Loading...
HomeMy WebLinkAboutAmendment 04/14/1999 AMENDMENT TO AGREEMENT THIS AMENDMENT made and entered into this /'Ithday of A-f'r"/ 1999, by and between Monroe County Board of 3: \D '"TJ County Commissioners, hereinafter "COUNTY" and Rural Health N@W~k ~ r- :u ("') T :c:- fT1 0,::-: -< 0 Monroe County, Florida, Inc., hereinafter "RHN." ~~:: '"TJ OG- 0 0 c: -..... -,- :::0 2: :;v '" -i' c. -0 ;;;0 :< ("') , :x ,." :,,;-i)> ca n WHEREAS, the COUNTY and RHN entered into an agreeJ;,em c8I ~ WITNESSETH: February 10, 1999, whereby COUNTY would provide up to $50,000.00 to fund a primary care "medi-van"; and WHEREAS, RHN agreed to operate the van on a weekly basis throughout Monroe County to provide scheduled stops including areas known to be proximal to low-income and below-poverty residents, homeless, immigrants, and uninsured persons; and WHEREAS, a bid process was followed to obtain a medical vehicle; and WHEREAS, the lowest conforming bid far exceeded the amount to which County agreed to provide funding, requiring RHN to make up a substantial difference; NOW THEREFORE, In consideration of the mutual covenants and agreements hereinafter contained, it is agreed by and between COUNTY and RHN as follows: 1) The agreement entered between the parties on February 10, 1999 shall be amended by adding to paragraph no. 3 thereof the following: Upon determination by RHN that the medical vehicle is no longer usable for the purposes described in paragraph 2. above, RHN shall inform the County of its intent to retire the vehicle and shall give COUNTY the option of obtaining title to said vehicle upon payment of the costs of transfer, which costs shall include only those costs necessary to transfer title via stamped documents, licenses, registration, and the like, and shall not include any costs of the vehicle itself. 2) All other provisions of the agreement entered into February 10, 1999, which are not inconsistent herewith, shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have set their hands and seals BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA BY~oL.d.C..lJvY~ Deputy Clerk ~~- ~ '" . . \; Mayor/Chairman BY~o.n~(').. N\~ RURAL HEALTH NETWORK OF MONROE COUNTY, FLORIDA By - It Attest: SECRETARY/NOTARY BY 2 ;;1 '~ .' .. RURAL HEALTH NETWORK OF MONROE COUNTY, FLORIDA, INC. PRIMARY CARE OFFICE P.O. BOX 430073 BIG PINE KEY, FL. 33043-0073 FUNDED IN PART BY THE FLORIDA DEPARTMENT OF HEALTH EXECUTIVE SUMMARY JUSTIFICATION OF CONTRACT AWARD March 26, 1999 The Rural Health Network has been researching and in contact with companies that deal in recreational vehicles and custom designed medical vehicles. As the Rural Health Network is receiving assistance toward purchase of this vehicle by County Government, it has had to follow county policies and regulations which include a cover memo, advertising in three publications calling for bids, providing specifications, setting a deadline date, and using county issued forms such as the ethics clause, non-collusion form, public entity crime statement, and the drug free workplace form. The bid process has been followed according to all county regulations and contract requirements. Three bids were received by the Monroe County Purchasing Department prior to the deadline date. The county's Purchasing Department has copies and records of all transactions and documents needed to ensure that the competitive bid process was followed according to county policy. These bids were opened at the County Purchasing Department on March 24, 1999 at 10 A.M.. Attendees were Lisa Cherry, Purchasing Coordinator, Michael Cunningham, Rural Health Network Primary Care Coordinator, and Joe Kelinson from the County Attorney's Office. An original set of bids was sent to the County Administrator's office, an original set retained by the Rural Health Network, and a copy retained by the county's Purchasing