Upload
doantuong
View
217
Download
2
Embed Size (px)
Citation preview
TABLE OF CONTENTS
TABLE OF CONTENTS LIST OF APPENDICES
1.0 EXECUTIVE SUMMARY 1
1.1 Project Description 1
1.2 Project Status 1
1.3 Technical Capacity and Capability .3
1.4 Schedule 3
1.5 Cost Data 3
1.6 Issues or Concerns 3
2.0 BODY OF REPORT 6
2.1 Grantee's Capabilities and Approach .6 2.1.1 Technical Capacity and Capability 6 2.1.2 Project Controls for Scope, Quality, Schedule, Cost, Risk and Safety 8 2.1.3 Compliance with Applicable Statutes, Regulations, Guidance and FTA
Agreements 9
2.2 Project Scope 10 2.2.1 Status of Design/Construction Documents 11 2.2.2 Status of Third-Party Agreements 11 2.2.3 Delivery Method 12 2.2.4 Vehicle Status 13
2.3 Project Management Plan and Sub-Plans 14
2.4 Project Schedule Status 15
2.5 Project Cost Status 17 2.5.1 Standard Cost Category (SCC) 17 2.5.2 Funding Sources 17
2.6 Project Risk 18
2.7 Action Items 19
APPENDICES 20
LIST OF APPENDICES
Appendix A: Appendix B: Appendix C: Appendix D: Appendix E: Appendix F: Appendix G:
Acronym List Contract Status PE Status by Contract Bidding Schedule PE Approval Letter Requirements Project Overview and Map (Transmitted as a separate file) Safety and Security Checklist (Transmitted as a separate file)
City and County of Honolulu Monthly Report December 2010 (FINAL)
AR00055708
1.0 EXECUTIVE SUMMARY
1.1 Project Description
• General Description: The Project is an approximate 20-mile elevated fixed guideway rail system along Oahu's south shore between East Kapolei and Ala Moana Center. This Project is based on the Airport Alignment, which includes 21 stations. The alignment is elevated, except for a 0.5-mile at-grade portion at the Leeward Community College station. The Project is planned to be delivered in four guideway segments. o Segment I (West Oahtaanington Highway) — East Kapolei to Pearl Highlands (6
miles/7 stations) o Segment II (Kamehameha Highway) — Pearl Highlands to Aloha Stadium (4
miles/2 stations) o Segment III (Airport) — Aloha Stadium to Middle Street (5 miles/3 stations) o Segment IV (City Center) — Middle Street to Ala Moana Center (4 miles/9
stations) • Length: 20 miles • No. of Stations: 21 • Additional Facilities: Maintenance and Storage Facility (MS F) and parking facilities • Vehicles: 76 vehicles • Ridership Forecast: Weekday boardings — 97,500 (2019); 116,300 (2030).
1.2 Project Status
• Preliminary Engineering (PE) — The City has submitted substantial technical information related to their completion of PE activities, as identified_in Appendix C (PE Status by Contract). The PMOC continues to review all items and will present disposition of its assessment on the City's definition of the project scope through drawings, specifications, narratives, third party agreements, plans for the project delivery, etc, for adequacy and completeness at the completion of PE. The PMOC has targeted for submission of its assessment of the Project Scope Review to FTA in February 2011.
• Final Environmental Impact Statement (FEIS) — The Notice of Availability was published in the Federal Register on June 25, 2010. The comment period closed August 26, 2010.
• General Engineering Consultant 11 (GEC) — The City has ranked Parsons Brinkerhoff as the top rated firm during procurement. Negotiations are underway, and NTP is anticipated to be issued in February 2011.
• West Oahu /Farrington Highway (WOFH) Design-Build (DB) Contract — Kiewit began installation of test and demonstration drilled shafts on October 18, 2010 under the authority of Notice to Proceed (NTP) #1C. This work is scheduled to be completed in February 2011.
• Maintenance and Storage (MSF) DB Contract — The City sent a letter to the FTA on September 30, 2010 indicating their intention to issue NTP #1 to Kiewit/Kobayashi Joint Venture by November 1, 2010 to begin preliminary design. However, the City has
City and County of Honolulu Monthly Report December 2010 (FINAL)
AR00055709
subsequently indicated that NIP #1 will be issued in January 2011. The City did not receive a formal response from the contractor agreeing to extend their pricing.
• Kamehameha Highway Guideway DB Contract — Technical and price proposals were received on October 7, 2010, with prices valid until April 5, 2011. Technical and price proposal evaluations were anticipated to be completed by the City on November 10, 2010. However, the City has elected to request Best and Final Offers (BAFO) from the proposers. BAFOs are due on December 30, 2010. The City will make a selection in February 2011 with NTP.#1 anticipated to be issued on March 4, 2011. The City has indicated that they will not award this contract until after receipt of a ROD.
• Vehicles/Core Systems DBOM Contract (CSC) — The City issued a Request for BAFOs on November 4, 2010. BAFO responses are due on January 5, 2011 with selection likely to occur in January 2011. NTP #1 is anticipated to be issued in late February.
• Station Design — The City anticipates issuing an NTP to HDR/HPE, Inc. on January 3, 2011 to begin advanced PE on the Farrington Station Group. A design workshop is tentatively scheduled the week of January 17, 2011. The RFQ to begin advanced PE for the Kamehameha Station Group is expected to be released in December 2010. The Pearl Highlands Station and Transit Terminal are in the process of being repackaged as a DB contract.
• Professional Real Estate Services Consultant — The City issued RFP Part I on November 17, 2010 and responses are expected on January 7, 2011. RFP Part Ills anticipated to be issued on January 21, 2011. The City is anticipating making a selection on March 3, 2011
• Hawaii Department of Transportation (HDOT) — The City has begun procurement on HDOT's behalf for consultants to support HDOT with depign review,;VIaintenance of Traffic (MOT) and construction inspection services. Selection of a cdnsultant and negotiations are anticipated to be completed in December 20 ,10 for the design review and construction inspection services. The City has begun evaluating proposals for MOT and expects the process to be concluded by the end of January 2011.
• Owner Controlled Insurance Program (OCIP) Consultant — The City anticipates issuing RFP Part I in December 2010, following completion of a peer review of the RFP documents. Selection is targeted to be complete by the 1 st Quarter of 2011.
• During the November 2010 election, an amendment to the Revised Charter of the City and County of Honolulu 1972 (as amended) was approved by voters to allow for the creation of a public transit authority. The new authority will be responsible for the planning, construction, operation, maintenance, and expansion of the City's fixed guideway mass transit system. This authority, which is to be named the Honolulu Authority for Rapid Transportation (HART), will become effective on July 1, 2011. In addition, to the establishment of the new transit authority, the voters in Hawaii elected a new governor, Neil Abercrombie. Governor-elect Abercrombie has stated that he intends to approve the rail's pending environmental impact statement if the project complies with all environmental laws. The state Office of Environmental Quality Control must finish evaluating the environmental documents prior to submitting them to the governor's office. Text of the full resolution can be found at the following link:
City and County of Honolulu Monthly Report December 2010 (FINAL)
AR00055710
(Note: Full details on the status of all contracts discussed above are provided in Appendix B.)
1.3 Technical Capacity and Capability
The table in Section 2.3 presents the status of key required management deliverables.
1.4 Schedule
• Preliminary Engineering (PE): FTA Approval to Enter PE on October 16, 2009 • Record of Decision: Publication of the FEIS occurred on June 25, 2010. The
comment period closed August 26, 2010. The City submitted their disposition of all comments to the PTA on October 4, 2010.
• Revenue Operations Date (ROD): December 2019 (current City target)
1.5 Cost Data
The Project Budget submitted with the City's request to enter PE is as follows+
Base Cost Estimate
$3.838 billion Total Contingency
$1.219 billion (31.8% of Base Cost Estimate) Finance Charges
$0.290 billion Total Project Cost
$5.348 billion
Additional project costs include the following:
Pre-PE Expenditures $0.082 billion Financing Charges $0.103 billion (post-revue operations) Grand Total Project Cost $5.532 billion
Total Expenditures to Date $0.125 billion (O ctober 2010) (excludes pre-PE costs)
The City is preparing a bottoms-up cost estimate for the Project. The PMOC provided an over the shoulder review of the draft bottoms-up cost estimate with the City on November 2, 2010. The PMOC provided their opinion and verbal comments to the City during this over the shoulder review. A final bottoms-up cost estimate is then anticipated to be provided to the PMOC on December 22, 2010.
1.6 Issues or Concerns
The following key issues or concerns have been identified: • Regarding DB procurement prior to completion of NEPA process, Federal Register,
Volume 72, No. 12 dated January 19, 2007, states on Page 2590: "The project sponsor must receive prior PTA concurrence (A) Before issuing the RFP and (B) awarding a design-build contract. Should the project sponsor proceed with any of the activities specified in this section before the completion of the NEPA process, FTA's concurrence merely constitutes FTA's acquiescence
City and County of Honolulu Monthly Report December 2010 (FINAL)
AR00055711
that any such activities complies with Federal requirements and does not
constitute project authorization or obligate Federal funds, unless otherwise
provided by FTA."
The City did not seek FTA concurrence prior to issuing the RFP or awarding the WOFH
DB contract. In addition, the City issued RFPs for three additional DB contracts prior to
completion of NEPA and without requesting FTA concurrence — MSF DB Contract,
Kamehameha Highway DB Contract, and Vehicle/Core Systems DBOM Contract. The
City previously indicated that they would not award any additional DB contracts prior to
issuance of the ROD. However, the City sent a letter to the FTA on September 30, 2010
indicating their intention to issue NTP #1 for preliminary design under the MSF DB
Contract by November 1, 2010. To date, the FTA has not provided concurrence with this
approach. If the City elects to award any of the contracts and issue an initial NTP prior to
completion of the NEPA process, they must ensure that it complies with the requirements
identified in Federal Register, Volume 72, No. 12 dated January 19, 2007 for DB
procurement.
• The City must remain cognizant of the limits of the pre-award authority granted with the
receipt of ROD. The City intends to issue multiple NTPs for its DB contracts. However,
as noted in a December 1, 2009 letter to the City, the FTA will consider LONPs for
activities not covered by automatic pre-award authority on a case-by-case basis following
issuance of the ROD.
The executed agreement for the WOFH DB Contract identifies four NTPs within 120
calendar days of the December 1, 2009 NTP #1 date. Sit rice that repttrement was not
met, the City reviewed Kiewit's schedule of milestones and the baseline schedule to
determine whether there has been a schedule or a cost inapa6t. The City sent a letter to
Kiewit stating that NTPs #2, 3 and 4 would not occur until March 2011 and directing
Kiewit to revise their schedule accordingly for purposes of impact assessment. The
PMOC has noted to the City that this date is aggressive and untenable given the
requirements that must be met prior to issuance of any LONPs.
• The current MPS (data date of October 29, 2010) indicates issuance of a ROD on
December 20, 2010 and approval to enter Final Design on August 30, 2011. However,
the City is developing a revised MPS. The revised MPS should reflect realistic dates for
all key milestones identified in the FTA Roadmap for Final Design. The City should also
accurately portray any impacts to the DB contract that has been awarded or the three DB
contracts that are under procurement.
The PMOC provided an over the shoulder review of the draft MPS with the City on
November 3, 2010. The PMOC provided their opinion and verbal comments to the City
during this over the shoulder review. A revised baseline MPS is then anticipated to be
provided to the PMOC on December 22, 2010.
• The City must execute a license agreement with the Department of Hawaiian Homelands
(DHHL) to construct the MSF on the Navy Drum Site. To do so, the City first executed a
City and County of Honolulu Monthly Report December 2010 (FINAL)
AR00055712
2.5 Project Cost Status
The Project Budget submitted with the City's request to enter PE is as followsi
Base Cost Estimate $3.838 billion
Total Contingency $1.219 billion (31.8% of Base Cost Estimate)
Finance Charges $0.290 billion
Total Project Cost $5.348 billion
Additional project costs include the following:
Pre-PE Expenditures $0.082 billion
Financing Charges $0.103 billion (post-revenue operations)
Grand Total Project Cost $5.532 billion
Total Expenditures to Date $0.125 billion (October 2010) (excludes pre-PE costs)
The City is preparing a bottoms-up cost estimate for the Project. The PMOC provided an over
the shoulder review of the draft bottoms-up cost estimate with the City on November 2, 2010.
The PMOC provided their opinion and verbal comments to the City during this over the shoulder
review. A final bottoms-up cost estimate is then anticipated to be provided to the PMOC on
December 22, 2010.
23.1 Standard Cost Category (SCC)
The SCC Workbook, including Main and Inflation worksheets; is submitted as a separate
electronic file. The City is in the process of preparing a detailed bottoms-up estimate. In
addition, the PMOC recommends that the City perform quality assurance checks to verify scope
inclusivity and escalation of SCC categories in accordance with the MPS. The cost estimate and
Basis of Estimate should provide more justification and backup documentation supporting the
quantification and assumptions for the "soft costs" aarelated General Conditions for the
project.
2.5.2 Funding Sources
The following are the project capital revenue (funding) sources provided by the City during the
May 2010 Progress Meeting:
General Excise Tax (GET)
Section 5309 Section 5307 ARRA (Section 5307)
Interest Total
City and County of Honolulu
Monthly Report December 2010 (FINAL)
$3.698 billion $1.550 billion $0.300 billion $0.004 billion $0.011 billion $5.563 billion
The City is hopeful that it will be able to reduce the need for Section 5307 funds through project
development (.i.e. refined Base Cost Estimate and revenue estimates during PE) and an
aggressive bidding environment.
The GET surcharge receipts received to date are approximately $585.3 million. Additional
surcharge revenues are received approximately 30 days following the end of each quarter.
2.6 Project Risk
The PMOC completed a scope, schedule, and cost review in advance of completing a risk
assessment of the Project as part of the evaluation of the Grantee's request to enter PE. A
FINAL Spot Report was submitted in July 2009. The Spot Report included recommendations
for cost and schedule contingency and identified key risks. However, this effort did not include
development of risk management tools (e.g., Primary Mitigation Deliverables, Secondary
Mitigation Activities, or a Risk and Contingency Management Plan). It is anticipated that the
risk management tools will be developed in conjunction with an update of the risk assessment to
support the City's request to enter Final Design.
The PMOC received the GEC Risk Register on October 27, 2010. PMOC comments on the risk
register were discussed on December 7, 2010. The City anticipates submitting the GEC Risk
Report to FTA/PMOC on December 23, 2010. The PMOC appreciates the City being proactive
and performing its own Risk Assessment, and the PMOC will be able to utilize some of the
information provided by the City. However, the PMOC will perform a thorough evaluation of
all aspects of the Project technical capacity and capability, scope, schedule, and cost when
preparing for the FTA Risk Assessment.
City and County of Honolulu
Monthly Report
December 2010 (FINAL)
Dat
e
Com
ple
ted
Mar
-11
I O
pen
Feb-
11
Ope
n
Dat
e D
ue
Item
It
em
No.
1
Sche
dule
Saf
ety
and
Secu
rity
Wor
ksho
p
2 C
ity to
coo
rdin
ate
mee
ting
with
PM
OC
and
Sta
te
Ove
rsi, .
iht A
genc
y
Dat
e Id
enti
fied
4-
Nov
-09
Jul-
10
Res
pons
ible
P
arty
FT
A/P
MO
C
City
pen
!
1
RcIIl
F0
1
P
I '..;!
ov, I
I..
s ern
-
Dec
-10
Jan-
11-
lU-D
ec-I
0
Cio
scd
-4.tu
rena
erii,
, la
] D
esig
n Ja
n-11
opi
,
Dec
-10
20-D
ec-1
0 1
scd
e of
env
._In
lcfl
I re
.!
R: s
1; a
nd C
ontu
igcn
cy
2.7
Act
ion
Item
s
Stat
us
0 )c
i-
Nov
-10
-Dec
-
91.L99000v
19
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
City allowed the proposers to "refresh" their proposals. The City expects the ranking to
be completed in January 2011.
To better match anticipated cost with systems needs re-packaging and segregation is in
process to separate H2 ramps, station and transit terminal for the Pearl Highlands Station
and Transit Terminal. The City now anticipates using a DB contract delivery method for
the parking structure and H2 Ramps. The Pearl Highlands Station will be packaged with
the Kamehameha Station Group and will be constructed using DBB.
The RFQ for the Kamehameha Station Group design is expected to be released in
November 2010. Qualifications will be evaluated by the City for advanced PE for the
Kamehameha Station Group. Rankings should be approved and negotiations to
commence in the early 2011.
• Cost o The budget for the Farrington Station Group design contract is $5.5 million.
• Issues or Concerns o None identified at this time.
Elevators and Escalators
• Scope — The City intends to issue a DB contract to furnish, install, test, and commission
all elevator and escalator equipment.
• Status — The City anticipates procuring this contract in 21511. Limitea PE has been
completed for this package.
• Schedule — Following are the key contract dates:
o Prepare Procurement Packages — January 2011 .
o Bid-Award Elevator Packages — May 2011
o Elevator & Escalators Construction — January 2012
• Cost — The estimated contract values will be available when the bottoms-up estimate is
complete.
• Issues or Concerns o None identified at this time.
City and County of Honolulu
Monthly Report December 2010 (FINAL)
Pnflf1g7,1
Ap
pen
dix
C:
PE
Sta
tus
by
Con
trac
t
The
fol
low
ing
tabl
e pr
esen
ts th
e st
atus
of
PE a
ctiv
ities
for
eac
h m
ajor
con
trac
t. T
he P
MO
C w
ill c
ontin
ue to
rev
iew
this
con
trac
t
info
rmat
ion
and
will
pre
sent
a d
ispo
sitio
n of
PE
com
plet
ion
in th
e "P
roje
ct S
cope
Rev
iew
" re
port
, whi
ch is
targ
eted
for
sub
mis
sion
to
PTA
in F
ebru
ary
2011
.
I4(.
uL
rei
Li;
L'A
Wes
t Oah
u lT
at n
gto
n
-,eg
men
t -
ast
Hig
hway
Gui
dew
ay D
B
Kap
olei
to P
earl
Con
trac
t H
ighl
ands
•
P !is
I pr
epar
ed c
ontr
act i
ocun
ient
s
incl
udin
g 30
% p
lans
. , p
rocu
rem
ent,
Adv
ance
d PE
con
tinui
ng b
y K
iew
it un
der
NT
P #1
, 1A
, 1B
igt 1
C. K
iew
it su
bmitt
ed f
ollo
win
g D
efin
itive
Des
ign
Subm
ittal
s: p
lan
and
prof
ile; s
uper
stru
ctur
e; u
tility
relo
catio
n; m
aint
enan
ce o
f tr
affi
c; a
nd r
oadw
ay li
ghtin
g.
