HomeMy WebLinkAbout3621RESOLUTION NO. ~ 6 2 1
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN,
WASHINGTON, AUTHORIZING THE MAYOR AND CITY CLERK TO
EXECUTE A CONTRACT WITH KING COUNTY FOR BASIC LIFE
SUPPORT SERVICES FOR THE CONTRACT PERIOD OF JANUARY
1, 2003 TO DECEMBER 31, 2007 AND SPECIFYING FUNDING
TOTALS
WHEREAS, the City of Auburn is engaged in various municipal functions,
including public safety; and
WHEREAS, in order to provide for such services, it is appropriate and
advantageous that the City enter into a contract with King County to provide for Basic
Life Support Services, utilizing resources available from the County and better
addressing the needs of the citizens who depend on such services from the City of
Auburn.
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN,
WASHINGTON, IN A REGULAR MEETING DULY ASSEMBLED, HEREWITH
RESOLVES AS FOLLOWS:
Section 1. The Mayor and City Clerk of the City of Auburn, Washington, are
hereby authorized to execute King County Agency Services for Basic Life Support
Services in substantial conformity to Contract No. D33104D between the City of
Auburn and King County for the January 1, 2003 to December 31, 2007 contract
period and specifying the year 2003 funding total to the City of Auburn not to exceed
$331,066.00 and authorized to sign comparable contracts for the future years of the
---------------------------
Resolution No. 3621
June 10, 2003
Page ~
contract period. A copy of the Program Plan and Operating Budget is attached
hereto with a copy of said Contract, collectively designated as Exhibit "A" and
incorporated by reference in this Resolution.
Section 2. This Resolution shall be effective upon passage and signatures
hereon.
DATED and SIGNED this ~~ay of June, 2003.
CITY OF AUBURN
~
~--°~
____--;
TER B. LEWIS
MAYOR
ATTEST:
~ ,
~ C2"tirc.~~ ? ~~ ,
Dani E. Daskam,
City Clerk
APPROVED AS TO FORM:
--------------------
Resolution No. 3621
June 10, 2003
Page 2
~ity Httomey
King County Contract No. D33104D
Federal Taxpayer ID No. 91-6001228
DepartmentlDivision Seattle-King County Department of Public Health/Emergency Medical
Services Division
Agency Auburn Fire Department
Project Title Basic Life Support Services
Fund Code Real Property Taxes
Contract Period From: January 1, 2003
KING COUNTY AGENCY SERVICES CONTRACT - EMERGENCY MEDICAL SERVICES
THIS CONTRACT is entered into by KING COUNT'Y (the "County"), and Auburn Fire Department, whose
address is 1101 D Street NE, Auburn, Washington 98002 (the "Agency").
WHEREAS, the County has been advised that the following is the current funding source and the effective
dates of such funding source:
FUNDING SOURCE EFFECTIVE DATES
Real Property Ta~ces 1/1/02 -12/31/07
and
WI~EREAS, the County desires to have certain services performed by the Agency as described in this Contract,
and as authorized by Ordinance No. 14576.
NOW THEREFORE, in consideration of payments, covenants, and agreements hereinafter mentioned, to be
made and performed by the parties hereto, the parties covenant and do mutually agree as follows:
I.
~
~
~
~
~
SCOPE OF SERVICES
The Agency shall provide services and comply with the requirements set forth in this Contract; in
accordance with the Proposed Budget Form (E~chibit I) as approved annually by the Health Department,
and in accordance with Basic Life Support Standards (Exhibit II).
The following attached eaLhibits are incorporated herein by reference:
Scope of Services (Program Plan and Budget)
Basic Life Support Standards
Invoice
Mission, Method, and Expectations
Certificate of Insurance
TO December 31, 2007
Attached hereto as E~chibit I
Attached hereto as E~chibit II
Attached hereto as Exhibit III
Attached hereto as E~chibit IV
Attached hereto as Exhibit V
D33104D: Auburn FD
Basic Life Support Services Contract
II. DURATION OF CONTRACT
This Contract shall commence on the lst day of January 2003 and shall terminate on the 31st day of
December 2007, unless extended or terminated earlier, pursuant to the terms and conditions of the
Contract.
III. COMPENSATION AND MET~-IOD OF PAYMENT
A. The Agency shall submit E~ibit I annually to the Health Department for its review and approval
for determining funds to be distributed to the Agency. The County shall reimburse the Agency for
satisfactory completion of the services and requirements specified in this Contract, and in
accordance with the Proposed Budget Form (Exhibit I), as approved by the Health Department.
Payment to the Agency shall be made:
Upon receipt of the invoice as set forth in Exhibit III, which complies with the budget set
forth in Exhibit I.
B. The Agency shall submit an invoice and all accompanying reports as specified in the attached
e~chibits not more than 15 working days after the close of each indicated reporting period. The
County will initiate authorization for payment after approval of corrected invoices and reports.
The County shall make payment to the Agency not more than forty-five (45) days after the
appropriate invoice is received.
C. The Agency shall submit its final invoice and all outstanding reports within 30 days of the date
this Contract terminates. If the Agency's final invoice and reports are not submitted by the day
specified in this subsection, the County will be relieved of all liability for payment to the Agency
of the amounts set forth in said invoice or any subsequent invoice.
IV. OPERATING BUDGET
The Agency shall apply the funds received from the County under this Contract in accordance with the
Proposed Budget Form, as approved by the Health Department. The Proposed Budget may contain line
items for personnel salaries and benefits, per-shift payments, per-call payments, supplies, support
services, and total EMS funds allocated, consistent with RCW 84.52.069.
The Agency shall request prior approval from the County for amendment to the Proposed Budget when
the cumulative amount of transfers among the line items within each funding source's program budget
is expected, by the end of the budget period, to exceed 10% of the Contract amount for that program
budget.
"Cumulative transfers" shall be defined as the total amount of over-expenditures of individual line
items within a specific program budget; the total amount for said specific program budget remaining
unchanged. Supporting documents necessary to explain fully the nature and purpose of the amendment
must accompany each request for an amendment.
D33104D: Auburn FD
Basic Life Support Services Contract
V. INTERNAL CONTROL AND ACCOUNTING SYSTEM
The Agency shall establish and maintain a system of accounting and internal controls which complies
with applicable, generally accepted accounting principles, and governmental accounting and financial
reporting standards.
VI. MAINTENANCE OF RECORDS
A. The Agency shall maintain accounts and records, including personnel, property, financial, and
programmatic records and other such records as may be deemed necessary by the County to ensure
proper accounting for all Contract funds and compliance with this Contract.
B. These records shall be maintained for a period of six (6) years after termination hereof unless
permission to destroy them is granted by the O~ce of the Archivist in accordance with Revised
Code of Washington (RCW) Chapter 40.14.
C. The Agency shall inform the County in writing of the location, if different from the Agency
address listed on page one of this Contract, of the aforesaid books, records, documents, and other
evidence and shall notify the County in writing of any changes in location within ten (10) working
days of any such relocation.
VII. EVALUATIONS AND INSPECTIONS
A. The Agency shall provide right of access to its facilities, including those of any subcontractor to
the County, the state, and/or federal agencies or officials at all reasonable times in order to
monitor and evaluate the services provided under this Contract. The County will give advance
notice to the Agency in the case of fiscal audits to be conducted by the County.
B. The records and documents with respect to all matters covered by this Contract shall be subject at
all times to inspection, review, or audit by the County and/or federal/state officials so authorized
by law during the performance of this Contract and six (6) years after termination hereof, unless a
longer retention period is required by law.
C. The Agency agrees to cooperate with the County or its agent in the evaluation of the Agency's
performance under this Contract and to make available all information reasonably required by any
such evaluation process. The results and records of said evaluations shall be maintained and
disclosed in accordance with RCW Chapter 42.17.
