Loading...
HomeMy WebLinkAboutMINUTES - 06242008 - C.89 TO: BOARD OF SUPERVISORS -`E_L•.o -... Contra FROM: William B. Walker.MD, ;"�/__ ' Health Services Director 'I`~ Costa DATE: June 24;2008 °sem County SUBJECT: Request for Proposal,Emergency Ambulance Services,Emergency Response Area 4 (San Ramon Valley) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: Approve and authorize the Health Services Director or his designee(Art Lathrop)to release the attached Request for Proposal for emergency ambulance services in Emergency Response Area 4 (EA 4)(San Ramon Valley). FISCAL IMPACT: No fiscal impact. BACKGROUND: On October 9. 1997;your Board approved an extension of the County's emergency ambulance services agreement with San Ramon Valley Fire Protection District through November'-?,2008 and authorized the Health Services Emergency Medical Services Agency to conduct a competitive selection process as required by statute for selection of a service provider to continue provision of emergency ambulance service in Emergency Response Area 4(the territory of the San Ramon Valley Fire Protection District). The competitive selection process set forth in the attached Request for Proposal has been approved by the California Emergency Medical Services Authority pursuant to Health and Safety Code.Section 1797.224. No proposals will be considered that fail to meet the level of service(ambulance availability and staffing)currently provided in EOA 4. A recommendation for selection of a service provider will be made to your Board for approval. In the event that multiple qualifying proposals are received.a Proposal Review Committee comprised of representatives designated by local government entities within EOA 4 will score proposals in accordance.with a point system contained within the RFP. CONTIN ED ON ATTACHMENT: X YES SIGNATURE: --r, ------- ----------------------------- R COMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE _OTHER ARE(S):SI ---- L------ - `� / y� (� Q ;v ----------------------------------- ACTION OF BOARD ONCILL XPi Z 700 APPROVE AS RECOMMENDED OJHER VOT OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN UNANIMOUS(ABSENT ) AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES:' NOES: SHOWN. ABSENT: . ABSTAIN: r� ATTESTED\J JOHN SWEETEN.CLERR OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR Originating Department: Emergency Medical Services 646-4690 cc: County Administrator County Counsel Health Services Administration Emergency Medical Services Contra Costa County Fire Chiefs Association Each Fire Chief B .+ DEPUTY Request for Proposal (RFP) Emergency Paramedic Ambulance Services EOA 4—San Ramon Valley Exclusive Operating Area for Emergency Ambulance Services (:Does NOT include exclusivity for interfacility transfers) This request for proposal has been prepared in conformity to California Emergency Medical Services Authority publication #141 Competitive Process for Creating Exclusive Operation Areas. Proposals shall be managed, reviewed, and handled in accordance EMSA #141 as further detailed in this RFP. a. RFP Serial Number: 07012008E OA4 b. Name and address of awarding agency: Contra Costa Emergency Medical Services Agency 1340 Arnold Drive, Suite 126 Martinez, CA 94553 c. Date of issuance: July 1, 2008 d. Time and place for submission of'responses, including disposition of late responses and potential reasons for rejecting all responses: . Proposals must be received no later than 4:00 PM, August 15, 2008 at the above listed EMS Agency address. The EMS Agency may reject any response received after the specified deadline. The EMS Agency may reject any proposal that does not meet standards set forth in this RFP. The EMS Agency may reject all proposals if it is determined to be in the best interest of the County. e. Time and place of response opening: 4:00 pm, August 15, 2008 at the above-listed EMS agency address. C. Period of time for which response is to remain in effect: Proposals must remain in effect until the earlier of(1) execution of a contract with the selected provider or (2) November 1, 2008. g. Guarantee, performance and payment of bond requirements: The selected vendor must post a performance bond in the amount of$100,000.00 within 15 days of notification of selection, said bond to remain in effect throughout the term of the contract. Failure to post said performance bond within the specified time period may result in rejection of the proposal. If the selected vendor is a local government agency, a resolution of the agency's governing body stating an intent to enter into an agreement with the County in accordance to the terms of this RFP and the agency's ambulance service proposal shall be submitted in lieu of a performance bond. h. Responder's certification that all statements in the response are true: Proposal must include a cover letter with the following statement: "By submission of this proposal, [name of responder] certifies and warrants that, to the best of[name of responder]'s