Len
gth:
6 m
iles
Geo
tech
nica
l inv
estig
atio
ns o
ngoi
ng b
y K
iew
it. M
etho
d (3
)
and
Loa
d T
est S
haft
s (8
) to
sup
port
Def
initi
ve D
esig
n
subm
ittal
s st
arte
d on
Oct
ober
18,
201
0 an
d ar
e an
ticip
ated
to
I be
com
plet
ed b
y Ja
nuar
y 31
, 201
1. H
owev
er, I
nter
im D
esig
n
I w
ill c
ontin
ue a
fter
Jan
uary
31,
201
1 on
ce th
e te
st a
nd
dem
onst
ratio
n dr
illed
sha
fts
activ
ity is
com
plet
ed.
Kie
Wit
will
beg
in p
repa
ring
Int
erim
Des
ign
subm
ittal
s on
ce
Def
iniii
ve D
esig
n su
bmitt
als
are
appr
oved
.
Kam
eham
eha
Hig
hway
G
uide
way
DB
Con
trac
t Se
gmen
t II
Pear
l I
Hig
hlan
ds to
Alo
ha
Stad
ium
Len
gth:
4 m
iles
GE
C I
pre
pare
d co
ntra
ct d
ocum
ents
for
DB
pro
cure
men
t,
incl
udin
g 30
f.?/0
, pla
ns‘.
,-0
Onc
e se
lect
ion
occu
rs, c
ontr
acto
r w
ill a
dvan
ce p
lans
to
Def
initi
ve a
nd I
nter
im D
esig
n le
vels
und
er li
mite
d N
TPs
.
Air
port
Gui
dew
ay C
ontr
act
and
Util
ities
Rel
ocat
ion
DB
B
Con
trac
t
Seg
men
t III
- A
loha
St
adiu
m to
Mid
dle
Stre
et
Len
gth:
5 m
iles
GE
C I
pre
pare
d 30
% p
lans
for
seg
men
t.
Adv
ance
d PE
will
be
perf
orm
ed w
ith C
ity's
sel
ectio
n of
desi
gn c
onsu
ltant
in F
ebru
ary
2011
.
City
Cen
ter
Cru
idew
ay &
U
tiliti
es D
BB
Con
trac
ts
Seg
men
t IV
- M
iddl
e St
reet
to A
la M
oana
C
ente
r
Len
gth:
5 m
iles
GE
C I
pre
pare
d 30
% p
lans
for
seg
men
t.
Adv
ance
d PE
will
be
perf
orm
ed w
ith C
ity's
sel
ectio
n of
desi
gn c
onsu
ltant
in J
uly
2011
.
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
30
LI. L990001V
CO
rttr
itet
' : a
'nte
nanc
e &
Sto
rage
Fa
cilit
y D
B C
ontr
act
.
'
ult.
ill -
segm
ent
.
-
PiS
tMiI
s r
S
. '
{-7 ,5'
'' .2 '
prep
ared
con
trac
t doc
umen
ts o
r D
B p
rocu
rem
ent,
incl
udin
g 30
% p
lans
.
Onc
e se
lect
ion
occu
rs, c
ontr
acto
r w
ill a
dvan
ce p
lans
to
Def
initi
ve a
nd I
nter
im D
esig
n le
vels
und
er li
mite
d N
TPs
.
The
City
inte
nds
to is
sue
NT
P #1
in J
anua
ry 2
011
allo
win
g
mob
iliza
tion,
insu
ranc
e, p
lans
and
pro
cedu
res
and
Def
initi
ve
Des
ign.
WO
FH S
tatio
n G
roup
(3)
D
BB
Con
trac
t Se
gmen
t I
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t.
City
will
sel
ect d
esig
n co
nsul
tant
s in
Jan
uary
201
1.
Farr
ingt
on S
tatio
n G
roup
(3)
D
BB
Con
trac
t Se
gmen
t I
Segm
ent I
I
Segm
ent I
II
Segm
ent I
V
Segm
ent I
V
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t.
City
sel
ecte
d H
DR
/HPE
, Inc
as
the
desi
gn c
onsu
ltant
and
antic
ipat
es is
suin
g N
TP
on J
anua
ry 3
, 201
1 fo
r ad
vanc
ed P
E.
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t.
C
ity w
ill s
elec
t des
ign
cons
ulta
nts
in J
anua
ry 2
011.
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t
C
ity w
ill s
elec
t des
ign
cons
ulta
nts
in M
ay 2
013.
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t. , .
C
ity
wil
l sel
ect d
esig
n co
nsul
tant
s in
Apr
il 2
014.
GE
C I
pre
pare
d 20
%1I
-ans
for
seg
men
t.
v.
City
will
sel
ect d
esig
n in
Apr
il 20
14.
Kam
eham
eha
Stat
ion
Gro
up
(3)
Air
port
Sta
tion
Gro
up (
3)
Dill
ingh
am S
tatio
n G
roup
(3)
City
Cen
ter
Stat
ion
Gro
up (
3)
Kak
aako
Sta
tion
Gro
up (
3)
Segm
ent I
V
Segm
ent I
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t.
C
ity
wil
l sel
ect d
esiA
cons
ulta
nts
in M
arch
201
4.
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t.
City
is r
epac
kagi
ng to
incl
ude
the
Pear
l Hig
hlan
d St
atio
n in
the
KR
Sta
tion
Gro
up a
nd s
epar
ate
H2
Ram
ps a
nd M
ultip
le
Park
ing
Stru
ctur
e fo
r se
para
te c
ontr
act.
Pear
l Hig
hlan
d H
2 R
amps
an
d M
ultip
le P
arki
ng
Stru
ctur
e
8 1.L990001V
City
and
Cou
nty
of H
onol
ulu
31
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
P1.
i;tL
ii
egm
ent
GFC
! pr
epar
ed. (
.•::it
ract
doc
umen
ts G
3r D
BO
M
proc
urem
ent,
incl
udin
g 15
-20%
pla
ns.
Con
trac
tor
will
adv
ance
the
conc
eptu
al d
raw
ings
and
pe
rfor
man
ce s
peci
fica
tions
in th
e R
FP P
art 2
con
trac
t do
cum
ents
to th
e D
efin
itive
and
Int
erim
Des
ign
leve
ls
duri
ng th
e ea
rly
potio
n of
con
trac
t.
Sele
ctio
n of
a c
ontr
acto
r is
ant
icip
ated
in J
anua
ry 2
011
with
N
TP
#1 a
nti
cip
ate
d t
o b
e i
ssued i
n F
ebru
ary
2011.
Not
e: P
MO
C c
ontin
ues
to r
evie
w c
ontr
act i
nfor
mat
ion
and
will
pre
sent
dis
posi
tion
of P
E c
ompl
etio
n in
the
"Pro
ject
Sco
pe R
evie
w"
repo
rt, w
hich
is ta
rget
ed th
r
subm
issi
on to
FT
A in
Feb
ruar
y 20
11.
Con
ti
- _o
re s
yste
ms
Con
trac
t D
BO
M C
ontr
act
1 PI
VID
C I
s of
the
in o
n l
e v
ar o
us
leve
ls o
f de
tail,
v. l
ich
incl
ude
basi
c co
ncep
tual
dra
win
gs w
ith li
mite
d pe
rfor
man
ce c
rite
ria,
hav
e be
en
com
plet
ed b
y th
e G
EC
. Thi
s in
form
atio
n m
ust b
e au
gmen
ted
by
tech
nica
l pro
posa
l fro
m th
e se
lect
ed
cont
ract
or, w
hich
sho
uld
be m
ade
avai
labl
e to
the
PMO
C in
Jan
uary
20
11.
6 1.L990001V
32
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
ozLgg000v
App
endi
x D
: B
iddi
ng S
ched
ule
Adv
ert
Issu
e
04-F
eb-
09
13-
03-
Mar
-09
Apr
-09
28-A
ug-0
9
17-
Nov
-09
18-N
ov-
09
05-J
an-
19-
10
Mar
-10
07-Q
ct-1
0 (B
O
due
2b-
Dec
-10
)
•
29-M
ay-
02-J
ul-
09
09
24-J
ul-
09
17-F
eb-1
0
tl)
- T
IPP
I I
C
t ,O
NP
Req
uest
rrA
po
rove
Des
c.
to
1 D
ee-
support
$4
8.2
09
to F
E1S
11
- 1A
M
ar-
Geo
tech
$4
.7
10
23-
Inte
rim
1B
M
ar-
Des
ign
$21.
2 10
(P
E)
04-
IC
Jun-
10
08
- U
tility
2
Jan
- R
elo
cati
11
on
s 15
- 3
Mar
- F
D
11
15-
4 Ju
l-
11
05-
1 Ja
n-
PE
11
Tes
t Sh
afts
Con
stru
e tio
n
Con
stru
e tio
n 3
TB
D
25-
1 J
an
-
PE
1I
08-
2 I
Au
g-
FD
11
Wes
t Oah
u Fa
rrin
gton
H
ighw
ay (
WO
FH)
Gui
dew
ay
DB
N
/A
N/A
Kam
eham
eha
Hig
hway
D
B
N/A
N
/A
Gui
dew
ay (
KE
G)
Mai
nten
ance
and
St
orag
e Fa
cilit
y D
B
N/A
N
/A
(MSF
)
33
Cit
y an
d C
ount
y of
Hon
olul
u M
onth
ly R
epor
t D
ecem
ber
2010
(F
INA
L)
1.ZL990001V
i :..
-.,.
L.:..1
-
_
bid
IIV
P P
art
's
CH
I - D
EI
..
I 10
1)N
P II.
::41
11c.;
i
'- ,
1 7r
;;:1
,,
..
"
3
NIP
9:t
f,.•
D
ebt
Con
stru
e N
ov-
ti :
—
on
11
7-7
'
' ID
.
I
_.I
lc
VI-
Opl
Y,,:
i
Veh
icle
/C Core tr
act
Syst
ems
on
0 (C
SC)
DB
O
N/A
M
N
/A
09-A
pr-
09
05-J
un-
09
17-
Aug
-09
07-J
un-1
0 (B
AFO
du
e 05
-Jan
-1
1)
—
25-
Feb-
—
11
Air
port
Util
ity
Rel
ocat
ion
26-
DB
B
Aug
12
23-D
ee-
12
N/A
N
/A
N/A
N
/A
—
24-
Dec
- —
12
Air
port
Gui
dew
ay
Gui
dew
ay
DB
B
Mar
13
13
N/A
N
/A
N/A
19
-
N/A
—
17
- Ju
l-
—
13
City
Cen
ter
Util
ity
Rel
ocat
ion
1 20
-Sep
- D
BB
:
12
17-J
an-
13
N/A
N
/A
N/A
N
/A
—
18-
Jan-
13
—
City
Cen
ter
Gui
dew
ay &
Ala
M
oana
Sta
tion
: 14
-Dec
- D1
313
1 13
12
-Apr
- 14
N
/A
N/A
N
/A
N/A
—
L
13-
Apr
- —
14
W
est O
ahu
Stat
ion
Gro
up (
3)
Con
stru
ctio
n D
BB
C
ontr
act
09-J
un-
DB
B
12
06-O
ct-
12
N/A
N
/A
.1-Ikk
N
/A
—
—
07-
Oct
- 12
—
Farr
ingt
ion
Stat
ion
Gro
up (
3)
1 03
-Jan
- D
BB
1
01-
N/A
N
/A
N/A
' N
/A
'' ,'=.
—
02-
May —
—
C
onst
ruct
ion
12
Ma
12
y-
-12
Pear
l Hig
hlan
ds
Park
ing
and
Ram
ps
14 S
ep
DB
B
15
11 J
an
16
N/A
: '
N/A
N
/A
N/A
- —
—
12
- Ja
n-
—
16
Kam
eham
eha
Stat
ion
Gro
up (
2)
06-
DB
B
Mar
-13
03-J
ui-
13
N/A
N
/A
N/A
-
•' N
/A
—
—
04-
Jul-
—13
Air
port
Sta
tion
Gro
up (
3)
02 J
ul
DB
B
14
29-O
ct-
14
N/A
N
/A
N/A
N
/A
—
0 30
- O
ct-
14
Dill
ingh
am S
tatio
n G
roup
(3)
19
Oct
D
BB
14
15
-Feb
- 15
N
/A
N/A
N
/A
N/A
1
—
16-
—
1 15
City
and
Cou
nty
of H
onol
ulu
34
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
Jae
13;,7
- _
1",P
I.O
ZP
Req
uest
5 A
dver
t O
ita:
. P
5'0
N/A
N
/A
N/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
1 )re
City
Cen
ter
Stat
ion
17-
13-S
ep-
DB
B
Gro
up (
3)
May
-15
15
Fare
Col
lect
ion
DB
B
I (O
wne
r Fu
rnis
hed)
Indi
cate
s ac
tual
bid
am
ount
Kak
aako
Sta
tion
Gro
up (
3)
Plan
ts a
nd S
hrub
s (O
wne
r Fu
rnis
hed)
Ele
vato
rs/E
scal
ator
DB
B
DB
B
DB
B
28-D
ec-
16-J
un-
10-J
an-
15
10
14
22-A
pr-
May
-14
13-O
ct-
10-
15
11
NIP
V
alue
Oet
- 15
27
- M
ay —
-1
6 I
07-
ml- 11
10-
May
I —
-1
4
ZZL990001V
35
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
Cit
y T
arge
t A
ctua
l R
esp
onsi
ble
Com
ple
tion
C
ompl
etio
n P
erso
n D
ate
Dat
e*
No.
It
em
Com
men
ts
TB
D
LR
'5,4
=
8 R
esol
utio
n pr
ovid
ed to
FT
A a
nd
PMO
C a
fter
City
Cou
ncil
appr
oval
in
Dec
-09.
Wil
l be
incl
uded
on
ball
ot in
N
ov-1
0 el
ectio
n.
Dev
elop
str
ateg
ies
to s
trea
mlin
e th
e C
ity's
pro
cess
to
awar
d co
ntra
cts
and
to e
nter
into
gra
nt a
gree
men
ts,
espe
cial
ly a
s ap
plic
able
to F
TA
gra
nts
I t:
opr
, LL
r1 a
nd L
ie,. i
:ir.1 !
A
L I I
Wen
t' ly
any
lair
d pa
rty
agre
emen
ts n
eces
sary
1...
)r
proj
ect c
ompl
etio
n, in
clud
ing
utili
ty a
gree
men
ts w
ith
p
riva
te a
nd p
ubli
c ow
ners
and
mil
itar
y
2
R
esol
ve th
e sp
ecif
ic r
egar
ding
pro
xim
ity o
f th
e gu
idew
ay to
run
way
s 22
R/4
L a
nd 2
2L/4
R a
t the
Hon
olul
u In
tern
atio
nal A
irpo
rt w
ith
HD
OT
and
FA
A
3
Fu
lly d
evel
op v
ehic
le b
asis
of
desi
gn a
nd f
unct
iona
l si
zing
Det
erm
ine
rail
flee
t siz
e re
quir
emen
t
HL
B
Apr
-10
Jan-
11
Jan-
11
JS /
HL
B
Mar
-11
FM
Jan-
11
SZ
Nov
-10
JS
JS
May
-10
R 1
11_1
3 Ja
n-U
) Ja
n-U
)
PMO
C w
ill r
evie
w s
elec
ted
prop
osal
to
det
erm
ine
whe
ther
it m
eets
op
erat
iona
l cdt
eria
; it i
s an
ticip
ated
re
view
will
take
one
mon
th
Will
be
addr
esse
d in
CSC
DB
OM
pr
opos
al
Will
exe
cute
Lic
ense
Agr
eem
ent a
fter
R
OD
Fully
dev
elop
sco
pe f
or th
e ad
min
istr
atio
n bu
ildin
g an
d op
erat
ions
con
trol
cen
ter
D
eter
min
e th
e fi
nal l
ocat
ion
of th
e m
aint
enan
ce a
nd
stor
age
faci
lity
Fina
lize
a co
ntra
ctin
g pa
ckag
ing
plan
whi
ch in
clud
es a
so
urce
sel
ectio
n pl
an(s
) an
d co
ntra
ct s
peci
fic
wor
k .•
pl
ans
' •
App
endi
x E
: P
E A
ppro
val L
ette
r R
equi
rem
ents
9
Dev
elop
a p
relim
inar
y op
erat
ion
plan
10
i E
nsur
e th
e se
rvic
e ve
loci
ty d
oes
not e
rode
ove
r th
e 1
next
cou
rse
of d
esi!
-rg c
hang
es
_ P
ojec
t Sch
cLIJ
ro
v ce
a •N
isei
irc
oili
e m
aste
r f)
roje
ct c
iiei.I
u.e
(MPS
) ea
rly
in P
E w
hich
will
be
used
for
mon
thly
I pro
gres
s up
date
s an
d tr
acki
ng s
ched
ule
vari
ance
s
Mar
-10
08-F
eb-1
0 Ja
n-11
W
ill b
e ad
dres
sed
in C
SC D
BO
M
.2.ro
posa
l
Oec
- R
e 1-}
ase
ne to
be
su -)
rn,tt
es. n
D
ec-1
0
czLgg000v
City
and
Cou
nty
of H
onol
ulu
36
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
No.
It
em
12 A
ddre
ss th
e ut
iliz
atio
n m
anpo
wer
and
equ
ipm
ent
reso
urce
load
ing
and
budg
et a
nd c
ost l
oadi
ng
Dec
-10
13
I In
clud
e cr
itica
l act
iviti
es in
the
MPS
: util
ity a
ctiv
ities
, M
H
1 re
al e
stat
e ac
quis
ition
s, s
yste
m in
tegr
atio
n, s
tart
ing
and
test
ing,
ope
ratio
nal c
omm
issi
onin
g an
d tr
aini
ng,
vehi
cle
proc
urem
ent,
maj
or c
onst
ruct
ion
mat
eria
l pr
ocur
emen
t, FT
A r
evie
w a
nd c
omm
ent,
deta
il
act
ivit
ies
for
earl
y co
nstr
ucti
on p
acka
ges
14
Dev
elop
a r
ight
-of-
way
sch
edul
e
Cit
y T
arge
t R
esp
onsi
ble
Com
ple
tion
P
erso
n
Dat
e M
H
Dec
-10
MH
MH
Dec
-10
Jan-
10
21-D
ec-0
9
Dec
-
Act
ual
Com
plet
ion
Dat
e*
Rev
ised
bas
elin
e to
be
subm
itted
in
Dec
-10;
City
ack
now
ledg
ed th
at
sche
dule
is c
ost l
oade
d bu
t will
not
be
reso
urce
load
ed
Rev
ised
bas
elin
e to
be
subm
itted
in
Dec
-10
Initi
al s
ched
ule
subm
itted
29-
Oct
-09;
w
ill b
e re
vise
d in
Dec
-10
Com
men
ts
tzLgg000v
15 M
odif
y th
e W
ork
Bre
akdo
wn
Str
uctu
re to
cro
ss o
ver
with
the
.pro
ject
bud
get a
nd c
ost b
reak
dow
n st
ruct
ure
ost
Dev
elop
a 'e
ta-
botto
irs-
up-s
. .yle
pro
ject
cos
t es
timat
e to
Sta
ndar
d C
ost C
ateg
ory
farm
at. T
he
estim
ate
shou
ld b
e de
taile
d su
ffic
ient
ly to
det
erm
ine
dist
ribu
tions
of
mat
eria
ls, l
abor
, equ
ipm
ent a
nd
gene
ral c
ondi
tions
ele
men
ts a
t a m
inim
um. T
he s
oft
cost
est
imat
es s
houl
d be
bas
ed o
n st
affi
ng p
lani
, for
ce
acco
unt p
lans
, con
trac
ts a
nd s
o fo
rth
rath
er th
an s
olel
y on
per
cent
ages
. The
est
imat
e sh
ould
eli
min
ate
para
met
ric-
styl
e va
lues
, cos
t est
imat
ing
rela
tions
hips
, an
d lu
mp
sum
s as
muc
h as
pos
sibl
e du
ring
PE
17
E
scal
ate
tic c
ost e
stim
ate
in a
ccor
danc
e w
ith th
e M
PS
18 P
rovi
de ju
stif
icat
ion
and
back
up d
ocum
ents
to s
uppo
rt
the
quan
tific
atio
n an
d as
sum
ptio
ns f
or th
e "s
oft c
osts
" an
d re
late
d ge
nera
l con
ditio
ns o
f th
e m
o-e
ct
I ea_
pae
9 on
ligur
a io
n m
anag
emen
t and
cha
nge
cont
rol
mec
hani
sm
20
Dev
elop
det
aile
d st
affi
ng p
lans
for
all
rem
aini
ng
phas
es o
f th
e pr
ojec
t to
ensu
re a
dequ
ate
tech
nica
l ca
paci
ty. T
he p
lans
sho
uld
incl
ude
the
date
s by
whi
ch
1 th
e C
ity w
ill f
ill e
ach
key
posi
tion.
