HomeMy WebLinkAbout23-023 - Amendment A - King County - Transportation Demand Management Agreement23-023(a)
CONTRACT AMENDMENT Council Approval N/A
Contract Title: 2023-2024 City of Tukwila Transportation Demand Management Agreement
Contractor: City of Tukwila
Address: 6200 Southcenter Blvd.
Tukwila, WA 98188
Contract No.: SR -0000190120
CPA 6263915
Amendment No.: 1
AMENDMENT EFFECTS
® Change of Scope
® Contract Extension
® Add Additional funds
® Terms and Conditions King County Metro contracted the City of Tukwila through
a subrecipient agreement to provide Transportation
Demand Management (TDM) services to help people use sustainable transportation options and
reduce drive -alone travel in Tukwila and South King County.
Contract Amendment 1 includes:
In accordance with Section 2 of Contract CPA 6263915 this Contract Amendment is entered into
by and between King County and the City of Tukwila.
The Purpose of this Contract Amendment is to modify the terms of the Contract. Now, therefore,
the parties agree to modify the Contract as follows:
1. Update the scope to exclude payment for capital related elements (i.e. bike rack
infrastructure/installation);
2. Extend the term of the Contract through December 31, 2025;
3. Increase the Not to Exceed amount from $225,000 for a new Not to Exceed amount of
$255,375; and
4. Update the following contract terms:
a. Replace the Agreement introduction, pages 1-2, paragraphs 2-5:
Whereas, the County has obligated a grant from the Federal Transit Administration (FTA) (Award
1181561 WA -2020-087-00) Congestion Mitigation and Air Quality Improvement program ("CMAQ"),
awarded to the County on August 31, 2020 for a total award amount of $9,988,278; and
Whereas, the grant is for multi -modal transportation project planning and demonstration programs, in
order to reduce drive -alone vehicle travel and increase high occupancy vehicle use to help reduce energy
consumption, air pollution and traffic congestion. This is not a research and development grant and there
Ver. 3/13
is no indirect cost rate for this award. The Assistance Living Number for this grant is 20.507, Urbanized
Area Formula Funding Program and the County intends to use up to $255,375, amended from $225,000
of these grant funds as a sub -award to the City for work performed in accordance with the terms and
conditions of this Agreement; and not for research and development purposes. There will be no indirect
costs charged to this award.
Whereas, such projects and programs include strategies known as transportation demand management
("TDM") which may encompass incentives, outreach, promotions, website development and maintenance,
materials and services that facilitate travel by public transportation, shared rides, bicycling, walking and
teleworking; and
Whereas, the City, will not enter into any subrecipient agreements; and
b. Replace Sections 1-5:
1. PURPOSE OF AGREEMENT
The purpose of this Agreement is to establish a mutually beneficial arrangement between the City and the
County that will help both Parties realize their respective TDM objectives. This Agreement also creates a
mechanism to allow the County to reimburse the City for costs incurred to perform the tasks and
implement the programs described in the Scope of Work ("SOW"), as set forth in Exhibit A, which is
attached and incorporated herein. In consideration of the City's performance of the tasks and
responsibilities set forth in the SOW, the County will provide the City up to $255,375, amended from
$225,000 in grant funds.
2. AGREEMENT TERM AND MODIFICATIONS
This Agreement shall be effective as of January 1, 2023, upon signature by both Parties, and shall remain
in effect unless otherwise terminated through December 31, 2025, extended from December 31, 2024. If
mutually agreed, the Agreement may be extended by written amendment for up to an additional two (2)
years. Exhibits and attachments may be modified at that time as mutually agreed by the Parties. Any
extension shall be made in writing in accordance with Section 14 of the Agreement. The County will enter
into or extend this Agreement only on the condition that all City accounts with the County are current.
3. CITY'S RESPONSIBILITIES
The City shall furnish the necessary personnel, equipment, material and/or services and otherwise do all
things necessary for or incidental to the performance of the work required as related to program
performance associated with the SOW in Exhibit A. The program tasks, timelines and budget are stated in
Exhibit A.
4. COUNTY'S RESPONSIBILITIES
The County will reimburse the City for actual costs incurred to satisfactorily perform the tasks and
implement the Program as provided for in the SOW. In no event shall the total reimbursement made by
the County to the City for work performed pursuant to this Agreement exceed $255,375 (the
"Reimbursement Cap").
