HomeMy WebLinkAboutTIC 2018-10-08 Item 2D - Grant Acceptance - 2017-2019 Commute Trip Innovation Phase II Grant from WA State Department of TransportationCity of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO:
FROM: Jack Pace, DCD Director
BY:
Transportation & Infrastructure Committee
Katie Wendel, Lead Transportation Outreach Coordinator
Alison Turner, Transportation Outreach Coordinator
CC: Mayor Ekberg
DATE: October 5, 2018
SUBJECT: WSDOT Commute Trip Innovation Grant 2017-2019 Phase 2
ISSUE
Washington State Department of Transportation (WSDOT) funding to continue implementation
of a non-traditional Commute Trip Reduction (CTR) program to reduce regional congestion and
improve air quality in Tukwila and south King County.
BACKGROUND
The City of Tukwila was previously awarded funding by WSDOT in 2017/18 for an expansion of
Transportation Demand Management (TDM) programs beyond traditional Commute Trip
Reduction (CTR)-affected sites into new markets for trip reduction. The project has regional
impact by encouraging employees at SeaTac Airport to reduce drive -alone trips, thereby
decreasing congestion in Tukwila and surrounding communities, improving air quality in the
SeaTac Airport travel -shed (1-5, 1-405, SR 518, SR 99), and reducing the demand for parking at
nearby park -and -ride stations, including Tukwila International Boulevard Station. The
implementation includes use of a new ridesharing/trip-logging platform and a monthly rewards
program with the goal of engaging more employees in commute challenges.
DISCUSSION
WSDOT awarded the City of Tukwila an additional $43,000 to implement Phase 2 of the project.
FINANCIAL IMPACT
There is no impact to the general fund. The funding leverages other TDM Program grants,
allowing for more robust implementation and contributes to sustaining the program's expanded
staff capacity.
RECOMMENDATION
The Council is being asked to accept the WSDOT grant amendment for the TDM Program in the
amount of $43,000 and consider this item on the Consent Agenda at the October 15, 2018
Regular Meeting.
ATTACHMENTS
Attachment A: WSDOT Grant Amendment — GCB2886-01
Attachment B: WSDOT Grant Contract — GCB2886 CTIG Contract 2017-2019
Attachment C: WSDOT CTIG Phase II City of Tukwila Award Letter
19
ruruo
The FIRST AMENDMENT to AGREEMENT GCB2886 entered into between the Washington
State Department of Transportation (hereinafter referred to as "WSDOT"), and City of Tukwila
(hereinafter referred to as "CONTRACTOR"), and/or individually referred to as the "PARTY"
and collectively referred to as the "PARTIES,"
RECITALS
WHEREAS, both PARTIES agree to amend AGREEMENT GCB2886 to add $43,000 for Sea-
Tac Airport Transportation Demand Management Program (TDM) Phase 2;
NOW THEREFORE, the following AMENDMENTS are hereby incorporated into
AGREEMENT GCB2886:
AGREEMENT
1. Amend Caption heading `Project Cost' on the first page of the AGREEMENT to read as
follows:
Project Cost:
State Funds $ 150,000
Match Funds $ 75,400
Total Project Cost $ 225,400
2. A copy of this AMENDMENT to the AGREEMENT shall be attached to and made a part of
the original AGREEMENT. Any references to the "AGREEMENT" shall mean
"AGREEMENT as amended."
3. All other terms and conditions of the original AGREEMENT not hereby amended shall
remain in full force and effect. This document may be simultaneously executed in several
counterparts, each of which shall be deemed original having identical legal effect.
IN WITNESS WHEREOF, the PARTIES hereto have executed this AMENDMENT the day and
year last written below.
WASHINGTON STATE CONTRACTOR
DEPARTMENT OF TRANSPORTATION
By: By:
Brian Lagerberg, Director Authorized Representative
Public Transportation Division Title:
Print Name:
Date: Date:
Page 1 of 1 GCB2886-01
20
ruruu III:I
17-206
Contract Approval 11 /20/17
Transportation Demand Management Pilot Program Agreement
Washington State Department of
Transportation
310 Maple Park Avenue SE
PO Box 47387
Olympia, WA 98504-7387
Contact Person: Keith Cotton
360-970-1796
Project Cost:
State Funds
Match Funds
Total Project Cost
Term of Project:
October 1, 2017 through June 30, 2019
$107,000
$ 75,400
$182,400
Contractor
City of Tukwila
6300 Southcenter Blvd Suite 100
Tukwila, WA 98188
Contact Person: Valerie Lonneman
206-433-7140
Federal ID #: 91-6001519
Scope of Project: As set forth in Exhibit 1
Project Scope of Work.
UPIN: PTTD823
Agreement Number: GCB2886
This AGREEMENT is entered into by the Washington State Department of Transportation, hereinafter
referred to as "WSDOT" and the Contractor identified above, hereinafter referred to as "CONTRACTOR",
and/or individually referred to as the "PARTY" and collectively referred to as the "PARTIES."
