|
|
|
|
|

|
COUNTY OF SAN MATEO
Inter-Departmental Correspondence
|
Health Department
|
|
DATE:
|
May 2, 2005
|
BOARD MEETING DATE:
|
May 24, 2005
|
SPECIAL NOTICE/HEARING:
|
None
|
VOTE REQUIRED:
|
Majority
|
|
TO:
|
Honorable Board of Supervisors
|
FROM:
|
Charlene A. Silva, Director, Health Department
Honorable Don Horsley, Sheriff
|
SUBJECT:
|
Contract for Phlebotomy Services.
|
|
RECOMMENDATION:
|
Adopt a resolution authorizing the President of the Board to execute an agreement with American Medical Response (AMR) for phlebotomy services in an amount not to exceed $216,000 for the term of July 1, 2005 – December 31, 2006.
|
|
VISION ALIGNMENT:
|
Commitment: Ensure basic health and safety for all
|
Goal(s): Maintain and enhance the public safety of all residents and visitors
|
|
This agreement contributes to this goal by assuring timely response to public safety incidents and assuring that evidence is gathered in a timely fashion.
|
|
Performance Measure(s):
|
Measure
|
FY 2004-05
Estimated
|
FY 2005-06
Projected
|
Response time less than 30 minutes to calls for blood draw
|
88%
|
92%
|
|
BACKGROUND:
|
The phlebotomy services to be provided under this agreement consist of the collection of blood specimen evidence to used in the prosecution of driving under the influence and other crimes. This evidence gathering will occur at locations throughout the county as well as at Stanford Medical Center and San Francisco General Hospital. In July, 2004 a Request for Proposals (RFP) was issued for phlebotomy services and AMR was selected.
|
|
The County Manager’ s office entered an interim contract with AMR for the period of December 1, 2004 though June 30, 2005. This interim contract assured seamless continuity of service while allowing completion of the ongoing contract negotiations of the proposed agreement.
|
|
DISCUSSION:
|
The RFP was developed with input from representatives of local police agencies, the California Highway Patrol, the Sheriff’s Office and the District Attorney. Law enforcement was involved in the selection process due to the important role the contractor will have in collecting evidence and testifying in court.
|
|
Timely response and clear procedures associated with chain of custody of evidence were considerations for the selection of AMR. The contract amount is projected based on the average use of the interim contract (101 draws per month), and includes adjustments for seasonal fluctuation. The contract mandates strict compliance with blood draw procedures. It also mandates the phlebotomist arrive at the blood draw within 30 minutes of dispatch, with a penalty provision for late arrivals. During the interim contract period, AMR’s response time has been 88 %, with an average of 18 minutes from dispatch. The contract further mandates compliance with subpoenas and providing testimony at no additional charge.
|
|
The recommended contractor, AMR, also provides emergency medical paramedic services in the county. The AMR staff responding to phlebotomy requests will be different from the ambulance staff so there will not be any impact to the response time for ambulance response. AMR successfully provides both services in Sonoma County..
|
|
Park Gilman, the prior contractor and an unsuccessful proposer, protested the RFP process. The protest was evaluated, considered and denied, in accord with the provisions of the RFP. This contract was reviewed by County Counsel and Risk Management.
|
|
FISCAL IMPACT:
|
The term of the contract is July 1, 2005 – December 31, 2006 and is for an amount not to exceed $216,000. The amount is $144,000 for FY 2005-06 and $72,000 for 2006-07 and will be in the recommended budgets for each of those years. The annual cost of $144,000 will be covered by in part from collection of fines and forfeitures of about $70,000 annually, and the balance of $74,000 is covered by the Health Department and is the Net County Cost of the contract. The total Net County Cost for this contract is $111,000.
|
|