Agenda Item
ASR
Control 25-000471 |
||
MEETING
DATE: |
08/12/25 |
|
legal entity taking action: |
Board
of Supervisors |
|
board of supervisors district(s): |
All
Districts |
|
SUBMITTING Agency/Department: |
Health
Care Agency (Approved) |
|
Department contact person(s): |
Veronica
Kelley (714) 834-7024 |
|
|
Mindy
Winterswyk (714) 834-5052 |
|
Subject: 9-1-1 Basic Life Support Emergency
Ambulance Response Services Contracts
ceo CONCUR |
County Counsel Review |
Clerk of the Board |
||||||||
Concur |
Approved
Agreement to Form |
Discussion |
||||||||
|
|
3
Votes Board Majority |
||||||||
|
|
|
||||||||
Budgeted: Yes |
Current Year
Cost: N/A |
Annual Cost: N/A |
||||||||
|
|
|
||||||||
Staffing Impact: |
No |
# of Positions: |
Sole Source: No |
|||||||
Current Fiscal Year Revenue: $83,000
|
||||||||||
Prior Board Action: 5/6/2025 #19, 1/28/2020 #15 |
||||||||||
RECOMMENDED
ACTION(S):
1. |
Approve Contract
with Falck Mobile Health Corp, for the Provision of 9-1-1 Basic Life Support
Emergency Ambulance Response, Transportation and Related Services for the
term of September 1, 2025, through August 31, 2030, for Exclusive Operating
Area A. |
2. |
Approve Contract
with Falck Mobile Health Corp, for the Provision of 9-1-1 Basic Life Support
Emergency Ambulance Response, Transportation and Related Services for the
term of September 1, 2025, through August 31, 2030, for Exclusive Operating
Area B. |
3. |
Approve Contract
with Falck Mobile Health Corp, for the Provision of 9-1-1 Basic Life Support
Emergency Ambulance Response, Transportation and Related Services for the
term of September 1, 2025, through August 31, 2030, for Exclusive Operating
Area C. |
4. |
Approve Contract
with Falck Mobile Health Corp, for the Provision of 9-1-1 Basic Life Support
Emergency Ambulance Response, Transportation and Related Services for the
term of September 1, 2025, through August 31, 2030, for Exclusive Operating
Area D. |
5. |
Approve Contract
with Falck Mobile Health Corp, for the Provision of 9-1-1 Basic Life Support
Emergency Ambulance Response, Transportation and Related Services for the
term of September 1, 2025, through August 31, 2030, for Exclusive Operating
Area E. |
6. |
Authorize the
County Procurement Officer or Deputized designee to execute the Contracts
with Falck Mobile Health Corp as referenced in the Recommended Actions above. |
SUMMARY:
Approval of the Contracts with
Falck Mobile Health Corp for provision of 9-1-1 Basic Life Support Emergency
Ambulance Response, Transportation and Related Services will provide services
in support of the Orange County Emergency Medical Services Program to five
exclusive operating areas.
BACKGROUND
INFORMATION:
In accordance with Health and
Safety Code section 1797.224, the Orange County Emergency Medical Services
(OCEMS) division of the Orange County Health Care Agency (HCA), is authorized
to create one or more exclusive operating areas (EOAs) for 9-1-1 Basic Life
Support Emergency Ambulance Response, Transport and Related Services within
Orange County (County). Accordingly,
OCEMS created five regions comprised of 19 cities and unincorporated areas to
serve as EOAs. These regions include all adjacent unincorporated areas of the
County and are integrated in their respective adjacent EOAs. In addition, OCEMS
has ensured that a competitive process was utilized to procure these services
and furthermore, has secured approval of the competitive process by the California
Emergency Medical Services Authority (EMSA), as required per State
regulations.
On January 28, 2020, your Honorable Board
of Supervisors (Board) previously approved the Contracts with Emergency
Ambulance Service, Inc., and Care Ambulance Service, Inc. to provide 9-1-1
Basic Life Support Emergency Ambulance Response, Transportation and Related
Services. On May 6, 2025, the Board approved amendments for a three-month
extension of services from the term of June 1, 2025, through August 31, 2025,
to allow for the extension and continuation of services and release the Request
for Proposals (RFP).
On March 3, 2025, the HCA released
the RFP on the County’s online bidding system to solicit proposals to provide
9-1-1 Basic Life Support Emergency Ambulance Response, Transportation and
Related Services. On April 10, 2025, the RFP closed, and HCA received responses
as indicated in the tables below, for each EOA. The Orange County Preference
policy is not applicable to these contracts.
Scope
of Services
9-1-1 Basic Life Support Emergency
Ambulance Response, Transport and Related Services contracts are awarded to the
highest scored qualified ambulance service provider and are expected to perform
related services which include, but are not limited to, Billing for Advanced
Life Support/Basic Life Support services, Patient Satisfaction Program, Public
Education, Data management and all other requirements found within the
contract. The primary goal of the services is to provide quality 9-1-1 Basic
Life Support Emergency Ambulance medical care and ambulance transportation
services to County residents and visitors.
Proposal
Evaluation Process
Evaluation panels were recruited to
evaluate the proposals received for each RFP. The evaluation panel consisted of
subject matter experts; four external public members and three HCA employees.
Evaluation panel members independently rated the proposals using the criteria
outlined in the RFP with possible maximum points of 100.