5. INVOICE AND PAYMENT PROCEDURES
Ver. 3/13
The City shall submit completed invoice(s) to the County detailing expenses, quarterly activities,
outcomes and metrics within thirty (30) calendar days following each quarter's end. The County shall pay
the City within fifteen (15) calendar days after the County has received completed invoices.
In no event will the total amount of the initial investment and quarterly payments exceed the
Reimbursement Cap specified at Section 4 of this Agreement without the Parties mutually agreeing to
amend this Agreement in accordance with Section 14 of the Agreement.
c. Replace Section 6; Part A, Numbers 1-4, and 6; Part E; and Parts H -J:
6. FEDERAL REQUIREMENTS
A. This Agreement is subject to a financial assistance agreement between the County and the FTA. The
City shall comply with all applicable federal laws, regulations, policies, procedures and directives,
including but not limited to the following, which are attached hereto or incorporated herein by this
reference:
1. 2 CFR Part 200.300 through 2 CFR Part 345, contained in Subpart D, Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards. The text is available at: httpsalw ecfr.govlcurrent/title-2/subtitle-A/cha ter-
11/part-200/subpart-I).
2. 2 CFR Part 200.400 through 2 CFR Part 200.475, contained in Subpart E, Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal
Awards. The text is available at: ter-
I1/part-200/subpart-E.
3. The requirements and obligations imposed on a "Recipient" under the applicable provisions
of the FTA Master Agreement. The Master Agreement text is available at:
https:�� transit,dot.gov�funding� rants�$rantee-resources/sample®fta®agree ents/fta®
aster -agreement -version -31- ay -2-2024.
4. The requirements of FTA Circular 5010.1E Project Administration and Management.
Circular 5010.1E text is available at: https-//www.transit.dotZov/regulations-and-
_
ov/regulations-and®
nor s�fta-circulars�aw cl®m ale _ent-�euire _eats -circular.
6. Applicable FTA Third Party Contract Provisions — Standard Terms and Conditions. ]The
text is attached as Exhibit B.
E. The City agrees to extend application of the federal requirements to its subrecipients or contractors,
and their respective subcontractors, by including this Section and the related exhibits in each contract and
subcontract the City awards under this Agreement financed in whole or in part with Federal assistance
provided by FTA.
It is further agreed that this Section shall not be modified, except to change the names of the parties to
reflect the subrecipient or contractor which will be subject to its provisions.
H. Because the County is sub -granting $30,000 or more of pass-through Federal Transit Administration
funds, the County must comply with the reporting requirements of The Federal Funding Accountability
and Transparency Act (FFATA or Transparency Act - P.L. 109-282., as amended by section 6202(a) of
P.L. 110-252).
The FFATA prescribes specific data to be reported and the County hereby agrees to report sub -award data
into the website www.USASpending.gov via www.fsrs.gov.
Ver. 3/13
1. Location of the City (physical address(es), including congressional district(s)); City of Tukwila City
Hall, 6200 Southcenter Blvd. Tukwila, WA 98188; Congressional District: WA -09 and
a. Place of performance (physical address(es), including congressional district(s));
City of Tukwila City Hall, 6200 Southcenter Blvd. Tukwila, WA 98188; Congressional
District: WA -09 and
I. The City's Commercial and Government Entity (CAGE) number is 47Z60.
J. The City agrees to provide the County with a copy of its Title VI implementation plan in accordance
with FTA Circular 4702.1 B, Chapter IIl, Section 11 and update it every three years.
d. Replace Section 7, Parts 7.1, 7.3, and 7.4:
7. DISPUTE RESOLUTION PROCESS
7.1 Designated Dispute Resolution Representatives. The following individuals are the Designated
Representatives for the purpose of resolving disputes that arise under this Agreement:
or the County
hristina O'Claire
ability Division Director
-tro Transit Department
1 South Jackson Street, M/S KSC-TR-
12
eattle, WA 98104
?06)477-5801
or the City
aron BeMiller
inance Director
ity of Tukwila
200 Southcenter Blvd.
WA 98188
206) 433-1839
Laron. bemiller@tukwilawa. gov
7.3 In the event the Designated Representatives are unable to resolve the dispute, the appropriate City
Administrator or her/his designee and the General Manager of the County's Metro Transit
Division or her/his designee shall confer and exercise good faith to resolve the dispute.
