Item 5a Memo

PORT OF SEATTLE 
MEMORANDUM 

COMMISSION AGENDA             Item No.      5a 
Date of Meeting    January 26, 2010 

DATE:    January 5, 2010 
TO:      Tay Yoshitani, Chief Executive Officer 
FROM:    Wayne Grotheer, Director, Aviation Capital Improvement Program 
David Soike, Director, Aviation Facilities and Maintenance 
SUBJECT: Vertical Conveyance Design Services ID/IQ for Seattle-Tacoma International
Airport. 
AMOUNT OF THIS REQUEST: $0
SOURCE OF FUNDS: Future Individual Project Authorizations 
ACTION REQUESTED: 
Request Port Commission authorization for the Chief Executive Officer to execute a professional
services indefinite delivery indefinite quantity (IDIQ) contract for vertical conveyance design 
services totaling $5,000,000 for four (4) years in support of upcoming capital improvement
projects at Seattle Tacoma International Airport (Airport). No funding is associated with this
authorization. 
SYNOPSIS: 
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 bid IDIQ contracts are a widely used public sector contracting tool, consistent
with the Port's Resolution No. 3605 and governed by CPO-1 policy. 
BACKGROUND: 
To fulfill the business plan objectives for the Airport, a number of projects are being planned for
the future. Of these future projects, some have commonality of scope, which could allow for
their design needs to be met by a single IDIQ contract rather than individual design contracts per
project. Combining these individual designs into a single IDIQ will improve the standardization
of design where important to the facility, such as the terminal building. It would also provide
more efficient delivery of service by combining these needs into a single procurement process.

COMMISSION AGENDA 
T. Yoshitani, Chief Executive Officer 
January 5, 2010 
Page 2 of 3 
The not-to-exceed cost for the contract is $5,000,000 for a 4-year contract ordering period. This
authorization will only authorize the execution of the contract. A Service Directive will be
issued for each project authorizing the consultant to perform specified scope of work only after
staff has received authorization for the project in accordance with Resolution No. 3605.
PROJECT DESCRIPTION/SCOPE OF WORK: 
Prepare one IDIQ type contract for vertical conveyance improvement projects for the Airport.
Vertical conveyance includes both elevators and escalators; horizontal moving walkways would
also be considered. The work will include additional new constructions as well as renewal and
replacement of existing elevators and escalators and ancillary work. This work does not include
the project for renewal and replacement of 42 escalators, the design of which was authorized on
July 22, 2008.
The contract will have a separate Request for Qualifications (RFQ) prepared and advertised.
The RFQ will include goals for small business participation. The contract will have a Contract
Ordering Period (during which the design services may be separately authorized) of four years.
The actual contract duration may extend beyond four years in order to complete the work
identified in the Service Directive. The RFQ has listed projects that would be included in the
scope of work for each design contract. Projects not listed but that become necessary may be
included in this contract provided they are for vertical conveyance projects at the Airport and
work is ordered via a Service Directive during the contract ordering period. The Port will not
issue Service Directives in excess of the $5,000,000 contract value. 
The projects listed for this contract are either business plan prospective or conceptual in nature.
Representative projects could include upgrades to multiple elevators and escalators in the main
terminal, satellites, concourses, garage, or other Airport facilities. It is anticipated that some of
these projects will move forward for approvals during 2010. It is also anticipated that not all of
the projects listed will have designs initiated during the four year Contract Ordering Period.
Projects not initiated during this period would be accomplished via future IDIQ consultant
selections. 
Although the projects are primarily for improvements or new vertical conveyances, the intent is
for the consultant to retain multidiscipline design teams necessary to produce a complete design 
for the vertical conveyance. The multidiscipline approach will enable a variety of small
businesses to participate during the selection processes. 
Project Statement and Objectives: 
The consultant shall provide all required professional services for the Vertical Conveyance 
Design Services contract on an ID/IQ basis throughout the term of this Agreement. The specific
scope of work to be accomplished for each project shall be identified in a Service Directive. The

COMMISSION AGENDA 
T. Yoshitani, Chief Executive Officer 
January 5, 2010 
Page 3 of 3 
Service Directive will also include the schedule and cost of services to be provided by the
Consultant for each project.
FINANCIAL IMPLICATIONS: 
The total estimated cost for services will not exceed $5,000,000. The contract will have a not-toexceed
dollar threshold. No work is guaranteed to the consultant, and the Port is not obligated to
pay the consultant until a Service Directive is executed.
ENVIRONMENTAL SUSTAINABILITY/COMMUNITY BENEFITS: 
Each project will identify environmental sustainability and community benefits as part of its 
Resolution No. 3605 authorization. 
TRIPLE BOTTOM LINE SUMMARY: 
Each project will identify a triple bottom line summary as part of its Resolution No. 3605 
authorization. 
PROJECT SCHEDULE: 
It is estimated that the contract will be executed by April 2010 and have a four year ordering
period. The contract duration may extend beyond that period to allow work to be completed. 
ALTERNATIVES CONSIDERED/RECOMMENDED ACTION: 
1.  Prepare separate procurements for each project. This alternative would require many
more procurement processes, add more time to projects, and increase administrative costs
in order to hire consultant design teams for each project. Design standardization and
integration would be more difficult to achieve. This is not the recommended alternative. 
2.  Prepare a single procurement for an identified set of vertical conveyance projects. This 
alternative would provide a higher degree of standardization and integrity in design and
minimize the number of procurement processes necessary for timely completion of
projects. This is the recommended alternative. 
PREVIOUS COMMISSION ACTION: 
No previous Commission action. 
ATTACHMENTS: 
None.

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.