WHEREAS, RCW 70.94.521 through RCW 70.94.555 establishes the state's leadership role, and the
requirements and parameters to reduce traffic congestion, fuel use, and air pollution through commute trip
reduction programs, including transportation demand management programs for growth and transportation
efficiency centers ("GTEC") in Washington State; and
WHEREAS, RCW 47.06.050 requires that when planning capacity and operational improvements, the
State's first priority is to assess strategies to enhance the operational efficiency of the existing system, and
states that strategies to enhance the operational efficiencies include, but are not limited to, access
management, transportation system management, and demand management ("Strategies"); and
WHEREAS, RCW 47.01.078 directs the State to develop strategies to reduce the per capita vehicle miles
traveled, to consider efficiency tools including commute trip reduction and other demand management tools,
and to promote the integration of multimodal planning in support of the transportation system policy goals
described in RCW 47.04.280; and
WHEREAS, the Legislature has directed the State to increase the integration of public transportation and the
highway system, to facilitate coordination of transit services and planning, and to maximize opportunities to
use public transportation to improve the efficiency of transportation corridors (RCW 47.01.330); and
WHEREAS, RCW 47.80.010 encourages the State and local jurisdictions to identify opportunities for
cooperation to achieve statewide and local transportation goals; and
WHEREAS, the State of Washington in its Sessions Laws of 2017, Chapter 313 Section 220 (7), authorizes
funding for Public Transportation to provide solely for a voluntary pilot program to expand public -private
partnership Commute Trip Reduction (CTR) incentives to make measureable reductions in off-peak,
weekend, and non -work trips through the multi -modal transportation account as identified in the budget
through its 2017-2019 biennial appropriations to WSDOT;
WHEREAS, the Legislature has directed the State to create a pilot grant program to expand public -private
partnership trip reduction incentives, make measurable reductions in off-peak, weekend and non -work
GCB2886 Page 1 of 16
21
vehicle trips on n erstate 90, 1-5 and/or I-405 corridors, and test potential improvements to the state's CTR
Program;
WHEREAS the WSDOT Public Transportation Division is responsible for administering funds on behalf of
the Washington State Legislature; and
NOW, THEREFORE, in consideration of terms, conditions, performances and mutual covenants herein set
forth and the attached Exhibit 1, "Project Scope of Work," and Exhibit 2, "Project Progress Reports," Exhibit
3, "Legislative Progress Report", Exhibit 4, "Final Progress Report", Exhibit 5, "Invoice Voucher Template",
and Exhibit 6, "WSDOT's Guidance for Transportation Demand Management Incentives", IT IS
MUTUALLY AGREED AS FOLLOWS:
Section 1
Purpose of Agreement
A. The purpose of this AGREEMENT is for WSDOT to provide funding to the CONTRACTOR to be used
solely for a voluntary pilot program to expand public -private partnership Commute Trip Reduction incentives
to make measureable reductions in off-peak, weekend, and non -work trips, hereinafter known as the
"Project." The Project must focus on travel markets using the 1-90, 1-5, or 1-405 corridors.
B. If this AGREEMENT is used as match for any other related projects with federal funds, in addition to
the requirements of Sections 1 through 22 of this AGREEMENT, the CONTRACTOR must assume full
responsibility for complying with all federal rules and regulations consistent with the requirements imposed
by use of the federal funds on any such related project(s), including but not limited to Title 23 of the U.S.
Code, Highways, as applicable, the regulations issued pursuant thereto, 2 CFR Part 200, and 2 CFR Part
1201. The CONTRACTOR must also assume full responsibility for compliance with Federal Highway
Administration's (FHWA) Required Contract Provisions Federal -Aid Construction Contracts, FHWA
1273, which may be found here, https://www.fhwa.dot.gov/programadmin/contracts/1273/1273.pdf , and
any amendments thereto; and/or the Federal Transit Administration Master Agreement 23, which may be
found here,
intps://w wwtran.s LckoL go Os itesitta .cio L•L'ov/ri tes/FTA''/020 fyi st et2A)20A2:rernen `%020FY20 1 '7%20-%20
1 -20 t 6,p0, and any amendments thereto.
Section 2
Scope of Work
The CONTRACTOR agrees to perform all designated tasks of the Project under this AGREEMENT as
described in Exhibit 1, "Project Scope of Work," attached hereto and by this reference is incorporated into
this AGREEMENT.
Section 3
Term of Project
The CONTRACTOR shall commence, perform and complete the Project within the time defined in the
caption space header above titled "Term of Project" of this AGREEMENT regardless of the date of execution
of this AGREEMENT, unless terminated as provided herein. The caption space header above entitled' "Term
of Project" and all caption space headers above are by this reference incorporated into this AGREEMENT
as if fully set forth herein.
