
COMMISSION AGENDA
Tay Yoshitani, Chief Executive Officer
October 23 2009October 23, 2009
Page 2 of 3
Due to the specialized technical resources necessary to perform the services Port staff is
recommending the use of a Consultant as the most efficient means to complete the work.
The purpose of this contract is to provide consulting services to complete annual updates
of the Pavement Management Program, establish Pavement Classification Number (PCN)
and allowable load ratings, provide airfield pavement design services for pavement
improvements, and other services related to airfield pavement evaluation and analysis as
may be defined by the contract. Examples of these services may include performance of
grease tests, smoothness evaluations, non-destructive pavement evaluation and sampling.
The successful Consultant will provide professional services to the Port of Seattle in
accordance with FAA requirements for Airfield Pavement Management and design
services.
During acquisition planning, the Engineering Department evaluated past requirements
and potential future needs, and estimated future work within the next three years to be
approximately $500,000. The Office of Social Responsibility, in conjunction with the
Engineering Department has established a small business goal for this procurement.
SCOPE OF WORK AND SCHEDULE
In October 2009, the Port advertised for an ID/IQ contract. The Port goal is to have the
ID/IQ contract in place by the end of the year.
The ID/IQ type of Service Agreement takes advantage of procurement efficiencies to
consolidate multiple tasks into one consultant agreement. This open order type of
agreement approach is common among many public agencies, such as the Corps of
Engineers, U. S. Coast Guard, Washington State Department of Transportation and King
County. This type of agreement is also a good vehicle for new businesses and small
businesses interested in doing business with the Port to showcase their firm’s capabilities.
This ID/IQ agreement will be procured according to the process detailed in CPO-1. The
agreement will be written with a specific not-to-exceed amount of $500,000 and for a
maximum ordering period three years. Should tasks that are ordered during the contract
ordering duration exceed the three years, the contract will be extended to allow
completion of that work. No new service directives will be placed after the contract
ordering duration has expired. Individual Service Directives will be negotiated and
processed before any work is performed. Service Directives, consisting of a Scope, Fee
Agreement and Schedule, will not be established until the assignment has been approved
in accordance with Resolution 3605.
ALTERNATIVES CONSIDERED/RECOMMENDED ACTION
1. Do nothing - Under this alternative the Port’s Engineering Department would not
proceed with selecting a Consultant and awarding an ID/IQ type of Services
Agreement. This alternative would result in the Port falling into non compliance with