Loading...
FY17 SRC WAVE 5310 Transportation grant contractCAPE FEAR PUBLIC TRANSPORTATION AUTHORITY CONTRACT FOR PURCHASED SERVICE UNDER THE 5310 COMMUNITY GRANT PROGRAM Contract # 17 -09 NAME OF AGENCY: New Hanover County Senior Resource Center ADDRESS: 2222 S. College Road, Wilmington, NC 28403 MANAGER: Amber Smith PHONE: (910) 798 -6410 PRIMARY CONTACT: Chris Dodson PHONE: (910) 798 -6413 AUTHORITY CONTACT: Vanessa Lacer PHONE: (901) 202 -2045 The contract is hereby entered into by and between the New Hanover County Senior Resource Center (the "County") and Cape Fear Public Transportation Authority, d.b.a. Wave Transit, (the "Contractor ") (referred to collectively as the "Parties "). The County's federal tax id will be kept of file as documentation of its status as a governmental agency. 1. Effective Period: The contract shall take effect upon immediate notice of the availability of grant funds and will terminate after 12 months from the effective date. This contract must be 12 months or less. 2. Contractor's Duties: The Contractor understands and agrees to the duties outlined as follows: a. Payment: The Contractor shall provide Paratransit transportation services to the County in accordance with the approved rate as described below: Ambulatory and Non Ambulatory Initial Per Trip* Rate Adjusted Per Trip* Rate Anywhere within the Urbanized A flat rate of $18.85 per trip, per 80% or $15.08, of the per trip rate Area (UZA) as outlined in passenger. Personal Care will be covered by the Contractor Attachment A of this Contract Assistants (PCA's) approved by through the 5310 community grant the Contractor ride at no cost. program. An adjusted flat rate of Limit one PCA per passenger, per $3.77 per trip, per passenger will trip. be applied to each trip. * A trip is defined as transportation from a single origin to a single destination. The Contractor shall cover 80% of the cost of purchased transportation, not to exceed $40,000, for the County. The Contractor shall invoice the County for transportation services on a monthly basis. The invoicing shall reflect an adjusted rate of $3.77, or 20 %, per trip to be billed to the County. No-Shows: The Contractor shall report all no -shows and cancellations to the County's identified transportation coordinator on a daily basis. A monthly allotment of three (3) no -shows will be allowed at no cost to the County. The Contractor shall bill the County the full trip cost for any no -shows that exceed the allotment. c. Reporting Requirements: The Contractor shall provide the County with a weekly Detailed Billing Report. The County agrees to notify the Contractor of any billing challenges within five business days. Any request for adjustments after that time frame will be considered by the Contractor for adjustment. If no communication is received within that time frame all billings will be deemed final with the understanding that any adjustments found after five business days will be adjusted by the Contractor on the subsequent invoice. d. Invoicing: The Contractor shall receive, approve, and pay promptly all charges for services rendered to passengers of the County upon receipt of a final approved invoice. Invoices shall be provided by the Contractor to the County no later than the 5'" business day of each month. 3. County's Duties: The County understands and agrees to the duties outlined as follows: a. Payment: The County shall pay the Contractor the adjusted per trip rate as identified in the table above for all requested trips. The total amount paid by the County to the Contractor under this contract shall not exceed 20 %, or $10,000, in the form of matching funds. The County's match of $20 %, or $10,000, shall be paid in cash or cash equivalent. An in -kind match will not be accepted. The matching funds provided by the County shall be sourced from non - federal funds. The total contract amount including any County match shall not exceed $50,000. b. Scheduling: The County shall appoint a transportation coordinator, who will be responsible for scheduling transportation trips for approved passenger. All requests for next day service must be received the previous day by 12:00 p.m. As necessary, the transportation coordinator shall attend informational meetings that address specific service concerns and system updates. A list of coordinators is attached to this contract. The County shall provide on a daily basis by 12:00 p.m. a listing of all transportation trips to be provided the following day. The County shall ensure that the information provided is accurate. The County understands that the Contractor's operating hours are as follows: Monday thru Saturday 6:00 a.m. to 9:00 p.m. and Sunday 9:00 a.m. to 6:00 p.m. Any trips scheduled by the County shall have a pick up time no earlier than 6:00 a.m. and a drop off time no later than 9:00 p.m. The actual pick -up and drop off times are an approximation and the actual time may vary by as much as 1 hour. c. No-Shows: A monthly allotment of three (3) no -shows will be allowed at no cost to the County. The County shall pay the fully allocated trip cost of $18.85 for all no -shows that exceed the allotment. d. Trip Parameters: The County shall ensure that one leg of each trip requested shall originate or end at the Senior Resource Center located at 2222 S. College Rd., Wilmington, NC 28403. e. Eligibility: The County shall ensure that each passenger is 65 years of age or older. Verification of passenger eligibility shall be made available to the Contractor upon request. L Reporting Requirements: The County shall comply with all reporting requirements as communicated by the Contractor. 4. Termination: This Contract may be terminated by either party at any time for any reason, without penalty of any kind, effective thirty (30) days after delivery of written notice. The Contractor shall have the right to terminate this Contract immediately, without notice or penalty of any kind, if the County is found to be non- compliant with the terms and conditions of this Contract. 5. Signature Warranty: The undersigned represent and warrant that they are authorized to bind their principals to the terms of this agreement. The Contractor and the County have executed this contract in duplicate originals, with one being retained by each party. COUNTY SIGNATURE��A� /�/�� tr TITLE: pWt �I1Q/pgQi J PRINTEDNAME: fit\ Yt \•�1�4i DATE: 11.7 1 /l 7 CONTRACTOR SIGNATURE: PRINTED NAME: Coordinator supervisor: Coordinator: Coordinator Assistant: Authority Coordinator: Amber Smith Chris Dodson (910) 798 -6410 (910) 798 -6413 Harold Sam Norris (910) 798 -6401 Vanessa Lacer (910) 202 -2045 TITLE: DATE: asmith @nhcgov.com cdodson @nhcgov.com hnorris @nhcgov.com vlacer @wavetransit.com Attachment A- Urbanized Area Boundary (UZA) Urbanized Area Boundary (UZA) a�...y,ue...� -06 �=...a woo n. „e mmr.q coo. samba m ro ev.a.v ruv i