All
key
City
m
anag
emen
t pos
ition
s sh
ould
be
fille
d du
ring
PE
.
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
Rev
ised
bas
elin
e to
be
subr
nitie
D
ec-1
0
Dec
-10
Dec
-10
Pen
ding
com
leti
on o
f It
em N
o. 1
6 Pe
ndin
g co
mpl
etio
n of
Ite
m N
o. 1
6
37
Dec
- 1.0
Dec
-10
No.
It
em
Cit
y R
espo
nsib
le
Per
son
Tar
get
Com
plet
ion
Dat
e
Act
ual
Com
plet
ion
Dat
e*
Com
men
ts
21
Wor
k w
ith th
e St
ate
of H
awai
i to
esta
blis
h a
Stat
e Sa
fety
Ove
rsig
ht A
genc
y of
fice
to o
vers
ee th
e pr
ojec
t K
A
Apr
-10
6-A
pr-1
0
22
Subm
it a
fully
dev
elop
ed R
ail F
leet
Man
agem
ent P
lan
JS
Feb-
11
23
Hav
e a
quan
tifia
ble
met
rics
for
mea
suri
ng th
e re
al
stat
us o
f w
ork,
bot
h co
st a
nd s
ched
ule
of a
ll pr
ofes
sion
al s
ervi
ce c
ontr
acts
, and
any
inte
r-lo
cal
agre
emen
ts f
or p
artic
ipat
ory
serv
ices
MH
N
ov-1
0
24
Dev
elop
a C
ontin
genc
y M
anag
emen
t Pla
n w
hich
will
id
entif
y th
e sp
ecif
ic r
isks
and
impl
emen
t the
an
ticip
ated
miti
gatio
n m
easu
res
SZ
Jan-
10
25
Dev
elop
an
Env
iron
men
tal M
itiga
tion
Plan
that
id
entif
ies
requ
ired
env
iron
men
tal m
itiga
tion
actio
ns
and
the
part
y re
spon
sibl
e fo
r th
e m
itiga
tion
and
that
w
ill e
vent
ually
bec
ome
the
basi
s fo
r qu
arte
rly
miti
gatio
n m
onito
ring
and
qua
rter
ly m
itiga
tion
repo
rts
JA/F
M
Dec
-10
Dra
ft E
nvir
onm
enta
l Miti
gatio
n Pl
an
to b
e pr
ovid
ed in
Oct
-10.
26
Upd
ate
and
impl
emen
t the
: R
eal E
stat
e A
cqui
sitio
n an
d M
anag
emen
t Pla
n JI
D
ec-1
0 B
us F
leet
Man
agem
ent P
lan
PK
Dec
-10
PMO
C p
rovi
ded
revi
ew c
omm
ents
in
Aug
-10
Safe
ty a
nd S
ecur
ity M
anag
emen
t Pla
n K
A
Dec
-10
Qua
lity
Man
agem
ent P
lan
AB
D
ec-1
0 *N
ote:
Act
ual D
ate
to b
e ad
ded
only
upo
n ve
rifi
catio
n of
sat
isfa
etor
y co
mpl
etio
n by
FT
A a
nd/o
r PM
OC
.
gzLgg000v
City
and
Cou
nty
of H
onol
ulu
38
Mon
thly
Rep
ort
Dec
embe
r 20
10 (
FIN
AL
)
Appendix F: Project Overview and Map (Transmitted as a separate file)
Appendix G: Safety and Security Checklist (Transmitted as a separate file)
City and County of Honolulu Monthly Report December 2010 (FINAL)
AR00055726
PMOC MONTHLY REPORT
Honolulu High-Capacity Transit Corridor Project City and County of Honolulu
Honolulu, HI
January 2011 (FINAL)
PMOC Contract Number: DTFT60-09-D-00012 Task Order No. 2: Honolulu High-Capacity Corridor Project Project No: DC-27-5140 Work Order No. 1 OPs Referenced: OP 1 and 25
Jacobs Engineering Group, Inc., 501 North Broadway, St. Louis, MO 63102 Tim Mantych, P.E., (314) 335-4454, [email protected] Length of Time Assigned: Five Years (November 18, 2009 through November 17, 2014)
AR00055727
TABLE OF CONTENTS
TABLE OF CONTENTS LIST OF APPENDICES
1.0 EXECUTIVE SUMMARY 1
1.1 Project Description 1
1.2 Project Status 1
1.3 Technical Capacity and Capability 3
1.4 Schedule 3
1.5 Cost Data 4
1.6 Issues or Concerns 4
2.0 BODY OF REPORT 6
2.1 Grantee's Capabilities and Approach 6 2.1.1 Technical Capacity and Capability 6 2.1.2 Transit Authority 8 2.1.3 Project Office 8 2.1.4 Project Controls for Scope, Quality, Schedule, Cost, Risk and Safety 9 2.1.5 Compliance with Applicable Statutes, Regulations, Guidance and FTA
Agreements 10
2.2 Project Scope 11 2.2.1 Status of Design/Construction Documents 11 2.2.2 Status of Third-Party Agreements 12 2.2.3 Delivery Method , 13 2.2.4 Vehicle Status 14
2.3 Project Management Plan and Sub-Plans 15
2.4 Project Schedule Status , 15
2.5 Project Cost Status _16 2.5.1 Standard Cost Category (SCC) 3 17 2.5.2 Funding Sources 17
2.6 Project Risk 17
2.7 Action Items 19
APPENDICES
/0
LIST OF APPENDICES
Appendix A: Appendix B: Appendix C: Appendix D: Appendix E: Appendix F: Appendix G:
Acronym List Contract Status PE Status by Contract Bidding Schedule PE Approval Letter Requirements Project Overview and Map (Transmitted as a separate file) Safety and Security Checklist (Transmitted as a separate file)
City and County of Honolulu Monthly Report January 2011 (FINAL)
AR00055728
1.0 EXECUTIVE SUMMARY
1.1 Project Description
• General Description: The Project is an approximate 20-mile elevated fixed guideway rail system along Oahu's south shore between East Kapolei and Ala Moana Center. This Project is based on the Airport Alignment, which includes 21 stations. The alignment is elevated, except for a 0.5-mile at-grade portion at the Leeward Community College station. The Project is planned to be delivered in four guideway segments. o Segment I (West Oahu/Farrington Highway) — East Kapolei to Pearl Highlands (6
miles/7 stations) o Segment II (Kamehameha Highway) — Pearl Highlands to Aloha Stadium (4
miles/2 stations) o Segment III (Airport) — Aloha Stadium to Middle Street (5 miles/3 stations) o Segment IV (City Center) — Middle Street to Ala Moana Center (4 miles/9
stations) • Length: 20 miles • No. of Stations: 21 • Additional Facilities: Maintenance and Storage Facility (MSF) and parking facilities • Vehicles: 76 vehicles • Ridership Forecast: Weekday boardings — 97,500 (2019); 116,300 (2030).
1.2 Project Status
• Preliminary Engineering (PE) — The City has submitted sub§tantial technical information related to their completion of PE activities, as identified in Appendix C (PE Status by Contract). The PMOC continues to review all items. tó determine the disposition of its assessment on the City's definition of the project,scbpe through drawings, specifications, narratives, third party agreements, plans for the'project delivery, etc, for adequacy and completeness at the completion of PE. The PMOC submitted a WORKING DRAFT of the Project Scope Review to FTA in January 2011.
• Final Environmental Impact Statement (FEIS) — The Notice of Availability was published in the Federal Register on June 25, 2010. The comment period closed August 26, 2010. The Record of Decision was issued on January 18, 2011.
• Program Management Consultant (PMC) - The PMC is negotiating Amendment #1 for additional staffing that the City was unable to fill through direct hiring.
• General Engineering Consultant II (GEC) — The City has ranked Parsons Brinkerhoff as the top rated firm during procurement. Negotiations are underway, and NTP is anticipated to be issued in February 2011.
• West Oahu /Farrington Highway (WOFH) Design-Build (DB) Contract — Kiewit began installation of test and demonstration drilled shafts on October 18, 2010 under the authority of Notice to Proceed (NTP) #1C. This work is scheduled to be completed in February 2011. Geotechnical investigation activities are anticipated to be completed in May 2011. The City is in the process of issuing NTP #1D to cover administrative costs and bonds through June 2011. The WOFH DB Contract will utilize an existing facility to
City and County of Honolulu 1
Monthly Report January 2011 (FINAL)
AR00055729
fabricate precast and prestressed concrete guideway elements. However, work associated with the precast facility cannot begin unless a Letter of No Prejudice (LONP) is issued by FTA for limited construction activity. A LONP will trigger issuance of a limited NTP #4 for construction activity by the City.
• Maintenance and Storage (MSF) DB Contract — The City issued a letter of intent to award the MSF contract to Kiewit/Kobayashi Joint Venture on June 24, 2010 in the amount of $195 million. The price proposal expired on August 16, 2010, but the City sent a letter to Kiewit/Kobayashi requesting an extension of their pricing until March 15, 2011. The City did not receive a formal response from the contractor agreeing to extend their pricing. The City has indicated that NTP #1 will be issued in February 2011. The City anticipates that Kiewit/Kobayashi will submit a change order for material cost escalation since their price was only valid for 180 days from receipt, which occurred on February 17, 2010. In the FINAL DRAFT Risk Assessment Report provided by the City on January 5, 2011, a $1 million adjustment was made to the Base Cost Estimate for the for material escalation associated with this contract. The City intends to negotiate a • change order after issuing NTP #1. However, the PMOC recommended that the City negotiate this change order prior to issuing NTP #1, which is anticipated to be issued by the City in late February 2011.
• Kameha.meha Highway Guideway DB Contract — Technical and price proposals were received on October 7, 2010, with prices valid until April 5, 2011. Technical and price proposal evaluations were anticipated to be completed by the City on November 10, 2010. However, the City elected to request Best and Final Offers (BAFO) from the proposers. BAFOs were received on December 30, 2010. The City will make a selection by the end of January 2011 with NTP #1 anticipated to IF issued on March 4, 2011.
• Vehicles/Core Systems DBOM Contract (CSC) — The City issued a Itequest for BAFOs on November 4, 2010. BAFO responses are due on January,18, 2011 with selection likely to occur in February 2011. NTP #1 is anticipated to be issued in March 2011.
• Station Design — o The City selected HDR/HPE, Inc. for the Farrington Station Group Design
Contract. It is anticipated that NTP #1Xwil1 be issued January 2011 to begin preparing the Schedule of Milestones. NTP #1B will then be issued in February to begin advanced PE.
o The RFQ to begin advanced PE for the Kamehameha Station Group Design Contract is expected to be released in February 2011.
o The RFQ for the West Oahu Station Group was released January 13, 2010, with responses received on February 17, 2010. Due to the length of time that had elapsed between submittal of proposals and the potential date for selection (November 2010), the City allowed the proposers to "refresh" their proposals. The City expects the ranking to be completed in January 2011.
• Airport Guideway Segment Design Contract — The RFQ for design services is anticipated to be released in January 2011 with responses due by in February 2011. The City anticipates issuing NTP in June 2011.
• Professional Real Estate Services Consultant — The City issued RFP Part I on November 17, 2010 and responses are expected on January 31, 2011. RFP Part II is anticipated to be issued in February 2011. The City anticipates a selection in April 2011.
City and County of Honolulu 2
Monthly Report January 2011 (FINAL)
AR00055730
• Hawaii Department of Transportation (HDOT) — The City has begun procurement on HDOT's behalf for consultants to support HDOT with design review, Maintenance of Traffic (MOT) and construction inspection services. Selection of a consultant and negotiations are anticipated to be completed in December 2010 for the design review and construction inspection services. The City has begun evaluating proposals for MOT and expects the process to be concluded in January 2011 with an NTP anticipated in February 2011.
• Owner Controlled Insurance Program (OCIP) Consultant — The City anticipates issuing RFP Part I in February 2011, following completion of a peer review of the RFP documents. RFP Part II is anticipated to be issued in March 2011. Selection is targeted to be completed in April 2011, and NTP issued in May 2011.
• During the November 2010 election, an amendment to the Revised Charter of the City and County of Honolulu 1972 (as amended) was approved by voters to allow for the creation of a public transit authority. The new authority will be responsible for the planning, construction, operation, maintenance, and expansion of the City's fixed guideway mass transit system. This authority, which is to be named the Honolulu Authority for Rapid Transportation (HART), will become effective on July 1, 2011. In addition, to the establishment of the new transit authority, the voters in Hawaii elected a new governor, Neil Abercrombie. Governor-elect Abercrombie has stated that he intends to approve the rail's pending environmental impact statement if the project complies with all environmental laws. The state Office of Environmental Quality Control must finish evaluating the environmental documents prior to submitting them to the governor's office. Text of the full resolution can be found at the following link:
(Note: Full details on the status of all contracts discussed ab6ve are provided in Appendix B.)
1.3 Technical Capacity and Capability
The table in Section 2.3 presents the status of key required management deliverables.
1.4 Schedule
• Preliminary Engineering (PE): FTA approved entrance into PE on October 16, 2009
• Record of Decision: Publication of the FEIS occurred on June 25, 2010. The comment period closed August 26, 2010. The City submitted their disposition of all comments to the FTA on October 4, 2010. The Record of Decision was issued on January 18, 2011.
• Revenue Operations Date (ROD): December 2019 (current City target)
City and County of Honolulu 3
Monthly Report January 2011 (FINAL)
AR00055731
1.5 Cost Data
The Project Budget submitted with the City's request to enter PE is as follows
Base Cost Estimate
$1838 billion Total Contingency
$1.219 billion (31.8% of Base Cost Estimate) Finance Charges
$0.290 billion Total Project Cost
$5.348 billion
Additional project costs include the following:
Pre-PE Expenditures $0.082 billion Financing Charges $0.103 billion (post-revenue operations) Grand Total Project Cost $5332 billion
Total Expenditures to Date $0.132 billion (November 2010) (excludes pre-PE costs)
The PMOC provided an over the shoulder review of a draft bottoms-up cost estimate with the City on November 2, 2010 during which the PMOC provided their opinion and verbal comments to the City. A bottoms-up cost estimate was provided to the PMOC on January 5, 2011. However, after further discussions during the January 2011 Monthly Meeting, the City has determined that they will include the actual bid amounts for the Kamehameha Highway Guideway DB Contract and Core Systems DBOM Contract upon receipt of those bids. A revised bottoms-up cost estimate will be provided in February 2911.
1.6 Issues or Concerns
The following key issues or concerns have been identified: • The City must remain cognizant of the limits of the Pre-award authority granted with the
receipt of ROD. The City intends to issue multiple NTPs for its DB contracts. However, as noted in a December 1, 2009 letter to the City, the FTA will consider LONPs for activities not covered by automatic pre-award authority on a case-by-case basis following issuance of the ROD.
The City submitted a White Paper to the PTA on January 6, 2011 regarding an approach they would like to consider for LONPs. This approach will be refined as the City continues preparations of their request to enter Final Design.
• The PMOC performed an over the shoulder review of the draft Master Program Schedule (MPS) on November 3, 2010 during which the PMOC provided their opinion and verbal comments to the City. The City submitted a revised MPS on January 7, 2010. The revised MPS (data date of December 31, 2010) and Basis of Schedule are currently being reviewed by the PMOC. This updated MPS indicates approval to enter Final Design on August 16, 2011, which is possible if the City meets the submittal dates for all outstanding items in the Final Design Roadmap.
City and County of Honolulu 4
Monthly Report January 2011 (FINAL)
AR00055732
• The City must execute a license agreement with the Department of Hawaiian Homelands (DHHL) to construct the MSF on the Navy Drum Site. To do so, the City first executed a Memorandum of Agreement (MOA) in March 2010. The License Agreement can now be executed since the ROD has been issued. The City has stated that it is not aware of any issues from the DHHL, that the Navy has cleaned the site, and that there are no limitations on the proposed use of the site. If any hazardous materials are found during construction, the DHHL is required to clean the site per the agreements. The PMOC has recommended that the License Agreement be provided to the FTA and PMOC for review prior to execution.
• The System Safety and Security Program Standards (SSPPS) is an important part of HDOT's comprehensive safety and security assessment. Each of the rail fixed guideway systems covered under this Program (currently the Honolulu High Capacity Transit Corridor Project) is required to develop a System Safety Program Plan and System Security Program Plan that formalizes the safety and security duties and responsibilities of the transit organization and ensures a process for identifying and correcting safety and security hazards. The City will be assisting the State Oversight Agency (SOA) with procuring a consultant to develop the SSPPS in early 2011. It is the PMOC's professional opinion that the schedule to procure a consultant and for the consultant to develop the SSPPS could take up to a year. It is critical for the City and the SOA to begin the process immediately. The PMOC received a copy of the S0A's draft program schedule on December 3, 2010. Since a new governor took office on December 6, 2010 the City has indicated that there will be a new Director of Transportation for HDOT appointed, and he/she will select a new SOA lead in early 2011. The drigt prop -am whedule was based on the outgoing SOA and the dates specified seem aggressive and untenable. It is the PMOC' s professional opinion that a revised program schedpIc will need to be updated once the new SOA takes over the responsibilities for establishing the SSPPS.
