Loading...
HomeMy WebLinkAboutA9070 - EMERGENCY RESILIENCE, LLC2 Original: Amendment No. 3 CONTRACT ABSTRACT Contract Company Name: Company Contact: Summary of Services: Funding Source: Contract Term: Munis Contract Number: Emergency Resilience, LLC Alexandra Jabr, Owner Emergency Medical Services Continuous Quality Improvement (CQI) Coordinator Services 1006000 40105 07/01/22 – 06/30/23 Contract Administration Lead Department: Contract Administrator: Fire Department J. Kevin Nalder, Fire Chief Contract Approvals Council/Community Redev Agency Approval Date: Agenda Item No. / Resolution No.: Agreement Number: Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: J. Kevin Nalder, Fire Chief Submitted on: 04/14/22 By: Janet Vines, Administrative Assistant A9070 (Not to exceed $50,000) DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E CONTRACT SERVICES AGREEMENT# EMERGENCY MEDICAL SERVICES QUALITY IMPROVEMENT COORDINATOR THIS AGREEMENT FOR CONTRACT SERVICES ("Agreement") is made and entered into on July 1, 2022, by and between the City of Palm Springs, a California charter city andmunicipal corporation ("City"), and Emergency Resilience, LLC ("Contractor"). City and Contractor are individually referred to as "Party" and are collectively referred to as the "Parties". RECITALS A.City requires the services of an Emergency Medical Services Continuous QualityImprovement (CQI) Coordinator, for the Palm Springs Fire Department Paramedic Program, ("Project"). B.Contractor has submitted to City a proposal to provide Emergency MedicalServices Continuous Quality Improvement (CQI) Coordinator services, to City under the terms of this Agreement. C.Based on its experience, education, training, and reputation, Contractor 1squalified and desires to provide the necessary services to City for the Project. D.City desires to retain the services of Contractor for the Project.NOW, THEREFORE, in consideration of the promises and mutual obligations, covenants, and conditions contained herein, and other valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1.CONTRACTOR SERVICES AGREEMENT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, Contractor shall provide Emergency Medical Services Continuous Quality Improvement (CQI) Coordination services to City as described in the Scope of Services/Work attached to this Agreement as Exhibit "A" and incorporated herein by reference (the "Services" or "Work"). Exhibit "A" includes the agreed upon schedule of performance and the schedule of fees. Contractor warrants that the Services shall be performed in a competent, professional, and satisfactory manner consistent with the level of care and skill ordinarily exercised by high quality, experienced, and well qualified members of the profession currently practicing under similar conditions. In the event of any inconsistency between the terms contained in the Scope of Services/Work and the terms set forth in this Agreement, the terms set forth in this Agreement shall govern. 1.2 Compliance with Law. Contractor shall comply with all applicable federal, state, and local laws, statutes and ordinances and all lawful orders, rules, and regulations when Revised: 5/1/2020 A9070 DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E performing the Services. Contractor shall be liable for all violations of such laws and regulations in connection with the Services and this Agreement. 1.3 Licenses and Permits. Contractor shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the Services required by this Agreement. 1.4 Familiarity with Work. By executing this Agreement, Contractor warrants that it has carefully considered how the Work should be performed and fully understands the facilities, difficulties, and restrictions attending performance of the Work under this Agreement. 2. TIME FOR COMPLETION The time for completion of the Services to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the work of this Agreement according to the agreed upon schedule of performance set forth in Exhibit "A." Neither Party shall be accountable for delays in performance caused by any condition beyond the reasonable control and without the fault or negligence of the non-performing Party. Delays shall not entitle Contractor to any additional compensation regardless of the Party responsible for the delay. 3. COMPENSATION OF CONTRACTOR 3.1 Compensation of Contractor. Contractor shall be compensated and reimbursed for the services rendered under this Agreement in accordance with the schedule of fees set forth in Exhibit "A". The total amount of Compensation shall not exceed $50,000.00 3.2 Method of Payment. In any month in which Contractor wishes to receive payment, Contractor shall submit to City an invoice for Services rendered prior to the date of the invoice, no later than the first working day of such month, in the form approved by City's finance director. Payments shall be based on the hourly rates set forth in Exhibit "A" for authorized services performed. City shall pay Contractor for all expenses stated in the invoice that are approved by City and consistent with this Agreement, within thirty (30) days of receipt of Contractor's invoice. 3.3 Changes. In the event any change or changes in the Services is requested by City, Parties shall execute a written amendment to this Agreement, specifying all proposed amendments, including, but not limited to, any additional fees. An amendment may be entered into: A. To provide for revisions or modifications to documents, work product, or Work, when required by the enactment or revision of any subsequent law; or B. To provide for additional services not included in this Agreement or not customarily furnished in accordance with generally accepted practice in Contractor's profession. 2 Revised: 5/1/2020 DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E 3.4 Appropriations. This Agreement is subject to, and contingent upon, funds being appropriated by the City Council of City for each fiscal year. If such appropriations are not made, this Agreement shall automatically terminate without penalty to City. 4.PERFORMANCE SCHEDULE 4.1 Time of Essence. Time is of the essence in the performance of this Agreement. 4.2 Schedule of Performance. All Services rendered under this Agreement shall be performed under the agreed upon schedule of performance set forth in Exhibit "A." Any time period extension must be approved in writing by the Contract Officer. 