EOA A |
|
Respondent |
Average Score |
Falck
Mobile Health Corp (Falck) |
86 |
Orange
County Fire Authority (OCFA) |
83.57 |
EOA B |
|
Falck |
88.14 |
OCFA |
80.29 |
Eastwestproto,
Inc dba LifeLine Ambulance |
60.43 |
EOA C |
|
Falck |
88.29 |
OCFA |
80.14 |
EOA D |
|
Falck |
90.2 |
EOA E |
|
Falck |
90.4 |
The evaluation panel recommended award for
EOAs A, B and C to Falck. For EOAs D and E, Falck was the only Respondent,
therefore the evaluation panel recommended to award the Contract to Falck. HCA
also received a proposal for EOA A from Symons Emergency Specialties Inc.,
however the proposal was deemed non-responsive and did not move forward in the
evaluation process. No protests were received. Falck (formerly named Care
Ambulance Services) was the incumbent provider of 9-1-1 Basic Life Support
Emergency Ambulance Response, Transportation and Related Services for EOAs B,
C, D, and E. Falck met the previous performance outcome measurements over the
term of the contract with the exception of COVID-19 related performance outcome
impacts.
HCA
staff have conducted due diligence on Falck, and reference checks have been
confirmed satisfactory with the San Diego Fire-Rescue Department, the City of
Santa Ana, and the City of Aurora. HCA verified there are no concerns that must
be address with respect to Falck’s ownership/name, litigation status or
conflicts with County interest.
Performance
Outcomes
Performance is in part based on the
contractor’s compliance with the ambulance Response Time Standards with a
requirement to meet these response times at least 92 percent of the time.
Ambulance Response Times shall be measured in minutes and integer seconds and
are “time stamped” by the contractors’ computer aided dispatch systems. The
standards include two response code priorities and three geographical zones
within the EOA’s that will be used for Basic Life Support response time
monitoring, reporting, and compliance purposes. 9-1-1 contracted Basic Life
Support ambulance contractors’ “Response Time Compliance” is a combination of
dispatch, operations, and field operations. An error in one phase of operations
(e.g. ambulance dispatch, system deployment plan, ambulance maintenance, etc.)
is not the basis for an exception to performance in another phase of operations
(e.g. clinical performance or response time performance).
Response Time by
Fiscal Year (FY) |
Emergency
Ambulance Service Region A |
Care Ambulance Service Region B |
Care Ambulance
Service Region C |
Care Ambulance
Service Region D |
Care Ambulance
Service Region
E |
FY
2020-2021 Response Time Compliance |
97.3% |
96.8% |
96.6% |
97.8% |
97.1% |
FY
2021-2022 Response Time Compliance |
96.8% |
93.3% |
90.8% |
91.6% |
91.4% |
FY
2022-2023 Response Time Compliance |
96.8% |
93.0% |
91.2% |
92.9% |
92.7% |
FY
2023-2024 Response Time Compliance |
97.5% |
96.6% |
96.1% |
96.5% |
96.4% |
FY
2024-2025 Response Time Compliance (July 1, 2024, to December 31, 2024) |
96.8% |
96.2% |
96.0% |
96.6% |
96.1% |
These Agreements do not currently include
subcontracts or pass through to other providers. See Attachment F for Contract
Summary Forms.
The Contracts require Per Occurrence
Sexual Misconduct Liability (SML) Insurance. Effective January 1, 2024, new
state law eliminated the existing time limit for the statute of limitations on
childhood sexual assault. Under the new law, a civil claim for a child sexual
abuse event that occurs after January 1, 2024, can be brought at any time. Due
to the significant potential liability the new law poses, many insurance
providers are either unwilling to issue Per Occurrence SML or issue Per
Occurrence policies at an affordable premium. Per Occurrence SML does not have
a timeline limitation when a claim is filed and coverage applies, as long as
the policy was active at the time of the incident. With Claims-Made SML, there
is a specific, limited time period when a claim filed would be covered. Risk
Management does not approve claims-made SML. The ability to carry Claims-Made
SML in lieu of Per Occurrence SML is before the Board for approval due to the
importance of services, see Attachment I – Risk Assessment Form.
These contracts are being presented for
Board approval less than 30 days before the effective date due to a delay in
receiving California EMSA approval of the RFP document and the timeline of the
RFP evaluation process.
HCA requests your Board's approval of the
Contracts to continue to provide services in support of the OCEMS Program, as
referenced in the Recommended Actions.
FINANCIAL
IMPACT:
Revenue from these Contracts is
included in Budget Control 042 FY 2025-26 Budget and will be included in the
budgeting process for future years.
Reimbursement from the providers
will cover the County’s cost for administering the Agreements and is expected
to be funded through contractor operating revenue.
STAFFING
IMPACT:
N/A
ATTACHMENT(S):
Attachment
A – Contract MA-042-25011794 for EOA A
Attachment B – Contract MA-042-25011795 for EOA B
Attachment C – Contract MA-042-25011796 for EOA C
Attachment D – Contract MA-042-25011797 for EOA D
Attachment E – Contract MA-042-25011798 for EOA E
Attachment F – Contract Summary Forms
Attachment G – Score Sheets
Attachment H – Health and Safety Code Section 1797.224
Attachment I – Risk Assessment Form