HomeMy WebLinkAboutMINUTES - 03051991 - 2.6 TO : BOARD OF SUPERVISORS
FROM: Contra
Mark Finucane, Director ��,,.. �L
,
Health Services Department �JLIJta
DATE: February 20, 19 91 ""u' "y
SUBJECT: Measure H Implementation
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
1. Accept report on Measure H implementation.
2 . Authorize the Health Services Director to execute an agreement,
approved as to form by County Counsel, with Regional Ambulance,
Inc. , for emergency ambulance service for the period January 3 ,
1991 through January 2, 1993 (two years) providing payments of
up to $1,312,207 and $2, 502,389 for enhanced paramedic ambulance
services to be provided within Emergency Response Areas 1, 2,
and 5 during the first and second contract years, respectively,
and with a provision for extension for up to two additional
years with any subsidy to be negotiated prior to extension.
FISCAL IMPACT•
No County General Fund impact. Subsidy payments will be funded
under CSA. EM-1 (Measure H) without exceeding the voter-approved
limits of $5.50 per household for the first year and $10. 00 per
household for subsequent years.
BACKGROUND:
On June 5, 1990, Your Board approved and authorized distribution of
a Request for Proposal (RFP) for emergency ambulance service. The
RFP set standards for ambulance service based upon the Measure H
Service Plan for enhanced emergency medical services and
established a process for proposal review. On September 11, 1990,
Your Board approved the selection of Regional Ambulance, Inc. , and
San Ramon Valley Fire to provide emergency ambulance services and
authorized the Health Services Director to negotiate contracts
based upon their submitted proposals. Both agencies were the sole
bidders for their respective service areas. (Your Board also
authorized negotiation of an agreement with Moraga Fire, which was
exempt from the competitive selection process, to continue
providing emergency ambulance service within their area.
CONTINUED ON ATTACHMENT' YES SIGNATURE; /
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD CONIMITTEE
APPROVE OTHER
SIGNATURE(S)'
ACTION OF BOARD ON March 5, 1991 _ _ APPROVED AS RECOMMENDED X-_and .OTHER X-.---
REQUESTED the Health Services Director to report back to the Board on the status
of Measure H implementation in East County.
VOTE OF SUPERVISORS
1 HEREBY CERTIFY THAT THIS IS A TRUE
X UNANIMOUS (ABSENT III AND CORRECT COPY Or AN ACTION TAKEN
AYES: _ NOES:_ AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
ATTESTED 15� 19,91C County Administrator PHIL BATCHELOR, CLERK OF THE BOARD OF
County Counsel SUPERVISORS AND COUNTY ADMINISTRATOR
Auditor/Controller
Health Services Administration
Emergency Medical Services BY DEPUTY
"The attached report on Measure H implementation discusses:
- Measure H program implementation,
- Involvement of the Oversight Committee,
- Review of system issues.
- The ambulance RFP and selection process, and
- Key provisions of the proposed contracts.
Regional Ambulance Contract. The proposed contract with Regional
Ambulance provides for major enhancements in emergency ambulance
system, including establishing a standard of all paramedic response
to life-threatening calls. This will be accomplished by adding six
24-hour paramedic ambulance units over a ten month period beginning
in January 1991. Costs of the additional coverage will be offset
through a subsidy paid by the County from Measure H funds. During
the first year of the proposed two year contract, subsidy payments
of up to $1, 312,207 based upon the actual addition of new paramedic
units. During the second year, subsidy payments would total
$2,502, 389. There is provision for renewal of the contract for up
to two additional years with any additional subsidy payments to be
negotiated.
The proposed contract permits Regional to make certain changes in
patient billing procedures allowed under the federal Medicare
program which will result in increased revenues necessary to offset
higher operating costs. The projected increases in revenue from
patient billing, however, are insufficient to fully cover operating
costs at the existing level of service during the second contract
year. Therefore, the second year subsidy will exceed the
incremental costs of the added services by about $500, 000. Without
the subsidy, however, existing levels of service could not be
maintained.