VIII. CORRECTIVE ACTI
If the County determines that a breach of Contract has occurred, that is, the Agency has failed to
comply with any terms or conditions of this Contract or the Agency has failed to provide in any manner
the work or services agreed to herein, and if the County deems said breach to warrant corrective action,
the following sequential procedure will apply:
A. The County will notify the Agency in writing of the nature of the breach;
B. The Agency shall respond in writing within three (3) working days of its receipt of such
notification, which response shall indicate the steps being taken to correct the specified
deficiencies. The corrective action plan shall specify the proposed completion date for bringing
the Contract into compliance, which date shall not be more than ten (10) days from the date of the
D33104D: Auburn FD
Basic Life Support Services Contract
Agency's response, unless the County, at its sole discretion, specifies in writing an extension in
the number of days to complete the corrective actions;
C. The County will notify the Agency in writing of the County's determination as to the sufficiency
of the Agency's corrective action plan. The determination of sufficiency of the Agency's
corrective action plan shall be at the sole discretion of the County;
D. In the event that the Agency does not respond within the appropriate time with a corrective action
plan, or the Agency's corrective action plan is determined by the County to be insufficient, the
County may commence termination of this Contract in whole or in part pursuant to Section X.B;
E. In addition, the County may withhold any payment owed the Agency or prohibit the Agency from
incurring additional obligations of funds until the County is satisfied that corrective action has
been taken or completed; and
F. Nothing herein shall be deemed to affect or waive any rights the parties may have pursuant to
Section X, Subsections A, B, C, D, and E.
IX. ASSIGNMENT/SUBCONTRACTING
A. The Agency shall not assign or subcontract any portion of this Contract or transfer or assign any
claim arising pursuant to this Contract without the written consent of the County. Said consent
must be sought in writing by the Agency not less than fifteen (15) days prior to the date of any
proposed assignment.
B. "Subcontract" shall mean any agreement between the Agency and a subcontractor or between
subcontractors that is based on this Contract, provided that the term "subcontract" does not include
the purchase of (1) support services not related to the subject matter of this Contract, or (2)
supplies.
X. TERMINATION
A. This Contract may be terminated by the County without cause, in whole or in part, prior to the date
specified in Section II, by providing the Agency thirty (30) days advance written notice of the
termination.
B. The County may terminate this Contract, in whole or in part, upon seven (7) days advance written
notice in the event: (1) the Agency materially breaches any duty, obligation, or service required
pursuant to this Contract, or (2) the duties, obligations, or services required herein become
impossible, illegal, or not feasible.
If the Contract is terminated by the County pursuant to this Subsection X.B.(1)., the Agency shall
be liable for damages, including any additional costs of procurement of similar services from
another source.
If the termination results from acts or omissions of the Agency, including but not limited to
misappropriation, nonperformance of required services, or fiscal mismanagement, the Agency
shall return to the County immediately any funds, misappropriated or unexpended, which have
been paid to the Agency by the County.
D33104D: Auburn FD
Basic Life Support Services Contract
C. If expected or actual funding is withdrawn, reduced, or limited in any way prior to the termination
date set forth above in Section II, the County may, upon written notification to the Agency,
terminate this Contract in whole or in part.
If the Contract is terminated as provided in this Subsection: (1) the County will be liable only for
payment in accordance with the terms of this Contract for services rendered prior to the effective
date of termination; and (2) the Agency shall be released from any obligation to provide such
further services pursuant to the Contract as are affected by the termination.
Funding or obligation under this Contract beyond the current appropriation year are conditional
upon appropriation by the County Council of sufficient funds to support the activities described in
the Contract. Should such appropriation not be approved, this Contract will terminate at the close
of the current appropriation year.
D. This Contract may be terminated by the Agency without cause, in whole or in part, prior to the
date specified in Section II, by providing the County one-year advance written notice of the
termination.
E. The Agency may terminate this Contract upon seven (7)- days written notice, should the County
commit any material breach of this Contract. If the Contract is terminated by the Agency pursuant
to this subsection, the County shall be liable for damages caused to the Agency as a result of the
breach.
F. Nothing herein shall limit, waive, or extinguish any right or remedy provided by this Contract or
law that either party may have in the event that the obligations, terms, and conditions set forth in
this Contract are breached by the other party.
XI. FUTURE SUPPORT
The County makes no commitment to support the services contracted for herein and assumes no
obligation for future support of the activity contracted herein except as expressly set forth in this
Contract.
XII. HOLD HARMLESS AND INDEMNIFICATION
A. In providing services under this Contract, the Agency is an independent Contractor, and neither it
nor its officers, agents, or employees are employees of the County for any purpose. The Agency
shall be responsible for all federal and/or state tax, industrial insurance, and Social Security
liability that may result from the performance of and compensation for these services and shall
make no claim of career service or civil service rights which may accrue to a County employee
under state or local law.
The County assumes no responsibility for the payment of any compensation, wages, benefits, or
taxes by, or on behalf of the Agency, its employees, and/or others by reason of this Contract. The
Agency shall protect, indemnify, and save harmless the County, their officers, agents, and
employees from and against any and all claims, costs, and/or losses whatsoever occurring or
resulting from (1) the Agency's failure to pay any such compensation, wages, benefits, or taxes,
and/or (2) the supplying to the Agency of work, services, materials, or supplies by Agency
employees or other suppliers in connection with or support of the performance of this Contract.
D33104D: Auburn FD
Basic Life Support Services Contract
B. The Agency further agrees that it is financially responsible for and will repay the County all
indicated amounts following an audit exception which occurs due to the negligence, intentional
act, and/or failure, for any reason, to comply with the terms of this Contract by the Agency, its
officers, employees, agents, and/or representatives. This duty to repay the County shall not be
diminished or extinguished by the prior termination of the Contract pursuant to the Duration of
Contract or the Termination section.
C. The Agency shall protect, defend, indemnify, and save harmless the County, its officers,
employees, and agents from any and all costs, claims, judgments, and/or awards of damages,
arising out of, or in any way resulting from, the negligent acts or omissions of the Agency, its
officers, employees, and/or agents in the performance of their obligations under this contract. The
Agency agrees that its obligations under this subparagraph extend to any claim, demand, andlor
cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, the
Agency, by mutual negotiation, hereby waives, as respects the County only, any immunity that
would otherwise be available against such claims under the Industrial Insurance provisions of Title
51 RCW. In the event the County incurs any judgment, award, and/or cost arising therefrom
including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs
shall be recoverable from the Agency.
The County shall protect, defend, indemnify, and save harmless the Agency, its officers,
employees, and agents from any and all costs, claims, judgments, and/or awards of damages,
arising out of, or in any way resulting from, the negligent acts or omissions of the County, its
officers, employees, or agents in the performance of their obligations under this contract in the
performance of their obligations under this contract. The County agrees that its obligations under
this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of,
any of its employees or agents. For this purpose, the County, by mutual negotiation, hereby
waives, as respects the Agency only, any immunity that would otherwise be available against such
claims under the Industrial Insurance provisions of Title 51 RCW. In the event the Agency incurs
any judgment, award, and/or cost arising therefrom including attorneys' fees to enforce the
provisions of this article, all such fees, expenses, and costs shall be recoverable from the County.
Claims shall include, but not be limited to, assertions that use or transfer of software, book,
document, report, film, tape, or sound reproduction or material of any kind, delivered hereunder,
constitutes an infringement of any copyright, patent, trademark, trade name, and/or otherwise
results in unfair trade practice.
Nothing contained within this provision shall affect and/or alter the application of any other
provision contained within this agreement.
XIII. INSURANCE REQUIREMENTS
A. By the date of execution of this Contract, the Agency shall procure and maintain for the duration
of this Contract, insurance against claims for injuries to persons or damages to property which
may arise from, or in connection with, the performance of work hereunder by the Agency, its
agents, representatives, employees, and/or subcontractors. The costs of such insurance shall be
paid by the Agency or subcontractor. The Agency may furnish separate certificates of insurance
and policy endorsements for each subcontractor as evidence of compliance with the insurance
requirements of this Contract.
D33104D: Auburn FD
Basic Life Support Services Contract
For All Coverages: Each insurance policy shall be written on an "occurrence" form; except that
insurance on a"claims made" form may be acceptable with prior County approval.
If coverage is approved and purchased on a"claims made" basis, the Agency warrants
continuation of coverage, either through policy renewals or the purchase of an extended discovery
period, if such extended coverage is available, for not less than three years from the date of
Contract termination, and/or conversion from a"claims made" form to an "occurrence" coverage
form.
By requiring such minimum insurance, the County shall not be deemed or construed to have
assessed the risks that may be applicable to the Agency under this Contract. The Agency shall
assess its own risks and, if it deems appropriate andlor prudent, maintain greater limits and/or
broadercoverage.
Nothing contained within these insurance requirements shall be deemed to limit the scope,
application and/or limits of the coverage afforded, which coverage will apply to each insured to
the full extent provided by the terms and conditions of the policy(s). Nothing contained within
this provision shall affect and/or alter the application of any other provision contained within this
Agreement.
B. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. General Liability:
Insurance Services Office form number (CG 00 Ol Ed. ll-88) covering COMMERCIAL
GENERAL LIABILITY).