• The City performed a Quality Audit of the GEC I PE products from November 17 -19, 2010. The City's QA Manager issued the result§ of the QA Audit to the General Manager and GEC I on December 2, 2010. The QA audit resulted into one Non-Conformance Report (NCR) for Design Control Procedures and three observations for Document Control/QA Records, Computer Program Verification and Certifications and Non-Conformances. The GEC responded to the report on December 10, 2010 and the RTD is in the process of reviewing and verifying corrective and preventive actions.
City and County of Honolulu 5
Monthly Report January 2011 (FINAL)
AR00055733
2.0 BODY OF REPORT
2.1 Grantee's Capabilities and Approach
2.1.1 Technical Capacity and Capability
The PMOC had previously identified "capacity" issues as key City and Project Management Consultant (PMC) positions remained vacant or vacated due to retention challenges stemming from the project's geographic location and other related issues. The PE Entry Readiness Report identified the following key positions that the City needed to focus on filling prior to ROD:
• Chief Project Officer — filled by PMC • Manager of Quality Assurance — filled by PMC • Manager of Safety and Security — filled by PMC • Manager of Real Estate — filled by City • Chief Project Controls — filled by PMC • Contracts Administrator — filled by City
Some of the key positions have been filled by the PMC due to retention challenges stemming from the project's geographic location, limited salary structure, or lack of qualified candidates. Although there is no set timetable for replacing the PMC with City staff, the City has developed a Staffing Plan and has begun to advertise city positions currently filled by the PMC. The need for PMC staff will diminish as the City fills key management positions. Until such time, it will be necessary for the City to continue supplementing its staff with PMC staff. It is the PMOC' s professional opinion that a five-year timetable from the approval to enter PE.j,in October 2009 is needed to provide enough lead time to perform the recruitment, selection and training for replacing the PMC with City staff. The PMOC believes that the resoirce demands associated with the PE and Final Design phases of a $5 billion project require full time and concentrated attention and continuity within the Grantee's organization for smoothtransition into future phases.
The City has made an improvement in hiring additional staff needed for the project since the PE Entry Readiness Report. However, more work is needed to accomplish the required staffing levels anticipated by the City. The City has 128 positions budgeted for FY 2012, including all current positions. Of the 128 positions budgeted, the City has currently filled 35 full time positions with another 18 full time positions are to be filled by February 2011. It is expected that the transition from current to proposed staff size and composition would occur over the years of 2011 to 2013. It is anticipated that the 2013 staffing pattern would remain applicable for several years thereafter. The PMC currently has filled 25 positions and they are in the process of negotiating Amendment #1 for additional PMC staffing hired for critical positions the City was unable to fill. The critical positions that have been filled or are to be filled by the PMC are as follows:
• Senior Cost Analyst • Assistant Project Officer Utility, Agency & Permit Coordination • Manager of Rail Communications • Deputy Director of Project Finance
City and County of Honolulu 6
Monthly Report January 2011 (FINAL)
AR00055734
City positions remain vacant or vacated due to retention challenges stemming from the project's geographic location and other related issues. The City has developed a Staffing Plan and has begun to advertise city positions currently filled by the PMC.
The City is actively recruiting the following staff (target start date in parentheses): • Two Mechanical Engineer III (1 st Quarter 2011) • Utilities Engineer (1 St Quarter 2011) • Contract Change Specialist (1 St Quarter 2011) • Two Civil Engineer III (1 st Quarter 2011) • Electrical Engineer IV (1st Quarter 2011) • Civil Engineer VI (1 st Quarter 2011) • Financial Planner (1 st Quarter 2011) • Data Processing System Analyst (1 st Quarter 2011) • Information Technology Technician (1 st Quarter 2011) • Labor relations Specialist (1 st Quarter 2011) • Secretary II (1 A Quarter 2011) • Senior Clerk (1 St Quarter 2011) • Deputy Project Officer (1 st Quarter 2011)
The City has recently added the following staff (start date in parentheses): • Records Management Analyst II (December 2010) • Asset Manager (December 2010) • Electrical Engineer IV (December 2010) • Civil Engineer VI "Senior Structural" (December 201q • Civil Engineer III "Maintenance and Storage Facility" (Dec yeniber 2010)
The PMC has recently added the following staff (start date in'parentheses): • Senior Cost Analyst (January 2011) • Transit Arts Coordinator (January 2011) • Interim Utility Coordinator (January 2011)
The City also issued an RFP for Real Estate Professional Services on November 17, 2010 and selection is anticipated by April 2011, which will enhance the Technical Capacity and Capability of the Manager of Real Estate.
The PMOC began a Technical Capacity and Capability (TCC) review of the project staff on January 12, 2011. The following personnel were interviewed:
• Deputy Project Officer Controls & Administration — Frank Doyle (City) • Assistant Project Officer Design-Build Contracts — Lorenzo Garrido (PMC) • Assistant Project Officer Facilities — In-Tae Lee (City) • Safety and Security Manager — Kahlil Allen (PMC) • Quality Manager — Alberto Bonifacio (PMC) • Manager of Rail Communications — Jeannie Mariam-Belding (PMC)
City and County of Honolulu 7
Monthly Report January 2011 (FINAL)
AR00055735
The PMOC identified three other positions that will also require interviews as part of the TCC review. These interviews will be completed via phone or during the PMOC's site visit in February 2011.
• Assistant Project Officer Design-Bid-Build Contracts — Richard Torres (City) • Assistant Project Officer Utility, Agency & Permit Coordination — Vicki Barron-Sumann
(PMC) • Deputy Director of Project Finance — TBD
The PMOC requested clarification on the status of filling the Deputy Director of Project Finance position mentioned above. The PMOC also provided a list of additional personnel identified in PMP Revision 4 Organization Chart that the PMOC would like resumes for from the City, the PMC, and the GEC to complete its TCC review for FD.
It is the PMOC' s professional opinion that the Project organization, staffing, and management approach provides the technical capability to support the City's initial implementation of the project during PE. However, the PMOC has recommended that the City identify additional key positions (other than those identified in the PE Entry Readiness Report and listed above) that should be filled by City employees. The City has identified the Senior Cost Controls Analyst, Project Labor Agreement Specialist and Procurement Specialists as critical positions that need to be filled by the City. The City feels confident that they can fill these critical positions. However, if they have problems filling these critical positions, the PMC will be asked to fill them. These positions should be identified in the Staffing Plan and should be a priority for recruitment.
2.1.2 Transit Authority
During the November 2010 election, an amendment to the Revised „Cliarter of the City and County of Honolulu 1972 (as amended) was approved by voters to allow for the creation of a public transit authority. The new authority will be responsible for the planning, construction, operation, maintenance, and expansion of the City's fixed:guideway mass transit system. This authority, which is to be named the Honolulu Authority for Rapid Transportation (HART), will become effective on July 1, 2011. As a result of the election, the City has begun taking measures to fill the positions necessary to not only implement this Project but establish a new transit authority. The City has indicated that the next update of the PMP, which is anticipated to be submitted for review in December 2010, will support their request to enter Final Design but will only address the new transit authority in general terms. They will require additional time to fully vet the impacts of a new authority on their staff and their management approach. It is anticipated that an update to the PMP will be submitted after July 1, 2011 that will address the new transit authority in detail. Text of the full resolution can be found at the following link:
2.1.3 Project Office
The City reached an agreement for a 10-year lease on the 23 1d floor of their building on December 1, 2010, which will provide for an additional 17,000 square feet of office space. The City, PMC, and a portion of the GEC staff will continue to be co-located and will utilize the City and County of Honolulu
8
Monthly Report January 2011 (FINAL)
AR00055736
additional office space. Some project staff moved into this new office space in early January 2011. The 231.4 floor only provides enough space for approximately 65 personnel. It is the PMOC's professional opinion that the additional floor will provide sufficient space too effectively and efficiently progress the project during the advanced PE and Final Design phases of the project. However, additional office space may be needed as the project advances into full construction and start-up due to the staffing expectations for the project.
2.1.4 Project Controls for Scope, Quality, Schedule, Cost, Risk and Safety
System Safety and Security • The State of Hawaii has established Executive Order No. 10-05 effective April 6, 2010,
designating the State Department of Transportation (HDOT) as the State of Hawaii Rail Fixed Guideway Oversight Agency.
• Revision 2.0 of the Safety and Security Management Plan (SSMP) and Revision 0 of the Safety and Security Certification Plan (SSCP) were submitted to the PMOC for review on April 5, 2010. The PMOC reviewed and provided comments to the City on April 28, 2010. A conference call was held with the City on May 14, 2010 to provide them with further clarification to the PMOC's comments provided. The intent of the PMOC comments was to assist the City with updating the documents prior to Final Design. An update of the SSMP and SSCP is anticipated in January and February 2011, respectively.
• The PMOC intends to hold a safety and security workshop that could include representatives from FTA Region IX, FTA Headquarter', and HDOT, The tentative timeframe for the workshop is spring 2011.
• The System Safety and Security Program Standards (SSPPS) is an important part of HDOT's comprehensive safety and security assessment. Each of the rail fixed guideway systems covered under this Program (currently th,e Honolulu High Capacity Transit Corridor Project) is required to develop a SysteM Safety Program Plan and System Security Program Plan that formalizes the safety and security duties and responsibilities of the transit organization and ensures a process for identifying and correcting safety and security hazards. The City will be assisting the State Oversight Agency (SOA) with procuring a consultant to develop the SSPPS in early 2011. It is the PMOC's professional opinion that the schedule to procure a consultant and for the consultant to develop the SSPPS could take up to a year. It is critical for the City and the SOA to begin the process immediately. The PMOC received a copy of the SOA's draft program schedule on December 3, 2010. Since a new governor took office on December 6, 2010 the City has indicated that there will be a new Director of Transportation for HDOT appointed and he/she will select a new SOA lead in early 2011. The draft program schedule was based on the outgoing SOA and the dates specified seem aggressive and untenable. It is the PMOC' s professional opinion that a revised program schedule will need to be updated once the new SOA takes over the responsibilities for establishing the SSPPS.
City and County of Honolulu
9 Monthly Report January 2011 (FINAL)
AR00055737
Quality • The City performed a Quality Audit of the GEC I PE products from November 17-19,
2010. The City's QA Manager issued the results of the QA Audit to the General Manager and GEC I on December 2, 2010. The QA audit resulted into one Non-Conformance Report (NCR) for Design Control Procedures and three observations for Document Control/QA Records, Computer Program Verification and Certifications and Non-Conformances. The GEC I consultant has performed a majority of the early PE design for the DB, DBOM and DBB contracts that the City has issued for bid or are in the process of issuing for bid. The PMOC had strongly recommended that the project Quality Assurance Manager perform a Quality Audit before the City issues NTP for the GEC II contract to identify any potential issues. The GEC responded to the report on December 10, 2010, and the RTD is in the process of reviewing and verifying corrective and preventive actions.
2.1.5 Compliance with Applicable Statutes, Regulations, Guidance and FTA Agreements
National Environmental Policy Act (NEPA) • The Notice of Availability of the Final Environmental Impact Statement (FEIS) was
published in the Federal Register on June 25, 2010. The comment period was extended to August 26, 2010.
• The ROD was issued on January 18, 2011. • The WOFH Segment DB Contract will utilize an existing facility for precasting and
prestressing the concrete guideway segments. The casting facility, located in Campbell Industrial Park, is approximately 27 acres and is in closewroximity ta,the WOFH project. GPRM Prestress is a certified plant under the PCI (Precast/Prestressed Concrete Institute) Certification Program.
Letters of No Prejudice (LONP) • In a December 1, 2009 letter to the City, the FTA, clarified its policies and procedures
related to LONPs. The letter states, "After completion of NEPA, FTA will consider LONPs for activities not covered by automatic pre-award authority on a case by case basis. Absent of pre-award authority or an LONP, no project cost can be incurred and be eligible for reimbursement or as local matching for any portion of the entire 20 mile alignment." The City submitted a White Paper to FTA on January 6, 2011 regarding an approach they would like to consider for LONPs. This approach will be refined as the City continues preparations of their request to enter Final Design.
The most critical LONP will be for the WOFH DB Project. The City anticipates Kiewit will complete all work authorized under NTP #1, 1A, 1B & 1C in March 2011. The City can now issue NTP #2 for utility relocations since the ROD was issued. However, Kiewit's approved schedule indicates construction starting in the fall of 2010. This did not occur. Based on the LONP checklist the City will need an updated cost estimate, updated schedule, Risk Assessment, Risk and Contingency Management Plan, and Financial Management Plan before an LONP could be considered by the FTA. The FTA will consider LONPs for activities not covered by automatic pre-award authority on a case-by-case basis following completion of the NEPA process.
City and County of Honolulu 10
Monthly Report January 2011 (FINAL)
AR00055738
2.2 Project Scope
The Project is a 20-mile fixed guideway rail system along Oahu's south shore between East Kapolei and Ala Moana Center. This Project is based on the Airport Alignment, which currently includes 21 stations. The alignment is elevated, except for a 0.5-mile at-grade portion at the Leeward Community College Station. The Project is planned to be delivered in four guideway segments.
• Segment I (West Oahu/Farrington Highway) — East Kapolei to Pearl Highlands (6 miles/7 stations)
• Segment II (Kamehameha Highway) — Pearl Highlands to Aloha Stadium (4 miles/2 stations)
• Segment III (Airport) — Aloha Stadium to Middle Street (5 miles/3 stations) • Segment IV (City Center) — Middle Street to Ala Moana Center (4 miles/9 stations)
The alignment will average a total of 97,500 weekday hoardings at the Revenue Operations Date in the year 2019 and 116,300 weekday hoardings in the year 2030. It will provide two significant areas with potential for Transit Oriented Development, one near the Airport and one in the surrounding industrial areas. It is anticipated that the initial fleet will include 76 "light metro" rail vehicles.
2.2.1 Status of Design/Construction Documents
The City has submitted substantial technical information relate4 to their convletion of PE activities, as identified in Appendix C (PE Status by Contract): The PMOChas reviewed all items and presented their disposition of the definition of the scope of the project through PE in the "Project Scope Review" report, which was submitted as a WORKING DRAFT in January 2011. This report will be updated upon receipt of the proposhls from the selected contractors for the Kamehameha Highway DB Contract and CSC DBOM; which will be available in February 2011.
The City held a Value Engineering Workshop the week of April 19-23, 2010, which the PMOC attended as an observer. The focus of the workshop was originally to include the Airport Segment Guideway and Utilities, City Center Segment Guideway and Utilities, and station packages. However, the City has subsequently determined that the workshop will only focus on the station packages. The objective of the VE workshop was to provide value engineering for six stations along the alignment — West Loch, Pearl Highlands, Aloha Stadium, Kalihi, Downtown, and Ala Moana Stations, representing elevated stations with and without concourses, direct access stations, and unique stations. As part of VE, the team was expected to consider not just ways of cutting costs, but also ways to reduce project risks, enhance operations, and bring to light any improvement opportunities that may exist.
Through the DB procurement, the City allows for submittal of Alternate Technical Concepts for the contractors, which satisfies the Value Engineering requirement during PE.
City and County of Honolulu 11
Monthly Report January 2011 (FINAL)
AR00055739
The City has indicated that they will hold a VE Workshop for the Airport and City Center Guideway and Utility Relocation packages in April 2011. Although, the PMOC will have completed the Project Scope Review in February 2011, a caveat will be included in the PMOC Final Design Readiness Report that the City should incorporate any VE recommendations from the April 2011 VE workshop during FD.
The final VE Report for Stations and the Alternative Technical Concepts (ATC) Report from the DB proposals were provided to the PMOC in October 2010. This included a list of the VE recommendations that the City intends to implement. The PMOC has reviewed the final YE report to ensure that the purpose and objectives were met, the findings were adequately summarized, and an action plan was developed. The table below presents the summary of VE results provided by the City.
Source No. of
Esiimated Proposals Received
Value (M)
No. of Proposals Accepted
i ltd (N')
VE Workshop for Stations 30 $318.5 26 $104.1 ATC Proposals — WOFH DB Contract 29 $85.4 13 $60.5 ATC Proposals — KB DB Contract 16 $29.0 7 $18.3 ATC Proposals — MSF DB Contract 11 $16.1 5 $2.7 ATC Proposals — CSC DBOM Contract 41 $35.6 15 $15.5 TOTAL 127 $484.6 66 $201.1
2.2.2 Status of Third-Party Agreements
The following table provides the status of Third Party Agreemofits for the pmject:
Agreement
University of Hawaii Master Agreement
Completion Date
Pending
Segment/ ' intraet _
I, II.
Srti,
LTH Reviewing Leeward Community College Sub- agreement
Pending I ITH Reviewing
Department of Education Master Agreement (Waipahu High School)
Pending I Awaiting City Council approval.
Department of Education Consent to Construct
Pending I DOE Reviewing
DHHL Master Agreement (Drum Site) 10-Mar-10 I/MSF Executed Department of Land and Natural Resources Executive Order Request for WOFH
Pending I Request sent to DLNR but agency will not review until after ROD
Deparlment of Land and Natural Resources Consent to Construct for WOFH
Pending I Request sent to DLNR but agency will not review until after ROD
Easement Request for Navy Property Pending MSF Navy is processing request HDOT Master Agreement — Segment I Pending I Joint Use and occupancy
agreement can now be executed since ROD has been issued.
Department of Hawaiian Homelands (DHHL) License Agreement
Pending I/MSF Under review by DHHL
The following table provides a summary and status of the Utilities Engineering Services Agreements for the Project:
City and County of Honolulu 12
Monthly Report January 2011 (FINAL)
AR00055740
t tility
AT&T Corporation t %let
. ,
.act Engineering cost requested Purchasing waiting for outstanding
certificates from utility Chevron Products Company Complete Engineering cost requested Hawaiian Telcom, Inc. Complete Engineering cost requested Hawaiian Electric Company, Inc Compensation through agreement
with GEC Cost Received from utility
Oceanic Time Warner Cable Complete Engineering cost requested Pacific LightNet Inc. Complete Engineering cost requested Sandwich Isle Communications Inc. Complete Engineering cost requested The Gas Company Complete Cost Received from utility TW Telecom Complete Cost Received from utility Tesoro Hawaiian Corporation Request cancelled since utility has
no impacts on this contract Engineering cost requested
2.2.3 Delivery Method
Appendix B provides the status of the various design and construction contracts associated with this Project. The following is a list of contracts, delivery methods and contract packages anticipated for the project (number in parentheses indicates number of anticipated contracts if more than one):
• Professional Services o Project Management Consultant (PMC) o General Engineering Consultant (GEC) o Legal Services o Leadership in Energy and Environmental Desigi (LEED) Ccitnmissioning o Insurance Consulting for Owner Controlled Insurance Program o Drilled Shaft Load Testing o Real estate support consultant
• Design and Construction Services o Guideway & Utilities Design (2) o Stations Design (7) o Design-bid-build (DBB) Construction Engineering Inspection (5-7)
• Construction and Procurement Contracts o 3 Design-Build Contracts — Guideway (2) and MSF o Design-Bid-Build Contracts
• Stations (7) • Utility Relocation (2) • Guideway Construction (2) • System-wide Landscaping
o Vehicle/Core Systems Design-Build-Operate-Maintain (DBOM) o Elevator/Escalator
In accordance with the Contract Packaging Plan developed by the City, construction of the project guideway is to be implemented in four segments. A summary of the Contract Packaging Plan for PE is currently included in the PMP as the project delivery approach for the Project. The method of delivery for the four guideway segments is as follows:
City and County of Honolulu
13 Monthly Report January 2011 (FINAL)
AR00055741
• Segment I East Kapolei to Pearl Highlands — DB • Segment II — Pearl Highlands to Aloha Stadium — DB • Segment III — Aloha Stadium to Middle Street Station — DBB • Segment IV — Middle Street Station to Ala Moana Center — DBB
The DB approach is being planned to advance the project schedule in order to minimize escalation costs and start construction of the initial portion of the project while the remainder of the project proceeds through the DBB process. Work on these early contracts (Segments I & II, Maintenance and Storage Facility and Core Systems) is planned to be initiated after the ROD but ahead of the FFGA, utilizing excise tax funding. However, as noted above, any design activities beyond PE or construction activities not covered by automatic pre-award authority would require an LONP, which would be considered on a case-by-case basis.
