Item 5a Memo

PORT OF SEATTLE 
MEMORANDUM 

COMMISSION AGENDA             Item No.      5a 
Date of Meeting    October 27, 2009 
DATE:    September 22, 2009 
TO:      Tay Yoshitani, Chief Executive Officer 
FROM:    Stephanie Jones Stebbins, Senior Manager, Seaport Environmental Programs 
Kathy Bahnick, Environmental Program Supervisor, Seaport Environmental
Programs 
SUBJECT:   Procurement of Project Specific Professional Service Agreement for Terminal 30
Remedial Investigation Feasibility Study (RI/FS) Agreed Order 

Amount of Request: $750,000_________       Source of Funds: Tax Levy 

ACTION REQUESTED 
Authorization for the Chief Executive Officer to enter into one project specific category III
contract for consultant support at Terminal 30, to comply with Washington State Department of
Ecology RI/FS Agreed Order. 
The Port anticipates awarding one project specific type contract with a total estimated value of
$750,000. Contract duration will be for five (5) years. This timeframe is needed to ensure that
the Port has adequate time and available resources to perform the required negotiations,
reporting, and monitoring until a written notice of satisfaction for the existing Agreed Order is
obtained from the regulators. 
SYNOPSIS 
The Seaport Environmental Programs provides and manages remediation liability and
environmental regulatory agency compliance and support services for the Seaport, Real Estate,
and Capital Development divisions. The Port facility known as Terminal 30 (today an SSA cargo
facility) was purchased in 1985 from Chevron, where it had been used as a bulk petroleum
storage and transfer facility since the early 1900s. After the Port's purchase, we conducted
numerous environmental investigations and cleanup efforts both as independent actions and
under the direction of a state issued Agreed Order (August 30, 1991). The current order requires
the Port to perform RI/FS and associated supporting efforts. The services requested are to
provide professional consulting services and the associated subcontracted efforts (professional
expertise and lab and field support) to perform the required efforts and tasks of the site's Ecology
Agreed Order. The goal is to perform the order's requirements in order to obtain Ecology's
written notice of satisfaction. The selected consultant will be required to prepare supporting
documents (e.g., the Cleanup Action Plan and Compliance Monitoring Plan), provide regulatory

COMMISSION AGENDA 
Tay Yoshitani, Chief Executive Officer 
September 22, 2009 
Page 2 of 3 

interpretations and negotiations, additional investigation or monitoring requirements, and other
project support services. 
Existing T-30 project-specific environmental service agreements expire at the end of 2009. New
contracts providing the necessary environmental professional consulting and routine support
services are needed in order to respond to ongoing Agreed Order requests and orders from
Ecology.
This request is only for contracting authority  funding will be authorized under the
environmental reserves authorization. 
The scope of work was reviewed by the Office of Social Responsibility (OSR) to identify small
business subcontracting availability for this contract. OSR determined the small business goal to
be 15% of the total project cost. The project scope will include the tracking and reporting of
small business utilization on this contract. 
PROJECT SCOPE OF WORK 
The primary focus of the proposed professional service contract is to provide timely, cost
efficient consulting services required to comply with the remedial investigation/feasibility
(RI/FS) study for the Terminal 30 site.
More specifically, the RI/FS includes, but is not limited to the following types of tasks: 
Completion of current Agreed Order and issuance of a subsequent agreement or entrance
into Ecology's Voluntary Cleanup Program 
Development and implementation of a compliance monitoring plan 
Placement of Site institutional controls 
Continued groundwater monitoring and product recovery 
ALTERNATIVES CONSIDERED/RECCOMENDED ACTION 
1. Undertake procurement of a Category III project specific contract for RI/FS Agreed Order
support services. The process required to procure a Category III contract ensures a
competitive process, encourages small business participation, and provides staff with the tools
needed to respond in a timely manner to request for service. This is the recommended
alternative. 
2. Conduct the RI/FS Agreed Order support activities described above using Port resources,
without outside consultant assistance. There are insufficient staff resources and expertise to
conduct these environmental management tasks without consultant and laboratory support.
This may also lead to additional penalties due to lack of ability to respond to regulators
requests in the time required.

COMMISSION AGENDA 
Tay Yoshitani, Chief Executive Officer 
September 22, 2009 
Page 3 of 3 

FINANCIAL IMPLICATIONS 
There is no funding request associated with this authorization. Individual Service Directives will
be executed to authorize the Consultant to perform any specific work on the contract against
approved project authorizations under the Environmental Reserves Budget. Individual Service
Directives will be executed to authorize the consultant to perform any specific work on the
contract against approved project authorizations. 
PROJECT SCHEDULE 
This authorization enables initiation of a Category III procurement process in the third quarter of
2009 with contracts executed prior to expiration of existing open order contracts on December
31, 2009.

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.