2. Professional Liability:
Professional Liability, Errors, and Omissions coverage. In the event that services delivered
pursuant to this Contract either directly or indirectly involve or require professional services,
Professional Liability, Enors, and Omissions coverage shall be provided. "Professional
Services", for the purpose of this Contract section, shall mean any services provided by a
licensed professional.
3. Automobile Liability:
In the event that services delivered pursuant to this Contract involve the transportation of
clients by Agency personnel in Agency-owned vehicles or non-owned vehicles, the Agency
shall provide evidence of the appropriate automobile coverage.
Insurance Services Office form number (CA 00 O1 Ed. 12-90) covering BUSINESS AUTO
COVERAGE, symbol 1"any auto"; or the appropriate coverage provided by symbols 2, 7, 8,
or 9.
D33104D: Auburn FD
Basic Life Support Services Contract
4. Workers' Compensation:
Workers' Compensation coverage, as required by the Industrial Insurance Act of the State of
Washington, as well as any similar coverage required for this work by applicable federal or
"Other States" state law.
C. Minimum Limits of Insurance
The Agency shall maintain limits no less than, for:
1. General Liability: 1 Million combined single limit per occurrence by bodily injury, personal
injury, and property damage, and for those policies with aggregate limits, a$2 Million
aggregate limit. ~
2. Professional Liability, Errors, and Omissions: 1 Million.
3. Automobile Liability: 1 Million combined single limit per accident for bodily injury and
property damage.
4. Workers' Compensation: Statutory requirements of the state of residency.
D. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to, and approved by, the County. The
deductible and/or self-insured retention of the policies shall not apply to the Agency's liability to
the County and shall be the sole responsibility of the Agency.
E. Other Insurance Provisions
The insurance policies required in this Contract are to contain, or be endorsed to contain, the
following provisions:
l. General Liabilitv Policies
a. The County, its officers, officials, employees, and agents are to be covered as additional
insureds as respects liability arising out of activities performed by or on behalf of the
Agency in connection with this Contract.
b. To the extent of the Agency's negligence, the Agency's insurance coverage shall be
primary insurance as respects the County, its officers, officials, employees, and agents.
Any insurance and/or self-insurance maintained by the County, its officers, officials,
employees, or agents shall not contribute with the Agency's insurance or benefit the
Agency in any way.
c. The Agency's insurance shall apply separately to each insured against whom claim is
made and/or lawsuit is brought, except with respect to the limits of the insurer's liability.
D33104D: Auburn FD
Basic Life Support Services Contract
2. All Policies
Coverage shall not be suspended, voided, canceled, reduced in coverage or in limits, except by
the reduction of the applicable aggregate limit by claims paid, until after forty-five (45) days
prior written notice has been given to the County.
F. Acceptabilitv of Insurers
Unless otherwise approved by the County,
Insurance is to be placed with insurers with a Bests' rating of no less than A:VIII, or, if not rated
with Bests, with minimum surpluses the equivalent of Bests' surplus size VIII.
Professional Liability, Errors, and Omissions insurance may be placed with insurers with a Bests'
rating of B+VII. Any exception must be approved by King County.
If, at any time, the foregoing policies shall be or become unsatisfactory to the County, as to form
or substance, or if a company issuing any such policy shall be or become unsatisfactory to the
County, the Agency shall, upon notice to that effect from the County, promptly obtain a new
policy, and shall submit the same to the County, with appropriate certificates and endorsements,
forapprovaL
G. Verification of Coverage
The Agency shall furnish the County with certificates of insurance and endorsements required by
this Contract. The certificates and endorsements for each insurance policy are to be signed by a
person authorized by that insurer to bind coverage on its behalf. The certificates and
endorsements for each insurance policy are to be on forms approved by the County prior to the
commencement of activities associated with the Contract. The County reserves the right to require
complete, certified copies of all required insurance policies at any time.
H. Subcontractors
The Agency shall include all subcontractors as insureds under its policies or shall furnish separate
certificates of insurance and policy endorsements from each subcontractor. Insurance coverages
provided by subcontractors as evidence of compliance with the insurance requirements of this
Contract shall be subject to all of the requirements stated herein.
Municipal or State Agencv Provisions
If the Agency is a Municipal Corporation or an Agency of the State of Washington and is self-
insured for any of the above insurance requirements, a certification of self-insurance shall be
attached hereto and be incorporated by reference and shall constitute compliance with this section.
XIV. NONDISCRIMINATION
The Agency shall comply with all applicable federal, state and local laws regarding discrimination.
D33104D: Auburn FD
Basic Life Support Services Contract
XV. NONDISCRIMINATION IN SUBCONTRACTING PRACTICES
A. In accordance with the provisions of Washington Initiative 200, no County Minority and
Women Business (M/WBE) utilization requirements shall apply to this Contract. No minimum
level of M/WBE subcontractor participation or purchase from M/WBE certified vendors is
required and no preference will be given by the County to a bidder or proposer for their
M/WBE utilization or M/WBE status. The completion of County M/WBE forms which may be
included in the contract documents is not required. Provided, however, that any affirmative
action requirements set forth in any federal regulations or statutes included or referenced in the
Contract documents will continue to apply.
B. During the term of this Contract, the Agency shall not create barriers to open and fair
opportunities for M/WBEs to participate in all County contracts and to obtain or compete for
contracts and subcontracts as sources of supplies, equipment, construction and services. In
considering offers from and doing business with subcontractors and suppliers, the Agency shall
not discriminate against any person on the basis of race, color, creed, religion, sex, age,
nationality, marital status, sexual orientation or the presence of any disability in an otherwise
qualified disabled person.
C. The Agency shall maintain, until at least 12 months after completion of all work under this
contract, records and information necessary to document its level of utilization of M/WBEs and
other businesses as subcontractors and suppliers in this contract and in its overall public and
private business activities. The Agency shall also maintain, until 12 months after completion
of all work under this contract, all written quotes, bids, estimates or proposals submitted to the
Contractor by all businesses seeking to participate in this Contract. The Agency shall make
such documents available to the County for inspection and copying upon request. If this
contract involves federal funds, Agency shall comply with all record keeping requirements set
forth in any federal rules, regulations or statutes included or referenced in the contract
documents.
D. King County encourages the utilization of minority owned businesses ("MBEs") and women-
owned businesses ("WBEs")(collectively, "M/WBEs") in County contracts. The County
encourages the following practices to open competitive opportunities for M/WBEs:
• Attending a pre-bid or pre-solicitation conference, if scheduled by the County, to
provide project information and to inform M/WBEs of contracting and subcontracting
opportunities.
• Placing all qualified small businesses attempting to do business in King County,
including M/WBEs, on solicitation lists, and providing written notice of subcontracting
opportunities to M/WBEs and all other small businesses capable of performing the
work, including without limitation all businesses on any list provided by the County, in
sufficient time to allow such businesses to respond to the written solicitations.
• Breaking down total requirements into smaller tasks or quantities, where economically
feasible, in order to permit maximum participation by small businesses including
M/WBEs.
• Establishing delivery schedules, where the requirements of this contract permit, that
encourage participation by small businesses, including M/WBEs.
• Providing M/WBEs that express interest with adequate and timely information about
plans, specifications, and requirements of the contract.
D33104D: Aubum FD
Basic Life Support Services Contract 10
Utilizing the services of available minority community organizations, minority
contractor groups, local minority assistance offices, the County, and other
organizations that provide assistance in the recruitment and placement of M/WBEs.
E. Any violation of the mandatory requirements of the provisions of this Section shall be a material
breach of contract for which the Agency may be subject to damages and sanctions provided for by
contract and by applicable law.
XVI. CONFLICT OF INTEREST
A. The Agency covenants that no officer, employee, or agent of the County who exercises any
functions or responsibilities in connection with the planning and implementation of the program
funded herein, or any other person who presently exercises any functions or responsibilities in
connection with the planning and implementation of the program funded herein shall have any
personal financial interest, direct or indirect, in this Contract. The Agency shall take appropriate
steps to assure compliance with this provision.
B. If the Agency violates the provisions of Subsection XVI.A., the County will not be liable for
payment of services rendered pursuant to this Contract. Violation of this Section shall constitute a
substantial breach of this Contract and grounds for termination pursuant to Section X. above, as
well as any other right or remedy provided in this Contract or law.
XVII. POLITICAL ACTIVITY PROHIBITED
None of the funds, materials, property, or services provided directly or indirectly under this Contract
shall be used, directly or indirectly, for the purpose of assisting a campaign for election of any person
to any office or for the promotion of or opposition to any ballot proposition.
