COURT CONVENED IN SPECIAL SESSION DECEMBER 16, 1974 at 10:15 o'clock A. M., with the following officers present: Julius R. Neunhoffer Clinton M. Sallee Roger Stone County Judge Commissioner Precinct 2 Commissioner Precinct 4 and the Court having duly opened, the following proceedings were had: NO. 12284 ORDER APPROVING CITY-COUNTY AMBULANCE CONTRACT On this the 16th day of December 1974, upon motion made by Commissioner Sallee, aecond- ed by Commissioner Stone, the Court unanimously approved the City-County Ambulance Contract with w. A. Plummer, Sr., for rendition of ambulance service from January 1, 1975 through December 31, 1977. CITY-COUNTY AMBULANCE CONTRACT As of January 1, 1975, the City of Kerrville ("City^~,COUnty of Kerr ("County"), sad w. A. Plummer, Sr. (herein called "Contractor") hereby eater into this City-County Ambulance Contract as follows: 1. Bid Proposal. Attached to this contract and incorporated herein by reference as though set forth verbatim, are pages 2 through 9 of the "Bid Proposal - Ambulance Service For The City of Kerrville and Kerr County, Texas". In the event, however, of any conflict between the provisions of such attachment and this contractual instrument, the terms of this instrument shall control. 2. Compensation. By the tenth (10th) day of the month next following that month in which ambulance service was provided, City and County shall pay to Contractor the sum of S3,166.66. In addition thereto, Contractor shall be entitled to keep all of the collections made by Contractor which collections cannot exceed the amounts shown on the attached "Bid Proposal". 3. Records. Contractor shall keep permanent records, which shall be available for inspection by the City and County, and such records shall include the following: a. a log book of all calls; b. a copy of all billings, statements; and c. a list of all receipts by name, date and amount. 4. Division of Expense. The City and County shall share the cost of this City-County Ambulance Service equally. 5. Term. The term of this contract is from January 1, 1975, through December 31, 1977. 6. Insurance. The liability insurance policy required by Paragraph VIII. of the attached proposal shall name the City of Kerrville and Rerr County as additional insureds. 7. Deleted JRN AMD 8. Modular Unit. The City and County expect to be furnished a modular ambulance unit by a governmental agency. When such unit is furnished Contractor will use such unit, and the monthly payments hereunder shall be reduced in an amount to be agreed upon by all parties hereto. 9. Other and Miscellaneous. This agreement and the attachments hereto shall constitute the entire agreement. No other written or oral agreements or statements heretofore made are valid nor part of the agreement between the parties. This agreement is binding on the parties hereto, and their successors, assigns and personal representatives. ATTEST: CITY OF KERRVILLE, TEXAS By /~~ne Barton (Seal) BY /s/ Edward M. Schlieter City Clerk /t/ Edward M. Schlieter, Mayor ATTEST: By /s/ Emmie M. Muenker County Clerk ATTEST: /s/ Gene Bazton STATE OF TEXAS Y COUNTY OF KERB I KERB COUNTY, TEXAS (Seal) By /s/ Julius R. Neunhoffer /t/ Julius R. Neunhoffer, County Judge CONTRACTOR (Seal) By /s/ W. A. Plummer -2_ Before me, the undersigned authority, on this day personally appeared Julius Neenhoffer, known to me to be the County Judge of Kerr County, whose name is subscribed to the foregoing, and acknowledged to me that he executed same for the purposes and consideration therein expressed, and that he was authorized to execute same by virtue of an order and resolution duly passed and enacted by the Commissioner's Court of Kerr County. Given under my hand and seal of office, this 16th day of December, 1974. STATE OF TEXAS I COUNTY OF KERR ] (Seal) /s/ Gene Barton Notazy Public in and for Kerr County, Texas Before me, the undersigned authority on this day personally appeazed Edwazd M. Schleiter, known to me to be the Mayor of Kerrville, Kerr County, Texas, whose name is subscribed to the foregoing, and acknowledged to me that she executed the same for the purposes and con- sideration therein expressed, and that she was authorized to execute same by virtue of an order and resolution duly passed and enacted by the City Council of Kerrville, Texas. Given under my hand and seal of office, this 13th day