Department. The county's purchasing dept. was to handle providing copies to all other parties that may require them. After the bids were opened, the Rural Health Network's van selection sub-committee, overseen through its Primary Care Task Force, reviewed the bids and specifications. The group then ranked the bids on the basis of which quote and vehicle best meet the needs of this project. The sub-committee was composed of Michael Cunningham, Rural Health Network Primary Care Coordinator, Mary Joubert, EXECUTIVE DIRECTOR-VOICE 305-295-8770; FAX 305-295-0472; EMAIL RHNED(illAOL.COM COMMUNITY OUTREACH DIRECTOR-VOICE 305-295-8770; FAX 305-295-0472; EMAIL RHNOC(illAOL.COM PRIMARY CARE COORDINATOR-VOICE 305-872-5522; FAX 305-872-4802; EMAIL RHNPCC(illAOL.COM HEALTHY KIDS/KIDCARE DIRECTOR-VOICE 305-289-2779; FAX 305-289-2781; EMAIL KIDCARE@KEITHCONNECTION.COM ~~F.."." :'i,.k/.. 1l " ,,',' .' ~ .....'1# *" RURAL HEALTH NETWORK OF MONROE COUN1Y, FLORIDA, INC. PRIMARY CARE OFFICE P.O.BOX 430073 BIG PINE KEY, FL. 33043-0073 FUNDED IN PART BY THE FLORIDA DEPARTMENT OF HEALTH Executive Director Florida Keys Health Education Center, Diane Douglass, Florida Keys Health Education Center, and Chris Clark, Monroe County Health Department. The three bids were reviewed and ranked as followed: #l-StarshiD Custom Vehicles ~ 35ft RV specifically designed as a commercial grade Medical Vehicle. Vehicle manufacturer provides flexibility in design, commercial upgrades, and will custom paint exterior as to desired design. ~ Price:$90,775.00 #2-SAMCOE Recreational Vehicles ~ 35ft Family Style RV. Vehicle would need to be retrofitted into a medical vehicle at unknown costs. Not of commercial grade or design. Design may cause problem with needed layout compromising the structure and strength. ~ Price:$54,945.00 #3-Holidav RV'S Inc. ~ 35ft RV custom designed as a commercial grade Medical Vehicle. Vehicle has no flexibility in design or options. ~ Price:$111,931.00 The van selection sub-committee selected Starship Custom Vehicle number one and as the recipient of the contract based on the quality of construction, flexibility of design, layout, commercial upgrades, manufacturer's included options, and that the vehicle was designed as a medical vehicle. The cost involved in the purchase of such of vehicle was considered to be of great value based on the vehicle's specifications and standard options. The additional funding for the purchase of this vehicle has been identified in the Rural Health Network's budget, as liability insurance is much lower than anticipated. AHEC is also looking into alternative funding as they, without hesitation, support the purchase of the designated vehicle and believe its quality and design justify the additional cost. Bids specifics can be presented and/or reviewed by the board upon request. EXECUTIVE DIRECTOR-VOICE 305-295-8770; FAX 305-295-0472; EMAIL RHNED@AOL.COM COMMUNITY OUTREACH DIRECTOR-VOICE 305-295-8770; FAX 305-295-0472; EMAIL RHNOC@AOL.COM PRIMARY CARE COORDINATOR-VOICE 305-872-5522; FAX 305-872-4802; EMAIL RHNPCC@AOL.COM HEALTHY KIDS/KIDCARE DIRECTOR-VOICE 305-289-2779; FAX 305-289-2781; EMAIL KIDCARE@KEITHCONNEcrION.COM RURAL HEALTH NETWORK OF MONROE COUNTY, FLORIDA, INC. PRIMARY CARE OFACE P.O.BOX 430073 BIG PINE KEY, FL. 33043-0073 FUNDED IN PART BY THE FLORIDA DEPARTMENT OF HEALTH The Rural Health Network's Primary Care Coordinator, or any of the sub-committee's members, may be contacted for further justification or review of the vehicle selection process. EXECUTIVE DIRECTOR-VOICE 305-295-8770; FAX 305-295-0472; EMAIL RHNEDCCilAOL.COM COMMUNITY OUTREACH DIRECTOR-VOICE 305-295-8770; FAX 305-295-0472; EMAIL RHNOCCCilAOL.COM PRIMARY CARE COORDINATOR-VOICE 305-872-5522; FAX 305-872-4802; EMAIL RHNPCCCCilAOL.COM HEALTHY KIDS/KIDCARE DIRECTOR-VOICE 305-289-2779; FAX 305-289-2781; EMAIL KIDCARE@KEITHCONNECTION.COM