XVIII. EOUIPMENT PURCHASE, MAINTENANCE, AND OWNERSHIl'
A. The Agency agrees that any equipment purchases, in whole or in part, with Contract funds at a
cost of $1,000 per item or more, when the purchase of such equipment is reimbursable as a
Contract budget item, is upon its purchase or receipt the property of the County and/or
federal/state government.
B. The Agency shall be responsible for all such property, including the proper care and maintenance
of the equipment; provided, however, that the County agrees that the Agency shall not be liable for
the normal wear and tear of such equipment.
C. The Agency will ensure that all such equipment will be returned to the County or federal/state
government upon termination of this Contract unless otherwise agreed upon by the parties.
D. The Agency will admit County staff to the Agency's premises for the purpose of marking such
property with County property tags.
E. The Agency shall establish and maintain inventory records and transaction documents (purchase
requisitions, packing slips, invoices, receipts) of equipment purchased with Contract funds.
D33104D: Auburn FD
Basic Life Support Services Contract i l
XIX. NOTICES
Whenever this Contract provides for notice to be provided by one party to another, such notice shall be:
A. In writing; and
B. Directed to the chief executive officer of the Agency and the director/manager of the County
departmenddivision specified on page 1 of this Contract.
Any time within which a party must take some action shall be computed from the date that the notice is
received by said party.
XX. PROPRIETARY RIGHTS
The parties to this Contract hereby mutually agree that if any patentable or copyrightable material or
article should result from the work described herein, all rights accruing from such material or article
shall be the sole property of the Agency. The Agency agrees to and does hereby grant to the County,
irrevocable, nonexclusive, and royalty-free license to use, according to law, any material or article and
use any method that may be developed as part of the work under this Contract. The for~going license
shall not apply to existing training materials, consulting aids, checklists, and other materials and
documents of the Agency which are modified for use in the performance of this Contract.
XXI. CONTRACT AMENDMENTS
Either party may request changes to this Contract. Proposed changes which are mutually agreed upon
shall be incorporated by written amendments to this Contract.
XXII. KING COUNTY RECYCLED PRODUCT PROCUREMENT POLICY
The Agency shall use recycled paper for the production of all printed and photocopied documents
related to the fulfillment of this Contract and shall ensure that, whenever possible, the cover page of
each document printed on recycled paper bears an imprint identifying it as recycled paper.
If the cost of recycled paper is more than 15% higher than the cost of non-recycled paper, the Agency
may notify the Contract Administrator, who may waive the recycled paper requirement.
The Agency shall use both sides of paper sheets for copying and printing and shall use
recycled/recyclable products wherever practical in the fulfillment of this Contract.
XXIII. ENTIRE CONTRACT/WAIVER OF DEFAULT
The parties agree that this Contract is the complete expression of the terms hereto and any oral or
written representations or understandings not incorporated herein are excluded. Both parties recognize
that time is of the essence in the performance of the provisions of this Contract. Waiver of any default
shall not be deemed to be a waiver of any subsequent default. Waiver of beach of any provision of the
Contract shall not be deemed to be a waiver of any other or subsequent breach and shall not be
construed to be a modification of the terms of the Contract unless stated to be such through written
approval by the County, which shall be attached to the original Contract.
D33104D: Auburn FD
Basic Life Support Services Contract ~ 2
XXIV. SERVICES PROVIDED IN ACCORDANCE WITH LAW AND RULE AND REGULATION
The Agency and any subcontractor agree, when applicable, to abide by the terms of Washington State
law and rules and regulations promulgated thereunder; the Basic Interagency Contract between the
Department of Social and Health Services and King County, as amended, and regulations of the state
and federal governments, as applicable, which control disposition of funds granted under this Contract,
all of which are incorporated herein by reference.
In the event that there is a conflict between any of the language contained in any exhibit or attachment
to this Contract, the language in the Contract shall have control over the language contained in the
e~chibit or the attachment, unless the parties affirmatively agree in writing to the contrary.
KING COUNTY
CITY OF AUBiJRN
AUBURN FIRE DEPARTMENT
- ~
FOR =---_...._..~
,
King County Exe t~ve Signature ~
' ~ '3 Peter B. Lewis, Mayor
Date Name (Please type or print)
June 16, 2003
Approved as to Form:
OFFICE OF THE KING COUNTY
PROSECUTING ATTORNEY
February 25, 2003
Date
~.. ~.....
.:..~
.. .''4.: . ., ~ . . . .
i ij C:r. _ o•. ,
. t ~--
~ ~ s. •
D33104D: Auburn FD
Basic Life Support Services Contract 13
EMERGENCY MEDICAL S~RVICES FUNDS
2003 PROPOSED BUDGET FORM - BASIC LIFE SUPPORT SERVICES
Applicant Agency City of Auburn Fire De~artmen
Agency Service Area(s) ~ ty of A~~b~rn, K~FP~ #~1 2pd Cit~Tof ~~ge~a
Contact Person ~ Mike Gerber
Address
1101 D Street NE
Title Battalion Chief EMS Division
Ai~hurn, WA 9R(1f19 Phone 2~~a~ ~ncn
Budget Category
A. Personnel
1. Salaries & Benefits ~°
2. Per Shift Payments
(list rate per shift)
Amount Requested
in 2003*
$4 _~ ~7t1,1 RR 7[t°~6 Sa larTand Be~efits
3. Per. Call Payments
(list rate per call)
B. Suppl i es (i temi zed on separate sheet) $'~~100 .00 1(lC~ FMS S~TT lies
C. EcLuipment (itemized on separate sheet) $2000 00 100°~ FM~ Fniii~mapt
D. Support Service (itemized on separate sheet) $98 ~80 00 7(l% n;G an tr.h FPes
E. Total EMS Funds Allocated by King County EMS
in 2003 (Please refer to the attached funding
al l ocati on) ~~~1 ,~~~ ~~
*Please list only total amount of requested funds by category on this
page. Attach itemized list of proposed expenditures if you are
, requesting funds for supplies, equipment, or support services.
~~Attach explanation of how requested funds for salary and benefits
were calculated and how they will be used in accordance with the
expenditure guidelines.
An agency may request BLSS funding for that portion of salaries and
benefits that can be attributed to EMS (% aid calls out of total fire
and aid calls) up to the BLSS allocation for that agency. Show %'s
and total salary/beriefit budget used to derive BLSS request.
EXHIBIT 1
2003 PROGRAM PLAN AND PROPOSED BUDGET
I. Identification Information
A. Name and number of Fire Protection District or Fire Department:
(`i~ nf Aiihiirn FirA Ilt~nartmcntT~~FPB ~~~
B: Name of Chief: Robert K. Johnson
Mailing Address: 11p1 D StrP t NF
C. Name of EMS Coordinator (and Training Coordinator if different):
Mik ~ .rb .r Tel ephone No. _?.5'~_4~~ _~nan
Telephone No.
D. Location: manned or unmanned status of all fire stations in your
department of district; location of aid vehicles. Include the
address of each station ~use other side if necessary).
Defib No. EMS Res onse No. & Type Fire
Address Unit Status Vehicles at Location Vehicles at Location
1. Station #~_ 3-Zoil M Full Time~._ ~ Q~~ ~ars F^^iaeo-
Part Time/
1101 D street NE 2-LP300 Vol
~s.-.P~lblic Access Defibrillat~r~
2. Stati on #~2- 2-J_n1LM Ful 1 Ti me~_ 2 Aid cars 2 Engines
Part Time/
1951 R street SE 1 LP300 Vol ~
3. Station # 33 1~~ Full Time X 1 Aid Gar ?_ Eng~nPs
Part Time/
1-LP300 Vol 1 Command
1 Rescue
4. Station # Full Time
Part Time/
Vol
~Include aid units as well as fire apparatus, command cars, rescue units, etc.
STATIONS PLANNNED for construction in 2003 Address
Status
Exhibit 1
2003 Program Plan and Proposed Budget
Page 2
E. Agency Response Information
Number of fire suppression responses in 2002 2D~~
Number of EMS aid responses in 2002 5173
Total number of responses in 2002 ~238
Percent aid responses of total responses 71.4%
II. Relationships With other EMS Agencies
A. Specify location of transfer points with paramedic provider groups
if applicable:
Exhibit 1
2003 Program Plan and Proposed Budget
Page 3
III. Personnel
A. Number of full-time paid fire fighters 76 , of which
74 are EMT's and n are First Responders.=
6. Number of volunteer fire fighters ~ , of which
are EMT's and are First Responders.=
C. Number of personnel currently trained in defibrillation ~~
Automated External Defibrillator Certified 76
Manual Defibrillator Certified
0
~ Certified as First Responders by State of Washington
IV. EMT Defibrillation Proaram
A
B.