7.4 In the event the City Administrator and the General Manager of Metro Transit are unable to
resolve the dispute, the Parties may, if mutually agreed in writing, submit the matter to non-
binding mediation. The Parties shall then seek to mutually agree upon the mediation process, who
shall serve as the mediator, and the time frame the Parties are willing to discuss the disputed
issue(s).
e. Replace Section 9, Part 9.7
9. LEGAL RELATIONS
9.7 Compliance with Applicable Laws. The Parties agree to comply with all applicable federal, state,
and local laws, rules, and regulations, including those pertaining to nondiscrimination, and agree
to require the same of any subcontractors providing services or performing any work related to the
Program using funds provided under this Agreement.
f. Replace Section 13:
13. SEVERABILITY
Ver. 3/13
If any provision of this Agreement or any provision of any document incorporated by reference shall be
held invalid, such invalidity shall not affect the other provisions of this Agreement which can be given
effect without the invalid provision, if such remainder conforms to the requirements of applicable law and
the fundamental purpose of this Agreement, and to this end the provisions of this Agreement are declared
to be severable.
g. Replace Section 17:
17. CONTRACT MANAGEMENT
The contact persons for the management of this Agreement (the "Contract Managers") are identified and
their contact information is provided herein and may be updated by either Party for their agency only and
shall be submitted in writing or electronic mail to the other Party. Any update to the Contract Managers'
information shall state the effective date of said update.
Contract Manager King County City of Tukwila
ontact Name Trevor Goodloe Alison Turner
itle Transportation Demand Management Sustainable Transportation Program
Project/Program Manager II Manager
King County Metro City of Tukwila
Market Innovation Section
Address 201 S. Jackson St. 6300 Southcenter Blvd 4100
/S KSC-TR-0411 Tukwila, WA 98188
Seattle, WA 98104
telephone 206) 263-8389 206) 433-7142
IE -Mail eoodloe ,kin coumy.gp_y Alison.turner tukwila a. gov
h. Replace Section 18, Parts 18.1 and 18.4:
18. RECORDS RETENTION AND AUDIT
18.1 During the progress of the work and for a period of not less than six (6) years from the date of
final payment by the County, the City shall keep available for inspection and audit by the County
and the federal government the records pertaining to the Agreement and accounting therefore.
Copies of all records, documents or other data pertaining to performance of the Agreement will be
furnished upon request. If any litigation, claim or audit is commenced related to performance of
the Agreement, the records along with supporting documentation shall be retained until all
litigation, claims and/or audit findings have been resolved even though such litigation, claim or
audit continues past the six-year retention period.
18.4 Unless already published and available at the federally appointed online, accessible audit reporting
database the City agrees to submit to the County, a copy of the City's Single Audit report when
requested by the County for sub recipient monitoring purposes.
i. Add Attachment F: Conflict of Interest Clause and Form
j. Add Attachment G: WSDOT Terms and Conditions
Ver. 3/13
Docusign Envelope ID: D2D2CCB8-CA9B-4625-9C38-5811 F8361196
All other provisions of the Contract, as previously modified, shall remain in full force and effect.
This Amendment shall be effective as of the date signed by King County below.
IN WITNESS HEREOF, THE PARTIES HERETO HAVE CAUSED THIS AMENDMENT TO BE
EXECUTED AND INSTITUTED WHEN COUNTERSIGNED BY KING COUNTY. DS
Sign�f'
by: Initial
qq Signed by:
Q� �; 6r Valiidt,�, r6m, 0.� bwiaS t�t.t, t,b�
EEF2DBE10C4FE...
King bounty, Washington Contractor
By Annie Gienapp for Daniel Rowe
Title Research Team Lead
Date 12/30/2024
Ver. 3/13
By Thomas McLeod
Title Mayor
Date 12/20/2024 11:07 PM PST
ATTACHMENT G
WSDOT Terms and Conditions
Section 5
General Compliance Assurance
The CONTRACTOR agrees to comply with all instructions as prescribed in the WSDOT Public
Transportation State Grant Programs Guidebook, hereinafter referred to as the "Guidebook",
and any amendments thereto, found at https:// wsdot.wa.gov/business-wsdot/grants/public-
transportation-grants/manage-your-grant which by this reference is incorporated herein as if
fully set forth in this AGREEMENT.
Section 8
Assignments and Subcontracts
A. The CONTRACTOR shall submit to WSDOT a copy of any contract, amendment, or change
order thereto pertaining to this Project for review and documentation. This includes any
completed Project facilities and/or infrastructure under this AGREEMENT, or other actions
obligating the CONTRACTOR in any manner with any third party with respect to its rights and
responsibilities under this AGREEMENT, including any leasing and/or lending the Project or any
part thereof to be used by anyone, not under the CONTRACTOR's direct supervision.