of December, 1974. (Seal) /s/ Gene Barton Notazy Public in and for Kerr County, Texas (Use Corp. Ack. if applicable) STATE OF TEXAS Y COUNTY OF ] Before me, the undersigned authority, on this day personally appeared W. A. Plummer, ~, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same for the purposes and consideration therein expressed. Given under my hand and seal of office this 16th day of December, 1974. (Seal) /s/ Gene Barton Notary Public in and for Kerr County, Texas NOTICE TO BIDDERS CITY OF KERRVILLE, TEXAS Sealed proposals, addressed to the City Council, will be received by the City of Kerrville, Texas and then publicly opened at the regular meeting of the City Council at 7:00 p, m. on the 10th day of December, 1974, in the Librazy Meeting Room, 505 Water Street, Kerrville, Texas, for furnishing Ambulance Service Łor the City of Kerrville and the County of Kerr, in accordance with specifications of the City and the County. Bid specifications may be secured from the office of the City Manager. The right is reserved, as the interests of the City of Kerrville and the County of Rerr may require, to reject any and all bids and to waive any informality in the bids received. /s/ Gene Bazton /t/ Mrs. Gene Barton, City Clerk City of Kerrville, Texas e'~~ Date December 7, 1974 BID SHEET SHALL BE ATTACHED TO PROPOSAL I, or we, hereby agree to furnish Ambulance Service for the City of Kerrville and Kerr County, Texas, in accordance with the plans and/or specifications. W. A. Plummer, Sr. Ambulance Service for a Period of Three Years, From 12:01 a. M. January 1, 1975 to 12:01 a. m. January 1, 1978. $ 38,000..00 Comments: Contractor reserves the right to cancel this contract within sixty (60) days if economic conditions will not permit us to operate. If awarded the contract for the above mentioned ambulance service, I, or we, agree to commence on January 1, 1975 at 12:01 a. m. It is further understood and agreed that I, or we, will enter into a contract with the City of Kerrville and the County of Kerr, to furnish ambulance service for a period of three (3) years following the date of such contract. Bidder: /s/ W. A. Plummer, Sr By: Self Address: 400 Earl Garrett ATTEST: /s/ Geae Barton (Seal) AKBULANCE SERVICE FOR THE CITY OF KERRVILLE AND KERR COUNTY, TEXAS Bid Proposal shall be submitted on the basis of a rendition of services as per terms and specifications, with contractor to be compensated on a monthly b sis by the City of Kerrville and County of Kerr. Monthly compensation shall be one-twelfth (1/12) of the total annual bid price and shall be paid by the 10th of the month following which services have been rendered. TERKS OF CONTRACT The initial contract shall be for a period of three (3) years commencing at 12:01 A. M. January 1, 1975. Contract terms shall be subject to re-negotiation on the basis of mutual agreement ,.., by all parties at any time during the life of the contract. Any increases in the minimum wage law or imposition of additional mandatory service standards by any governmental agency during the term of the contract shall be deemed to be grounds for re-negotiation. The successful bidder must have at least three (3) years ambulance experience. -2- I. Emergency Ambulance Service Requirement The Contractor covenants and agrees to furnish ambulance seswice to the City of Kerrville and County of Kerr in compliance with the following requirements: A. Contractor shall have and maintain ambulance and crews available twenty-four hours daily for emergency dispatch. 1. Equipment and crews shall be located at a point to be selected by contractor, subject to written approval of the City of Kerrville and County of Kerr. It is the inten- tion of the parties that the same shall be located at such a point that an ambulance can reach any point in the city and county within a reasonable time from time of dispatch. 2. The successful bidder is authorized to furnish ambulance and invalid coach service. 3. The City of Kerrville, through the Police Department, agrees to furnish tele- phone service. II. Standards Required for Ambulance and Accessory 8guipment Contractor covenants and agrees to furnish at his own expense ambulance and accessory ..