A.E.D
Number and type of defibrillator units ~-~~~i M~-~p~OA Manual
5- Pub ic Access Units
Location of defibrillation equipment (address~
Station 31. 32 and 33
C. Unit numbers of aid vehicle(s) usually carrying defibrillation equipment
(use number(s) recorded when completing EMS Medical Incident Reporting
Form) . , , , , ,
V. Budget
The EMS Division is seeking to collect information that documents total fire
department expenditures for emergency medical services. We are also requesting
each fire department to report its total operatinq budget for the year. In
order that the information be consistent, please exclude from these totals
major capital expenditures including vehicles and buildings, and monies
earmarked for bond payments, etc.
A. Estimated total EMS budget for 2003 S$4,933.666.00
of which S~ ~'~Z,nss_nn is provided by EMS funds.
B. Total fire department or fire district $8,247 703.00
budget for 2003.
Exhibit 1
2003 Program Plan and proposed Budget
Page 4
VI. Fees for Se~vices
A: Does your department charge for providing emergency services?
Yes
No X"
B. If yes, please provide a list of charges below.
VII. Service Improvements/Chanaes
Please describe how EMS funds will be used by your department
in 2003 to improve services to the citizens of King County.
EMS funding will enhance our current level of GPrvica inrtlii~inn FMS/RLS
T@$~~onsQy DBtlEnt tTehs~Tts ,~LL~nl Pmanta] FM~ trai ni nn an~ on~ ~i nmcn+ upgrades .
~ ~
BLS Provider
Alonzo Plough, Director and Health Officer
Department of Public Health
3 ~ ~03
Date
Date
2003 Basic Life Support Funding
Supporting Documentation Summary
1. Salaries and Benefits: Calculations are based on EMS services equating to
approximately 70% of the total emergency services provided.
Tota1 wages and benefits FY2003: $6,960,680.00
BLS funding value @ 70%: $4,870,166.00
2. EMS Supplies: The FY2003 AFD Budget identifies $33,100.00 for disposable EMS
delivery goods in budget line 001-526-800 obiect #31. 100% of this amount is
spent on BLS service delivery.
3. EMS Equipment: The FY2003 AFD Budget identifies $2000.00 for the express
purpose of purchasing replacement equipment for BLS service delivery in budget
line 001-526-800 obiect 35.
4. Support Services / Dispatch Fees: The following represents the dispatch chazges
pro-rated at 70% of total charges based on EMS call volume. The total fee is
identified in 001-522-200 obiect 42. Total assigned to EMS is $98,280.00
~
C m
~ ~b~
Q. m
d m
O ~
i ~
~L Q.
~Q
~o
~fl
Q N
M
O
O
N
~
N
M
v
w ~
a~i °~
~~
4 ~
~~ ~
~ Q
~L Q
~ Q
~ ~
.Q o
~ o
Q N
N '
O
O
~
m '
a
e-
~
~
~ ~
m ~
~ '
R m
a w7
~a
cQ
~o
.~ 0
Q N
0 0 0 0 0 0 0 0
;~ O O O O O O O O
O
- ~-I
~
~
p , <
0
i~ o
~ N M
M ri
~ ~
t~ ~
tR O
M M
~
-1 e
~1 O
O et
.
N ~ .
~
N ilE
~
O o O O O ~ O O O
~ ~ 0 O
O ~
-i O b
M N O~ ~ n ~
~ ( ~
IF -1
~
~
~ ~ b ~ A ~ O
O M -1
~ O 0
0
N ~ M N Oi r1 N O
M ~IF ilF *'~
~
0
~ 0
° 0
° 0
° 0
o o
° g o° i°n °o °o o° °o °o
0 °o
0
o o «~ o
et o
M o
.-~ N m
~ m
N ~ rn r~
.~ rn o
•-~ 00
•~ •~ ~ ~ .. .
rl rl ~ N .
~ ~
~
~
~ ~
C Q
U (~ N
' tps
t ~
~ '~ o
C o
-
N a, ~
J
S. . C s
i/l (~ N p
A O
~ ~ ~ y
U ~ ~
d C ~
~ O
~ ~ 2
~ ~~ 'S
~
c C
~ ~ O
y W
~
~v ~
°tS C
m u
~ o
~
~ Nl
q t
A
~ E
E
`~ Y
c
~ ~
~ ~
° C
~ r°!
° v
~
g a
J
~ v~
~
c
;
~
~ ~ o N'
° > O n ~ d u C E c
W ~ ~ ~ E~
a
~ q
o +~
~ -- W > ~ o i .7 W C
y~ ;~
Q+ ,
~
C ~ + ~
~ ~ ~
~-- d .
~ C
O ~ ~p
U ~ E~ 7
N L C
N ~ N
C ~
E '
~ ~
~ ~ O ~ =
8 ~ C
W O ~ t
W W
~ ~ O Q
U ~ ~ ~ ~ ~ C ~ azyr ~ ~ ~ ~ ~ q v~ V/ ~ v ~
~ w `a fi d y f > w c~ ~ a ~n > a a V F 3 3 ~ ~ a w
~
~
N
N
M
M
~
~'
'~Y
'~t
"
~' ~ '
00 ~ ~
N
N
~ ~
~ .
N ~
N a
~ ;
t ,t;
~ i .=+
°
o o
0
0
N
m
a
c~
r-
C ''"'y
m
~ ~
W m
4.~
= a
ii Q
EQ
~o
~o
Q N
N
O
O
N
~
N
EXHIBIT II Contract # D33104D
KING COUNTY EMERGENCY MEDICAL SERVICES
Basic Life Support Standards
Agencies shall comply with the following standards in order to be eligible for basic life support
services funding from King County. Failure to comply with the standards adopted by King County
pursuant to Chapter 2.26 of the King County Code or by the County Medical Program Director
pursuant to Chapter 18.73 RCW, shall be sufficient grounds for notification, remediation, and
possible termination of funding.
Review and modifications of BLS standards may be conducted on an annual basis. Proposed
changes will be submitted to the Emergency Medical Services Advisory Committee and local
provider agencies for advisory comment prior to implementation.
I. Personnel: All emergency medical services personnel supported directly by King County
funds must be certified as Emergency Medical Technicians ad defined by RCW 18.73.
Basic EMT training standards have been established by King County Emergency Medical
Services.
II. Continuing Medical Education: EMTs will remain certified as required by WAC 246-
976. Continuing Education and proficiency standards will be set by King County
Emergency Medical Services and the Medical Program Director. Agencies must report
completion of education and skill proficiency updates to King County Emergency Medical
Services in an agree upon summary format.
III. Medical Standards: Each agency providing emergency medical services shall adhere to
standards of inedical care for the triage, treatment and transport of patient as authorized by
the Medical Program Director pursuant to RCW 18.73 and 18.71, and Chapter 2.26 of the
King County Code. Standards of inedical care are delineated in the King County EMS
training curriculum approved by the Washington State Department of Health, "Patient Care
Guidelines for Basic Life Support", and in the 1996, 1997, 1998, 1999, and 2000
Competency Based Training (CBT) modules. Additional CBT modules will continue to be
issued annually. CBT modules may also be offered by the EMS Division electronically via
Internet access.
a. Scoue of Practice: Evaluation and treatment activities by EMTs from provider agencies
not described in the standards of inedical care are deemed outside the scope of practice.
Changes or additions to this scope of practice will be issued periodically by the Medical
Program Director.
b. Record Keenin~ and Record Submission: The Medical Incident Report Form (MIRF)
must be completed as soon as possible following an incident. These reports should them
be submitted to King County Emergency Medical Services, either electronically or by
mail, within 30 days from the date the incident occurred. Agencies will be responsible
for retention of copies of the reports.
c. Transportation Policv: Each provider will be responsible for developing a policy for
the transport of patients from the incident scene tot he treatment scene. Such policy
should provide for transportation based upon determinants of transport need, including
medical necessity, mitigating circumstances, and provider budget.