B. The CONTRACTOR agrees to include Section 5, Sections 8 through 20, and Section 27 of
this AGREEMENT in each subcontract and in all contracts it enters into for the employment of
any individuals, procurement of any materials, or the performance of any work to be
accomplished under this AGREEMENT.
Section 9
Reports
A. The CONTRACTOR shall prepare quarterly reports regarding services provided pursuant
to this AGREEMENT and other related information as prescribed in the Guidebook, and any
amendments thereto, whichever is applicable, or as requested by WSDOT. Due to Legislative
and WSDOT reporting requirements, any required quarterly progress reports shall be submitted
for the duration of the AGREEMENT period regardless of whether the underlying funding
sources have been exhausted. Post -grant annual performance reporting may also be required
as prescribed in the aforementioned guidebook. Those reports include, but are not limited to:
1. Project Passenger Trips Provided
2. Project Service Hours Provided
3. Project Revenue Service Miles Provided
4. Narrative Progress Report
5. Financial Status/Summaries of the Project.
B. Failure to meet any of the above -identified report submittal timelines may result in the
CONTRACTOR being considered to be in breach of contract and "Not In Good Standing" as
defined in the Guidebook referenced in Section 5 - General Compliance of Agreement of this
agreement. Failure to meet the above -identified report submittal timelines may also prevent the
CONTRACTOR from receiving future PT Rideshare grant funds in the next biennium.
Section 10
Energy Credit
If CONTRACTOR receives any monies from the sale or disposition of energy credits,
decarbonization credits, environmental credits, or any other monies through its participation of a
like program, in relation to assets acquired or constructed with funding from this AGREEMENT,
as public transportation is vital in reducing the carbon intensity of Washington's transportation
system by providing alternative travel options and providing a cost-effective means to reduce
greenhouse gas emissions, the CONTRACTOR agrees to reinvest those monies into service,
projects or programs that support public transportation and the reduction of greenhouse gas
emissions. Such investments will be consistent with the state's public transportation grant
programs.
Section 11
No Obligation by the State Government
No contract between the CONTRACTOR and its subcontractors shall create any obligation or
liability for WSDOT with regard to this AGREEMENT without WSDOT's specific written consent,
notwithstanding its concurrence in, or approval of, the award of any contract or subcontract or
the solicitations thereof.
Section 12
Personal Liability of Public Officers
No officer or employee of WSDOT shall be personally liable for any acts or failure to act in
connection with this AGREEMENT, it being understood that in such matters they are acting
solely as agents of WSDOT.
Section 13
Ethics
A. Relationships with Employees and Officers of WSDOT. The CONTRACTOR shall not
extend any loan, gratuity or gift of money in any form whatsoever to any employee or officer of
WSDOT, nor shall CONTRACTOR rent or purchase any equipment and materials from any
employee or officer of WSDOT.
B. Employment of Former WSDOT Employees. The CONTRACTOR hereby warrants that it
shall not engage on a full-time, part-time, or other basis during the period of this AGREEMENT,
any professional or technical personnel who are, or have been, at any time during the period of
this AGREEMENT, in the employ of WSDOT without written consent of WSDOT.
Section 14
Civil rights
The CONTRACTOR shall not discriminate on the basis of race, color, national origin, or sex in
the award and performance of any WSDOT-assisted contract or in the administration of its
public transportation services.
Section 15
Compliance with Laws and Regulations
A. The CONTRACTOR agrees to abide by all applicable state and federal laws and regulations
including but not limited to, those concerning employment, equal opportunity employment,
nondiscrimination assurances, project record keeping necessary to evidence compliance with
such federal and state laws and regulations, and retention of all such records. The
CONTRACTOR will adhere to all of the nondiscrimination provisions in chapter 49.60 RCW.
B. Additionally, the CONTRACTOR agrees to comply with the following.as applicable:
1. SB 5974 Move Ahead Washington
2. RCW 70A.02 Healthy Environmental for All (HEAL) ACT, and
3. RCW 70A. 65.260 Climate Commitment ACT.
C. Except when a federal statute or regulation preempts state or local law, no provision of the
AGREEMENT shall require the CONTRACTOR to observe or enforce compliance with any
provision, perform any other act, or do any other thing in contravention of state or local law. If
any provision or compliance with any provision of this AGREEMENT violates state or local law
or would require the CONTRACTOR to violate state or local law, the CONTRACTOR agrees to
notify WSDOT immediately in writing. Should this occur, WSDOT and the CONTRACTOR agree
to make appropriate arrangements to proceed with or, if necessary, expeditiously, terminate the
AGREEMENT.
