Agenda Item   

AGENDA STAFF REPORT

 

                                                                                                                        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

   Funding Source:    Other: 100% (Contracted Ambulance Providers)

County Audit in last 3 years: No

   Levine Act Review Completed: Yes

 

    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