2.2.4 Vehicle Status
Vehicle procurement is included in the Core Systems DBOM Contract, the status of which is discussed in Appendix B.
The current assumptions for the vehicles include a total active rail car fleet of 76 "light metro" railcars. The railcar being proposed is an automated light metro car, similar to railcars currently in operation in Vancouver, Copenhagen, and Oslo, but not in the United States. The railcar would have three doors per side and a length of approximately 60 feet. Vehicles could run in two-, three-, or four-railcar trains. Following is a summary of t.lie anticipates1 vehicle characteristics (subject to change based on proposals that will :14e received fiom DBOM contractors):
• 76 light metro vehicles (identified as heavy rail in SCC workbook) • Standard gauge, steel wheel on steel rail • Fully automated, manual operation possible (hOstler panel) • Nominal vehicle dimensions:
o Length: 60 feet o Width: 10 feet o Height: Up to 13.3 feet o Floor Height: 3.77 feet above top of rail (at entry)
• Nominal Passenger Capacity: 190 per vehicle (AW2 load) • Electric traction via third rail, nominal 750V direct current supply, all axles powered • Semi-permanently coupled, bi-directional trainsets • Wide gangways between end and middle cars • 2 to 3 double passenger plug doors per side (per car) • Manual crew doors with steps • Dynamic / regenerative braking • Alternating current propulsion • 30+ year design life
City and County of Honolulu 14
Monthly Report January 2011 (FINAL)
AR00055742
2.3 Project Management Plan and Sub-Plans
The following table presents the status of each City-provided management deliverable. The "Date of Current Revision” column indicate management deliverables that have been prepared prior to or during PE per the requirement of the PE approval letter. The "Anticipated Date for Next DRAFT Submission" indicates the target date for submission of a DRAFT update of each deliverable to the PMOC for review. The "Anticipated Date for Final Document to Support FD Request" indicates the target date for submission of a final document, with no additional changes expected prior to approval to enter Final Design.
NI altagentent Lk-liver:1W
Projcct Management Plan (PMP)
ItI] t i , '
4
nate +0 , ..- r urreni
Re ki vt)) k
10-Dec-10
„i,vip:t1 i ,rk Hi -
\ :-. \ I
: )RA il i •„:labollw4ipt, 15-Mar-1 I
Ant cipatell ).1[ , - for Film
D OCtiinent $ tt p [KW t FB
ft.t.tmkNt Mar-11
,
PMOC is reviewing and preparing comments
Quality Management Plan (QMP)
0 01-Jan-11 N/A N/A Document finalized
Real Estate Acquisition and Management Plan (RAMP)
4 21-Dee-10 N/A Feb-11 PMOC is reviewing and preparing comments
Bus Fleet Management Plan (BFMP)
0 Jun-10 N/A Jan-11 Review comments for Rev 0 provided in Aug-10
Rail Fleet Management Plan (RFMP)
0 Apr-09 Feb-11 Mar-11 Update will be based on :information from Core -, Systems Contractor
Safety and Security Management Plan (SSMP)
2 01-Apr-10 11-Jan-11 Feb-if . , Review comments for Rev 2 provided 28-Apr-10
Safety and Security Certification Plan (SSCP)
0 Feb-10 18-Feb-11 Mar-10 Review comments for Rev 0 provided 28-Apr-10
Configuration Management Plan (CMP)
0 23-Dec-10 N/A N/A Document finalized
2.4 Project Schedule Status
The PMOC provided an over the shoulder review of the draft Master Program Schedule (MPS) with the City on November 3, 2010, during which the PMOC provided their opinion and verbal comments to the City. The City submitted a revised MPS on January 7, 2010. The revised MPS (data date of December 31, 2010) and Basis of Schedule are currently being reviewed by the PMOC. This updated MPS indicates approval to enter Final Design on August 16, 2011, which is possible if the City meets the submittal dates for all outstanding items in the Final Design Roadmap.
A major re-planning of the project schedule included the reduction from six (6) phased openings to three (3). The proposed revised opening dates are as follows:
• Target opening for West Oahuffant -ington/Kamehameha Sections — November 2015
• Target opening for Airport Section — October 2017 City and County of Honolulu
15
Monthly Report January 2011 (FINAL)
AR00055743
• Target opening for City Center Section (Full Revenue Service) — February 2019
The table below provides a comparison of key milestone dates at the start of PE and in the current MPS.
Activity IL)
D250 N/A
Delivery Method
4f Illestone Description
Finish t
(Days)
(371)
PE Entry Baseline
10-Aug-10
a Date
101 1 16-Aug-11 FTA Approve Entry into Final Design
F270 N/A FTA Award Full Funding Grant Agreement 11-Sep-10 6-Sep-12 (726) 1997 DB Open Waipahu to Leeward Section 14-Dee-12 N/A* N/A*
M999 DB MSF Complete 01-Oct-13 16-Sep-14 (350) 1998 DB Open East Kapolei to Leeward CC Section 31-Jul-14 N/A* N/A* 1999 DB Open Leeward CC — Pearl Highlands Section 27-Ayr-15 N/A* N/A* J999 DB Open Kamehameha Section 14-Sep-16 16-Nov-15 303 Z999 DBB Open Airport Section 31-Oct-17 10-Oct-17 21 9999 DBB Open to Ala Moana Center *** (ROD) *** 03-Mar-19 17-Feb-19 (14)
* N/A since there has been a reduction from six (6) phased openings to three (3).
The following is a 90-day look ahead for important activities associated with the Project:
rcnod: (.11.i);!i-v 2011 April 2911 flt.Tomihilit:,
City, PNIC, GEC and PMOC February 7,2011 January 18, 2011
Activii . Monthly Progress Meeting FTA Issues ROD FTA Monthly Progress Meeting City, PMC, GEC 41 PMOC IVitirch 3, 2011
(via telecon) Risk Assessment Workshop #1 City, PMC, GEC andplyiroc March 22, 2011 Risk Assessment Workshop #2 City, PMC, GEC and PMOC April 19, 2011
2.5 Project Cost Status
The Project Budget submitted with the City's request to enter PE is as follows+
Base Cost Estimate
$3.838 billion Total Contingency
$1.219 billion (31.8% of Base Cost Estimate) Finance Charges
$0.290 billion Total Project Cost
$5348 billion
Additional project costs include the following:
Pre-PE Expenditures $0.082 billion Financing Charges $0.103 billion (post-revenue operations) Grand Total Project Cost $5332 billion
Total Expenditures to Date $0.132 billion (November 2010) (excludes pre-PE costs)
City and County of Honolulu 16
Monthly Report January 2011 (FINAL)
AR00055744
The PMOC provided an over the shoulder review of a draft bottoms-up cost estimate with the City on November 2, 2010, during which the PMOC provided their opinion and verbal comments to the City during this over the shoulder review. A bottoms-up cost estimate was provided to the PMOC on January 5, 2011. However, after further discussions during the January 2011 Monthly Meeting, the City has determined that they will include the actual bid amounts for the Kamehameha Highway Guideway DB Contract and Core Systems DBOM Contract upon receipt of those bids. A revised bottoms-up cost estimate will be provided in February 2011.
2.5.1 Standard Cost Category (SCC)
The SCC Workbook, including Main and Inflation worksheets, is submitted as a separate electronic file. However, the City is in the process of updating their detailed bottoms-up estimate.
2.5.2 Funding Sources
The following are the project capital revenue (funding) sources provided by the City during the January 2011 Progress Meeting:
General Excise Tax (GET) Section 5309 Section 5307 ARRA (Section 5307) Interest Total
$3.698 billion $1.550 billion $0.300 billion $0.004 billion $0.011 billion $5.563 billion
The GET surcharge receipts received to date are approximately $5g5.3 million. Additional surcharge revenues are received approximately 30 days following the end of each quarter.
The City is hopeful that it will be able to reduce the need for Section 5307 funds through project development (.i.e. refined Base Cost Estimate and revenue estimates during PE) and an aggressive bidding environment.
2.6 Project Risk
The PMOC completed a scope, schedule, and cost review in advance of completing a risk review of the Project as part of the evaluation of the Grantee's request to enter PE. A FINAL Spot Report was submitted in July 2009. The Spot Report included recommendations for cost and schedule contingency and identified key risks. However, this effort did not include development of risk management tools (e.g., Primary Mitigation Deliverables, Secondary Mitigation Activities, or a Risk and Contingency Management Plan). These risk management tools will be developed in conjunction with an update of the risk assessment to support the City's request to enter Final Design.
The PMOC received the GEC Risk Register on October 27, 2010. PMOC comments on the risk register were discussed on December 7, 2010. The City submitted the GEC Risk Report to FTA/PMOC on January 6, 2011. The PMOC appreciates the City being proactive and
City and County of Honolulu
17 Monthly Report January 2011 (FINAL)
AR00055745
performing its own Risk Assessment, and the PMOC will be able to utilize much of the information provided by the City. However, the PMOC will perform a thorough evaluation of all aspects of the Project technical capacity and capability, scope, schedule, and cost when preparing for the fully independent FTA Risk Review. The following table presents the dates for all key activities or deliverables associated with completion of the Risk Review. It should be noted that this is a subset of the Final Design Roadmap and does not include all activities necessary to enter Final Design.
Activity/Deliverable Responsible
Parte Ii rt.,,at Date Note
Basis of Schedule City 18-Jan-11
KHG DB Contract Proposal City 31-Jan-11
CSC DBOM Contract Proposal
City 08-Feb-11
Updated Cost Estimate City 25-Feb41
Updated Basis of Cost Estimate
City 25-Feb-11
Escalation Model City 04-Mar-11
SCC Workbook City 04-Mar-11 Updated SCC Workbook is necessary to prepare risk model in advance of Workshop #1
Financial Plan (DRAFT) City 18-Mar-11 DRAFT plan will be submitted but cannot be finalized until after Workshop #2
RA Workshop #1 PMOC 22-Mar-11 ., -,
Preliminary RA results submitted to FTA
PMOC 01-Apr-11 PMOC will prepare draft findings and submit to FTA-foi review and concurrence prior to Workshop #2
RA Workshop #2 PMOC 19-Apr-11 plvibC to present results to City
City and County of Honolulu 18
Monthly Report January 2011 (FINAL)
AR00055746
2.7
Act
ion
Item
s
Item
N
o.
Item
R
espo
nsib
le
Par
D
ate
Iden
tifi
ed
Dat
e D
ue
Dat
e C
ompl
eted
0
'en
Stat
us
Ope
n
1 Sc
hedu
le S
afet
y an
d Se
curi
ty W
orks
hop
FTA
/PM
OC
C
ity
4-N
ov-0
9 Ju
l-10
M
ar-1
1
Mar
-11
2 C
ity to
coo
rdin
ate
mee
ting
with
PM
OC
and
Sta
te
Ove
rsig
ht A
genc
y 3
Prov
ide
Sam
ple
FFG
A R
oadm
ap
PMO
C
City
C
P M
OC
Oct
-10
Oct
-10
Sep
-I0
1iec
-10
Feb-
11
Jan-
11
_ fa
n-1,
1
Feb-
I I
06-,f
a rt-
0 .e
n O
pen 7
1 .-,
)
4 Pr
ovid
e PM
OC
with
Rea
l Est
ate
Prof
essi
onal
Se
rvic
es R
ec u
est F
or P
ropo
sal P
art 2
, •
.- 1'..
• ap
proa
ch fo
r i (
fIN
.P
e ex
amp
le o
f ,: :
:-.. :
Ton
men
tal r
epor
ting
( en
. . t
o. •
., c
Tra
nspo
rtat
on.
saf
ety
Inst
itute
(T
SI)
Rai
l Sy
stem
Saf
ety
Age
nda
:.. It
y Ja
n-
. Ja
n- I
I 'ip
en
8 Pr
ovid
e lis
t of
RO
W a
ppra
isal
s pr
evio
usly
pr
ovid
ed to
PT
A f
or r
evie
w
Prov
ide
Hon
olul
u A
utho
rity
for
Rap
id
Tra
nspo
rtat
ion
(HA
RT
) R
oadm
ap
City
City
Jan-
11
Jan-
11
Jan-
11
Jan-
11
Ope
n
Ope
n 9
LtLsg000v
City
and
Cou
nty
of H
onol
ulu
19
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
APPENDICES
Appendix A: Acronym List
ATC
▪
Alternative Technical Concept BAFO
▪
Best and Final Offers BFMP • Bus Fleet Management Plan CSC • Core Systems Contract DB • Design-Build DBB • Design-Bid-Build DBOM • Design-Build-Operate-Maintain DHHL • Department of Hawaiian Homelands FD • Final Design FEIS • Final Environmental Impact Statement FFGA • Full Funding Grant Agreement FONSI • Finding of No Significant Impact FTA • Federal Transit Administration FY • Fiscal Year GEC • General Engineering Consultant GET • General Excise Tax HAR • Hawaii Administrative Rules on Procurement HDOT • Hawaii Department of Transportation HHCTC • Honolulu High Capacity Transit Corridor Project LCC • Leeward Community College LEED • Leadership in Energy and Environmental Design (LEED) LONP • Letter ofNo Prejudice MSF • Maintenance and Storage Facility NEPA • National Environmental Policy Act NOA • Notice of Availability NTP • Notice to Proceed PA
•
Programmatic Agreement PE • Preliminary Engineering PMOC • Project Management Oversight Contractor PMP • Project Management Plan PMC • Project Management Consultant QMP • Quality Management Plan RA • Risk Assessment RAMP • Real Estate Acquisition and Management Plan RFMP • Rail Fleet Management Plan RFP • Request for Proposals RFQ • Request for Qualifications ROD • Record of Decision ROD • Revenue Operation Date RPZ • Runway Protection Zone SOA • State Oversight Agency SSCP
▪
Safety and Security Certification Plan SSEPP • System Security and Emergency Preparedness Plan SHPO • State Historic Preservation Office SSMP • Safety and Security Management Plan SSPP • System Safety Program Plan VE • Value Engineering WOFH • West Oahu/Farrington Highway YOE • Year of Expenditure
City and County of Honolulu 20
Monthly Report January 2011 (FINAL)
AR00055748
Appendix B: Contract Status
The following sections provide the scope and status of the various contracts identified for this Project.
Project Management Consultant (PMC) Contract. • Scope — The consultant will serve as a program manager in providing oversight of the
PE, FD, and construction activities for all DB and DBB contracts. • Status — The City awarded a contract to Infi -aConsult LLC in November 2009 to provide
Project Management Support Services. The PMC Agreement is for five years with a Not-to-Exceed amount of $36.7 million. The PMC is negotiating Amendment #1 for additional staffing hired by the PMC that the City was unable to fill through direct hiring.
General Engineering Consultant (GEC I) Contract • Scope — The City has contracted with Parsons Brinkerhoff (PB) to serve as the GEC in
completing PE/EIS efforts for the Project. The scope of work for this contract includes PE for all Project components. For those items that will be constructed utilizing Design-Build (DB) methodology, the GEC was required to prepare contract documents that would be included in a two-step Best Value procurement package.
• Status — The City issued a NIP for the GEC I contract on August 27, 2007. The period of performance of the contract was August 2007 to March 2010. Six contract amendments have been issued extending the period of performance to February 25, 2011 and authorizing total budget of $144 million. The pre-PE costs for the GEC I contract were approximately $88.6 million.
General Engineering Consultant (GEC II) Contract • Scope — The consultant will provide services related to elevated guideway engineering,
systems engineering, rail station design, construction management oversight, procurement, contract administration, configuration control, claims support, scheduling, project financing and environmental planning. After the qualifications are evaluated and the top qualifier is selected, the City will develop the detailed scope of the contract. The GEC II Contract will include a ten year period of performance. The City expects to hire separate Construction Engineering and Inspection firms to provide field services for the DBB contracts.
• Status — The City has begun procurement of the General Engineering Consultant (GEC) contract (GEC II). Due to the length of time that had elapsed between submittal of proposals and the potential date for selection (October 2010), the City allowed the proposers to "refresh" their proposals. This allowed the consultants that submitted proposals an opportunity to provide the City with the most current staffing available rather than submitting substitution of personnel whose expertise and experience are equivalent to that which would have been provided by the originally listed personnel. The City has ranked Parsons Brinkerhoff as the top rated firm during the procurement of the GEC II contract Negotiations are underway, and NTP is anticipated to be issued in February 2011.
City and County of Honolulu
21 Monthly Report January 2011 (FINAL)
AR00055749
Hawaii Department of Transportation (HDOT) Consultant • Scope — HDOT does not have the staff necessary to complete reviews of DB plans,
Maintenance of Traffic (MOT) and perform the necessary construction inspection of the four guideway segments. Since most of the guideway will be located along HDOT right-of-way, it is necessary for HDOT to perform permit reviews of the DB plans and perform the final inspections. Therefore, the City has begun procurement of two contracts on HDOT's behalf for consultants to support HDOT with design review, MOT and construction inspection services. HDOT will manage the selected firms, but all related consultant costs will be paid from the project budget.
• Status — The City has included the costs of the HDOT reviews in the original project budget. Selection of a consultant and negotiations are anticipated to be completed in December 2010 for the design review and construction inspection services. The City has begun evaluating proposals for MOT and expects the process to be concluded in January 2011, with an NTP anticipated in February 2011.
Profession Real Estate Services Consultant • Scope — Support project real estate staff with acquisition, relocation and property
management. • Status — The City issued RFP Part 1 on November 17, 2010. Responses are expected on
January 31, 2011. RFP Part II is anticipated to be issued in February 2011. The City is anticipating making a selection in April 2011.
