Loading...
HomeMy WebLinkAboutTrans 2013-07-23 Item 2E - Gramt Agreement - 2013-2015 Commute Trip Reduction Program with WA State Department of Transportation (WSDOT)TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committe FROM: Jack Pace, DCD Director ' By: Maggi Lubov, CTR Coordinator DATE: July 15, 2013 SUBJECT: Commute Trip Reduction Program Information ISSUE Status of Commute Trip Reduction program activities and funding for 2013 -2015. BACKGROUND Below is a history and summary of the current Commute Trip Reduction Program in Tukwila: • CTR Coordinator is primarily funded by WSDOT to manage CTR programs of employers within the City of Tukwila. • 22 Tukwila employers (including the City of Tukwila) provide CTR programs for their employees. The number of affected CTR sites is updated annually by the City based on state criteria and represents a snapshot at the time. This compares to the City of Renton with 22 affected employers, the City of Kent with 28 affected employers, Federal Way has 10 affected employers and the City of SeaTac has 15 affected employers at this time. • Employers are required to complete Annual CTR Program Reports and conduct biennial measurement surveys for progress toward goals. • CTR Program is mandated by state and operational since 1991. • The CTR Ordinance was updated and adopted in 2008 with creation of Tukwila's Local CTR Plan and Growth Transportation Efficiency Center (GTEC) adopted. The City of Tukwila provides numerous services to assist CTR- affected and non - affected employers with implementation of their CTR Programs, including the following: • Technical assistance given to all city employers including access to statewide promotions such as Wheel Options and other incentive programs such as "Bike to Work" and Rideshareonline.com. • Annual report and survey training and Employee Transportation Coordinator training provided. • Personalized assistance for coordinators and employees at all employer worksites. Additionally, the City of Tukwila works closely with local agencies such as King County, the cities of Seattle, Renton, Kent, SeaTac and Federal Way, the Washington State Department of Transportation, the Puget Sound Regional Council, and others to coordinate, implement, and promote trip reduction activities and provide policy direction. 41 INFORMATIONAL MEMO Page 2 The City has provided lead agency direction for a state funded Trip Reduction project from March 2012 through August 2013. The City of Tukwila is an affected employer and is required to meet the requirements of the CTR law. Of special note, the City reached CTR goals in the 2013 survey goals for the first time with a 14.6% reduction in the drive alone rate from the 2007 baseline to a 64.7% rate. Highline Specialty Center and Department of Homeland Security also reached state goals of 10% reductions. The CTR Efficiency Act required tasks for the City of Tukwila: • Update in 2013 of the Local CTR Plan for submission to Puget Sound Regional Council for approval. This included review of Comprehensive Plan additions as outlined in Local CTR Plan. The updated plan was incorporated in the Regional Plan and submitted to the Commute Trip Reduction (CTR) Board for review and approved at the end of June. This is a one page document that continued the targets of reductions of 10% drive alone and 13% vehicle miles traveled. Grant project: • WSDOT awarded grant funding for a thirteen month Rideshareonline.com project that focused on South King County cities with Tukwila acting as the lead agency. The $121,370.00 in funding covered the costs for full time staff to implement the project. DISCUSSION WSDOT has provided the funding source for the CTR program through an allocation process since 1993. The GCB -1549 contract for 2013 -2015 is essentially a renewal of previous allocation contracts and is in the amount of $74,205.00. This funds Maggi Lubov's position. This biennium, the contract allows for the implementation of a pilot program to enhance trip reduction efforts in the Tukwila Urban Center and the Manufacturing Industrial Center (MIC) to see if results can be improved. The program stays the same for affected employers. RECOMMENDATION Council is being asked to approve the WSDOT funding contract for the CTR Program in the amount of $74,206.00 and consider this item at the Committee of the Whole meeting on August 12th and subsequent Regular Meeting on August 19th Attachments: GCB -1549 Grant for the CTR Program W :\ Long Range Projec TR „ GIFEC\2013 -2O1 5 \.k ifo Memo CTR Update GCB••• 101492013 -20 5,adocx 42 Wash7m Trans 310 Ma PO o1y 1 Trans IJ i rtation 11„11 gton State Dem■ a tment of ort tion le Park Avenue SE ox 47387 ia, WA 98504-7387 1,111 1 e e 1111 II 11 a d Manage e tation Agree ent Contact Person: Alexandra DeMoss 360-705.