (IT) & Data Processing Expenses IT& Data Processing Expenses Detail Local SGF Base SGF BCP Total CAD Software for EMS Comms. Center $53.208 S213,713 S266,921 Priority Dispatch Software 592,400 S92,400 StatusNet911 Web Hospital Comms.System $33,449 S33,449 EMS Comms Center Server Hosting Costs $847,636 5847,636 Total IT& Data Processing Expenses 51,026,693 SO 5213,713 S1,240,406 IT& Data Processing Expenses Narrative The SGF BCP cost represents a portion of the ongoing computer aided dispatch software and software annual maintenance costs for partner counties and rural communities.The budgeted cost represents the EMS Communications Center annualsofrivare maintenance cost for the Central Square Dispatch System and software,which provides the primary dispatch for the EMS Region. IApplication Fringe Ben ef its(Max To ta I: 37%ofWages) Total Personnel Expenses Benefit Type %c of Wages Personnel Wages Retirement Non SGF SGF Funded (detailed below) Healthlnsurance Funded Local SGF Base SGFBCP Dental Insurance $887,096 $44.664 $282.978 S173,349 Life/DisabilityInsurance Personnel FringeBenefits Vision Insurance Non SGF SGF Funded (detailed below) Workers Compensation Insurance Funded Local SGF Base SGF BCP Total(Max 37%for SGF Allocation s) 37.00% $898.903 $16.526 S104.702 S64.139 SGF Base Wor BCP Funded Staff#1 Name John Cardona Wage Allocation% Title/Classification Senior EMS Specialist Local 0.00 _ Hourly Rate TotatAnnual(FY) Hours An nu at Wages SGF Base 100.00Ce - -- SGF BCP 0.00 Roles/ResponsibilRies Narrative Total 100.00"" Responsible foroverall supervision of Operations in Fresno.Kings,Madera aril Tulare Wage Allocation$ Counties. Responsibilities include implementation and enforcement of policyand procedures.investigation of incidents.coordination between agencies and the EMS Local SO agency.first responder liaison,hospital a nd ba se hospital coordination,and attendance at SGF Base S90.750 EMS related meetings. 100;t of his salary is paid for with State GF. SGF BCP SO Total $90.750 SGF Base Wor BCP Funded Staff#2 Narne Mato-Kuwapi Parker Wage Allocation% Title/Classification Senior EMS Specialist Local 0.001/0 Hourly Rate TotatAnnuat(FY) Hours Annual Wages SGF Base 0.001/0 _ C S ". = SGF BCP 100.00% Roles/Responsibilities Narrative Total 100.000/0 Responsible foroverall management cf ccntinucus quality improvement in Fresno. Kings, Wage Allocation$ f1a dera.and Tulare Counties. Responsibilities include oversight of data collection and evaluation.quality assurancereporting,monitoringof specialty carecenters(trauma. Local SO STEMI,stroke).and EMS certification. 100?t of this salary is paid for with State GF. SGF Base SO SGF BCP S90.750 Total S90.750 SGF Base Wor BCP Funded Staff#3 Name Curtis Jack Wage Allocation% Title/Classification Senior EMS Specialist Local 0.00- Hourly Rate TotalAnnual(FY) Hours An nu at Wages SGF Base 37.32'' S43.6C SGF BCP O.CC Roles/Responsibilities Narrative Total 3 7.3 Responsible for Disaster Medical Services for the EMS region.which includes coordination Wage Allocation S with ambulance providers, hospitals and allied agencies in disaster response and preparedness.37.384c of this salary is paid for with State GF. Local SO SGF Base $33.925 SGFBCP SO Total S33.925 SGF Base Wor BCP Funded Staff#4 Name Damiana Looney Wage Allocation% Title/Classification EMS Specialist Local 0.00ci: Hourly Rate TotatAnnual(FY) Hours Annual Wages SGF Base 0.00;." S39.71 2020 $82,599 SGFBCP 100.00^-: Roles/Responsibilities Narrative Total 100.0 Responsible for Fresno and Kings operations and oversight.which includes ambulance Wage Allocation S inspections, performance reviews,contract compliance evaluations,performance and appeal investigation.EMCC preparation, system performance reports.and attendance at Local $C EMS related meetings. 