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