Section 4
Project Costs and Match Requirement
A. The total reimbursable cost to accomplish the Project Scope of Work shall not exceed the "State Funds"
detailed in the caption space header above titled "Project Costs." The CONTRACTOR agrees to expend
eligible "State Funds" together with any "Match Funds" identified above in the caption space header "Project
Costs," in an amount sufficient to complete the Project as detailed in Exhibit 1, "Project Scope of Work." If
at any time the CONTRACTOR becomes aware that the cost that it expects to incur in the performance of
this AGREEMENT will differ from the amount indicated in the caption space header above titled, "Project
Costs", the CONTRACTOR shall notify WSDOT in writing within three (3) business days of making that
determination.
B. Local Match Requirement. The CONTRACTOR is required to ensure that a ten percent match of funds
for the Project as identified in the caption space header titled, "Project Costs," is provided in the Match Funds.
Any reduction in match will result in a proportional reduction in grant funds. Match -eligible expenditures
include transportation operating costs, capital costs, labor, incentives, subsidies, marketing, materials
production and distribution costs. Any incentives provided with state funds must be in compliance with
WSDOT's Guidance for Transportation Demand Management Incentives, as set forth in Exhibit 6.
GCB2886 Page 2 of 16
22
Section 5
Reimbursement and Payment
A. Payment will be made with State Funds by WSDOT on a reimbursable basis for actual costs and
expenditures incurred, while performing eligible direct and related indirect Project work during the Project
period. Payment is subject to the submission to and approval by WSDOT of properly prepared invoices that
substantiate the costs and expenses submitted by CONTRACTOR for reimbursement, Failure to send in
progress reports and financial information as required in Section 7 — Progress Reports may delay payment.
The CONTRACTOR must submit an invoice using either State of Washington Form A-19 (Invoice
Voucher), a copy of which is attached hereto as Exhibit 5 and by this reference incorporated into this
AGREEMENT or a format approved by WSDOT. Such invoices may be submitted no more than once per
month and no less than once per year, during the course of this AGREEMENT. If approved by WSDOT, said
invoices shall be paid by WSDOT within thirty (30) days of receipt of the invoice.
B. State Fiscal Year End Closure Requirement (RCW 43.88): The CONTRACTOR shall submit an
invoice for completed work in the same state fiscal period, as defined in RCW 43.88, starting on July I and
ending on June 30 the following year within the timeframe set forth in the caption space header of this
AGREEMENT entitled "Term of Project" during which the work was performed. Reimbursement requests
must be received by July 15 of each state fiscal period. If the CONTRACTOR is unable to provide an invoice
by this date, the CONTRACTOR shall provide an estimate of the charges to be billed so WSDOT may accrue
the expenditures in the proper fiscal period. Any subsequent reimbursement request submitted will be limited
to the amount accrued as set forth in this section. Any payment request received after the timeframe
prescribed above will not be eligible for reimbursement.
Section 6
Project Records
The CONTRACTOR agrees to establish and maintain for the Project, either a separate set of accounts or,
accounts within the framework of an established accounting system in order to sufficiently and properly
reflect all eligible direct and related indirect Project costs incurred in the performance of this AGREEMENT.
Such accounts are referred to herein collectively as the "Project Account." All costs claimed against the
Project Account must be supported by properly executed payrolls, time records, invoices, contracts, and
payment vouchers evidencing in sufficient detail the nature and propriety of the costs claimed.
Section 7
Progress Reports
As part of Exhibit 1, the "Project Scope of Work," the CONTRACTOR shall develop and submit a
Performance Measurement Plan to WSDOT for review and approval. The plan must describe a method to
measure and report the number of vehicle trips reduced, vehicle miles traveled reduced, cost per vehicle trip
reduced and cost per vehicle mile traveled reduced. The CONTRACTOR shall submit three different
progress reports to WSDOT so that WSDOT may adequately and accurately assess the progress made under
the terms of this AGREEMENT. First, the CONTRACTOR must report on the project's progress and
performance, including its baseline performance, in the Project Progress Report to WSDOT, as set forth in
Exhibit 2, submit to WSDOT by April 30, 2018. Second, the CONTRACTOR must report on the project's
progress and performance in the Legislative Progress Report, as set forth in Exhibit 3, submit to WSDOT
September 14, 2018. Last, the CONTRACTOR shall submit the Final Progress Report, as set forth in Exhibit
4, by June 1, 2019.
Section 8
Audits, Inspections, and Records Retention
WSDOT, the State Auditor, and any of their representatives, shall have full access to and the right to examine,
during normal business hours and as often as they deem necessary, all of the CONTRACTOR's records with
respect to all or transcripts from such records, and to make audits of all contracts, invoices, materials,
payrolls, and other matters covered by this AGREEMENT. In order to facilitate any audits and inspections,
the CONTRACTOR shall retain all documents, papers, accounting records, and other materials pertaining to
this AGREEMENT for six (6) years from the date of completion of the Project or the Project final payment
date. However, in case of audit or litigation extending past that six (6) years period, then the CONTRACTOR
must retain all records until the audit or litigation is completed. The CONTRACTOR shall be responsible to
assure that the CONTRACTOR and any subcontractors of CONTRACTOR comply with the provisions of
this section and provide, WSDOT, the State Auditor, and any of their representatives, access to such records
within the scope of this AGREEMENT.