The decision to transport a patient seen by BLS personnel will be determined by the
patient's medical condition as described in the Basic EMT core curriculum and any
mitigating circumstances. The mode of transport will be consistent with the patient's
medical condition and provide humane, efficient and expedient care. Transport
destinations should be consistent with the State Trauma System Activation Guidelines.
d. Kin~ Countv Medical Oualitv Assurance/Oualitv Improvement Programs: Each
BLS provider will agree to participate in a King County Medical Quality
Assurance/Quality Improvement program. This program will be developed by King
County EMS Division, with the assistance of the EMS Advisory Committee and BLS
providers. Elements of this program include: 1) run review by clerical and provider
personnel to ensure completeness, 2) run review by a reviewer (local paramedic or
personnel from within the organization for medical appropriateness and compliance with
King County Emergency Medical Services standards, 3) case follow up and discussion
conducted by the run review personnel, and 4) paramedic involvement in CBT Training.
e. Patient Confidentialitv: Information concerning the evaluation and treatment of a
patient by BLS personnel in the performance of their duties is to be handled as
confidential material, including patient name, medical history, incident location, or any
other confidential information. Confidential medical information may not be released
unless the patient or his/her court-appointed representative completes and signs an
Authorization for Release of Information form.
IV. Equipment
a. All vehicles used to deliver emergency medical services must meet vehicle standards as
established by the Washington State Department of Health pursuant to RCW 18.73,
unless waived by the State Department of Health Office of EMS Trauma Prevention
Licensing.
b. Medical equipment used by personnel supported funds must meet appropriate federal or
state standards or county protocols.
V. Mutual Aid A~reements: Each public agency providing basic life support services shall
have written mutual aid agreement or similar arrangements is effect.
VI. Proposed Research and Evaluation Activities: Any proposed clinical research or
evaluation activities involving personnel, equipment or data supported directly or indirectly
by King County funds must receive prior review and written approval by the Medical
Program Director and the King County Emergency Medical Services Division Manager and
must be in compliance with State, County and local regulations and laws.
Basic Life Support Services Contrac[
VII. Performance Indicators and Oversi~ht: In accordance with findings of the EMS
Financial Planning Task Force, the EMS Division - with the assistance of the EMS
Advisory Committee and the Financial Staff Team - shall develop mechanisms for improved
performance oversight by the EMS system and elected officials. Performance indicators will
be established and reviewed by King County EMS and reported by the EMS Division to
each BLS agency and in public presentations. Mitigation activities will be initiated with
local providers if needed.
Reports will be distributed to provider agencies on a regular basis. Standards for each
provider will be monitored in the following major areas: total call volume, average response
time for code red calls, percent of response times greater than or equal to 4, 6, 8, and 10
minutes, out-of-service times, number of transports and mode of transport. Additional
performance indicators may be added, with the assistance of the EMS Advisory Committee
and the Financial Staff Team.
VIII. Financial Indicators and Oversight: In accordance with findings of the EMS Financial
Planning Task Force, indicators shall be developed which improve financial oversight by the
EMS system and elected officials. The EMS Division, in conjunction with the EMS
Advisory Committee and the Financial Staff Team, shall develop reporting financial
reporting measures that will include, but may not be limited to:
a. Selection, development, and tracking of system costs.
b. A standard costing system for reporting dollar expenditures for BLS activities.
c. Funding allocation mechanism.
Basic Life Support Services Contract
Exhibit III
Basic Life Support Services Invoice
Fire District/Dept. or City Contract # D33104D Invoice Date
Address City Zip Code
Budget Item Expenditures Expenditures Budget for Balance
Category * To Date Period Unexpended
Grand Total
I, the undersigned, do hereby certify that the materials have been furnished, the services rendered or the labor performed as
described herein, and that the claim is a just, due and unpaid obligation against the County of King, and that I am authorized to
authenticate and certify to said claim.
Signature
Tide
Date
* Indicate supplies, equipment, salaries and support services.
Basic Life SuppoR Services Contract
EXHIBIT IV Contract # D33104D
Mission, Method, and Expectations
Public Health Program Activities Provided by Community Partners
A. Mission
The overall mission of Public Health - Seattle & King County is to provide public health
services that promote health and prevent disease to King County residents, in order to achieve
and sustain healthy people and healthy communities.
B. Method
One of the key methods that Public Health - Seattle & King County uses to support this mission
and extend the reach of public health program activities is to engage in contractual partnerships
with community based organizations. This partnering activity increases access to needed and
mandated health services, and enables community partner agencies and the people they serve to
benefit from service models that are informed by sound public health principles and practices.
Community partner organizations, with the support of funds provided through this contractual
relationship, extend Public Health's activities to promote population health, according to goals
and outcomes determined under state and national performance standards.
C. Expectations
Public Health expects that its community based contracting partners will perform contracted
health services in accordance with the goals, performance measures, and accountability methods
that are outlined in the program-specific e~ibits that accompany this contract.
^ Public Health will provide professional and technical assistance to community partner
organization program staff in order to support the development and maintenance of strong and
effective program services.
Public Health and community partner organizations will collaborate in developing and
perfornung program evaluation activities that will measure the effectiveness of program efforts,
including efforts to measure the impact of program activities on the health status of residents of
King County.
Basic Life Support Services ConUact
Renton, WA 98057
31-Mar-03
Public Health of Seattle & King County
Attn: Gloria Kemp-Boyd
999 Third Ave, Ste 1520
Seattle,WA 98104
RE: City of Auburn
Basic Life 3upport Services Contract for 2003
Evideace of Coverage
Cert#: 3087
Phone: 425-277-7237
Fax: 425-277-7242
The above captioned entity is a member of the Washington Cities Insurance Authority
(WCIA), which is a self insured pool of over 106 municipal corporations in the State of
Washington.
WCIA has at least $1 million per occurrence combined single limit of liability coverage
in its self insured layer that may be applicable in the event an incident occurs that is
deemed to be attributed to the negligence of the member.
WCIA is an Interlocal Agreement among municipalities and liability is completely self
funded by the membership. As there is no insurance policy involved and WCIA is not
an insurance company, your organization cannot be named as an"additional insured'.
Sincerely,
~
Eric B. Larson
Assistant Director
cc: Brenda Heineman
Bob Johnson
'i;'~
~~`` ~
cletter
lnsurance Authority P.O. Box 11G5
?>33[o\ir
EMERGENCY-MEDICAL SERVICES FUNDS
2004 PROPOSED BUDGET FORM - BASIC LIFE SUPPORT SERVICES
Applicant Agency The City of Auburn Fire Department
Agency Service Area(s) City of Auburn, KCFPD #31, City of Algona
Contact Person Kevin O'Brien Title Battalion Chief, EMS Division
Address 11 ni n st NF Ai ihi irn WA, 9Rnn?
Phone (253)931-3060
Budget Category
A. Personnel
1. Salaries & Benefits **
2. Per Shift Payments
(list rate per shift)
3. Per Call Payments
(list rate per call)
B. Su ' e (i temi zed' on- separate sheet)
Amount Reguested
in 2004*
$5.383:210 70% Salary and Benefits
__$37,900 100%-EMS Supplies
C. Fguipment (itemized on separate sheet) $2,800 100% EMS Equipment
D.- Support Service (itemized on separate sheet) _ $132.920 10000%CEMSuSusnortnCostss
E. Total ENS Funds Allocated by.King Camty EMS
in 2004 (Please refer to the attached funding
allocation) $341,283
.*Please list only totalamount of requested funds by category on this
page. Attach itemized -list- of proposed expenditures if you are
requesting funds for supplies, equipment, or support services.
**Attach explanation of how requested funds for salary and benefits
were calculated and how they will be used in accordance with the
expenditure guidelines.
An agency way request BLSS funding for that. portion of salaries and
benefits that can be attributed to EMS (% aid calls out of total fire
and aid calls) up to the BLSS allocation for that agency. - Show Ws
and total salary/benefit budget used-to derive.BLSS request.
~- EXHIBIT 1
2004 PROGRAM PLAN AND PROPOSED BUDGET
I. Identification Information
A. Name and number of Fire Protection District or Fire Department:
The City of Auhurn Fire Department, KCFPD #31
B. Name of Chief: Russ Vandver
Nailing Address: 1101 D St. NE Auburn WA 98002
C. -Name of ENS Coordinator (and.Training Coordinator if diffe'rent):
_Kevin O'Brien Telephone No., _(253)931-3060
Telephone No.
:D. Location: manned or unmanned status of all fire stations in your
department of district; location of aid vehicles. Include the
address of-each station (use other side if necessary).
