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.

 

Exhibit A

Request for Proposal Matrix

1.

General Description of RFP

Provide phlebotomy services

2.

List key evaluation criteria

    1. Philosophy and Values (there is a clear commitment to timely response and support of law enforcement and its work to protect the public)

    2. Experience (in providing services and in experience of key personnel)

    3. Program (understanding of the scope of services, sufficient staffing to provide the services, and sufficient training and supervision )

    4. Organizational Capacity (history of providing similar services, history of managing other contracts with public or private agencies, and evidence of satisfactory accounting and recordkeeping)

    5. Financial Narrative (pricing)

3.

Where advertised

The Independent (San Mateo Weekly and Foster City Progress)

4.

In addition to any advertisement, list others to whom RFP was sent

    1. Central Medical Lab, San Jose, CA

    2. Quest Diagnostics, San Jose, CA

    3. Park-Gilman Clinics, Burlingame, CA

    4. American Medical Response, Burlingame, CA

5.

Total number sent to prospective proposers

4

6.

Number of proposals received

3

7.

Who evaluated the proposals

Committee, including representatives from:

    1. California Highway Patrol,

    2. County Manager’s Office

    3. City police chiefs association

    4. Sheriff’s Office

    5. Correctional Health

8.

In alphabetical order, names of proposers (or finalists, if applicable) and location

American Medical Response, Burlingame

Central Medical Lab, San Jose

Park-Gilman Clinics, Burlingame