GCB2886 Page 3 of 16
23
Section 9
Agreement Modifications
A. Either PARTY may request changes to this AGREEMENT, including changes in the Scope of Work.
Such changes that are mutually agreed upon shall be incorporated as written amendments to this
AGREEMENT. No variation or alteration of the terms of this AGREEMENT shall be valid unless made in
writing and signed by authorized representatives of the PARTIES hereto.
B. If an increase or reduction in State Funds is appropriated for this Project, the CONTRACTOR and
WSDOT agree to enter into an amendment to this AGREEMENT, providing for an appropriate change in
the Scope of Project and/or the Project Cost in order to reflect any such increase in funding.
C. Provided, however, that changes to the Project title, federal ID number, UPIN the contact person of
either PARTY, will not require a written amendment, but will be approved and documented by WSDOT
through an administrative revision. WSDOT shall notify the CONTRACTOR of the revision in writing.
Section 10
Recapture Provision
In the event that the CONTRACTOR fails to expend State Funds in accordance with state law and/or the
provisions of this AGREEMENT, WSDOT reserves the right to recapture State Funds in an amount
equivalent to the extent of noncompliance. The CONTRACTOR agrees to repay such State Funds under this
recapture provision within thirty (30) days of demand.
Section 11
Disputes
A. If the PARTIES cannot resolve by rnutual agreement, a dispute arising from the performance of this
AGREEMENT the CONTRACTOR may submit a written detailed description of the dispute to the WSDOT
Public Transportation Division's Statewide Transportation Demand Management Programs Manager or the
WSDOT Public Transportation Statewide Transportation Demand Management Programs Manager's
designee who will issue a written decision within ten calendar (10) days of receipt of the written description
of the dispute. This decision shall be final and conclusive unless within ten calendar (10) days from the date
of CONTRACTOR 's receipt of WSDOT's written decision, the CONTRACTOR mails or otherwise
furnishes a written appeal to the Director of the Public Transportation Division or the Director's designee. In
connection with any such appeal the CONTRACTOR shall be afforded an opportunity to offer material in
support of its position. The CONTRACTOR' s appeal shall be decided in writing within thirty (30) days of
receipt of the appeal by the Director of the Public Transportation Division or the Director's designee. The
decision shall be binding upon the CONTRACTOR and the CONTRACTOR shall abide by the decision.
B. Performance During Dispute. Unless otherwise directed by WSDOT, the CONTRACTOR shall
continue performance under this AGREEMENT while matters in dispute are being resolved.
Section 12
Termination
A. Termination for Convenience. Either PARTY may terminate this AGREEMENT for convenience and
without cause upon thirty (30) days written notice to the other PARTY. The PARTIES may terminate this
AGREEMENT for convenience for reasons including, but not limited to, the following:
1. The requisite funding becomes unavailable through failure of appropriation or otherwise;
2. WSDOT determines, in its sole discretion, that the continuation of the Project would not produce
beneficial results commensurate with the further expenditure of funds;
3. The CONTRACTOR is prevented from proceeding with the Project as a direct result of an Executive
Order of the President with respect to the prosecution of war or in the interest of national defense;
or an Executive Order of the President or Governor of the State with respect to the preservation of
energy resources;
4. The CONTRACTOR is prevented from proceeding with the Project by reason of a temporary
preliminary, special, or permanent restraining order or injunction of a court of competent jurisdiction
where the issuance of such order or injunction is primarily caused by the acts or omissions of persons
or agencies other than the CONTRACTOR; or
5. The State Government determines that the purposes of the statute authorizing the Project would not
be adequately served by the continuation of financial assistance for the Project;
6. In the case of termination for convenience under subsections A.1-5 above, WSDOT shall reimburse
the CONTRACTOR for all costs payable under this AGREEMENT that the CONTRACTOR
properly incurred prior to termination. The CONTRACTOR shall promptly submit its claim for
reimbursement to WSDOT. If the CONTRACTOR has any property in its possession belonging to
GCB2886 Page 4 of 16
24
WSDOT, the CONTRACTOR will account for the same, and dispose of it in the manner WSDOT
directs.
B. Termination for Default. Either PARTY may terminate this AGREEMENT for default at any time by
written notice to the other PARTY, if that PARTY materially breaches or fails to perform any of the
requirements of this AGREEMENT. Pursuant thereto, WSDOT may terminate this AGREEMENT for
reasons including, but not limited to, if the CONTRACTOR:
a) Takes any action pertaining to this AGREEMENT without the approval of WSDOT, which under
the procedures of this AGREEMENT would have required the approval of WSDOT;
b) Fails to make reasonable progress on the Project or other violation of this AGREEMENT that
endangers substantial performance of the Project; or
c) Fails to perform in the manner called for in this AGREEMENT or fails, to comply with, or is in
violation of, any material provision of this AGREEMENT. If it is later determined by WSDOT that
the CONTRACTOR had an excusable reason for not performing, such as events which are not the
fault of or are beyond the control of the CONTRACTOR, such as a strike, fire or flood, WSDOT
may: (a) allow the CONTRACTOR to continue work after setting up a new delivery of performance
schedule, or (b) treat the termination as a termination for convenience.