100?e of her salary is paid forwith State GF. SGF Base SO SGFBCP $82.599 Total $82.599 SGF Base Wor BCP Funded Staff#5 Name Traci e Corazzin i Wage Allocat io n% Title/Classification EMS Specialist Local 54.074-.` Hourly Rate TotalAnnual(FY) Hours An nu at Wages SGF Base 45.93ciii, $39.7 S82.5�:,D SGFBCP 0.0V" Roles/Responsibilities Narrative Total 100.00" Responsible for Madera and-Mare operations a nd oversight.which includes ambulance Wage Allocatio n S inspections,performance reviews,contract compliance evaluations,performance and appeal investigation.Tulare County Ambulance Commission preparation,system Local $44,664 performance reports.and attendance at EMS related meetings.46.729;t of her salary is SGF Base $37,935 paid forwith State GF. SGFBCP SO Total $82.599 SGF Base Wor BCP Funded Staff#6 Name Salvador Rodriguez Wage Allocation% Title/Classification EMS Specialist Local 0.000/0 HourlyRate TotalAnnual(FY) Hours AnnuaLWages SGF Base 100.00% S39.71 2080 $82.599 SGF BCP 0.00% Roles/Responsibilities Narrative Total 100.00% ,kssistswith managementof continUOUs qL13 lity improvement in Fresno Kings.Madera.and Wage Allocation $ -ulare counties.1004b of this salary is paid for vith State GF. Local SO SGF Base S82.599 SGF BCP SO Total $82.599 SGF Base Wor BCP Funded Staff#7 Name Gin a Alo nso Wage Allocation% Title/Classification Office Assistant III Local 0.00'. Hourly Rate TotaLAnnuaL(FY) Hours An nuaLWages SGF Base 75.007 $50.359 SGF BCP 0.00' Roles/Responsibilities Narrative Total 75.00 Responsible forclericalsupport for the operations division.Which includes miscellaneous Wage Allocation $ administrative support.meetingminutes.purchasingand inventory.requisition management.and correspondence materials.75;E of this salary is paid forwith State GF. LocaL SO SGF Base S37.769 SGF BCP SO Total S37.769 Central California ENIS Agency Division Manager DANIEL LYNCH Senior Staff Analyst Administrative Assistant DOUG LOERA JULIE YANG _j EMS Medical Director MIRANDA LEWIS,M.D. Office Assistant GINA ALONSO Asst.EMS Medical Directors FINERGENCY MEDICAL GEOFF STROH,M.D. $Egg $ Communications Operations Education Disaster Sen•ices Specialty Sen•ices Coordinator Coordinator Coordinator Coordinator Coordinator MATT MYERS JOIiV C.ARDO�tA SHELLIA ALANIZ CLTRTIS JACK XIATO PARKER SP STY EI�ISCO\fAiLTtICATIONS REGIONAL 7P=E TRL�GCONTINUOUS CENTER OPERATIONS PROGRAMS DISASTER CERTIFICATION QUALITY COURSE IMPROVEMENT r rJEFF )•Items Procedure EMS S ecialist EMS Specialist EM Specialist E\f5 Specialist EMS Specialist P D N EMS Specialist Anal st NATIi�\COOPER DE.AVER DIIA\.a TRaCIE RICK LAKELA CH S.�I RODRIGUEZ LOONEY CORAZZLVI EMS Specialist _ Program Technician VACANT MONICA BAUTISTA "EMS Specialist •EMS Specialist Andrew CiPolla Cesar Contreras Office Assistant •E_\•fS Specialist "EMS Specialist — TUB HER(Nuam) Jacob Martinez Taylor Spierling 'EATS Specialist 'EMS Specialist Lonnie Taylor Clarissa Torral�a 'EMS Specialist 'EMS Specialist VACANT VACANT *Extra-help:Part-timeinstmetors I25/26 Regional FundingApplication Agreement between the County of Fresno, Acting as the Central California EMS Agency, and the California Emergency Medical Services Authority (EMSA) Name/No.: Central California EMS Agency Grant (State Agreement No. C25-005) Fund/Subclass: 0001/10000 Organization #: 56201692 Revenue Account #: 3503