~ equipment which comply with the following standards: A. A total of not less than two i2) vehicles shall be furnished by the contractor, and shall be available on a 2d hour basis. Each vehicle must have a patient capacity of not lass than two (2) patients. B. Each vehicle shall be manned by two personnel upon dispatch. The driver shall is accordance with Texas law have a valid Texas Chauffeur's License and a certificate issued by the Texas State Board of Health in compliance with Section 3, Article 45908, Revised Civil Statutes of Texas. In addition to this State Certification, each personnel must have evidence of successful completion of the advanced course in first aid. In addition each personnel is to successfully complete a course of training equivalent to the Emergency Care Attendant Course as prescribed by licensing agent, to be completed within two t2) months from the time of employment with the ambulance service. C. The ambulances must be licensed as emergency vehicles in compliance with Article 45908 of the Revised Civil Statutes of the State of Texas, and amendments thereto, and in compliance with the Rules and Regulations of the State Board of Health. D. All such ambulances must be inspected and approved by the Chief of Police and Kerr County Sheriff. The ambulances must be of a type and design suitable for the transporting of injured persons. Said vehicles shall be at all times in a state of good mechanical repair. E, Each ambulance shall be equipped with an electronic siren and red lights in good working condition, mounted on top of vehicle so as to be e~.early visible. F. Each ambulance shall be equipped with a two-way radio furnished by the City and County. Said radio shall transmit and receive on 37.180 Mhz and have monitor capabilities on 42.900 Mhz. Each ambulance shall be issued a radio call number by the City of Kerrville, the holder of current F.C.C. license. Radios must be maintained to meet Current F.C.C. specifications. G. Each ambulance must be marked distinctively with the name of the company providing ambulance service. H. Tires. Ambulances shall be equipped with five (5) tires which have been specially designed and manufactured for high speed, heavy duty ambulance, and/or emergency service, and which are in sound condition with at least 3096 of the tread remaining, I. Brakes. Brakes of ambulances shall have power assistance and shall be adequate in design, construction, size and type of material for repeated braking from high speed without Fading or failure. Brake linings must have a minimum of 25K. of their original thickness remaining. Brake drums shall be turned at regular intervals. J. Windshield w~ers. Windshield wipers shall be driven electrically by one or sore motors sad shall have two or more speeds. K. Windshield washers. Windshield washers shall be of the type regularly furnished by the manufacturer. L, Directional lights. Self-cancelling directional lights as regularly furnished by the manufacturer shall be furnished on both ambulances. M. Emergency Flasher. An emergency flasher controlled with a switch will cause all four (4) turn indicator lights to flash on and off at the same time regardless of ignition switch position shall be furnished on all ambulances. -3- N. Heater. First quality heater as regularly furnished by the manufacturer, suitable for ambulances, shall be provided. Heaters must be complete with deforsters, factory installed or equivalent. O. Safety Belts. Standazd safety belts fo the type regularly furnished by the -4- manufacturer shall be furnished for the driver and one (1) passenger in the front seat. Buckle on belts must be metal to metal, quick release type, and shall be installed in a manner recommended by the manufacturer. P, windows and windshield, windows and windshield shall be of safety glass. 4. Air Conditioning. First quality air conditioner capable of maintaining temperature in the ambulance at a comfortable level shall be furnished. IV. Chazges Permitted Contractor Contractor shall be permitted to charge not more than the following, to-wit: A. Ambulance Service 1. S30.00 - Base fee for transporting one person from the city limits of Kerrville to points within the city. 2. S40.00 - Base fee for transporting one person to or from anywhere outside of the city limits, within county boundaries. 3. Fees for out of county services shall be responsibility of private individual requesting such service unless otherwise authorized by Kerr County. 4. S5.00 - For administration of oxygen to one person. 