C. WSDOT, in its sole discretion may, in the case of a termination for breach or default, allow the
CONTRACTOR ten (10) business days, or such longer period as determined by WSDOT, in which to cure
the defect. In such case, the notice of termination will state the time period in which cure is permitted and
other appropriate conditions. If the CONTRACTOR fails to remedy to WSDOT's satisfaction the breach or
default within the timeframe and under the conditions set forth in the notice of termination, WSDOT shall
have the right to terminate this AGREEMENT without any further obligation to CONTRACTOR. Any such
termination for default shall not in any way operate to preclude WSDOT from also pursuing all available
remedies against CONTRACTOR and its sureties for said breach or default.
D. In the event that WSDOT elects to waive its remedies for any breach by CONTRACTOR of any
covenant, term or condition of this AGREEMENT, such waiver by WSDOT shall not limit WSDOT's
remedies for any succeeding breach of that or of any other term, covenant, or condition of this AGREEMENT.
Section 13
Forbearance by WSDOT Not a Waiver
Any forbearance by WSDOT in exercising any right or remedy hereunder, or otherwise afforded by
applicable law, shall not be a waiver of or preclude the exercise of any such right or remedy.
Section 14
Waiver
In no event shall any WSDOT payment of grant funds to the CONTRACTOR constitute or be construed as
a waiver by WSDOT of any CONTRACTOR breach, or default, and shall in no way impair or prejudice any
right or remedy available to WSDOT with respect to any breach or default. In no event shall acceptance of
any WSDOT payment of grant funds by the CONTRACTOR constitute or be construed as a waiver by
CONTRACTOR of any WSDOT breach, or default which shall in no way impair or prejudice any right or
remedy available to CONTRACTOR with respect to any breach or default.
Section 15
WSDOT Advice
The CONTRACTOR bears complete responsibility for the administration and success of the work as it is
defined in this AGREEMENT and any amendments thereto. Although the CONTRACTOR may seek the
advice of WSDOT, the offering of WSDOT advice shall not modify the CONTRACTOR's rights and
obligations under this AGREEMENT and WSDOT shall not be held liable for any advice offered to the
CONTRACTOR.
Section 16
Limitation of Liability and Indemnification
A. The CONTRACTOR shall indemnify and hold harmless WSDOT, its agents, employees, and officers and
process and defend at its own expense any and all claims, demands, suits at law or equity, actions, penalties,
losses, damages, or costs (hereinafter referred to collectively as "claims"), of whatsoever kind or nature
brought against WSDOT arising out of, in connection with or incident to this AGREEMENT and/or the
CONTRACTOR's performance or failure to perform any aspect of this AGREEMENT. This indemnity
provision applies to all claims against WSDOT, its agents, employees and officers arising out of, in
connection with or incident to the acts or omissions of the CONTRACTOR, its agents, employees and
officers. Provided, however, that nothing herein shall require the CONTRACTOR to indemnify and hold
GCB2886 Page 5 of 16
25
harmless or defend the WSDOT, its agents, employees or officers to the extent that claims are caused by the
acts or omissions of the WSDOT, its agents, employees or officers. The indernnification and hold harmless
provision shall survive termination of this AGREEMENT.
B. The CONTRACTOR shall be deemed an independent contractor for all purposes, and the employees of
the CONTRACTOR or its subcontractors and the employees thereof, shall not in any manner be deemed to
be the employees of WSDOT.
C. The CONTRACTOR specifically assumes potential liability for actions brought by CONTRACTOR's
employees and/or subcontractors and solely for the purposes of this indemnification and defense, the
CONTRACTOR specifically waives any immunity under the State Industrial Insurance Law, Title 51
Revised Code of Washington.
D. In the event either the CONTRACTOR or WSDOT incurs attorney's fees, costs or other legal expenses
to enforce the provisions of this section of this AGREEMENT against the other PARTY, all such fees, costs
and expenses shall be recoverable by the prevailing PARTY.
Section 17
Governing Law, Venue, and Process
This AGREEMENT shall be construed and enforced in accordance with, and the validity and performance
thereof shall be governed by the laws of the State of Washington. In the event that either PARTY deems it
necessary to institute legal action or proceedings to enforce any right or obligation under this AGREEMENT,
the PARTIES hereto agree that any such action shall be initiated in the Superior Court of the State of
Washington situated in Thurston County.
Section 18
Compliance with Laws and Regulations
The CONTRACTOR agrees to abide by all applicable State laws and regulations, including, but not limited
to those concerning employment, equal opportunity employment, nondiscrimination assurances, Project
record keeping necessary to evidence AGREEMENT compliance, and retention of all such records. The
CONTRACTOR will adhere to all of the nondiscrimination provisions in Chapter 49.60 RCW. The
CONTRACTOR will also comply with the Americans with Disabilities Act of 1990 (ADA), Public Law
101-336, including any amendments thereto which provides comprehensive civil rights protection to
individuals with disabilities in the areas of employment public accommodations, state and local government
services and telecommunication.