Defib No ENS Response No. & Type Fire
Address Unit Status Vehicles at Location Vehicles-at Location
1. Station # 31 4-L01-KM"':`Tull. Tiau__ 2 Aid Catt;- 2 Engines
Part Time/
1101 D St. NE 5 Public Vol
Access Defibrillators
2. Station #-32_2- of M Full Time-L_ 2 Aid .ars 2•' Fng; nib
Part Time/
1951 R St SE Vol
3. Station #_,33_1-7nll M Full Time--jL_ 1 Aid rar 2 Fnginec
Part Time/
Vol 2 Command
4. Station # Full Time-
Part Time/
Vol.
*Include aid units as well as fire apparatus, command cars, rescue units, etc.
STATIONS PLANNNED for construction in 2004 Address
Status
Vehicles
Exhibit 1
2004 Program Plan-and Proposed Budget
Page 2
E. Agency Response Information
Number of fire suppression responses in 2003 2301
Number of ENS aid responses in 2003 5149
Total number of responses in 2003 7450
Percent aid responses of total responses 69.1° '
II. Relations 'ps With other ENS Agencies
A. Specify location of transfer points with paramedic provider groups
-if applicable:
I
X
Exhibit 1
2044 Program Plan and Proposed Budget
Page 3
III. Personnel
A. Number of full-time paid fire fighters 77 of which
73 are EMT's and 0 are First Responders.*
B. Number of volunteer fire fighters 0 of which
0
are EMT's and 0 are First Responders.*
C. Number of personnel currently trained.in defibrillation _ 73
Automated External Defibrillator Certified 73
Manual Defibrillator Certified
* Certified as First Responders by State of Washington
IV. FMT Defibrillation Proaran
7 Zoll M A.E.D
A. Number and type of defibrillator units 5 Public Access Units 'Manual
B. Location of defibrillation equipment (address) Station 31, Station 32, Station 33
C. Unit numbers of aid vehicle(s) usually carrying defibrillation equipment
(use number(s) recorded when completing EMS Medical Incident Reporting
Form). E31, E311, A31, A311, E32, E321, A32,2321, E33, E331, A33, B31
V. Budget
The EMS Division is seeking to collect information that documents total fire
department expenditures for emergency medical services. We are also' requesting
each fire department to report its total Werating budget for the year. In
order that the information be consistent, please exclude from these totals
major capital expenditures including vehicles and buildings, and-monies
earmarked for bond payments, etc.
A. Estimated total-EMS budget for 2004 6,556,830
of which $_342.283 is,provided by EMS funds.
B. Total fire department or fire district 8.848.900
budget for 2004.
Exhibit 1
2004 Program Plan and proposed Budget
Page 4
YI. Fees for Services
A. Does your department charge for providing emergency services?
Yes
No X
B. If yes, please provide a list of charges below.
VII. Service Imuro_ vement ?rhafi
Please describe how EMS funds will be-used by your department
in 2004 to improve services to the citizens of King County.
EMS funding will enhance-our current level of service including EMS/BLS
response, patient transports, supplemental. EMS training, and equipment
u rades.
LS Provider
onzo Plough, Dir t r and Health Officer
!partment of Pub ' c - Heal th
/-
Date
ID
Date
Auburn Fire Department
2004 Basic Life Support
Supporting Documentation Summary
A. Personnel
1. Salaries & Benefits
Calculations ate based on EMS services equating to approximately 70% of the
total emergency services provided.
Total wages and benefits for fiscal year 2004: $7,690,300
BLS funding values @ 70%: $5,383,210
B. Supplies
.The fiscal year 2004 AID Budget identifies the following for disposable EMS
delivery goods. 100% of this amount is spent on BLS service delivery.
Budget Line 001-22-526-800
Item 31 $35,900
Item 35 $2,000
Total $37,900
C. Equipment
The fiscal year 2004 AID Budget identifies the following for EMS Equipment.
100% of this amount is spent on EMS service delivery.
Budget Line 001-22-526-800
Item 45 S2,800
Total $2,800
D. Support Service
The fiscal year 2004 AFD Budget identifies the following for EMS Support
Services. Budget line 001-22-522-200 represents the communication costs of
$160,000. Based on EMS services equating to approximately 70% of the total
emergency services provided the figure $112,420 is used.
Budget line 001-22-526-800 represents miscellaneous support services dedicated
to 100% EMS service delivery.
Budget Line 001-22-522-200
Item 42 $112,420
Budget Line 001-22-526-800
Item 41 $9,900
Item 48 $10,000
Item 49 $600
Total $132,920
M
Line Item Summary
001 General 2001 X2002 2003 2003 2004
22 Fire Actual. Actual Budget Projected Budget
10 Salaries & Wages
11. Regular Salaries &. Wages 5,262,830, . 5,629,328 .. , 5,766,200, 5,688,680 6,098,000,:-
12 -Overfim
13 Other Wages 299.550 :.223,063
961. - 253,500.
19,700 • 253,500
19,700 - 253,500
19,700,
Salary Sub-Total 5,563,341 8,852;391 6,039A00 5,961,880 071,200--
2D Persorml Benefits 825,565 _ 936,065 1,194,080 1;172,000 1,259,400
22 L4tif6rms & Clothing '57,655 :58,M 59,660 63,060. 59,700
BenefitsSub•Total 883.220 "4,3U .' 1254,140- 1,235,060 1,319,100t-
30 Stipples
31 Office & Operating Supples 122,639. 91095 126,550 ' 126450 02,100
' .
35 Smal Tools & Mbibr 64* 85,903: ' 72728 - . 49,510• -51,810 61,806
Stipples Sti1>76t0 208,542 163,823 176,060 178,360 - 193,900
40 Other Services & Stipples
41 Professional Services - 45;165 50,871 67,950 67,950. 67.700
42 Conyru ication 113,512 145,067.• 157,450 161A% 160,600.-
43 Travel 2,540 9,929 21 A50 19,150 16,200 .
44 Advertising - - 6101 610 600.'
45 OperaMg Rentals & Leases. 58277. 64;025- 60,300 • 60,300. " 60,000
46 Iruurance 18,213 17,856 20.500 2D,500 25,000: ,
47 Utility Services 37.706 37,755 40,100 40,100= 40,100
48 Repairs & Maintenance 35,513 115,634 ' 111,140 ; ..111,140: 111;800
49 hiscelancous 77,515. 45:509 79,070 80,370 78;000. "
Other Services Sut>-Total 388,443- '486,666 . : 558,970 561,570 " 560,000
50 Intergovf/IMerfund Seiuices{iax - - - -
60 Capital Outlays
61 Land
-
-:
. •
62 mck
-: - -
_ -
.