5. Method of dividing cost among patients if more than one is carried simultaneous- ly to hospital: a. First patient base fee. b. second patient $10.00 additional. 6. Deleted AMD B. Invalid Coach Service. 1. This fee shall be the same as above. C. The collection of such fees and billing of same shall be the sole responsibility of the contractor. v. Audit of Contractors Books Contractor agrees that the books of the corporation will be kept on an accrual basis -5- in accordance with accepted accounting practices and shall be subject to an audit by representatives of the City of Kerrville, and County of Kerr, every six (6) months or at a time designated by the City of Kerrville and/or County of Kerr. The audit herein pro- vided for shall be deemed to include all supporting documents which the City of Kerrville and/or the County of Kerr may desire to inspect. vi. Dispatching The contractor shall have his own telephone number, however, all emergency calls shall be routed through the City of Kerrville Police Department as soon as practical. The Kerrville Police Department, Kerr County Sheriffs Department, and the Texas Department of Public Safety dispatchers will accept emergency calls and relay calls immediately to con- tractor. The Kerrville Police Depaztment dispatcher shall record ail calls on an acceptable card designed to list all pertinent and relevent information on each and every emergency ambulance call. This card will be machitte time stamped at time of call received, time of call dispatched, time of ambulance enroute, time of arrival, time of depazting scene, time of arrive at hospital. The cazds shall be on file with the Kerrville Police Depaztment. VII. Compliance with Law and ordinances Contractor agrees to operate the ambulance in accordance with the requirements of the State Laws and applicable ordinances of the City of Kerrville and County of Kerr. VIII. Liability insurance During the term of this contract or any extension thereof, Contractor agrees to purchase and keep in full force and effect public liability insurance in the amount of not less than $50,000.00 for property damage, S100,000.00 for personal injury for each person and $300,000.00 for each accident. IX. Individual Contractor It is expressly agreed and understood by all paztiea hereto that the contractor is an independent contractor in its relationship to the City of Kerrville and County of Kerr. DTothing herein contained at any time or in any manner shall be construed to (11 effect an agreement of partnership or joining overture or (2) render any party hereto the employer or master of any other party and/or its employees agents or representatives. X. Indemnification and Assumption of Liability The contractor and its listed owner and/or owners, covenant and agree to indemnify, hold harmless and defend, the City of Kerrville and County of Kerr, its agents, servants, or employees, from and against any and all claims for damages or injuries to persons or property of whatsoever kind or character, whether real or asserted, arising out of or incid- ent to the operation of an emergency ambulance service and all other operation arising under or otherwise incident to the provisions of this contract. The contractor hereby assumes all liability and responsibility for injuries, claims or suits for damages to persons or property, of whatever kind or character, whether real or asserted, occurring during the term of this agreement arising out of or by reason of the operation of emergency ambulance service sad all other operations arising, under or otherwise incident to the provisions of this contract. _6_ XI. Revocation of Contract The City Council of the City of Kerrville and/or the County Commissioners of the County of Rerr reserves the right to cancel this contract in the event the services performed by ~' contractor hereunder are unsatisfactory in the judgment of the City Council and/or County Commissioners, and further for the violation of any provision hereof. The City Council and/or County Commissioners further reserve the right to cancel this contract at any time that the contractor shall result in a change of ownership. The contract shall be subject to a semi- annual review by the City Manager and/or the County Judge where he deems it necessazy, recommend modification to the City Council and/or County Commissioners