Section 19
Severability
If any covenant or provision of this AGREEMENT shall be adjudged void, such adjudication shall not affect
the validity or obligation of performance of any other covenant or provision, or part thereof, that in itself is
valid if such remainder conforms to the terms and requirements of applicable law and the intent of this
AGREEMENT. No controversy concerning any covenant or provision shall delay the performance of any
other covenant or provision except as herein allowed.
Section 20
Counterparts
This AGREEMENT may be executed in several counterparts, each of which shall be deemed to be an original
having identical legal effect. The CONTRACTOR does hereby ratify and adopt all statements,
representations, warranties, covenants, and agreements and their supporting materials contained and/or
mentioned in such executed counterpart, and does hereby accept State Funds and agrees to all of the terms
and conditions thereof.
Section 21
Execution
This AGREEMENT is executed by the Director of the Public Transportation Division, State of Washington,
Department of Transportation, or the Director's designee, not as an individual incurring personal obligation
and liability, but solely by, for, and on behalf of the State of Washington, Department of Transportation, in
his/her capacity as Director of the Public Transportation Division.
Section 22
Binding Agreement
The undersigned acknowledges that they are authorized to execute the AGREEMENT and bind their
respective agency(ies) and/or entity(ies) to the obligations set forth herein.
GCB2886 Page 6 of 16
26
IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT the day and year last
signed below.
WASHINGTON STATE
DEPARTMENT OF TRANSPORTATION
ra�arog, Dire for
Public Transportation Division
Date
CONTRACTOR
Authorized /.epresen ativem°'
I„
Title
Print Name
Date
GCB2886 Page 7 of 16
27
EXHIBIT 1
Project Scope of Work
1. Scope of Work
A. Project Work Plan
The CONTRACTOR agrees to submit to WSDOT a project work plan when the
CONTRACTOR submits its first invoice. The project work plan will include the following
elements:
1. The work plan shall identify the deliverables, schedule, strategies, performance
measures and the budget specific to strategies associated with this
AGREEMENT. These plans may include, but are not limited to, recruiting new
employer worksites, collecting travel behavior information, providing incentives,
performing promotion and marketing, providing ride -matching services, and
other transportation demand management services.
2. The project work plan shall include a performance measurement plan that will
describe the project's methods and schedule for baseline and progress
information, including the number of vehicle trips reduced, vehicle miles traveled
reduced, cost per vehicle trip reduced and cost per vehicle mile traveled reduced.
3. The project work plan budget shall identify how the CONTRACTOR will use the
state funds provided in this AGREEMENT for each task. The work plan shall
also provide an estimate of the other financial resources not provided in this
AGREEMENT that will be used to complete each task.
4. The project work plan must be approved in writing by the WSDOT Project
Manager, and shall be incorporated as a written amendment to the
AGREEMENT. The project work plan may be amended based on mutual written
agreement between the WSDOT Project Manager and the CONTRACTOR and
shall be incorporated as a written amendment to this AGREEMENT.
B. Work to be Performed
The CONTRACTOR agrees to implement a transportation demand management program
based on the approved project work plan.
C. Use of State Funds for Incentives
The CONTRACTOR agrees to use State funds provided as part of this AGREEMENT in
accordance with incentives guidance that WSDOT shall provide to the CONTRACTOR.
D. Progress Reports and Invoices
The CONTRACTOR agrees to submit to WSDOT progress reports, as specified by WSDOT
in Section 7 — Progress Reports of the AGREEMENT, in Exhibits 2 and 3, "Project Progress
Report" and "Legislative Progress Report," and as integrated with the deliverables identified
in the project work plan, along with all invoices in accordance with Section 5 —
Reimbursement and Payment of the AGREEMENT. All invoices shall be complete and
accurately reflect actual State funded expenditures. Only those activities identified in the
CONTRACTOR'S approved work plan will be reimbursed by WSDOT.
E. Final Progress Report
The CONTRACTOR agrees to submit to WSDOT a final progress report, a template of
which is attached hereto as Exhibit 4, "Final Project Progress Report," The final progress
report shall provide an estimate of any other financial resources not provided in this
AGREEMENT that were used to complete each task and shall provide a list of the funds
provided in this AGREEMENT that were disbursed by the CONTRACTOR to its eligible
contracting partner(s).
GCB2886 Page 8 of 16
28
Weeekteteet Stale
epartreent of Tranwortalion
Orga naatilan Marne:,
A gnarl rn eat Number:
EXHIBIT 2
Project Progress Report
PUBLIC I'ANSPORTATION DIVISION
Transportau on Dernand anagement PH ot Program
Project Proress. Report
Date:
1. Ka'a Deliverables from racrir plar3c
Haase erter deiiverabie E. re.
2.. czacIptated activities:
Flereae er ter Ba tkaaaa. a," era:.
3. Awned
Reese er ter acti.,,ritea. ir!ere.