Section 16
Environmental and Regulatory Requirements
The CONTRACTOR agrees to secure any necessary local, state, and federal permits and
approvals, and comply with all applicable requirements of Chapter 43.21 C RCW State
Environmental Policy Act (SEPA). The CONTRACTOR agrees to comply with all applicable
requirements of Executive Order 21-02, Archaeological and Cultural Resources, for all capital
construction projects or land acquisitions not undergoing Section 106 review under the National
Historic Preservation Act of 1966 (Section 106).
Section 17
Accounting Records
A. Project Accounts. The CONTRACTOR agrees to establish and maintain for the Project(s)
either a separate set of accounts or separate accounts within the framework of an established
accounting system that can be identified with the Project(s). The CONTRACTOR agrees that all
checks, payrolls, invoices, contracts, vouchers, orders, or other accounting documents
pertaining in whole or in part to the Project(s) shall be clearly identified, readily accessible and
available to WSDOT upon request, and, to the extent feasible, kept separate from documents
not pertaining to the Project(s).
B. Documentation of Project Costs and Program Income. The CONTRACTOR agrees to
support all allowable costs charged to the Project(s), including any approved services
contributed by the CONTRACTOR or others, with properly executed payrolls, time records,
invoices, contracts, or vouchers describing in detail the nature and propriety of the charges. The
CONTRACTOR also agrees to maintain accurate records of all program income derived from
implementing the Project.
Section 18
Audits, Inspection, and Retention of Records
A. Submission of Proceedings, Contracts, Agreements, and Other Documents. During
the performance period of the Project(s) and for six (6) years thereafter, the CONTRACTOR
agrees to retain intact and to provide any data, documents, reports, records, contracts, and
supporting materials relating to the Project(s) as WSDOT may require. Project closeout does
not alter these recording and record-keeping requirements. Should an audit, enforcement, or
litigation process be commenced, but not completed, during the aforementioned six-year period
then the CONTRACTOR's obligations hereunder shall be extended until the conclusion of that
pending audit, enforcement, or litigation process.
B. General Audit Requirements. The CONTRACTOR agrees to obtain any other audits
required by WSDOT at CONTRACTOR's expense. Project closeout will not alter the
CONTRACTOR's audit responsibilities.
C. Inspection. The CONTRACTOR agrees to permit WSDOT and the State Auditor, or their
authorized representatives, to inspect all Project work materials, payrolls, and other data, and to
audit the books, records, and accounts of the CONTRACTOR and its subcontractors pertaining
to the Project. The CONTRACTOR agrees to require each third party to permit WSDOT, and
the State Auditor or their duly authorized representatives, to inspect all work, materials, payrolls,
and other data and records involving that third party contract, and to audit the books, records,
and accounts involving that third party contract as it affects the Project.
Section 19
Labor Provisions
Overtime Requirements. No CONTRACTOR or subcontractor contracting for any part of the
Project(s) work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty (40) hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of
pay for all hours worked in excess of forty (40) hours in such workweek. CONTRACTOR will
comply with Title 49 RCW, Labor Regulations.
Section 20
Changed Conditions Affecting Performance
The CONTRACTOR hereby agrees to immediately notify WSDOT of any change in conditions
or law, or of any other event, which may affect its ability to perform the Project(s) in accordance
with the provisions of this AGREEMENT.
Section 27
Limitation of Liability
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 the execution of 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 negligent acts or omissions of the CONTRACTOR, its agents, employees,
officers and subcontractors. Provided, however, that nothing herein shall require the
CONTRACTOR to indemnify and hold harmless or defend the WSDOT, its agents, employees
or officers to the extent that claims are caused by the sole negligent acts or omissions of the
WSDOT, its agents, employees or officers; and provided further that if such claims result from
the concurrent negligence of (a) the CONTRACTOR its employees, agents, officers or
contractors and (b) the STATE, its employees or authorized agents, or involves those actions
covered by RCW 4.24.115, the indemnity provisions provided herein shall be valid and
enforceable only to the extent of the negligence of the PARTY, its employees, officers,
authorized agents, and/or contractors. The indemnification 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
4
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.