• Issues or Concerns — It is the PMOC' s professional opinion that this approach should provide the technical capacity to support the City's Right of Way (ROW) activities.
Owner Controlled Insurance Program (OCIP) • Status — The City anticipates issuing an RFP for an Owner eOntrolled Insurance Program
(OCIP). The city anticipates a two-step RFP process beginning in mid-February 2011 following completion of a peer review of the RFP documents. The original procurement of an insurance consultant to help manage the OCIP was delayed due to protests. The City has resolved the protests and can now proceed with issuance of a new REP. RFP Part II is anticipated to be issued in March 2011. Selection is targeted to be complete by mid April 2011, with NTP issued in May 2011. No cost impact was realized as a result of the protest.
West Oahu/Farrington Highway (WOFH) DB Contract • Scope — This contract includes the design and construction of a portion of the guideway
alignment from the initial station at East Kapolei and continuing approximately 6.8 miles to a point just east of the planned Pearl Highlands station. The alignment runs along the east side of North South Road. This portion of the guideway is being identified as the West Oahu/Farrington Highway Design-Build Contract. The guideway is comprised mostly of a two-track aerial structure with a 0.3-mile portion of twin single-track guideways and a 0.3-mile section of guideway at grade.
As the alignment approaches Leeward Community College (LCC), the guideway alignment traverses from the median of Farrington Highway to the makai side of the highway where it transitions to an at-grade section. Once at grade, the entrance(s) to the
City and County of Honolulu 22 Monthly Report January 2011 (FINAL)
AR00055750
Maintenance and Storage Facility (MSF) is (are) encountered. The Guideway crosses Ala Ike Road at two locations, with the roadway passing under the guideway alignment in box-culverts. At the LCC Station, a station plaza area is planned to allow passengers to walk under the guideway to access either platform.
• Status — Kiewit Constructors was awarded a $482,924,000 contract on November 18, 2009. Notice to Proceed (NTP) #1 was issued on December 1, 2009 to Kiewit. The maximum reimbursable amount under NTP #1 was $27 million. NTP #1 is for approximately 90 days and the scope of work for Kiewit is limited to the elements of PE whose principal purpose is refinement and validation of information supporting the NEPA process.
The City issued NTP #1A on March 11, 2010. NTP #1A authorizes $25.8 million for PE activities to be completed. They then issued NTP #1B on March 23, 2010 authorizing interim design activities. NTP #1B authorizes $21.2 million for added definitive and interim PE activities to be completed. The City has indicated that NTP #1A and NTP #1B would provide sufficient work for the contractor through approximately July 2010. The City issued NTP #1C to Kiewit on June 7, 2010 to authorize $3.5 million for test and demonstration drilled shafts to complete the deep foundations interim design. Work authorized under NTP #1C began on October 18, 2010 and is anticipated to be completed in February 2011. The City anticipates Kiewit will complete all work authorized under NTP #1, IA, 1B & 1C in March 2011. The load test program for method and test shafts is anticipated to be completed in February 2011, and geotechnical investigation activities are to be completed in May 2011. The City is in the profess of issuigg NTP #1D to cover administrative costs and bonds through June 2011. •
The City believes, and the PMOC concurs, that all work authorized under these NTPs is consistent with the permission the City received from•FTA to enter PE. NTP #2, which authorizes all remaining PE activities, can now be i'Ssued since receipt of the Record of Decision (ROD) has occurred.
The City will need to seek Letter(s) of No Prejudice for any work beyond the scope of NTP #2. NTP #3 is to be issued for Final Design work activities, as defined by the City. NTP #4 is to be issued for construction activities.
The contractor has provided the City with the following Definitive Design Submittals: plan and profile; superstructure; utility relocation; maintenance of traffic; and roadway lighting. The contractor has begun preparing Interim Design submittals.
The City has received 54 Contractor Requests for Change (RFCC) and has issued 11 Requests for Change (RFCR) for Kiewit to review. The RTD Change Control Board approved five no cost and no time change RFCRs in November 2010.
• Schedule — The City has approved the schedule submittal, and the PMOC has received a copy of the schedule electronic file approved by the City on May 20, 2010. The contractor is preparing a schedule analysis for NTP delays.
City and County of Honolulu
23 Monthly Report January 2011 (FINAL)
AR00055751
• Cost o Original Contract Value — $482,924,000 o Current Contract Value — $482,924,000 o Authorized Costs for NTP #1, 1A, 1B & 1C — $88,049,025 o Expended to Date — $67,060,457 o % Expended — 13.8% o Approved Change Orders — $0.00 o Total Encumbrance (City) — $520,846,930
• Issues or Concerns o The executed agreement for the WOFH DB Contract calls for issuance of all four
NTPs within 120 calendar days of the December 1, 2009 NTP #1 date. Since that requirement was not met, the City reviewed Kiewit's schedule of milestones and the baseline schedule to determine whether there has been a schedule or a cost impact. The City officially approved Kiewit's schedule on April 30, 2010. The City also formally responded on April 28, 2010 to Kiewit's request for change resulting in delay of NTPs # 2, 3 and 4. In their response, the City provided revised dates for Kiewit to assess the impacts of delays in the issuance of those NTPs. Specifically, the revised dates provided by the City to be used in Kiewit's assessment are as follows: (1) NTP #2 — July 15, 2010 (2) NTP #3 — September 15, 2010 (3) NTP #4 — December 15, 2010
However, subsequent to the April 28, 2010 letter, the City sent an RFCR to Kiewit on September 9, 2010 that supersedes the previous dates above stating that NTPs #2, 3 and 4 would not occur until March 15, 2011 and kiewit should revise their schedule accordingly. The PMOC has strongly cautioned the City against providing unrealistic dates to the contractor given the requiremetits that must be met prior to issuance of any LONPs.
o The WOFH Segment DB Contract will utilize an existing facility for precasting and prestressing the concrete guideway segments. The casting facility, located in Campbell Industrial Park, is approximately 27 acres and is in close proximity to the WOFH project. GPRM Prestress is a certified plant under the PCI (Precast/Prestressed Concrete Institute) Certification Program. It is certified to produce the following: D Al — Architectural Precast Concrete Products D B3 — Prestressed Straight-Strand Bridge Beams (Superstructure), Precast Bridge
Products (No Prestressed Reinforcement), and Prestressed Miscellaneous Bridge Products (Non-Superstructure)
D C4 — Prestressed Deflected-Strand Structural Members, Precast Concrete Products (No Prestressed Reinforcement), Prestressed Hollow-Core and
Repetitively Produced Products, and Prestressed Straight- Strand Structural Members
City and County of Honolulu 24
Monthly Report January 2011 (FINAL)
AR00055752
It is the PMOC' s professional opinion that the size of the facility is sufficient to support the precasting and prestressing requirements for the WOFH DB Contract. Detail on the infrastructure of the facility, including concrete batching capacity, has not been provided at this time; therefore, the capacity of the current infrastructure cannot be assessed to determine whether modifications will be required beyond installation of precasting and prestressing beds to manufacture the elevated guideway segments specific to this project.
Kamehameha Highway Guideway DB Contract • Scope — The contractor will design and construct a portion of the guideway alignment
from the initial station at East Pearl Highlands to a point just east of the planned Aloha Stadium Station, a distance of approximately 3.9 miles. This portion of the guideway is being identified as the Kamehameha Highway Design-Build Contract. The guideway is comprised of a two-track aerial structure.
• Status — The Kamehameha Highway Guideway was originally to be constructed using DBB, but the City decided to utilize DB to take advantage of the perceived favorable bid climate. RFP Part 1 was issued on November 18, 2009, with responses received on January 5, 2010. RFP Part 2 was issued on March 19, 2010. Technical and price proposals were due September 9, 2010. However, the due date was extended to October 7, 2010, with prices now valid until April 5, 2011. Technical and price proposal evaluations were anticipated to be completed by the City on November 10, 2010. However, the City has elected to request Best and Final•pffers (BAFp) from the proposers. BAFOs were received on December 30, 2010. The City Will make a selection the third week of January 2011 with NTP #1 anticipated t9 beissued on March 4, 2011.
RFP Part 2 contains PE-level documents. The contractor will advance the drawings in the RFP Part 2 contract documents to the Definitive and Interim Design levels during the Advanced PE phase of the project.
• Cost — The budget for this contract is $323.5 million.
• Schedule — The Kamehameha Guideway DB project is approximately 48 months in duration.
• Issues or Concerns o The PMOC received RFP Part 2 documents on April 8, 2010 for this contract. The
PMOC presented their disposition of PE completion in the "Project Scope Review" report, which was submitted as a WORKING DRAFT in January 2011. This report will be updated upon receipt of the selected proposal, which should be available in February 2011.
Maintenance and Storage Facility DB Contract • Scope — The contractor will design and construct the MSF to accommodate 80 revenue
vehicles. The maximum capacity of the site is 100 revenue vehicles. The Shop Facility
City and County of Honolulu
25 Monthly Report January 2011 (FINAL)
AR00055753
will include administrative and operational offices for the agency, including an Operations Control Center. The MSF will be designed and commissioned to achieve Leadership in Energy and Environmental Design (LEED) Green Building Rating System Silver Certification, and will operate in accordance with PTA Sustainable Maintenance and Operational Standards. The scope of the contract includes the procurement of all rail materials.
• Status — RFP Part I was issued on May 28, 2009. RFP Part 2 was issued on July 24, 2009. Technical and price proposals were received on February 17, 2010, with prices valid until August 16, 2010. The City issued a letter of intent to award the MSF contract to Kiewit/Kobayashi Joint Venture on June 24, 2010 in the amount of $195 million. A letter of intent to award is not a contractual obligation and does not result in issuance of an NTP as would execution of a contract. The City's cost estimate was $254 million. The price proposal expired on August 16, 2010, but the City sent a letter to Kiewit/Kobayashi requesting an extension of their pricing until March 15, 2011. The City sent a letter to the FTA on September 30, 2010 indicating their intention to issue NTP #1 for preliminary design by November 1, 2010. However, the City has subsequently indicated that NTP #1 will be issued in January 2011. The City did not receive a formal response from the contractor agreeing to extend their pricing.
RFP Part 2 contains PE-level documents. The contractor will advance the drawings in the RFP Part 2 contract documents to the Definitive and Interim Design levels during the Advanced PE phase of the project.
• Cost — The budget for this contract is $254 million, of Which approximately $156 million is for MSF design and construction and the remainder, is for track material procurement.
• Issues or Concerns o The Memorandum of Agreement (MOA) hash`e'en executed with the DHHL or the
Navy Drum Site. However, the City must sign a License Agreement with the DHHL prior to any construction beginning.
o The City anticipates that Kiewit/Kobayashi will submit a change order for material cost escalation since their price was only valid for 180 days from receipt, which occurred on February 17, 2010. The City intends to negotiate a change order after issuing NTP #1. However, the PMOC recommended that the City negotiate this change order prior to issuing NTP #1.
Vehicle/Core Systems DBOM Contract (CSC) • Scope A Design-Build-Operate-Maintain (DBOM) contract is anticipated to be
awarded by the City to more closely synchronize with ROD and will include the following: o Design and manufacture of vehicles o Design, manufacture, and installation of systems components including train control
communications, traction power, Central Control and fare collection equipment o Operations and Maintenance.
City and County of Honolulu 26 Monthly Report January 2011 (FINAL)
AR00055754
The Operations and Maintenance contract will extend 5 years beyond the full build revenue date (2019), with an additional 5 year option. The Operations and Maintenance contractor will be responsible for Intermediate Operating Section Openings (6 sections including the demonstration section opening in 2012).
• Status — RFP Part 1 for the Vehicles/Core Systems Design-Build-Operate-Maintain Contract (CSC) was issued on April 8, 2009. RFP Part 2 was issued on August 17, 2009. Technical and price proposals were received on June 7, 2010, with price proposals valid until December 4, 2010. The City held a first meeting with each offeror during the week August 8, 2010 to address technical and quality components of their proposals. Informational meetings with the offerors were also held the week of September 20, 2010. The City issued a Request for BAFO on November 4, 2010. BAFO responses are due on January 18, 2011 with selection likely to occur in February 2011. NTP #1 is anticipated to be issued in March 2011.
• Cost — The budget for this contract is $650 million, including equipment and installation.
• Issues or Concerns o The PMOC received RFP Part 2 documents on May 12, 2010 for this contract. The
PMOC presented their disposition of PE completion in the "Project Scope Review" report, which was submitted as a WORKING DRAFT in January 2011. This report will be updated upon receipt of the selected proposal, which should be available in February 2011.
o The PMOC participated in a workshop on August 3*September 2010 with the City, PMC and the GEC to discuss the CSC Terms and Conditions and obtain a general understanding of how the RFP Part II documents , Were developed. The City also provided a list of the evaluation committee and technical committee to better assess the City's approval process. The PM0C . will schedule another workshop after the City selects the contractor to discuss the basis of the awarded contract and any follow up questions the PMOC may have °rice it reviews the final contract including any addendums issued by the City and Alternate Technical Concepts submitted by the contractor. This will assist the PMOC with assessing the Technical Capacity and Capability of the Grantee, Scope, Schedule and Cost reviews as it prepares to receive approval from the FTA to enter FD.
Airport Guideway & Utility Relocation DBB Contract • Scope — The project delivery method for the guideway and utility relocations will be
DBB. The City anticipates awarding separate construction contracts for the utility relocation and guideway. This segment extends from Aloha Stadium Station to Lagoon Drive Station. -
• Status — RFQ is anticipated to be released on January 18, 2011 and responses due by February 25, 2011. The City anticipates issuing NTP in August 2011. Utility relocation and guideway construction are anticipated to begin in late 2011 and early 2012, respectively.
City and County of Honolulu
27 Monthly Report January 2011 (FINAL)
AR00055755
• Cost — The estimated contract value will be available when the revised bottoms-up estimate is complete.
• Issues or Concerns a None identified at this time.
City Center Guideway & Utility Relocation DBB Contract • Scope — The project delivery method for the guideway and utility relocations will be
DBB. The City anticipates awarding separate construction contracts for the utility relocation and guideway. This segment extends from Lagoon Drive Station to Ala Moana Center Station. The guideway contract will likely now include the Ala Moana Center Station.
• Status — This segment is in the PE phase. The PE drawings are under final review by the City, and the GEC is completing quantity take-offs. Utility relocation and guideway construction are anticipated to begin in late 2011 and early 2012, respectively.
• Cost — The estimated contract value will be available when the revised bottoms-up estimate is complete.
• Issues or Concerns a None identified at this time. The City is in the process of finalizing third party
agreements for utility relocations.
Station Packages • Scope — All stations will be implemented using DBB. The City has developed station
group packages for design, and it intends to issue constiuction contracts based on those station packages. Following are the packages that tbe City is currently considering: o West Oahu Station Group (3 stations): East Kapolei, UH-West Oahu and Hoopili. o Farrington Station Group (3 stations): West 'Loch, Waipahu Transit Center and
Leeward Community College. o Kamehameha Station Group (3 stations): Pearl Highlands, Pearlridge and Aloha
Stadium. o Airport Station Group (3 stations): Pearl Harbor Navy Base, Honolulu International
Airport, and Lagoon Drive. o Dillingham Station Group (3 stations): Middle Street Transit Center, Kalihi and
Kapalama. o City Center Group (3 stations): Iwilei, Chinatown and Downtown. o Kakaako Station Group (2 stations): Civic Center and Kakaako o Pearl Highlands Station Parking Garage and 112 Ramps (
• Status — a The City selected HDR/HPE, Inc. for the Farrington Station Group Design Contract.
It is anticipated that NTP #1A will be issued January 2011 to begin preparing the Schedule of Milestones. NTP #1B will then be issued in February to begin advanced PE.
City and County of Honolulu 28
Monthly Report January 2011 (FINAL)
AR00055756
o The RFQ for the West Oahu Station Group was released January 13, 2010, with responses received on February 17, 2010. Due to the length of time that had elapsed between submittal of proposals and the potential date for selection (November 2010), the City allowed the proposers to "refresh" their proposals. The City expects the ranking to be completed in January 2011.
o The RFQ for the Kamehameha Station Group design is expected to be released in February 2011. Qualifications will be evaluated by the City for advanced PE for the Kamehameha Station Group. Rankings should be approved and negotiations to commence in the early 2011.
o To better match anticipated cost with systems needs re-packaging and segregation is in process to separate H2 ramps, station and transit terminal for the Pearl Highlands Station and Transit Terminal. The City now anticipates using a DB contract delivery method for the parking structure and H2 Ramps. The Pearl Highlands Station will be packaged with the Kamehameha Station Group and will be constructed using DBB.
• Cost o The budget for the Farrington Station Group design contract is $5.5 million.
• Issues or Concerns o None identified at this time.
Elevators and Escalators • Scope — The City intends to issue a DB contract to furnish, install, test, and commission
all elevator and escalator equipment.
• Status — The City anticipates procuring this contract in 2011..''Limited PE has been completed for this package.
• Schedule — Following are the key contract dates:. o Prepare Procurement Packages — January 2011 o Bid-Award Elevator Packages — May 2011 o Elevator & Escalators Construction — January 2012
• Cost — The estimated contract values will be available when the bottoms-up estimate is complete.
• Issues or Concerns o None identified at this time.
City and County of Honolulu
29 Monthly Report January 2011 (FINAL)
AR00055757
Ap
pen
dix
C:
PE
Sta
tus
by
Con
trac
t
The
fol
low
ing
tabl
e pr
esen
ts th
e st
atus
of
PE a
ctiv
ities
for
eac
h m
ajor
con
trac
t. T
he P
MO
C w
ill c
ontin
ue to
rev
iew
this
con
trac
t in
form
atio
n an
d w
ill p
rese
nt a
dis
posi
tion
of P
E c
ompl
etio
n in
the
"Pro
ject
Sco
pe R
evie
w"
repo
rt, w
hich
is ta
rget
ed f
or s
ubm
issi
on to
FT
A in
Feb
ruar
y 20
11.
Not
e: W
ithi
n th
e co
ntex
t of t
his
mat
rix,
Adv
ance
d P
E is
sub
ject
ivel
y de
fine
d as
gre
ater
than
30%
and
less
than
65%
. Des
ign
deve
lopm
ent g
reat
er th
an 6
5% ty
pica
lly
occu
rs d
urin
g F
inal
Des
ign.
Wit
hin
the
conf
ines
of t
he D
B c
ontr
acts
, the
Sp
ecia
l Pro
visi
ons
defi
ne th
e fo
llow
ing
desi
gn s
tage
s:
(1)
Def
initi
ve D
esig
n (2
) In
teri
m D
esig
n (3
) F
inal
Des
ign
(4)
Wor
king
Pla
ns
(5)
As-
Con
stru
cted
Pla
ns a
nd S
peci
fica
tion
s T
he S
peci
al P
rovi
sion
s of
eac
h co
ntra
ct p
rovi
de s
peci
fic
crit
eria
for
each
des
ign
phas
e.