Key provisions of the proposed contract include:
- Improved ALS (paramedic) ambulance coverage with two-paramedic
staffing - 10 minute response requirement for 95 percent of
Code 3 calls (20 minutes for rural areas) .
- Improved physician or nurse directed quality assurance
program.
- Rigorous data reporting and contract monitoring program,
including a formal annual performance review to be reported to
the Board.
- Financial review or audit by County of all contractor's
finances related to performance of services under contract.
In order to evaluate to feasibility of establishing an 8-minute
response time standard, bidders were required to submit separate
bids for both 10-minute and 8-minute response time standards.
Based upon Regional's bid to meet an 8-minute response standard, we
are not recommending that the County adopt such a standard at this
time.
CONTRA COSTA COUNTY HEALTH SERVICES DEPARTMENT
Emergency Medical Services Agency
February 13, 1991
Report on Implementation of
Measure H to Provide Enhanced
Emergency Medical Services
(CSA EM-1)
In November 1988, the voters of Contra Costa County passed
Measure H calling for establishment of a countywide benefit
assessment to fund enhanced emergency medical services. Following
passage of Measure H, the Board of Supervisors directed the Health
Services Department to undertake the necessary steps to implement
the measure and invited all cities to join in formation of a
countywide County Service Area (CSA) for emergency medical
services. An implementation task force was formed and, with
considerable input and assistance from a number of organizations,
agencies, and other County departments, a Measure H Service Plan
was developed and approved by the Board, all 18 cities agreed to
join in the CSA, and CSA EM-1 formally constituted in December 1989
with funding to begin with the FY 1990-91 property assessments.
County Service Area EM-1 includes all Contra Costa County and
is divided into two zones for assessment purposes. Zone A is the
San Ramon Valley area and was formed to coincide with Ambulance
Emergency Response Area (ERA) 4 in which emergency ambulance
services have been provided by San Ramon Valley Fire. Zone B is
the remainder of the county and includes ERA's 1, 2, and 5 served
by Regional Ambulance and ERA 3 served by Moraga Fire. Zone A was
established as a separate assessment rate zone at the request of
Danville, San Ramon, and San Ramon Valley Fire. This enabled the
San Ramon Valley area to be included within CSA EM-1, but assessed
a lower rate since an ambulance subsidy would not be necessary.
The purpose of this report is to provide an update on the
Measure H program implementation and to provide background on the
ambulance selection process and the proposed ambulance contracts.
The report is divided into the following sections:
- Implementation of EMS System Enhancements
- Oversight Committee
- Review of System Issues
- Ambulance Selection Process
- Proposed Ambulance Contracts
1
1
Implementation of EMS System Enhancements
The Measure H Service Plan provided for enhancements of
paramedic ambulance coverage, medical dispatch and communications,
and first responder medical training and equipment. Implementation
activities to date have included:
(1) Paramedic Ambulance Service. Developed Request for Proposal
and conducted proposal review and selection process resulting
in recommendations for selection of Regional Ambulance and San
Ramon Valley Fire to continue providing ambulance service
within their respective service areas under the Measure H
standards. (Moraga Fire will also continue providing
ambulance service under the new Measure H standards, but is
exempt from the competitive selection process. ) Contracts
have been negotiated with Regional Ambulance and with San
Ramon Valley Fire, subject to Board of Supervisors approval.
A similar agreement will be negotiated with Moraga Fire.
(2) MEDARS Radio System. The County's 2-channel MEDARS system
used for ambulance-to-hospital communication and for
communication between ambulances and Sheriff's dispatch is
being upgraded to a 4-channel system. This will accommodate
increased ambulance-to-hospital communication and will provide
additional capacity for communications with hospitals in the
event of a disaster.
(3) Dispatch. A link has been established between Sheriff's
dispatch and Regional Ambulance dispatch by providing a
dispatch terminal off the Sheriff's CAD system at Regional
Ambulance. Additionally, proposals have been solicited from
each fire/medical dispatch center to identify ways in which
Measure H funds can be used to improve medical dispatching.