modification to the City Council and/or County Commissioners. Modifications or cancellations shall not be ordered by the Council or Commissioners Court without an opportunity for hearing by the Contractor. Cancellation for cause may be ordered by the City Council and/or Commissioners Court at any time during the life of the contract. XII. Accessory Equipment A. Stretchers 1. One ambulance cot with straps and i.V, pole 2. Collapsible cots for each additional letter patient unite can carry. B. Backboards 1. One long backboard 2. one 4~ backboard C. Splints 1. Two long padded board splints (4-1/2') 2. Two medium padded board splints (3') 3. Two short padded board splints (15") 4. Six sand bags at least five pounds D, Bandages 1. 36 - 4~ x 4" gauge pads 2. One box bandaids (1" x 3") 3. Six 6" soft roller bandages, Kling type 4. Six 4" soft roller bandages, Kling type 5. Six 3" or 2" soft roller bandages, Kling type -~- 6. Two 3" rolls of tape 7. Two 1" rolls of tape 8. Six Ace bandages, 6", 4", and 3" 9. One dozen large safety pins 10. Two sanitary napkins E. Airway Ventilation and Suction Equipment. 1. One bag mask resuscitator with mask for child sad adult (capable of oxygen attachment) 2. Two oxygen tanks, E size or one larger with appropriate flow meter and regulator and humidifier 3. Cylinder wrenches or handwheels for oxygen cylinders 4. Two oxygen connector hose with tips 5. Twelve oropharyngeal airways - assorted sizes, adult to infant 6. One foot-powered or battery-powdered suction unit, portable with suction tip F. Linens, Bags, Hasins, and Maintenance Supplies 1. Adequate supply of linen sheets 2. Two blankets 3. Two pillows -' 4. Two plastic covers 5. One emisis basin 6. One bed pan 7. One box cleansing tissues 8. One package paper towels G. Instruments 1. One pair tweezers 2. One pair bandage shears H. Solutions 1. one gallon distilled water 2. One pint alcohol -g I. Miscellaneous 1. One dozen cotton tipped applicators _. 2. Four disposable sterile rubber gloves, Two huge, Tvo medium 3. Two mouth gaps (taped tonggie blades) 4. One dozen tongue blades 5. One dozen ammonia capsules 6. One snake bite kit ,,,> ;~ ~~~ 7. Two ankle restraints 8. Two wrist restraints 9. One trauma case for first aid supplies 10. one city map 11. One 5 pound dry fire extinguisher, ABC type 12. One 3 cell flashlight 13. Six petroleum gauze pads 14. one hacksaw and extra blades 15. One 3' mulligan bar (crow bar) _9. Filed 17th day of Dec. A. D. 1974 EMMIE M. MUENKER Clerk County Court, Kerr County, Texas By /s/ Dorothy L. Pfeiffer Deputy o-o-o-o-o-o-o-o-o-o NO. 12285 APPROVAL OF SUBDIVISION PLAT OF HUMMINGBIRD ADDITION On this the 16th day of December 1974, upon motion made by Commissioner Stone, seconded by Commissioner Sallee, the Court unanimously approved the Subdivision Plat of Hummingbird Addition, provided in so doing, that Kerr County does not accept any streets until they are constructed and paved by the Subdivider. o-o-o-o-o-o-o-o-o-o COURT ADJOURNED DECEMBER 16, 1974 at 10:25 o'clock A. M. o-o-o-o-o-o-o-o-o-o The foregoing minutes from page 562 thru 576 were read in open Court and found correct and are hereby approved this the 30th day of December 1974. <" ' ATTEST : ~~jyl~ , y, ..~• ~~ ,/~./fit c',r c i ounty Clerk, Kerr County, Tex COURT CONVENED IN SPECIAL SESSION DECEMBER 30, 1974 at 10:00 o'clock A. M., with the following officers present: Julius R. Neunhoffer County Judge W. C. Schwethelm Commissioner Precinct No. 1 Clinton M. Sallee Commissioner Precinct No. 2 Adolph Bartel Commissioner Precinct No. 3 Roger Stone Commissioner Precinct No. 4 and the Court having duly opened, the following proceedings were had: NO. 12286 APPROVAL OF CLAIMS AND ACCOUNTS On this the 30th day of December 1974, came on to be examined by the Court the various claims and accounts against Kerr County and the respective Commissioners Precincts since the last term of Court, which claims and accounts were approved for payment by the Clerk and Treasurer, in amounts and out of General, Officers Salary, County Law Library, Road & Bridge No. 2 and Permanent Improvement Funds, voucher No. 40630 thru 40649 ~ page 1761 , as shown in the Minutes of Accounts Allowed, which were made a part hereof and of this order. Motion made by Commissioner Bartel, seconded by Commissioner Sallee and unanimously approved by the Court. o-o-o-o-o-o-o-o-o-o