(it
rwt
e
st U
.Au
v.
on
H
ighw
ay G
uide
way
DB
C
ontr
act
Kam
eham
eha
Hig
hway
G
uide
way
DB
Con
trac
t
RE
Sti
ttus
G
EC
I p
repa
red
cont
ract
doc
umen
ts tO
r D
B p
rocu
rem
ent,
incl
udin
g 30
% p
lans
. Adv
ance
d PE
con
tinui
ng b
y K
iew
it un
der
NT
P #1
, 1A
, 1B
& 1
C. K
iew
it su
bmitt
ed f
ollo
win
g D
efila
ftiv
e D
esig
n Su
bmitt
als:
pla
n an
d pr
ofile
; su
pers
truc
ture
; util
ity r
eloc
atio
n; m
aint
enan
ce o
f tr
affi
c; a
nd
road
way
ligh
ting.
Kie
wit
has
begu
n pr
epar
ing
som
e In
teri
m
Des
ign
subm
ittal
s.
Geo
tech
nica
l iar
kstig
atio
ns o
ngoi
ng b
y K
iew
it. M
etho
d (3
) an
d L
oad
Tes
t Shi
fts
(8)
to s
uppo
rt D
efin
itive
Des
ign
subm
ittal
s st
arte
d on
Oct
ober
18,
201
0 an
d ar
e an
ticip
ated
to
be c
ompl
eted
in F
ebn.
i'w 2
011.
How
ever
, Int
erim
Des
ign
will
con
tinue
onc
e th
e tZ
st a
nd d
emon
stra
tion
drill
ed s
haft
s ac
tivity
is c
ompl
eted
. G
EC
I p
repa
red
cont
ract
doc
umen
ts f
or D
B p
rocu
rem
ent,
incl
udin
g 30
% p
lans
. Adv
ance
d PE
will
be
perf
orm
ed w
ith
Cit
y's
sele
ctio
n of
des
ign
cons
ulta
nt in
Mar
ch 2
011.
0nce
se
lect
ion
occu
rs, c
ontr
acto
r w
ill a
dvan
ce p
lans
to D
efin
itive
an
d In
teri
m D
esig
n le
vels
und
er li
mite
d N
TPs
.
-eg
men
t I
— Fa
st
Kap
olei
to P
earl
H
ighl
ands
Len
gth:
6 m
iles
Segm
ent I
I — P
earl
H
ighl
ands
to A
loha
St
adiu
m
Len
gth:
4 m
iles
89L9g000v
30
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
‘...1,
.Ulr
fiet
gin
FL
P 'a
ttis
_
. te
s A
irpo
rt G
uide
way
Con
trac
t an
d U
tiliti
es R
eloc
atio
n D
BB
C
ontr
act
Segm
ent l
] ! --
0
o!la
lE
C. p
repa
re,-I
, p a
ns 1
:11 .
seg
men
t. A
dvan
ced
Pi:
Stad
ium
to M
iddl
e be
per
form
ed w
ith C
ity's
sel
ectio
n of
des
ign
cons
ulta
nt in
St
reet
A
ugus
t 201
1.
Len
gth:
5 m
iles
City
Cen
ter
Gui
dew
ay &
U
tiliti
es D
BB
Con
trac
ts
Segm
ent I
V —
Mid
dle
GE
C I
pre
pare
d 30
% p
lans
for
seg
men
t. A
dvan
ced
PE w
ill
Stre
et to
Ala
Moa
na
be p
erfo
rmed
with
City
's s
elec
tion
of d
esig
n co
nsul
tant
in
Cen
ter
Dec
embe
r 20
11.
Len
gth:
5 m
iles
Mai
nten
ance
& S
tora
ge
Fac
ilit
y D
B C
ontr
act
Segm
ent I
G
EC
I p
repa
red
cont
ract
doc
umen
ts f
or D
B p
rocu
rem
ent,
incl
udin
g 30
% p
lans
. Onc
e se
lect
ion
occu
rs, c
ontr
acto
r w
ill
adva
nce
plan
s to
Def
initi
ve a
nd I
nter
im D
esig
n le
vels
und
er
limite
d N
TPs
. The
City
inte
nds
to is
sue
NT
P #1
in F
ebru
ary
2011
allo
win
g m
obili
zatio
n, in
sura
nce,
pla
ns a
nd p
roce
dure
s an
d D
efin
itive
Des
ign.
W
OFH
Sta
tion
Gro
up (
3)
DB
B C
ontr
act
Segm
ent I
G
EC
I p
repa
red
20%
pla
ns f
or s
egm
ent.
FD a
ntic
ipat
ed to
:
begi
n in
Jul
y 20
11.
Farr
ingt
on S
tatio
n G
roup
(3)
D
BB
Con
trac
t Se
gmen
t I
I G
EC
I p
repa
red
20%
pla
ns f
or s
egm
ent.
City
sel
ecte
d H
DR
JHPE
, Inc
as
the
desi
gn c
onsu
ltant
and
ant
icip
ates
is
suin
g N
TP
on J
anua
ry 1
2, 2
011
for
adva
nced
PE
. G
Ec
I pr
epar
ed 2
0% p
lans
for
seg
men
t. F
D a
ntic
ipat
ed to
be
gin'
in O
ctob
er 2
011.
G
EC
I p
repa
red
20%
pla
ns f
or s
egm
ent.
FD a
ntic
ipat
ed to
be
gin
in M
arch
201
3..
Kam
ehar
neha
Sta
tion
Gro
up
(3)
Segm
ent I
I
Air
port
Sta
tion
Gro
up (
3)
Segm
ent 1
.11
Dill
ingh
am S
tatio
n G
roup
(3)
Se
gmen
t IV
G
EC
I p
repa
red2
0% il
itiiis
for
seg
men
t. F
D a
ntic
ipat
ed to
be
gin
in A
ugus
t201
3.
City
Cen
ter
Stat
ion
Gro
up (
3)
Segm
ent I
V
I G
EC
I p
repa
red
2D%
pla
ns f
or s
egm
ent.
FD a
ntic
ipat
ed to
be
gin
in J
anua
ry 2
014.
G
EC
I p
repa
red
20%
pla
ns f
or s
egm
ent F
D a
ntic
ipat
ed to
be
gin
in A
ugus
t 201
4.4V
K
akaa
ko S
tatio
n G
roup
(3)
Se
gmen
t IV
I
Pear
l Hig
hlan
d H
2 R
amps
an
d M
ultip
le P
arki
ng
Stru
ctur
e
1 Se
gmen
t 1
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t. C
ity is
rep
acka
ging
to
incl
ude
the
Pear
l Hig
hlan
d St
atio
n in
the
KH
Sta
tion
Gro
up a
nd s
epar
ate
112
Ram
ps a
nd M
ultip
le P
arki
ng
Stru
ctur
e fo
r se
para
te c
ontr
act.
FD a
ntic
ipat
ed to
beg
in in
D
ecem
ber
2015
.
69L9g000v
City
and
Cou
nty
of H
onol
ulu
31
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
-ore
Sys
tem
s L
ontr
act
DB
OM
Con
trac
t
us
GE
C I
pre
pare
d co
ntra
ct d
ocum
ents
or
DW
",1
proc
urem
ent,
incl
udin
g 15
-20%
pla
ns. C
ontr
acto
r w
ill
adva
nce
the
conc
eptu
al d
raw
ings
and
per
form
ance
sp
ecif
icat
ions
in th
e R
FP P
art 2
con
trac
t doc
umen
ts to
the
Def
initi
ve a
nd I
nter
im D
esig
n le
vels
dur
ing
the
earl
y po
tion
of c
ontr
act
Sele
ctio
n of
a c
ontr
acto
r is
ant
icip
ated
in F
ebru
ary
2011
w
ith N
TP
#1 a
ntic
ipat
ed to
be
issu
ed in
Mar
ch 2
011.
Nota
PMO
C is
of
the
opin
ion
that
var
ious
le
vels
of
deta
il, w
hich
incl
ude
basi
c co
ncep
tual
dra
win
gs w
ith li
mite
d pe
rfor
man
ce c
rite
ria,
hav
e be
en
com
plet
ed b
y th
e G
EC
. Thi
s in
form
atio
n m
ust b
e au
gmen
ted
by
tech
nica
l pro
posa
l fro
m th
e se
lect
ed
cont
ract
or, w
hich
sho
uld
be m
ade
avai
labl
e to
tir
PM
OC
in J
anua
ry
2011
. N
ote:
PM
OC
con
tinue
s to
rev
iew
con
trac
t ink
rmat
ion
and
will
pre
sent
dis
posi
tion
of P
E c
ompl
etio
n in
the
"Pro
ject
Sco
pe R
evie
w"
repo
rt, w
hich
is ta
rget
ed f
or
subm
issi
on to
FT
A in
Feb
ruar
y 20
11.
o9L9g000v
City
and
Cou
nty
of H
onol
ulu
32
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
Dat
v N
TP
Dcs
c.
NT
P
Vzd
uc
(M)
fl A
kp
prov
k
't R
eque
st
NIP
ore.
P
ropo
sa
Dra
ft
E
Con
tr.
Vulu
t:
(NI
Wes
t Oah
u Fa
rrin
gton
H
ighw
ay (
WO
FH)
Gui
dew
ay
Kam
eham
eha
Hig
hw
ay
DB
N/A
N/A
G
uide
way
(K
HG
)
Mai
nten
ance
and
St
orag
e Fa
cilit
y
DB
N
/A
N/A
(M
SF)
Geo
tech
Tes
t Sh
afts
Adm
in
& B
onds
15
- U
tility
2
Feb
- R
eloca
ti
: 11
ons
15
- 3
Au
g-
FD
11
15-
Con
stru
e 4
Sep-
tio
n 11
04
- 1
Mar-
PE
11
2 T
BD
FD
3 T
BD
Co
nst
rue
tion
. 1
15-
1 1
Feb
- P
E
1 11
.
I 08-
2 1
Au
g-
FD
:
11
$4.7
N/A
04
-Feb
- 13
- 09
M
ar-0
9
to
supp
ort
$48.
2 to
FE
S
- 1
Dee
- 09
11
- ' lA
M
ar-
10
23-
1B
Mar- 10
04
- 1C
Ju
n-
10
1D
TB
D
Inte
rim
D
esig
n $2
1.2
(PE
)
$482
.9(1)
$195
.0(1
)
18-N
ov-
05-J
an-
09
10
29-M
ay-
02-J
ul-
09
09
17-
28-A
ug-0
9 N
ov-0
9
07-O
ct-1
0 19
- (B
AFO
M
ar-1
0 du
e 20
- 'N
Dec
-10
)
24-J
ul-
17-F
eb-1
0 09
03-
Apr
-09
1.9L9g000v
Ap
pen
dix
D:
Bid
din
g S
ched
ule
Cit
y an
d C
ount
y of
Hon
olul
u
33
Mon
thly
Rep
ort
Janu
ary
2011
(F
INA
L)
H
un
ruin
R
IP
, Ps
I :11
R
H' P
art
B 1
L
ON
P ne
st
NT
P C
ont r
. V
:III
N
' ,lrc
. ;,!,
Ii.,,
.. P
ropo
saI
r -
1) r :
t ! \
NI
I)
n
\ T
i.
Ir
I D
ec.
Val
ue
t1
T,a
,.
1 (M
)
3 '.,:e
.z._
Con
stru
e N
ov-
—
tion
11
Veh
icle
/Cor
e D
BO
Sy
stem
s C
ontr
act
N/A
N
/A
09-A
pr-
05-J
un-
17-
07-J
un-1
0 (B
AFO
—
—
03
- M
ar-
—
—
M
09
09
Aug
-09
due
18-J
an
1 1
(CSC
) -
11)
Air
port
Util
ity
Rel
ocat
ion
DE3
8 01
- N
ov-1
2 01
-F e
b-
13
N/A
N
/A
N/A
1
N/A
—
/
Mar
- 13
—
—
Air
port
Gui
dew
ay
DB
B
--
01 F
eb
13
- 01
Jun
13
N
/A
N/A
N
/A
. ' N
/A
—
—
01-
Jul.1
. 13
—
—
City
Cen
ter
Util
ity
Rel
ocat
ion
DB
B
15-
May
12
15-S
ep-
13
N/A
N
/A
1 N
/A
.
N/A
15
- —
O
ct-
1 13
—
—
City
Cen
ter
Gui
dew
ay &
Ala
M
oana
Sta
tion
DB
B 1
IS
- N
ov-1
3 15
- M
ar-1
4 N
/A
: : : N
/A
1 I N
/A
N/A
IS
- A
pr-
. : 14
W
est O
ahu
Stat
ion
Gro
up (
3)
Con
stru
ctio
n D
BB
C
ontr
act
DB
B
15-S
ep-
12
15-D
ec-
12
N/A
N
/A
1 N
A, .
.. N
/A
,
—
—
15-
Jan-
13
—
—
Farr
ingt
on S
tatio
nG
roup
(3)
C
onst
ruct
ion
DB
B
15-J
an-
12
15-A
pr-
12
N/A
N
/A
N/A
M
A
. , ,
. '''
—
M
ay
-12
—
—
Pear
l Hig
hlan
ds
Park
ing
and
Ram
ps
DB1
3 15
-Jul
- 15
15
- N
ov-1
5 N
/A
N/A
N
/A
- N
/A
—
15-
Dec
- 15
—
Kam
eham
eha
Stat
ion
Gro
up (
2)
DB
B
01-O
ct-
12
01-F
eb-
13
N/A
N
/A
1 N
/A
N/A
—
01
- M
ar-
13
—
Air
p ort
Sta
tion
Gro
up (
3)
DB
B
15-
May
-14
15-S
ep-
14
N/A
N
/A
1 N
/A
N/A
15
- O
ct-
1 14
Dill
ingh
am S
tatio
n G
roup
(3)
D
BB
15
-Oct
- 14
15
Feb
15
N
/A
N/A
N
/A
N/A
—
1
15-
-
I M
ar-
1 15
—
-
Z9L990001V
City
and
Cou
nty
of H
onol
ulu
34
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
(R
FP
Par
t 1.
* 'a
rt r
i –
013
Pro
pol
P R
eque
st
EV.re
1)
: - aft
Fi
nul
N/A
N
/A
N/A
N
/A
NT
T
Va
I ue
(A1)
Kak
aako
Sta
tion
Gro
up (
3)
DB
B
City
Cen
ter
Stat
ion
DB
B
Gro
up (
3)
Ele
vato
rs/E
scal
ator
D
BB
15
- 01
- M
ar-1
1 M
ay-1
1
Plan
ts a
nd S
hrub
s D
BI3
(O
wne
r Fu
rnis
hed)
Fare
Col
lect
ion
DB
B
(Ow
ner
Furn
ishe
d)
Au
g-
—
1 15
15
- M
ar-
i
16
15-
1 Ju
n- 1
11
1
02
- Ja
n-
15-
15-J
ul-
Mar
-15
15
15-
15-F
eb-
Nov
-15
16
15-
15-D
ec-
Aug
-11
11•
NT
P
Dec
.
Indi
cate
s ac
tual
bid
am
ount
c9L9g000v
35
Cit
y an
d C
ount
y of
Hon
olul
u M
onth
ly R
epor
t Ja
nuar
y 20
11 (
FIN
AL
)
App
endi
x E
: P
E A
ppro
val L
ette
r R
equi
rem
ents
No.
,
Item
C
ity
Res
pons
ible
P
erso
n
Tar
get
Act
ual
Com
plet
ion
Com
plet
ion
Dat
e D
ate*
C
omm
ents
_.pc
1. ,i
, .rt a
nd D
evt ;
,.:1.
mvi
t( ! l
en. ;
,y a
ny 1
!]ii
. d p
arty
agr
eem
ents
nec
essa
ry ;o
r pr
ojec
t com
plet
ion,
incl
udin
g ut
ility
agr
eem
ents
with
pr
ivat
e an
d pu
blic
ow
ners
and
mili
tary
'an-
)
I Ia
n-10
2 R
esol
ve th
e sp
ecif
ic r
egar
ding
pro
xim
ity o
f th
e gu
idew
ay to
run
way
s 22
R14
L a
nd 2
2L14
R a
t the
H
onol
ulu
Inte
rnat
iona
l Air
port
with
HD
OT
and
FA
A
Fully
dev
elop
veh
icle
bas
is o
f de
sign
and
fun
ctio
nal
sizi
ng
HL
B
JS
Apr
-10
Feb-
11
May
-10
PM
OC
wil
l rev
iew
sel
ecte
d pr
opos
al
to d
eter
min
e w
heth
er it
mee
ts
oper
atio
nal c
rite
ria;
it is
ant
icip
ated
re
view
will
take
one
mon
th
3
Det
erm
ine
rail
flee
t siz
e re
quir
emen
t JS
Fe
b-11
Mar
-11
pro
posa
l W
ill b
e ad
dres
sed
in C
SC D
BO
M
Fully
dev
elop
sco
pe f
or th
e ad
min
istr
atio
n bu
ildin
g an
d op
erat
ions
con
trol
cen
ter
JS /
HL
B
Det
erm
ine
the
fina
l loc
atio
n of
the
mai
nten
ance
and
st
orag
e fa
cilit
y FM
Ja
n-11
W
ill e
xecu
te L
icen
se A
gree
men
t aft
er
RO
D
Fin
aliz
e a
cont
ract
ingp
acka
ging
pla
n w
hich
incl
udes
a
sour
ce s
elec
tion
pla
n(s)
and
con
trac
t spe
cifi
c w
ork
...
plan
s
SZ
Nov
-10
07-J
an-1
1
Dev
elop
str
ateg
ies
to s
trea
mlin
e th
e C
ity's
pro
cess
to
awar
d co
ntra
cts
and
to e
nter
into
gra
nt a
gree
men
ts,
espe
cial
ly a
s ap
plic
able
to F
TA
gra
nts
LR
..
Jun-
11
Res
olut
ion
prov
ided
to F
TA
and
PM
OC
aft
er C
ity C
ounc
il ap
prov
al in
D
ec-0
9. W
ill b
e in
clud
ed o
n ba
llot
in
Nov
-10
elec
tion
9
Dev
elop
a p
relim
inar
y op
erat
ion
plan
E
nsur
e th
e se
rvic
e ve
loci
ty d
oes
not e
rode
ove
r th
e ne
xt c
ours
e of
des
ign
chan
ges
JS
JS
.
MU
Jan-
11
Mar
-10
08-F
eb-1
0 W
ill b
e ad
dres
sed
in C
SC D
BO
M
Jral
osa
l 10
..1;rd
lee.