knowledge, all statement in this proposal are true and correct. [Name of responder] recognizes that any substantive misrepresentation contained in this proposal shall entitle the awarding entity to pursue any remedy authorized by law, which shall include the right, at the option . of the awarding entity, that any agreement made as a result thereof is void." i. When needed for the proposal evaluation, pre-award surveys, on inspection, a requirement that responders state the place(s), including the street address from which the services will be furnished: Proposal shall contain the street address of the proposer's principle business location within EOA 4 (Exclusive Operating Area 4) and the address of each location (station) from which emergency paramedic ambulance services shall be provided. j. Description or specification of services to be furnished: The minimum services to be provided are set forth in Attacluiient A, which is a sample of a contract for emergency ambulance services that the successful proposer will be required sign. Historical data on the number of ambulance responses in EOA 4 is available in EMS Agency Annual Reports available on the EMS Agency website wtiww.cccems.org or at the EMS Agency office. k. Time, place and method of service delivery: Services shall be provided within EOA 4 as described in Attachment B and, when requested by EMS Agency designated dispatch center(s) and to the extent able while maintaining services within EOA 4, to other areas within and outside Contra Costa County for mutual aid response. Services shall be provided beginning November 3, 2008 through October 31, 2018. The method of service delivery shall be in accordance with the attached sample emergency paramedic ambulance service a1recment (Attachment A) as may be modified in the final agreement between provider and County. 1. Citation of and required responder conformance to all applicable provisions of law and regulations: Proposers must agree to comply with all applicable federal, state, and local laws, regulations and ordinances including, but not limited to, the California Health and ` Safety Code Division 2.5 (EMS Act), California Code of Regulations Title 22, and the Contra Costa County Ordinance 83-28 (Ambulance Ordinance). m. Requirement for each responder to submit a detailed budget and budget narrative wherein line items are identified as yearly or contract period costs: Proposals shall contain sufficient budget detail covering at least a one-year operational period to demonstrate availability of revenue by source to cover operations. Eligibility Criteria Only providers with a minimum five years experience providing paramedic ambulance service in a performance-based EMS system shall be considered. No proposal will be considered that fails to meet the level of servicc (ambulance availability and staffing) currently provided in EOA 4. Evaluation Criteria Proposals shall be evaluated on the basis of demonstrated experience providing emergency paramedic ambulance service, demonstrated experience integrating transport arld first responder services, level of service to be provided (ambulance unit hours, staffing, etc.), operational and medical oversight, personnel training, patient charges, financial capability, demonstrated customer satisfaction and community servicc, and disaster response capability. In the event that multiple qualifying proposals are received, a Proposal Review Committee will score qualifying proposals in accordance with a point system set forth in Attachment C. The Proposal Review Committee will be comprised of representatives designated by the City of San Ramon, the Town of Danville, and the Contra Costa County Sheriff(representing the unincorporated area of Alamo). The Proposal Review Committee shall make a recommendation to the EMS Agency Director who shall make a recommendation to the Board of Supervisors. Responders' Conference A Responders' Conference will be held.July 11, 2008, 2:00 p.m., at the EMS Agency .office as listed above. The purpose of the responders' conference is to provide a forum for answering questions. The conference will be the only time that questions will be answered regarding the R.FP. This will ensure that allprospective responders receive the same information. Questions and answers need not be put in writing. If a written response to a question is provided, then all prospective responders will receive a copy of the question and answer. Proposal Contents Responders must submit a statement of experience that shall include but not be limited to the following information: a. Business name and legal business status (e.g.,partnership, corporation, local governmental agency, etc.) of the prospective contractor. b. Number of years the prospective contractor has been in business under the present name, as well as related prior business names. c. Number of years of experience the prospective contractor has had in providing the required services. d. Contracts completed during