(4) Disaster Medical Caches. A plan has been developed with the
County Fire Chiefs to establish 15 to 20 caches of first aid
supplies to be maintained by the fire service in various
locations throughout the County for use in multicasualty or
disaster situations. The stocking of the caches has been
agreed upon and supplies are being purchased. County Fire has
agreed to assemble and distribute the caches to participating
agencies. Each participating agency will agree to maintain
supplies in its caches and to transport caches to any location
in the county if requested. All supplies are standard items
familiar to fire and ambulance personnel from day-to-day
operations.
(5) First Responder Defibrillation. The County has contracted for
the services of a part-time defibrillation program medical
director. All fire agencies have been contacted to determine
their interest in undertaking a defibrillation program.
Results of these contacts were quite positive. Currently, an
RFP is being developed to obtain bids on defibrillation
equipment and a staff position is being developed to provide
training and monitoring.
2
(6) Quality Assurance. Ambulance service providers are being
required to submit detailed quality assurance programs that
are subject to approval and monitoring by the County.
(7) Ambulance Data System. A comprehensive data system for
monitoring ambulance response has been established by Regional
Ambulance and reporting requirements have been incorporated
into the ambulance service agreements.
Oversight Committee
The Measure H Service Plan provided for the establishment of
an Oversight Committee advisory to the Health Services Director to
provide budgetary review and to review ambulance deployment.
Membership on the Oversight Committee was established by the
Service Plan. Membership on the oversight committee includes:
- Bob Adams, Public Managers' Association
- Dr. Allan Longshore, Emergency Medical Care Committee
- Janiece Nolan, East Bay Hospital Conference
- Chief Jerry Fender, Fire Chiefs' Association
- Chief Ted Barnes, Police Chiefs ' Association
This committee has been appointed and has met three times for an
orientation, to review the current year's budget, and to review the
terms of the proposed Regional Ambulance contract and Regional's
proposed implementation plan. Members of the Oversight Committee
also were invited to participate on the ambulance proposal review
process discussed below.
Review of System Issues
At the time LAFCO was making its final review of the CSA EM-1
application, an issue was raised at the Mayors' Conference
regarding the cost efficiency of the existing private ambulance
model vis-a-vis a proposed model in which existing firefighter
personnel would be trained as paramedics and emergency ambulance
service provided by the various fire agencies. A committee of the
Mayors' Conference was formed to review this issue and the Health
Services Department agreed to work with the Mayors' Conference
committee regarding this issue.
A preliminary meeting has been held with the Mayors'
Conference committee, the chair of the EMCC, and staff of the
Health Services Department and County Fire. It was agreed that the
Health Services Department would undertake an independent review of
the proposed model to evaluate the potential for cost savings. To
accomplish this task, an independent consultant has been retained
and is currently conducting an analysis.
3
Ambulance Selection Process
The ambulance provider selection process included development
of a request for proposal (RFP) and review of proposals by Health
Services Department staff and by an independent Ambulance Proposal
Review Panel. An RFP incorporating enhanced standards for
ambulance service was developed and approved by the Board of
Supervisors on April 17, 1990. The RFP also specified a process
for proposal evaluation including a review panel comprised of
individuals from within and outside the county to be appointed by
the Health Services Director.
Although the RFP was widely distributed and active interest
was shown by one major ambulance company outside the county, actual
proposals were received only from the incumbent providers and for
their existing service areas. (Hartson's Ambulance of San Diego
had submitted an intent to bid and did attend the bidders'
conference. Before the proposal due date, however, Hartson's was
selected as the new emergency ambulance provider in San Mateo
County and notified Contra Costa that they would not be submitting
a proposal for this county. )
A Proposal Review Panel was selected included medical,
consumer, fire, city and county government, and hospital
representatives both from within and outside Contra Costa County.