-7906 Project Costs: State Funds $74,206 Contractor Funds $0 Total Project Cost $74,206 Agreement Nu GCB1549 Term of Project: July 1, 2013 through June 30, 2015 1'111 e Pil t Contractor city of Tukwila 6300 Southcenter Uvd. Tukwila, WA 98188 Federal ID #: 91-6001519 Contact Person: Margaret Lubov 206.433-7142 Scope of Project: Carry out the Project as described in Exhibit 1, Project Scope of Work Service Area: Tukwila This AGREEMENT is entered into by the Washington State Depart ent 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 directs the State, local gove ents d ajor e ployers to reduce air pollution, fuel use, and traffic congestion through co ute trip reduction pro a s; d 111,11 WHEREAS, the Co Illlute Trip Reduction 70.94_537 is authorized to create a state co oard (CTR Board) established under RCW 11111, ute trip reduction p1 ; WHEREAS, RCW 47.06.050 re, uires that when planning capacity and operational prove ents, the State's first priority is to assess strategies to e efficiency of the existing system, and states that strategies to e efficiencies include, but are not li ited to, access anagement, anage ent, and de .11 d management ("Strate "es"); and ce the operational ce the operational transportation syste WHEREAS, RCW 47.01°078 directs the State to develop strategies to reduce the per capita vehicle iles traveled, to consider efficiency tools including commute trip reduction and other de and m.1 age ent tools, and to pro ote the integration of ulti odal p1 ing in support of the tr sportation system policy goals described in RCW 47.04280; and WHEREAS, the Le °s a transportation .1 d the hi pia ing, and to ax 11 re has directed the State to increase the integration of public way syste , to facilitate coordination of tr. I sit services .1 d ze oppo In:11111es to use public transportation to 1 prove the 4 efficiency of tr sportation corridors (RCW 47. 1.330); and WHEREAS, RCW 47.80.010 encourages the State and local jurisdictions to identify oppo nities for cooperation to achieve statewide d local tr sportation goals; .1 d 1111 GCAI549 0111 Page 1 of 12 43 WHEREAS, the State established rules at WAC 468-63 for commute trip reduction (CTR) plans, and is authorized under RCW 35.05.310 and .313 to engage in pilot rulemaking to test and identify alternative CTR plans to achieve the goals of WAC 468- 63; and WHEREAS, the State of Washington in its Sessions Laws of 2013, chapter 306, Section 220(6), (7) and (8), authorizes funding for Public Transportation and Co ute Trip Reduction programs and other special proviso funding through the multi-modal transportation account as identified in the budget through its 2013-2015 biennial appropriations to WSDOT; and WHEREAS the WSDOT Public Transportation Division is responsible for administering funds on behalf of the Washington State Legislature; 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", which are both incorporated and made a part of this AGREEMENT, IT IS MUTUALLY AGREED AS FOLLOWS: Section 1 Purpose of Agreement The purpose of this AGREEMENT is for WSDOT to provide funding to the CONTRACTOR to be used solely for activities undertaken to implement a pilot alternate plan (hereinafter "alternate plan") which will field-test the feasibility of a CTR Board- approved experimental approach to accomplish the policy purposes of RCW 70.94.521, hereinafter known as the "Project." 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," which by this reference is incorporated into this AGREEMENT as if fully set forth herein. Section 3 Term of Project The CONT • CTOR shall commence, perform and complete the Project within the time defined in the caption space header above titled "Te 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 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 "Contractor 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 which it expects to incur in the performance of this AGREEMENT will differ from the . ount indicated in the GCA1549 Page 2 of 12 44 caption space titled "Project Costs" above, the CONT " CTOR shall notify WSDOT in writing within three (3) business days of making that dete ination. 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 perfo ing eligible direct and related indirect Project work during the Project period provided that payment is subject to the submission to and approval by WSDOT of properly prepared invoices that substantiate the costs and expenses submitted by CONT " CTOR for reimbursement and that are accompanied by progress reports and financial su aries as required in Section 7 — Progress Reports. The CONT" CTOR must submit an invoice using either State of Washington Fo A- 19 (Invoice Voucher), a copy of which is attached hereto as Exhibit 3 and by this reference incorporated into this AGREEMENT or a fo at 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. The CONTRACTOR shall submit an invoice by July 15, 2014, for any unreimbursed eligible expenditures incurred between July 1, 2013, and June 30, 2014. If the CONTRACTOR is unable to provide an invoice by this date, the CONT " CTOR 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. The CONTRACTOR shall submit a final invoice to WSDOT no later than July 15, 2015. Any invoice received after July 15, 2015 will not be eligible for reimbursement. Section 6 Project Records The CONT CTOR agrees to establish and maintain for the Project, either a separate set of accounts or, accounts within the fr. ework of an established accounting system in order to sufficiently and properly reflect all eligible direct and related indirect Project costs incurred in the perfo ance 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 The CONT " CTOR shall submit quarterly progress reports to WSDOT so that WSDOT may adequately and accurately assess the progress made under the te s of this AGREEMENT. The progress reports shall be prepared as prescribed by WSDOT on the fo s provided in Exhibit 2, "Project Progress Report" and/or as provided and modified by WSDOT staff. The CONT " CTOR shall provide a final progress report, as provided by WSDOT staff. Progress reports shall be submitted to WSDOT no later than forty-five (45) days from the end of each calendar quarter. GCA1549 Page 3 of 12 45 