last five years showing year, type of services, dollar amount of services provided, location, and contracting agency. e. Details of any future contract or refusals to complete a contract. f. Whether the responder holds a controlling interest in any other organization, or is owned or controlled by any other organization. g. Financial interests in any other related business. (This provision is not required of a prospective contractor who is a local governmental entity where such information is a matter of public record.) h. Names of persons with whom the prospective contractor has been associated in business as partners or business associates in the last five years. (This provision is not required of a prospective contractor who is a local govermnental entity where such information is a matter of public record.) i. Explanation of any litigation involving the prospective contractor or any principal of(iceis thereof in connection with any contract for similar services. j. An explanation of experience in the service to be provided or similar experience of principal individuals of the prospective contractor Is.present organization. k. A list of major equipment to be use&for the direct provision of services (e.g., Vehicles, dispatch centers, etc.). 1. Financial information that will disclose the cost of the proposed operation and the intended source of funding. n.. A list of commitments and potential commitments that may impact assets, lines of credit, guarantor letters; or otherwise affect the responder's ability to perform the contract. n. Business or professional licenses or certificates required by the nature of the contract work to be performed and held by the responder. o. . An agreement to provide the awarding agency with any additional information determined to be necessary for an accurate deterrilination of the prospective contractor's qualifications to perform services. p. Agreement to right of the awarding agency to audit the prospective contractor's financial and other records. (Not required of local governmental agencies.) q. Any additional information the proposer deems relevant to judging and scoring proposal. Proposal Format and Number of Copies Proposals shall be submitted on 8-1/2 by 1 I-inch paper without folds. Two copies shall be submitted, one of which may be stapled or bound and one of which shall be loose and suitable for copying. Pages shall be numbered in a manner for ease of reference. Each proposal shall contain a cover letter signed by an individual authorized to commit the organization to the services proposed. Late Submission or Defective Submission Proposals submitted after the due date and time or proposals submitted that do not meet the requirements and format set forth in this RFP will be rejected, except that the EMS Agency reserves the right at its sole discretion to accept a late'sublmission whcjl it is determined that the reason for lateness was beyond the reasonable control of the proposer or to accept a defective proposal if it is determined that the defect is inconsequential. Withdrawal of Proposal A proposal play be withdrawn at any time before the time set for response opening upon presentation of a written request from. a duly authorized representative of the proposer. Notification and.Appeal Each proposer will be Notified in writing of the recoil mendation of the Proposal Review Committee. Any proposer may protest the recommendation of the Proposal Review Committee by submitting a written protest within five days of noti lication. to the EMS Agency Director setting forth the reasons for the protest. A copy of the protest shall be provided to each proposer who, 111 turn, .may file a written rebuttal or comment on the protest to the EMS Agency Director within five days of the date copies of the protest are sent. The EMS Agency Director shall then. notify each proposer of his final recommendation to be made to the Board of Supervisors. Attachment A—Sample Emergency Ambulance Service Agreement Attachnient B - EOA 4 Description Emergency Operating Area 4 is an Exclusive Operating Area established for emergency ambulance response only. EOA 4 does NOT include exclusivity for interfacility transport. EOA 4 comprises the territory of the San Ramon Valley Fire Protection District, which includes the territories of the Town of Danville and the City of San Ramon and surrounding unincorporated areas. Attachment C —Point System for Proposal Evaluation Section Title Total Points Proposal accepted for Credentials and qualification. review/proposal rejected for review Experience providing emergency paramedic 100 ambulance service Level of service to be provided(ambulance unit 500 hours/ambulance staffing) Operations management 100 Medical oversight 100 Medical oversight and quality improvement 100 program Personnel training 100 Proposed pricing .100 Financial capacity 100 Proposed pricing 100 Customer satisfaction/community service 100 Disaster response capability 100 TOTAL POSSIBLE POINTS 1,500