COMMISSION AGENDA – Action Item No. __8h__ Page 2 of 6
Meeting Date: December 15, 2020
Template revised June 27, 2019 (Diversity in Contracting).
facilities, concluded that the design-build alternative delivery method is the best option for
delivering the project scope while addressing procurement and construction risks.
This project was initially approved by a majority-in-interest (MII) vote of the signatory airlines
per the Signatory Lease and Operating Agreement (SLOA). The project increase of $1,500,000
will not require an additional MII vote, since the increase is less than the 10% allowed per the
SLOA.
JUSTIFICATION
The Phase II of the TSE program is necessary as it will provide security improvements,
accessibility improvements as recommended by the Accessibility Study completed by the Open
Doors Organization (ODO), and corrective actions per an agreement with the FAA. These
improvements support the Port’s goal of making SEA the most accessible airport in the nation
for people with disabilities and provide a safe environment for SEA’s passengers, staff and
visitors.
Diversity in Contracting
Project staff worked with the Diversity in Contracting Department and have established an
eight percent (8%) Women- and Minority-Owned Business Enterprise (WMBE) aspirational goal
for the project supporting the Port’s objective of increasing WMBE participation in Port
contracts.
DETAILS
On July 23, 2019, the project was advertised for construction bids with an engineer’s estimate
in the amount of $8,568,103 for a total estimated project cost of $16,116,000. The Port
cancelled the procurement because all bids significantly exceeded the engineers estimate and
the Port determined it was in our best interest to re-design the project and delivery method.
Based upon the bids received the total estimated project cost was $24,000,000.
On January 28, 2020, the Commission authorized the procurement of the structural bollards as
owner procured materials to increase competition resulting in a lower bollard cost. A total of
five proposals were received, ranging in cost from $1.5 to $2.9 million. A notice of intent to
award was issued on August 3, 2020.
After issuing the notice of intent to award for the bollard procurement, multiple vendors
protested the selection in early September. Following an administrative hearing for the
protests, the bollard procurement was cancelled. As a result of this decision, the dependent
major works construction procurement was also cancelled. Bids had just been opened for the
major works construction contract where the low apparent bidder was 34% below the
engineer’s estimate.