4. kJertrf.v. the per -filar ar....Ce measures., ze Tete ard base kre irforrreacr.
Rea Faa r acavites hers.
S. Describe tire isrsuaa.. risks., dr al large s. 31CU have.
Res se •Fil"!7;a7,,. r ara Ca! ha re.
Ilease pc:aid...eche e,ctirrated experbitures 'ft:4 this prfeject pe acid.
Fl.ea BE yr:ter exaVer cr here.
GCB2886 Page 9 of 1 6
29
1
the space. MEI kw prnride ary arILlitiarla I rTfarmaticr tt L ViC,L4d II re atcaJt the prc,je,:t.
Flea DE Er" r ati CM
PROJECT MAN/16ER CERTIFICATION (Conviction of Mb section wit4Tes that the throve ilitorm atom true and
Project 1"dtargr
TitRe
Name cf PEN'S. CM Com pled ng Form
Dam
Contact, Number;
EresiG the :crrpieted prc,gresa. r-epc,rt:th currer•;:s.
FICRer.:,:ftl@'..,,•sdc,t..,.',:a.gc,..- rd cz Xeitt
GCB2886 Page 10 of 16
30
'041YzahvettmodtsoAleiTt, portitoon
Olga rizator 14:5 iie
.Agreement rn ben
EXHIBIT 3
Legislative Progress Report
PU UC TRANSPO TATION DIVSON
Transportati on Demand twia n age m ent Pillot Program
Legid alive Progress Report
Datel
1. Did y,EU Schie4e, ,,,,cuT project lc cals.?
Reece cc ridr explar end r Jar E..
2. gegLirEd PerfocrflBr,CE information:
Or jtial
Vehicle trips red L,
77 ids tf:SVEIEP red LEE d::
per vehicle fr there Ifs d r edLe:
Cost: periechifie rigid:ed.
3. .attrer performance inforrnatier you would like to snare?
Heide s ricer irfrricrh ere.
4. Frourcie die add eged deaceda e berefin prude 1-00, 1-5 or I-4CE corridors.
EEIE enter sip dr aide Jhers.
Deceribe the *ch cif the atrategies used in. did project.
Fl ESZLE erten er plan cider hide.
Describe the use cf incentives a nd tr effectivicreig in reducing nips:aril Vehicle fesT revell ed.
Fleece enter edgier at id r !fere.
GCB2886 Page 11 of 16
31
7. each gf the party as ae„„ prcject 317,d t heir b to
N hatdia7auIear
Flesze rsa!::r • >:.:,far,A?:ic
�a, esa l rcu., a1-+ar" I
7.
VY :id • u .Y:".311 7arlitY,.¢ al :i'r. pcograrr, based r: thiS Fa lIf::, rxyvi .
aj clr 1r.ir%al ',' e µ'..
P"I aE,S •!!.'. rter f.:,ph:i.r"',::ti^,r j.•...,4':.,.
xC Pa:4+dcudhs'gemade the prtca.':.t.mcresc
FPea®•mert r r.FP r,:!u"i There.
12. E F,erdutN rE tc, date_, iirhdit rir
z !riAtrite
Project Mara
"Fidel
Name of Persasm ti:a'ml:aletiir Farm
GCB2886
Dated
Cant 3ct: I'°U' um b e r�r
Page 12 of 16
32
alithertglitatt State
pattforricrit of Transport Mit
Organization lit am ei
Agreement Num he lit
EXHIBIT 4
Final Progress Report
PUBLIC TRANSPORTATION • MON
Transportation Demand anagetn eit Pilot Program
Final Progress Report
1. Apir nti.n,:hangea arise the.: legirde Pee riTirert7
Please erter eriplerreace here
2. Required Pe ft:pi-manse Int sr -darter:
Vehicle trips redid:ail
diahiela riliat traveled reduced:
area per vehicle erlk.I.7.r3,EiEld reateced
e alp reduced
Datei
Despiribie the eft eirtivartispred vett derfatridarse ireavareridert exreach. idiceld vet; Prete driacn.n r the future?
Haase eater explerarich here
liatiaadid ecru: learn tirshri rrhis prittectR Whet hitialid arse LharE With ,21;hiar
Fleeter ereer a:rip:lei-erase here
S. VV.M1i.d YOL.,:harge altar:rad tiara! CT3. pravardr773 sc, hew?
P EBE a rise r pie heti ri here
Er What were data raalcir chellergas7
F lease .2 raiz r evela retire hEC"E
7. Whereat:dr-id have made chap:reject nritirezuscaeler
lease a rider ad pla raid par here
GCB2886 Page 13 of 16
33
Flir het:: i e vc. r ::: pecteJ c,,ut - r;het E+.