4.3 Force Maieure. The time for performance of Services to be rendered under this Agreement may be extended because of any delays due to a Force Majeure Event if Contractor notifies the Contract Officer within ten (10) days of the commencement of the Force Majeure Event. A Force Majeure Event shall mean an event that materially affects the Contractor's performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the Work); and ( 4) pandemics, epidemics or quarantine restrictions. For purposes of this section, "orders of governmental authorities," includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. After Contractor notification, the Contract Officer shall investigate the facts and the extent of any necessary delay, and extend the time for performing the Services for the period of the enforced delay when and if, in the Contract Officer's judgment, such delay is justified. The Contract Officer's determination shall be final and conclusive upon the Parties to this Agreement. The Contractor will not receive an adjustment to the contract price or any other compensation. Notwithstanding the foregoing, the City may still terminate this Agreement in accordance with the termination provisions of this Agreement. 4.4 Term. Unless earlier terminated in accordance with Section 4.5 of this Agreement, this Agreement shall continue in full force and effect for a period of one year, commencing on July 1, 2022, and ending on June 30, 2023, unless extended by mutual written agreement of the Parties. 4.5 Termination Prior to Expiration of Term. City may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor. Where termination is due to the fault of Contractor and constitutes an immediate danger to health, safety, and general welfare, the period of notice shall be such shorter time as may be determined by the City. Upon receipt of the notice of termination, Contractor shall immediately cease all Services except such as may be specifically approved by the Contract Officer. Contractor shall be entitled to compensation for all Services rendered prior to receipt of the notice of termination and for any Services authorized by the Contract Officer after such notice. City shall not be liable for any costs other than the charges or portions thereof which are specified herein. Contractor shall not be entitled to payment for unperformed Services, and shall not be entitled to damages or compensation for termination of Work. If the termination is for cause, the City shall have the 3 Revised: 5/1/2020 DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E SIGNATURE PAGE TO CONTRACT SERVICES AGREEMENT BY AND BETWEEN THE CITY OF PALM SPRINGS AND EMERGENCY RESILIENCE, LLC IN WITNESS WHEREOF, the Parties have executed this Agreement as of the dates stated below. Date: ----------- Date: ----------- APPROVED AS TO FORM: By: ___________ _ Jeffrey S. Ballinger, City Attorney CONTRACTOR NAME: Emergency Resilience, LLC Alexandra Y. Jabr, Owner 1752 E Lugonia Ave, Ste. 117 # 1035 Redlands, CA 923 7 4 By ____________ _ Signature "CITY" City of Palm Springs By: ____________ _ J.Kevin Nalder, Fire Chief By: ____________ _ Justin Clifton, City Manager ATTEST By: ____________ _ Monique Lomeli, Acting City Clerk Check one: ..1L Individual _ Partnership_ Corporation II Revised: 5/1/2020 DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E 4/21/2022 4/14/2022 4/14/2022 DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E EXHIBIT A SCHEDULE OF FEES •Total compensation for services shall not exceed $50,000.00. •The Contractor shall be compensated for services rendered under Exhibit "A", Scope of Services, at an hourly rate of $45.00 per hour. Such hourly rate shall be reviewed annually by the City and the Contractor. Based upon satisfactory performance by the Contractor, the hourly rate may be adjusted annually, based upon the CPI (National). •Certain fees and premiums are eligible for reimbursement to the Contractor by the City as outlined in Section 4.0 . The Contractor must invoice the City separately for reimbursement. Any differential increased cost for such insurance outlined in 4. l(c) to the Contractors base automobile insurance must be documented by the insurance agent and attached to the invoice. •City agrees to reimburse Contractor for supplies, conference registration, travel cost, etc. on a case­ by-case basis and with prior written approval by the City. DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E •Review Patient Care Reports (PCR) daily and research discrepancies to identify deficiencies and recommend alternative solutions. •Limit liabilities and identify areas of educational opportunity. •Collect data from daily reviews and evaluate system, response, strengths and weaknesses retrospectively. •Develop quality assessment and improvement criteria to monitor EMS program; develop and implement data collection systems in Image Trend for analyzing and assessing the effectiveness of pre-hospital care. •Obtain clinical follow up on all complex calls or at request of the provider. •Attend meetings, conferences, seminars, and continuing educat ion classes that enhance the delivery of EMS to Palm Springs. •Participate in professional development training that can serve to benefit PSFD. •Supervision and administration of the Department CQI Plan. Conducts CQI in accordance with compliance goals set forth in said policy. •Implement, evaluate, and adjust CQI Plan (annually) in accordance with REMSA requirements. •Review and update on an annual basis, the Fire Department Quality Assessment/Quality Improvement (QA/QI) Plan in accordance with REMSA policy. •Make expert recommendations for internal policy changes. •Provide expert advice on EMS based perfonnance improvement plans. •Represent PSFD at CQILT (quarterly), PMAC (quarterly), and Stroke (quarterly). Meetings are all on the same quarterly schedul e and occur within the same month. •Represent PSFD at any meetings held by REMSA, STEMI/Stroke, EPCR working group, etc. •Remain up to date with latest research and emerging trends that would benefit and improve EMS services in Palm Springs. •Builds rapport and trust with all field personnel, acts as an advocate and advisor to EMS related concerns. •Remains available to the Fire Department by cell phone, email, or in person when conflict, concern or consult over an EMS related topic arises. •Work irregular or protracted hours based on the demands and needs of the department. •The EMS Coordinator will not be directly involved in entry level or promotional testing processes. The EMS Coordinator may be asked to provide input or recommendations to department supervisors on EMS related issues during an employee's probationary period and during an employee's annual evaluation. •Perform other EMS related services, not specifically contained herein, as requested by the Fire Chief or his/her designee. Duties & Responsibilities Pagel ofJ Emergency Resilience. LLC 14 Revised: 5/1/2020 DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E DocuSign Envelope ID: 413E2407-47F2-4188-B4C1-0499284D997E