:
. 63. Ott'r
knprovemetds -
27,444 - -
'
64 Iulad*wy & E xnenf 43,909 173:328 - - - 17,200 _
65: Corutruction In Progress
'
' . CapRat Outlay Sub-Totd, - .4 3,909 :.. .200,772" - T7,200
- _
70 Debt Service: PrWid al r _ -
80 Debt.Service:IMer6st
90 Inferfund Rayments ForSetvices 29,593 49,139 29.580 - . 24.580 :-33,600
.. 95. -lnterfur d Open Rentals & Leases 19Z.600. A 16,206. 1$9,553 . - 189,553 -283,400
99' interknd IS Services 87,700
°. InterfundSuti=TPtd 222,193 165;347. 219;133 219,133 404.700
•
- 00 Other App6catioru . -
Department Totals 7,309,648 7,863,376 ; 8,247,703 8,173,203,
'8,848,900
Poge -l
SUPPORTING BUDGET WORK FORMS
FOR FY 2004
DEPARTMENT: FIRE - EMERGENCY MEDICAL SERVICES
Items 12 and 13 - Programs ReauiriwOvertime or Extra Hel
,_-
1 ? Overtime /EMS Training and Education ~22.526.800.12 y
Benefits-Overtime 22.526.800.21
TOTAL
Item 31 - Office SUDDlies
2,000
300
2,300
ONO
1 Medical Supplies 22.526.800.31 29,400
2 CBT Supplies 22.526.800.31 1,000
3 Vehicle Supplies 22.526.800.31 4,000
4 Office Supplies 22.526.800.31 1,500
TOTAL
Item 35 - Small Tools
1 Oxygen Supplies - Emergency
TOTAL
:dical 22.5
35,900
2,000
2.000
Item 41 --Professional Services
T oe Asir
1 Vaccinations & Immunizations 22.526.800.41 1,300
2 Paramedic CBT Instruction 22.526.800.41 4,700
3 Cylinder Demurrage/Rental for Cascade A 22.526.800.41 950
4 Paramedic Report Reviews 22.526.800.41 1,700
5 Stretcher Maintenance Contract (EMSAR) 22.526.800.41 1,000
6 Bio-waste disposal 22.526.800.41 250
9,900
Item 42 - Communications
.-
A,
TOTAL _
Item 43 - Travel Charges
TOTAL
Item 44 - Advertising
TOTAL _
Item 45 - Operating Rentals and Leases
1 Oxygen Cascade System Lease/Rental 22.526.800.45 1,800
2 Oxygen Cylinder Leases 22.526.800.45 1,000
TOTAL 2,800
Item 47 - Utilities
TYPO neMe A fi
Item 48 - Repairs and Maintenance
TY0
1 Aid Vehicle Repairs - Emergency Med. 22.526.800.48 5,000
2 Defibrillator Repairs - Emergency Med. 22.526.800.48 5,000
TOTAL 10,000
Item 49 - Miscellaneous Chames (Membershi
Iwo,
1 WSAFC - EMS Division `22.526.800.49 100
TOTAL 100
Item 49 - Miscellaneous Charges (Registrations)
TOTAL
Item 49 - Miscellaneous Charoes (Subscriptions & Reference Documents
1 JEMS Magazine 22.526.800.49 75
2 Emergency Medical Service Magazine 22.526.800.49 35
3 Emergency Magazine 22.526.800.49 40
4 EMS Reference Journals 22.526.800.49 300
5 FireMed Net Access Fees 22.526.800.49 100
TOTAL 600
Item 49 - Miscellaneous
pe-of Ohargd . a' Cds
TOTAL _
Items 62 - Capital Outlays (Buildings)
TOTAL _
Items 63 - Capital Outlays (Other Improvements)
TOTAL
Items 64 - Capital Outlays (Equipment)
4l3 a' i? _ _{,?n x'13
h '
1
TOTAL _
Item 90 - Inter Fund Charges
w'f
TOTAL
z
i
1
I
TOTAL 63,600
SUPPORTING BUDGET WORK FORMS
FOR FY 2004
DEPARTMENT: FIRE - SUPPRESSION
Items 12 and 13 - Programs Reouirinq_Overtime or Extra Hel
1 Overtime 22.522.200.12 200,000
2 Other Wages - Pre-Incident Planning 22.522.200.13 10,000
3 Ovetime-SCBA L&1 Mandatory Training 22.522.200.13 5,600
4 Uniforms (all divisions) 22.522.200.22 59,700
5 Benefits on OT and Other Wages 32,300
307,600
Item 31 - Office Supplies
2 Rehab supplies
3 Extinguisher Supplies
4 Communication supplies
5 Office Supplies
6 Incident Command supplies
7 Foam Concentrate
8 SCBA Parts, bins, hardware
9 Duty Pagers
10 Carbide Chains
11 Flashlight replacement parts
TOTAL
Item 35 - Small Tools
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
22.522.200.31
S
11,100
1,200
1,400
11,500
7,500
1,500
1,600
4,600
2,000
2,500
1,000
45,900
1 Minitor 11 Tone Chips (10) 22.522.200.35 1,000
2 Portable Radios (5) 22.522.200.35 12,500
3 Minitor III Pagers (5) ® 22.522.200.35 1,500
4 Hand Toots for Stations .22.522.200.35 1,000
5 Nozzles 22.522.200.35 4,900
6 SCBA Bottles 22.522.200.35 5,100
7 SCBA Pass Devices & Masks 22.522.200.35 5,000
8 SCBA Clear Command Replacement 22.522.200.35 3,000
TOTAL 34,000
Item 41 - Professional Services
Type t3fWvikl
1 SCBA annual hydrotest & calibration 22.522.200.41 3,900-
2 Hose Testing 22.522.200.41 2,700
3 Ladder Testing 22.522.200.41 2,000
TOTAL 8,600
Item 42 - Communications
1 Valley Communications Dispatch 1
2 800 Mhz Replacement Fund
3 MDT User Fee for Support 33
4 Cell Phone Air Time (34)
5 Telepager Rental (98)
6 Nextel Phone System (11)
7 Cell Phones ( 34)
8 Valley Comm Terminal Contracts
9 Valley Comm Printer Contracts
TOTAL
22.522.200.42 125,200
22.522.200.42 17,100
22.522.200.42 200
22.522.200.42 4,300
22.522.200.42 5,300
22.522.200.42 6,100
22.522.200.42 1,400
22.522.200.42. 500
22.522.200.42 500
Item 43 - Travel Charges
2 SCBA classes for certifca
lion 22.522.200.43 1,100
TOTAL 4 A nA
Item 44 - Advertisin
r
1 New Hire Advertising 22 522 200.44 300
TOTAL 300
Item 45 - Operating Rentals and Leases
--
TOTAL
Item 47 - Utilities
TSP. of Sei;vi AcCc 11i?;' ! ^
TOTAL - ?.
Item 48 - Repairs and Maintenance
A` 'r-MO
1 Radio/Pa9erCommRe airs
P 22.522.200.48 6,000
2 Vehicle Repairs - Fire Suppression 22.522.200.48 8,400
3 SCBA repairs, flow tester & compressor 22.522.200.48 1,200
4 Small Equipment Repairs - Fire Supp. 22.522.200.48 2,400
TOTAL
Item 49 - Miscellaneous Charges (Membership)
18,000
TOTAL
Item 49 - Miscellaneous Charges (Registrations)
1 SCBA Visual Inspections 400
2 SCBA Technical School 1,400
TOTAL
1,800
Item 49 - Miscellaneous Charges (Subscriptions & Reference Documents)
57, T'M
TOTAL
Item 49 - Miscellaneous
1 Motorola Radio Software License 22.522.200.49 500
2 PIP Printing & Duplication 22.522.200.49 5,100
TOTAL 5,600
Items 62 - Capital Outlays (Buildings)
E TOTAL _
Items 63 - Capital Outlays (Other Improvements)
F k T,
TOTAL _
Items 61 through 65
TOTAL _ I
Item 90 - Inter Fund Charges
FEquipment Apparatus 22.522.200.93 14,500
Rental 22.522.200.95 156,800
TOTAL .171.300
754,800
Total Diff 59,239 _
M&O Costs 58,619
2004 BLS Funding Allocation
Agency
Auburn 2004 Amount 2003 Amount % Difference
B
ll $341,283 $331,066 3.09%
e
evue
Bofto $1,060,336 $1,009,470 5.04%
Eastside Fire $161,540
$949,850 $148,542
$949
850 8.75%
0
00%
Enumclaw
Kent $230,549 ,
$230,549 .
0.00%
Ki
kl
d $740,945 $728,557 1.70%
r
an
M
I $454,874 $444,966 2.23%
ercer
'
P
ft $208,813 $195,756 6.67%
ac
Redmond $29,529 $29,233 1.01 %
Re
t $463,839 $444,996 423%
on
n
Sea Tac $461,303 $449,081 2.72%
Snoqualmle Fire $201,826
$63,160 $196,918
$63
160 2.49%
0
00%
TUkwia
FD 2 .
$218,430. ,
$212,602 .
2.74%
FD 4 - Shoreline $209,165 $202,682 320%
D 11 $364,283 $361,000 0.91%
.
D 13 - Vashon $260,044
$129,619 5258,693
$129
619 - 0.52%
0
00% -
D 16.- Nordwhore $192,523 ,
$186
848 .
3
04%
D 17 - Black Diamond $46,359 ,
$46
359 .
0
00%
D 20
FD 26 $97,408 ,
$92,096 .
5.77%
FD 27 $151,670 $151,670 0.00%
D 36 - Woodinville $47,641
$280,376 $46,055
$271
885 3.44%
3
12%
D 39 - Federal Way .
' $600,108 ,
$600
108 .
0
00%
F
FD 43 D 40
Maple Valley
$210,667
9 ,
$210,667
$304
293 .
0.00%
0
00
D 44
FD 45 - Duval '
$252,271 ,
$252,271 .
%
0.00%
D 47 $110,372 $110,372 0.00%
FD 49 (51) - Snoqualmie Pass $17,780
$17,166 $17,780
$17
166 0.00%
0
00%
D 50 - Skykomish -
6-Total $30,749 ,
$30,749 .
0.00%
$8,908,773 $8,725,039 2.11%
Milton
Pi $12,747 _ $12,931 -1.42%
erce County $1,500 $1,500 0.00%
W Allocation $8,923,021 $8,739,490 2.10%