1,3. If vvt:r r. arixati.
tca this agreere please list thet taf a �w,ur,:t
Projiect
xr,en
"rifle
Name oV Person COT cY.tingIVomit
erd .:. ,: •::trtdr. Oc..ttc:
&:kat„ure
Cwit ctI'kumwben
GCB2886 Page 14 of 16
34
Witsnyingtori Slam,
pacrfinmeorni J Tramnsporliadion
EXHIBIT 5
Invoice Voucher Template
INVS E V
Email 3 scan of the signed rxiginal supporting (incur, eats if required to
Picinvoices(4,2asolotAl.gm. 3nd Cc to the 3 ss Igoe d Comm unity Liaison
Subject: 0 0
0..?.,1111rdE
7,:os
, 7
e to]: 10.: :o :7 o ,7•O'
//
IN SIMI CTION S TO VENDOR OR C LAMAR': Show complete detail for each item below11
EEMENT
FOR. ':Y31:::) CT 0 NLY
GCB2886
PROGRAM DESCJ PTION
20.17-19 T CM Implernentat ion
---
Total Billed This
BILLANG PERIOD
ACCOILIWIEING CLA SSIFICATION
CURRENT
EXPEVIDITU RES
INVOIC E NU
Page 15 of 16
35
EXHIBIT 6
WSDOT's Guidance for Transportation Demand Management Incentives
WSDOT recognizes that government must always carefully steward public money and trust. This
guidance establishes standards for contractor use of WSDOT administered funds to promote non -
single occupancy vehicle modes of travel. Grantees/contractors that receive WSDOT
administered funds are required to follow this guidance.
1. Any incentives or rewards purchased with WSDOT administered funds must be
consistent with these standards, Incentive or reward expenses inconsistent with these
standards will not be reimbursed.
2. TDM program funded incentives and rewards:
• Must be earned before they are received, except for programs that provide financial
subsidies for efficient trips (subsidized bus passes, carpool parking discounts, etc.)
• Must directly relate to future non -single occupancy vehicle commute/trips and costs.
For example, bus pass and vanpool discounts for future trips, money for employers
that purchase efficient commute infrastructure like a new bicycle rack,
carpool/vanpool parking signs, etc.
• May not include incentives like VISA gift cards; general retail gift cards like
Starbucks or Target or sweepstakes prizes like trips, fine dining or electronics. Cash
incentives are never permissible. If your organization provides these types of rewards
and incentives using non-WSDOT program funds or donations, you may propose the
use of state -provided funds for project administration and marketing. If using
donation or other -sourced funds for such incentives, the state should not be
identified on promotional or outreach materials.
3. Communicate the personal and lasting benefits people receive when they choose
alternatives to driving alone.
In promotional materials, highlight the personal benefits that everyone receives. If you
choose to emphasize incentives or prizes, that message should complement rather than
substitute for messaging about the more important and universal benefits.
Personal benefit examples include: you will improve your health, reduce your stress, save
time, save money, help protect air and water quality, reduce greenhouse gas emissions,
save enough money on parking to buy three lattes, receive a free or reduced -price transit
pass, or park in vanpool space close to the front door.
This incentive guidance is effective with the 2017-2019 contracts. WSDOT wants to hear from
our grantees/contractors about past practices and incentive ideas that would effectively promote
travel mode behavior change. The guidance could be updated based upon feedback.
Effective date: July 2017.
GCB2886 Page 16 of 16
36
Ad
ti
�MII ii'u�siulll3"Jr ' IIIIY�:I����',IllllmtVll
May 1, 2018
Valerie Lonneman, TDM Coordinator
City of Tukwila
6300 Southcenter Blvd, Suite 100
Tukwila, WA 98188
Subject: 2017-2019 Commute Trip Innovation Grant
Dear Ms. Lonneman:
Trmoiruslpo natior IG'3u.uiillr)A is
3') O Ilu alpllle IF'au a 11 a
RC:u. H3 x 4 d`. 0()
C::YIIAu.u.,�lf'rlit�, wA 93,504..°a" 3Q 0
360-705-7000
Tp.Y: 1-8Q: 0- };:33-6 3{3'8
'VwG''VV.vu"kidC9't.wa.t,,iyov
WSDOT is pleased to announce a second 2017-2019 Commute Trip Innovation Grant award. Approved
by the Legislature, this biennium's awards will support three innovative projects. The information below
reflects the funding awarded for your project submitted in August 2017.
PROJECT
AWARDED 9/22/17
Sea-Tac Airport Transportation Demand Management Program (TDM)
Phase 1
$107,000
NEW AWARD
Sea-Tac Airport Transportation Demand Management Program (TDM)
Phase 2
$43,000
Your primary contact and project manager for this award throughout the life of the grant is Monica Ghosh
who can be reached at 360-810-0131 or Gh.sh.m. wsdo.w„,,,gov. Monica will contact you soon to assist
with development of your project's phase 2 scope, schedule and budget, and the next steps for amending
your contract.
Congratulations! If you need assistance, please contact Monica. We look forward to finalizing your grant
agreement and funding your expanded project so that you can provide valuable services in your community.
Sincerely,
Don Chartock, Grants and Community Partnerships Manager
Public Transportation Division
cc: Keith Cotton, WSDOT
Nicole Patrick, WSDOT
Monica Ghosh, WSDOT
Maggie Lubov, City of Tukwila
Katie Wendel, City of Tukwila
37