6c

PORT OF SEATTLE 
MEMORANDUM 
COMMISSION AGENDA               Item No.       6c 
ACTION ITEM             Date of Meeting    May 28, 2013 

DATE:    May 20, 2013 
TO:      Tay Yoshitani, Chief Executive Officer 
FROM:   Wayne Grotheer, Director, Aviation Project Management Group 
SUBJECT:  Architectural IDIQ Contracts for Seattle-Tacoma International Airport 

Amount of This Request: $ 0             Source of Funds: Current and Future
Operating Budgets; Future Individual
Project Authorizations 
Maximum Value of Contracts: $3,000,000     Est. Jobs Created: 10 
ACTION REQUESTED: 
Request Commission authorization for the Chief Executive Officer to execute two professional
services indefinite delivery, indefinite quantity (IDIQ) contracts for architectural services in the
amount of $1,500,000 per contract for a total of $3,000,000 with contract ordering periods of
three years in support of upcoming capital improvement projects at Seattle-Tacoma International
Airport. There is no budget request associated with this authorization. 
SYNOPSIS: 
Airline needs are driving many near-term development projects at the Airport. It is necessary to
have architectural design capability immediately available along with other associated team
disciplines, such as electrical and structural engineering. IDIQ contracts provide the Port with
the flexibility to meet business requirements as they arise by issuing individual Service
Directives to accomplish tasks within a general, pre-defined scope of work on an as-needed basis
for a fixed period of time and a maximum contract amount. Competitively procured IDIQ
contracts are a widely used public-sector contracting tool, consistent with the Port's Resolution
No. 3605, as amended, and governed by CPO-1 policy. The public advertisement for these 
contracts will contain goals for inclusion of small businesses. Budgets to utilize these contracts 
will come separately from either annual operating budget or individual project authorizations. 
BACKGROUND: 
In January 2012, the Commission authorized a single Architectural IDIQ contract for $4,000,000
in order to ensure commonality of design as many of the proposed projects were terminal-related
and therefore needed commonality of design. The designer has not been able to keep up with the
quantity of small project design services required to fulfill the business plan objectives. The list
of associated projects has changed and there is a diminished need for commonality of design.

COMMISSION AGENDA 
Tay Yoshitani, Chief Executive Officer 
May 20, 2013 
Page 2 of 3 
Over the next few years, a number of projects are being planned and significant changes will be
coming to the Airport to fulfill business plan objectives. Procuring additional Architectural IDIQ
contracts will allow the Port to meet the needs of the planned projects in a timely manner. This
is consistent with the incumbent's understanding of the Port procuring additional resources. 
Most of the upcoming design work at the Airport is for smaller projects with quick turnaround
requirements. In order to meet the service capacity and turnaround times needed, staff
recommends that the Port contract with two additional architectural firms. 
PROJECT STATEMENT AND OBJECTIVES: 
The Port will advertise and issue a request for qualifications (RFQ) that includes a goal for small
contractors and suppliers (SCS) participation determined by the Office of Social Responsibility.
Although the projects are primarily architectural, the intent is for the architectural consultant to
retain a multidisciplinary design team necessary to produce a complete design. The
multidisciplinary approach and SCS goals will enable a variety of small businesses to participate
during the selection processes. 
The contract will have a contract ordering period (during which the design services may be
separately authorized) of three years. The actual contract duration may extend beyond three
years in order to complete the work identified in particular service directive(s). Service
directives may be issued during the contract ordering period. The Port will not issue service
directives in excess of the $1,500,000 contract value. 
Representative projects could include, but are not limited to, modifications to Satellite Transit
System lobbies, concourse level improvements, passenger lounge upgrades, tenant relocations,
information display design, and building remodel. It is anticipated that some of these projects
and other non-identified projects will move forward for approvals during 2013, 2014 and 2015.
It is also anticipated that not all of the projects listed will have designs initiated during the threeyear
contract ordering period. Projects not initiated during this period would be accomplished
via separate future IDIQ or project-specific consultant selections.
PROJECT SCHEDULE: 
It is estimated that these contracts will be executed by September 2013 and have a three-year
ordering period. The contract duration may extend beyond that period to allow work begun
earlier to be completed. 
FINANCIAL IMPLICATIONS: 
The total estimated cost for design services will not exceed $3,000,000. Each contract will have
a not-to-exceed threshold of $1,500,000. No work is guaranteed to the consultants and the Port
is not obligated to pay the consultant until a service directive is executed. After receiving
authorization for each project in accordance with Resolution No. 3605, as amended, the actual
work will be defined and the Port will issue individual project-specific service directives.

COMMISSION AGENDA 
Tay Yoshitani, Chief Executive Officer 
May 20, 2013 
Page 3 of 3 
ALTERNATIVES CONSIDERED AND THEIR IMPLICATIONS: 
Alternative 1  Prepare two procurements, one for each architectural contract. This alternative
would require more procurement processes and add time and increase administrative costs in
order to hire two consultant design teams. This is not the recommended alternative. 
Alternative 2  Prepare separate procurements for each project. This alternative would require
many more procurement processes, add time to projects, and increase administrative costs in
order to hire consultant design teams for each project. Project integration would be more
difficult to achieve. This is not the recommended alternative. 
Alternative 3  Prepare a single procurement to contract with two architectural firms for
identified design needs as they arise. This alternative would provide a higher degree of integrity
in design for construction and minimize the number of procurement processes necessary for
timely completion of projects. This is the recommended alternative. 
OTHER DOCUMENTS ASSOCIATED WITH THIS REQUEST: 
None 
PREVIOUS COMMISSION ACTIONS OR BRIEFINGS: 
On January 10, 2012, the Commission voted to authorize the execution of a
professional services indefinite delivery, indefinite quantity contract for architectural
services.

Limitations of Translatable Documents

PDF files are created with text and images are placed at an exact position on a page of a fixed size.
Web pages are fluid in nature, and the exact positioning of PDF text creates presentation problems.
PDFs that are full page graphics, or scanned pages are generally unable to be made accessible, In these cases, viewing whatever plain text could be extracted is the only alternative.