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 matters covered by this AGREEMENT. Such representatives shall be permitted to audit, examine and make excerpts 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 CONT* CTOR 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 CONT • CTOR 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. Section 9 Agreement Modifications A. Either PARTY may request changes to this AGREEMENT, including changes in the Scope of Project. Such changes that are mutually agreed upon shall be incorporated as written amendments to this AGREEMENT. No variation or alteration of the te s of this AGREEMENT shall be valid unless made in writing and signed by authorized representatives of the PARTIES hereto. B. If an increase in funding by the funding source augments the CONTRACTOR's allocation of funding under this AGREEMENT, the CONTRACTOR and WSDOT agree to enter into an . endment 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. If a reduction of funding by the funding source reduces the CONTRACTOR's allocation of funding under this AGREEMENT, the CONT* CTOR 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 reduction of funding. Section 10 Recapture Provision In the event that the CONT* CTOR 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. Such right of recapture shall exist for a period not to exceed three (3) years following termination or expiration of this AGREEMENT. The CONT* CTOR agrees to repay such State Funds under this recapture provision within thirty (30) days of demand. GCA1549 Page 4 of 12 46 Section 11 Disputes A. If the PARTIES cannot resolve by mutual agreement, a dispute arising from the performance of this AGREEMENT the CONTRACTOR may submit a written detailed description of the dispute to the Public Transportation Division's Statewide Transportation Demand Management Programs Manager or the Statewide Transportation Demand Management Progr. s 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 (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 co ection 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 perfo ance under this AGREEMENT while matters in dispute are being resolved. Section 12 Ter ation WSDOT, at its sole discretion, may suspend or terminate this AGREEMENT in whole, or in part, for the reasons following: A. The CONT • CTOR materially breaches, or fails to perform any of the requirements of this AGREEMENT and after fourteen (14) days written notice, has failed to cure the condition(s) causing that breach. Conditions of breach may include, but are not limited to: 1. Any action taken by the CONTRACTOR without WSDOT approval, which under the provisions of this AGREEMENT, required WSDOT approval; 2. Failure to perform in the manner called for under this AGREEMENT; or 3. Failure to comply with any provision of this AGREEMENT; B. The CONT • CTOR is prevented from proceeding with this AGREEMENT 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; C. The requisite State funding is reduced or becomes unavailable through failure of appropriation or otherwise; D. WSDOT dete ines that the continuation of the Project would not produce beneficial results commensurate with the further expenditure of funds; or E. WSDOT determines that suspension or termination is in the best interests of the State. The CONTRACTOR may suspend or terminate this AGREEMENT, in whole or in part, at any time by written notice to WSDOT. Written notification must set forth the reasons for such termination, the effective date, and in case of partial termination, the portion to be terminated. However, in the case of partial termination, if WSDOT determines that the GCA1549 Page 5 of 12 47 remaining portion of the award will not accomplish the purposes for which the award was made WSDOT may terminate the award in its entirety. If this AGREEMENT is terminated by the CONT • CTOR, or by WSDOT under subsections B, C, D, and/or E of this Section, the CONT* CTOR may be reimbursed only for actual, eligible direct and related indirect expenses incurred prior to the date of termination, and then only to the extent of awarded funds. If this AGREEMENT is terminated under subsection A of this Section, the WSDOT shall not be obligated to provide any additional reimbursement, and WSDOT shall retain all rights to seek recapture or damages from the CONTRACTOR. 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 CONT • CTOR 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 . endments 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 Li 'tation of Liability and Inde ification A. The CONT • CTOR 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 co ection with or incident to the negligent acts or omissions of the CONTRACTOR, its agents, employees and officers. Provided, however, that nothing herein shall require the CONTRACTOR to indemnify and hold harmless or defend WSDOT, its agents, employees or officers to the extent that claims are caused by the GCA1549 Page 6 of 12 48 negligent acts or omissions of WSDOT, its agents, employees or officers. The indemnification and hold harmless provision shall survive termination of this AGREEMENT. B. The CONT • CTOR 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 m er 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 and Federal 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 CONT* CTOR will also comply with the Americans with Disabilities Act of 1990 (ADA), Public Law 101-336, including any . endments thereto which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment public acco odations, 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. GCA1.549 Page 7 of 12 49 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 CONT* CTOR 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 entitity(ies) to the obligations set forth herein. IN WITNESS WHEREOF, the PARTIES hereto have executed this AGREEMENT the day and year last signed below. WASHINGTON STATE CONT DEPARTMENT OF T "PORTATION By: Brian Lagerberg Director, Public Transportation Date: Approved as to form: y: Sus Assis 41 II Cruise 41 I I t Attorney General Date: June 13, 20113 GCA1549 CTOR Qn( By: Print Name: Title: o certifies proper authority to execute this AGREEMENT on behalf of the CONT CTOR Date: Page 8 of 12 50 E IBIT 1 Project Scope of Work ute Trip Reduction (CTR) Alternate Plan 1. Scope of Work A. Ad • istrative Work Plan The CONTRACTOR agrees to submit to WSDOT an administrative work plan by the end of the first quarter of this agreement or when the CONTRACTOR submits its first invoice, whichever is sooner. 1. The work plan shall identify the deliverables, schedule, expected outcomes, performance measures and the budget specific to strategies associated with this AGREEMENT and other strategies as defined in the CTR Board approved alternate plan. 2. The administrative work plan budget shall identify how the CONT A CTOR 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. 3 The administrative work plan must be approved in writing by the WSDOT Project Manager and signed by the CONT A CTOR, and shall be incorporated as a written endment to the AGREEMENT. The work plan may be amended based on mutual written agreement between the WSDOT Project Manager and the CONTRACTOR. B. Work to be Performed The CONTRACTOR agrees to implement a CTR program based on the approved administrative work plan and the CTR Board approved alternate plan. The CONT A CTOR will not be required to perform CTR plan requirements that have been expressly waived as part of the approved alternate 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 to be provided by WSDOT. D. Quarterly Progress Reports and Invoices The CONTRACTOR agrees to submit to WSDOT complete quarterly progress reports, as specified by WSDOT in Section 7 — Progress Reports of the AGREEMENT, in Exhibit 2, "Project Progress Report", and as integrated with the deliverables identified in the administrative 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 administrative work plan will be reimbursed by WSDOT. GCA1549 Page 9 of 12 51 E. Final Progress Report The CONT' CTOR agrees to submit to WSDOT a final report, a template of which will be provided in the second fiscal year of the contract by WSDOT and incorporated as an endment to this Agreement. The final report shall provide an estimate of the 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). F. Funding Distribution The CONT' CTOR may distribute funds to local jurisdictions to include counties, cities, transit agencies, Transportation Management Associations, and Metropolitan Pia ing Organizations or other eligible organizations authorized to enter into agreements for the purposes of implementing alternate plans as authorized by RCW 70.94.527(5), RCW 70.94.544, RCW 34.05.310 and RCW 34.05.313. G. Implementation Plans The CONT' ACTOR shall incorporate appropriate sections of the Project Scope of Work and incentives guidance, as well as the approved Work Plan, in all agreements with eligible contracting partner(s), as necessary, to coordinate the development, implementation, and administration of the alternate plans. H. Appeals and Modifications The CONTRACTOR shall maintain an appeals process for employers consistent with the Administrative Procedures section contained in the CTR Guidelines which may be obtained from WSDOT or found at htt ://www.wsdot.wa. Yovaransit/CTR/la .htm. I. Coordination with Regional Transportation Planning Organizations (RTPO) The CONT' CTOR shall coordinate the development and implementation of its alternate plan and programs with the applicable regional transportation planning organization (RTPO). The CONTRACTOR agrees to notify the RTPO of any substantial changes to its plans and programs that could impact the success of the regional CTR plan. The CONTRACTOR agrees to provide information about the progress of its alternate plan and programs to the RTPO upon request. J. Survey Coordination The CONTRACTOR agrees to coordinate with WSDOT and its contracting partners for commute trip reduction employer surveys. K. Planning Data The CONT' CTOR agrees to provide WSDOT with the program goals established for newly affected worksites when they are established by the local jurisdiction. The CONT' ACTOR agrees to provide WSDOT with updated progr. goals for affected worksites and jurisdictions as requested. These updates shall be submitted electronically in a format specified by WSDOT. GCA1549 Page 10 of 12 52 L. Database Updates The CONT" CTOR agrees to provide WSDOT and the CONTRACTOR's contracting partners with updated lists of affected or participating worksites, employee transportation coordinators, and jurisdiction contacts, as requested. These updates will be submitted in a format specified by WSDOT. GCA1549 Page 11 of 12 53 C EXHIBIT 2 Project Progress Report CT ) y jec B e nia a gets Kr y verab1es: gram work plan) ...:.......... C o reduce to meet o Dew . . . . . . . . . . . . Esti ctivities....................................................... ............................... GCA1549 Page 12 of 12 54