That Panel rated both the Regional and the San Ramon Valley Fire
proposals quite highly. The report of the Panel and a
recommendation from the Health Services Department was submitted to
the Board of Supervisors. On September 11, 1990, the Board
approved selection of the recommended providers and authorized the
Health Services Department to negotiate contracts.
As a result of its April 17 and September 11, 1990, actions,
the Board of Supervisors has approved selection of the following
emergency ambulance providers:
- Moraga Fire Protection District to serve Emergency
Response Area (ERA) 3 covering the area of the Moraga
Fire Protection District;
- San Ramon Valley Fire Protection District to serve ERA 4
covering the area of the San Ramon Valley Fire Protection
District and that area of the City of San Ramon lying
outside the District; and
- Regional Ambulance, Inc. , to serve ERA's 1, 2, and 5
covering all remaining areas of the county.
The following section discusses the key provision of the proposed
Regional Ambulance .contract. Contracts with similar standards will
be proposed for San Ramon Valley Fire and Moraga Fire.
4
Proposed Regional Ambulance Contract
The proposed contract with Regional Ambulance, Inc. , is for
a two year period (renewable for an additional two year period) and
provides for emergency ambulance service covering Emergency
Response Areas 1, 2, and 5. These areas comprise all Contra Costa
County except San Ramon Valley and Moraga and comprise Regional
Ambulance's existing service area. Key provisions of the proposed
contract are as follows:
(1) Provision of a County subsidy of up to $1,312,207 during
calendar year 1991 and $2,502,389 during 1992 for
paramedic ambulance and related services.
(2) Requirement for Advanced Life Support (paramedic)
response within 10 minutes of notification (20 minutes
for rural areas) for all potentially life-threatening
(Code 3) medical responses.
(3) Recognition of goal to achieve 10 minute response
standard within each community and commitment to deploy
ambulances accordingly.
(4) Provision for renegotiation of subsidy following
significant MediCal or Medicare rate changes.
(5) Changes in the permitted patient charges permitting
paramedic charges for all patient transports by paramedic
unit.
(6) All Advanced Life Support ambulances staffed with a
minimum of two paramedics.
(7) Basic Life Support (EMT-I) ambulances normally limited to
non-life-threatening (Code 2) emergencies.
(8) Second patient attendant for transports of critical
patients over 15 minutes, to relieve fire of the need to
send personnel to accompany the patient.
(9) A formal physician or nurse directed quality assurance
program subject to approval by the County and to be
maintained on file with the County.
(10) A rigorous data reporting system for contract monitoring
including monetary penalties for failure to comply with
reporting requirements.
(11) Audit or review by the County of financial and other
records related to performance of services.
(12) Participation in a formal annual performance review
including a report to the Board of Supervisors.
5
To meet the performance criteria of the proposed contract,
Regional has proposed the addition of six 24-hour paramedic units
and related supervisory staff, one quality assurance nurse,
administrative staff necessary to implement the data reporting
system. A gradual phase-in of the six paramedic units will be
accomplished over first year with all units scheduled to be in
place by November 1991. This phase-in is necessary to assure that
high caliber paramedic personnel can be obtained and provided
appropriate orientation to the Contra Costa County EMS system.
Basic Life Support (EMT-I) ambulance coverage will be retained
at a slightly reduced level to respond to non-life-threatening
emergencies. These include 9-1-1 calls that have been screened by
a trained Emergency Medical Dispatch and determined not to require
a fire first response or paramedic level ambulance response. Use
of call prioritization by Emergency Medical Dispatchers and BLS
ambulance response will help to assure the availability of fire and
paramedic units to respond to more critical emergencies.
The Health Services Department will conduct a full scale
financial review of Regional Ambulance's emergency operations in
Contra Costa County following the first year of services. The
results of this review will be used as a basis for negotiating
future ambulance contracts. Additionally, the Health Services
Department and the contractor will participate in a formal annual
performance review that will result in a report to the Board of
Supervisors.
6