ATTACHMENT F
Conflict of Interest Clause
A. General Requirements
The Subrecipient shall maintain written standards of conduct covering conflicts of interest. These
standards must apply to the performance of employees engaged in the selection, award, and
administration of contracts supported by a federal award. No employee, officer, or agent of the
Subrecipient shall participate in the selection, award, or administration of a contract supported by
federal funds if a real or apparent conflict of interest would be involved.
A conflict of interest arises when any of the following has a financial or other interest in or a tangible
personal benefit from a firm considered for a contract:
• The employee, officer, or agent.
• Any member of the employee's immediate family.
• The employee's partner.
• An organization which employs or is about to employ any of the parties listed above.
The Subrecipient's officers, employees, and agents must neither solicit nor accept gratuities, favors, or
anything of monetary value from contractors or parties to subcontracts. However, where the
Subrecipient has determined that the financial interest is not substantial or the gift is an unsolicited
item of nominal value, the Subrecipient may provide for exceptions to this rule in its conflict-of-
interest policy.
B. Mandatory Disclosure
The Subrecipient must disclose in writing any potential or actual conflict of interest to the Pass-
through Entity (PTE) in accordance with applicable federal laws and regulations. Additionally, any
violation of federal criminal law involving fraud, bribery, or gratuity violations potentially affecting
the federal award must also be disclosed.
Failure to disclose conflicts of interest or criminal violations could result in termination of the
agreement, disallowance of costs, or other remedies in accordance with 2 CFR 200.339.
C. Remedial Actions
If a conflict of interest is discovered during the course of the agreement, the Subrecipient agrees to take
immediate steps to resolve the conflict, including, but not limited to:
• Disqualification of the employee, officer, or agent involved in the conflict from further
participation in the contract or award process.
• Possible termination of the contract or subcontract in question.
• Additional internal controls or oversight to prevent future conflicts.
D. Organizational Conflicts
In addition to the personal conflicts of interest listed above, the Subrecipient shall also avoid any
organizational conflicts of interest. An organizational conflict of interest means that because of
relationships with a parent company, affiliate, or subsidiary organization, the Subrecipient is unable or
appears to be unable to be impartial in conducting a federal award action.
Conflict of Interest Disclosure Form
Federal Grant Program Information
• Federal Awarding Agency: FTA
• Pass-through Entity (PTE): King County Metro
• Subrecipient Name: City of Tukwila
• Federal Award Identification Number (FAIN): WA -2020-087-00
• Grant/Contract Name: TDM Corridor Strategies Supporting Centers, and Regional Park -and -Ride
TDM Activities and Access Improvements/2023-2024 City of Tukwila Transportation Demand
Management Agreement
Subrecipient Information
• Name of Employee/Officer/Agent Disclosing Conflict: Alison Turner
• Position/Title: Sustainable Transportation Program Manager
• Phone Number: (206) 433-7142
• Email Address: alison.turner@tukwilawa.gov
Section 1: Disclosure of Potential Conflict of Interest
Please check the appropriate box that applies to your situation:
® I hereby declare that, to the best of my knowledge, I have no conflicts of interest to report in
relation to my participation in this federal award.
❑ I hereby declare that 1, or an immediate family member, or an organization with which I have a
personal or financial relationship, may have a potential or actual conflict of interest in relation to my
participation in this federal award.
Section 2: Nature of Potential or Actual Conflict of Interest
If you have a potential or actual conflict of interest, please provide details below. Include the names of
individuals and/or organizations involved, the nature of the conflict, and any financial or personal
interest that may be affected by your role in this federal grant or contract.
• Details of the Conflict:
Names of Individuals/Organizations Involved:
Relationship to Employee/Officer/Agent:
Section 3: Certification and Acknowledgement
I hereby certify that the information provided above is true, accurate, and complete to the best of my
knowledge. I understand that providing false or misleading information may result in disciplinary
action, including but not limited to termination of the subrecipient agreement, disallowance of costs, or
other remedies as provided in federal regulations.
I agree to notify the [Pass-through Entity] immediately if any conflict of interest arises during the term
of the agreement
• Signati
• Date:
For Use King County Metro Only
• Date of Disclosure Review:
• Reviewed by (Name/Title):
• Action Taken (if any): N/A
Instructions for Submitting the Form
• Please complete this form and return it to King County Metro.