'ro
:,.1
2 a
'Jas
e : Ir
e of
the
mas
ter
l'roj
ect S
ched
ule
(MPS
) ea
rly
in P
E w
hich
will
be
used
for
mon
thly
pr
ogre
ss u
pdat
es a
nd tr
acki
ng s
ched
ule
vari
ance
s
Dec
-10
ReN
, ise
d ba
sulin
e to
be
subm
itted
in
Dec
-10
1
179L990001V
City
and
Cou
nty
of H
onol
ulu
36
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
99Lsg000v
No.
It
em
Cit
y R
espo
nsib
le
Per
son
Tar
get
Act
ual
Com
plet
ion
Com
plet
ion
Dat
e D
ate*
C
omm
ents
12
Add
ress
the
utili
zatio
n m
anpo
wer
and
equ
ipm
ent
reso
urce
load
ing
and
budg
et a
nd c
ost l
oadi
ng
MEI
D
ec-1
0 R
evis
ed b
asel
ine
to b
e su
bmitt
ed in
D
ec-1
0; C
ity a
ckno
wle
dged
that
sc
hedu
le is
cos
t loa
ded
but w
ill n
ot b
e re
sour
ce lo
aded
13
: :
Incl
ude
criti
cal a
ctiv
ities
in th
e M
PS: u
tility
act
iviti
es,
real
est
ate
acqu
isiti
ons,
sys
tem
inte
grat
ion,
sta
rtin
g an
d te
stin
g, o
pera
tiona
l com
mis
sion
ing
and
trai
ning
, ve
hicl
e pr
ocur
emen
t, m
ajor
con
stru
ctio
n m
ater
ial
proc
urem
ent,
FT
A r
evie
w a
nd c
omm
ent d
etai
l ac
tiviti
es f
or e
arly
con
stru
ctio
n pa
ckag
es
Dev
elop
a r
ight
-of-
way
sch
edul
e
MH
Mil
Dec
-10
Dec
-10
Rev
ised
bas
elin
e to
be
subm
itted
in
Dec
-10
Initi
al s
ched
ule
subm
itted
29-
Oct
-09;
w
ill b
e re
vise
d in
Dec
-10
: : 14
:
15
T."1
-oje
ct C
ost
1(
Mod
ify
the
Wor
k B
reak
dow
n St
ruct
ure
to c
ross
ove
r _
with
the
pro
ject
bud
et a
nd c
ost b
reak
dow
n st
ruct
ure
MTI
Ja
n-10
21
-Dec
-09
Dev
elop
a d
etai
ecl
-bot
tom
s-up
-sty
le p
roje
ct c
ost
esti
mat
e to
Sta
ndar
d C
ost C
ateg
ory
form
at. T
he
estim
ate
shou
ld b
e de
taile
d su
ffic
ient
ly to
det
erm
ine
dist
ribu
tions
of
mat
eria
ls, l
abor
, equ
ipm
ent a
nd
gene
ral c
ondi
tion
s el
emen
ts a
t a m
inim
um. T
he s
oft
cost
est
imat
es s
houl
d be
bas
ed o
n st
affi
ng p
lans
, for
ce
acco
unt p
lans
, con
trac
ts a
nd s
o fo
rth
rath
er th
an s
olel
y on
per
cent
ages
. The
est
imat
e sh
ould
eli
min
ate
para
met
ric-
styl
e va
lues
, cos
t est
imat
ing
rela
tions
hips
,
and
lum
p su
ms
as m
uch
as p
ossi
ble
duri
ng P
E
Esc
alat
e th
e co
st e
stim
ate
in a
ccor
danc
e w
ith th
e M
PS
ME
.
-MH
Dec
-It)
Dec
-10
- :!.e
vise
d ba
selin
e to
be
subm
itted
in
Dec
-10
Pend
ing
com
plet
ion
of I
tem
No.
16
17
18
Prov
ide
just
ific
atio
n an
d ba
ckup
doc
umen
ts to
sup
port
th
e qu
antif
icat
ion
and
assu
mpt
ions
for
the
"sof
t cos
ts"
an
d re
late
d ge
nera
l con
ditio
ns o
f th
e -o
roie
ct
, —
—
1 lac
i t v
MB
'`.,:;'.
„
Dec
-10
. 1
Pend
ing
com
plet
ion
of I
tem
No.
16
Tee
lin; ,
1 -
, on
; gu
rat o
n m
anag
emen
t an
I ch
ange
con
tro
mec
hani
sm
1 cc
-
20
Dev
elop
det
aile
d st
affi
ng p
lans
for
all
rem
aini
ng
1 ph
ases
of
the
proj
ect t
o en
sure
ade
quat
e te
chni
cal
: cap
acit
y. T
he p
lans
sho
uld
incl
ude
the
date
s by
whi
ch
I th
e C
ity
wil
l fil
l eac
h ke
y po
siti
on. A
ll k
ey C
ity
1 m
anag
emen
t pos
ition
s sh
ould
be
fille
d du
ring
PE
.
TH
/FR
D
ec-1
0
City
and
Cou
nty
of H
onol
ulu
37
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
No.
It
em
Cit
y R
espo
nsib
le
Per
son
Tar
get
Com
plet
ion
Dat
e
Act
ual
Com
plet
ion
Dat
e*
Com
men
ts
21
Wor
k w
ith th
e St
ate
of H
awai
i to
esta
blis
h a
Stat
e Sa
fety
Ove
rsig
ht A
genc
y of
fice
to o
vers
ee th
e pr
ojec
t K
A
Apr
-10
6-A
pr-1
0
22
Subm
it a
fully
dev
elop
ed R
ail F
leet
Man
agem
ent P
lan
H
ave
a qu
antif
iabl
e m
etri
cs f
or m
easu
ring
the
real
st
atus
of
wor
k, b
oth
cost
and
sch
edul
e of
all
prof
essi
onal
ser
vice
con
trac
ts, a
nd a
ny in
ter-
loca
l ag
reem
ents
for
par
ticip
ator
y se
rvic
es
JS
Mil
M
ar-1
1 N
ov-1
0 23
24
Dev
elop
a C
ontin
genc
y M
anag
emen
t Pla
n w
hich
will
id
entif
y th
e sp
ecif
ic r
isks
and
impl
emen
t the
an
ticip
ated
miti
gatio
n m
easu
res
SZ
Mar
-11
25
Dev
elop
an
Env
iron
men
tal M
itiga
tion
Plan
that
id
entif
ies
requ
ired
env
iron
men
tal m
itiga
tion
actio
ns
and
the
part
y re
spon
sibl
e fo
r th
e m
itiga
tion
and
that
w
ill e
vent
ually
bec
ome
the
basi
s fo
r qu
arte
rly
miti
gatio
n m
onito
ring
and
qua
rter
ly m
itiga
tion
repo
rts
JA/F
M
Dec
-10
Dra
ft E
nvir
onm
enta
l Miti
gatio
n Pl
an
to b
e pr
ovid
ed in
Oct
-10.
26
Upd
ate
and
impl
emen
t the
: R
eal E
stat
e A
cqui
sitio
n an
d M
anag
emen
t Pla
n 11
Ja
n-11
B
us F
leet
Man
agem
ent P
lan
PK
Jan-
11
PMO
C p
rovi
ded
revi
ew c
omm
ents
in
Aug
-10
Safe
ty a
nd S
ecur
ity M
anag
emen
t Pla
n IC
A
Feb-
11
Qua
lity
Man
agem
ent P
lan
AB
D
ec-1
0 11
-Jan
-11
ote:
Act
ual D
ate
to b
e ad
ded
only
upo
n ve
rifi
catio
n of
sat
isfa
tory
com
plet
ion
by F
TA
and
/or
PMO
C.
99L990001V
City
and
Cou
nty
of H
onol
ulu
38
Mon
thly
Rep
ort
Janu
ary
2011
(FI
NA
L)
Appendix F: Project Overview and Map (Transmitted as a separate file)
Appendix G: Safety and Security Checklist (Transmitted as a separate file)
City and County of Honolulu
39 Monthly Report January 2011 (FINAL)
AR00055767
PMOC MONTHLY REPORT
Honolulu High-Capacity Transit Corridor Project City and County of Honolulu
Honolulu, HI
February 2011 (FINAL)
PMOC Contract Number: DTFT60-09-D-00012 Task Order No. 2: Honolulu High-Capacity Corridor Project Project No: DC-27-5140 Work Order No. 1 OPs Referenced: OP 1 and 25
Jacobs Engineering Group, Inc., 501 North Broadway, St. Louis, MO 63102 Tim Mantych, P.E., (314) 335-4454, tim.mantychajacobs.com Length of Time Assigned: Five Years (November 18, 2009 through November 17, 2014)
AR00055768
TABLE OF CONTENTS
TABLE OF CONTENTS LIST OF APPENDICES
1.0 EXECUTIVE SUMMARY 1
1.1 Project Description 1
1.2 Project Status
1.3 Technical Capacity and Capability 4
1.4 Schedule 4
1.5 Cost Data 4
1.6 Issues or Concerns 5
2.0 BODY OF REPORT 7
2.1 Grantee's Capabilities and Approach 7 2.1.1 Technical Capacity and Capability 7 2.1.2 Transit Authority 9 2.1.3 Project Office 9 2.1.4 Project Controls for Scope, Quality, Schedule, Cost, Risk and Safety 10 2.1.5 Compliance with Applicable Statutes, Regulations, Guidance and FTA
Agreements 11
2.2 Project Scope 12 2.2.1 Status of Design/Construction Documents 12 2.2.2 Status of Third-Party Agreements 13 2.2.3 Delivery Method 14 2.2.4 Vehicle Status 15
2.3 Project Management Plan and Sub-Plans 16
2.4 Project Schedule Status 17
2.5 Project Cost Status 18 2.5.1 Standard Cost Category (SCC) 19 2.5.2 Funding Sources 19
2.6 Project Risk 19
2.7 Action Items 21
APPENDICES 22
LIST OF APPENDICES
Appendix A: Appendix B: Appendix C: Appendix D: Appendix E: Appendix F: Appendix G:
Acronym List Contract Status PE Status by Contract Bidding Schedule PE Approval Letter Requirements Project Overview and Map (Transmitted as a separate file) Safety and Security Checklist (Transmitted as a separate file)
City and County of Honolulu Monthly Report February 2011 (FINAL)
AR00055769
1.0 EXECUTIVE SUMMARY
1.1 Project Description
• General Description: The Project is an approximate 20-mile elevated fixed guideway rail system along Oahu's south shore between East Kapolei and Ala Moana Center. This Project is based on the Airport Alignment, which includes 21 stations. The alignment is elevated, except for a 0.5-mile at-grade portion at the Leeward Community College station. The Project is planned to be delivered in four guideway segments. o Segment I (West Oahu/Farrington Highway) — East Kapolei to Pearl Highlands (6
miles/7 stations) o Segment II (Kamehameha Highway) — Pearl Highlands to Aloha Stadium (4
miles/2 stations) o Segment III (Airport) — Aloha Stadium to Middle Street (5 miles/3 stations) o Segment IV (City Center) — Middle Street to Ala Moana Center (4 miles/9
stations) • Length: 20 miles • No. of Stations: 21 • Additional Facilities: Maintenance and Storage Facility (MSF) and parking facilities • Vehicles: 76 vehicles • Ridership Forecast: Weekday hoardings — 97,500 (2019); 116,300 (2030).
1.2 Project Status
• Preliminary Engineering (PE) — The City has submitted substantial technical information related to their completion of PE activities, as identified in Appendix C (PE Status by Contract). The PMOC continues to review all items to,determine the disposition of its assessment on the City's definition of the project scope through drawings, specifications, narratives, third party agreements, plans for the pioject delivery, etc, for adequacy and completeness at the completion of PE. The PMOC submitted a WORKING DRAFT of the Project Scope Review to FTA in January 2011. However, since the City requested a 2nd BAFO for the Core Systems Contract (CSC) on February 9, 2011, the PMOC anticipates completing the Project Scope Review to FTA in March 2011. The City expects to receive responses the week of February 21, 2011 and selection in early March.
• Program Management Consultant (AMC) — The City is negotiating Amendment #1 with Infi-aConsult LLC., the PMC, in the amount of approximately $6 million for additional staffing that the City was unable to fill through direct hiring. This funding will cover eight positions ($4.4 million) in addition to some subconsultants ($1.6 million).
• General Engineering Consultant II (GEC) — The City has ranked Parsons Brinkerhoff as the top rated firm during procurement. Negotiations are underway, and NTP is anticipated to be issued in the latter part of March 2011. The City will issue another addendum for GEC I until the end of March 2011.
• West Oahu /Farrington Highway (WOFH) Design-Build (DB) Contract — Kiewit began installation of test and demonstration drilled shafts on October 18, 2010 under the authority of Notice to Proceed (NTP) #1C. This work is scheduled to be completed in
City and County of Honolulu 1
Monthly Report February 2011 (FINAL)
AR00055770
February 2011. Geotechnical investigation activities are anticipated to be completed in March 2011. The City issued NTP #1D for approximately $83 million on January 6, 2011 to extend monthly management costs for another six months, through June 2011. These ongoing monthly costs include project management, quality management, safety plan administration, coordination with local agencies, design management, and public information. It did not include additional costs for bonds. The City performed a value analysis to verify that the extended monthly management costs are valid. The City is also anticipating issuing NTP #2 in February 2011 for work activities related to the relocation of utilities based on the City's pre-award authority associated with the FTA's issuance of a ROD. The amount reimbursable under NTP #2 is approximately $63 million. The WOFH DB Contract will utilize an existing facility to fabricate precast and prestressed concrete guideway elements. However, work associated with the precast facility cannot begin unless a Letter of No Prejudice (LONP) is issued by PTA for limited construction activity. A LONP would trigger issuance of a limited NTP #4 for construction activity by the City.
• Maintenance and Storage (MS F) DB Contract — The City issued a letter of intent to award the MSF contract to Kiewit/Kobayashi Joint Venture on June 24, 2010 in the amount of $195 million. The price proposal expired on August 16, 2010, but the City sent a letter to Kiewit/Kobayashi requesting an extension of their pricing until March 15, 2011. The City did not receive a formal response from the contractor agreeing to extend their pricing. The City issued a letter on February 9, 2011 to the contractor to confirm that they will accept a contract in the amount of $195 million based on their price proposal that was submitted on June 24, 2010. The City has indicated that NTP #1 will be issued in April 2011.
• Kamehameha Highway Guideway DB Contract — Technical and price proposals were received on October 7, 2010, with prices valid until April 5,1011. Technical and price proposal evaluations were anticipated to be completed by the City on November 10, 2010. However, the City elected to request Best and Filial Offers (BAFO) from the proposers. BAFOs were received on December 30,2010. The City intends to make a selection by the end of February 2011 with NTP41 anticipated to be issued in March 2011
• Vehicles/Core Systems DBOM Contract (CSC) — The City issued a Request for BAFOs on November 4, 2010. BAFO responses were received on January 18, 2011. However, based on discussions held with the three Priority Listed Offerors, the City issued a 2 nd call for BAFO's on February 9, 2011. Responses are expected the week of February 21, 2011 and NTP #1 is anticipated to be issued in April 2011.
• Station Design — o The City selected HDR/HPE, Inc. for the Farrington Station Group Design
Contract. NTP #1A was issued on January 12, 2011 for $120,000 to begin preparing the Schedule of Milestones and the Design Workshop. NTP #1B will be issued for approximately $1 million in February 2011 to begin advanced PE.
o The RFQ to begin advanced PE for the Kamehameha Station Group Design Contract is expected to be released in February 2011.
o The RFQ for the West Oahu Station Group was released January 13, 2010, with responses received on February 17, 2010. Due to the length of time that had elapsed between submittal of proposals and the potential date for selection
City and County of Honolulu
2 Monthly Report February 2011 (FINAL)
AR00055771
(November 2010), the City allowed the proposers to "refresh" their proposals. Refreshed proposals are expected by February 15, 2011 and the City anticipates issuing NTP #1 in April 2011.
• Airport Guideway Segment Design Contract — The RFQ for design services is anticipated to be released in January 2011 with responses due by in March 2011. The City anticipates issuing NTP in June 2011.
• Professional Real Estate Services Consultant — The City issued RFP Part I on November 17, 2010 and responses are expected on January 31, 2011. RFP Part II is anticipated to be issued by the end of February 2011. The City anticipates a selection in April 2011.
• Hawaii Department of Transportation (HDOT) — The City has begun procurement on HDOT's behalf for consultants to support HDOT with design review, Maintenance of Traffic (MOT) and construction inspection services. Selection of a consultant and negotiations are anticipated to be completed in December 2010 for the design review and construction inspection services. The City is negotiating with the top ranked firm for Maintenance of Traffic reviews. They anticipate issuing an NTP in March 2011.
• Owner Controlled Insurance Program (OCIP) Consultant — The City anticipates issuing RFP Part I in late February 2011, following completion of a peer review of the RFP documents. RFP Part II is anticipated to be issued in March 2011. Selection is targeted to be completed in April 2011, and NTP issued in May 2011.
• Programmatic Agreement (PA) Project Manager — The City anticipates issuing RFP Part I in late February 2010 for a PA Project Manager Consultant, or Kako'o. The City will submit RFP Part Ito FTA and State Historic Preservation Division (SHPD) for review and approval in February 2011. Per the terms of the PA, the FTA and SHPD are required to review and approve (1) the procurement request for thp Kako`o prtor to the release of such request; (2) the qualifications of the final candidatei under consideration by the City prior to the final selection of the Kako`o by the City; and (3 ) ;the scope of work of the Kako`o to be included in the City's contract with the Kako`o. The consultant will report to SHPD and the consulting parties listed in the PA.
• During the November 2010 election, an amendme,rdto the Revised Charter of the City and County of Honolulu 1972 (as amended) wag - approved by voters to allow for the creation of a public transit authority. The new authority will be responsible for the planning, construction, operation, maintenance, and expansion of the City's fixed guideway mass transit system. This authority, which is to be named the Honolulu Authority for Rapid Transportation (HART), will become effective on July 1, 2011. In addition, to the establishment of the new transit authority, the voters in Hawaii elected a new governor, Neil Abercrombie. Governor-elect Abercrombie has stated that he intends to approve the rail's pending environmental impact statement if the project complies with all environmental laws. The state Office of Environmental Quality Control must finish evaluating the environmental documents prior to submitting them to the governor's office. Text of the full resolution can be found at the following link:
http://www4.honolulu.gov/docushare/dsweb/Get/Document-95397/RES09- 252,%20CD1.pdf
City and County of Honolulu
3 Monthly Report February 2011 (FINAL)
AR00055772
The City has developed a flowchart that identifies key actions required along with their target dates for the creation of the new transit authority. This flowchart was transmitted to the FTA and PMOC on February 14, 2011.
(Note: Full details on the status of all contracts discussed above are provided in Appendix B.)
1.3 Technical Capacity and Capability
The table in Section 2.3 presents the status of key required management deliverables.
1.4 Schedule
• Preliminary Engineering (PE): FTA approved entrance into PE on October 16, 2009
• Record of Decision: Publication of the FEIS occurred on June 25, 2010. The comment period closed August 26, 2010. The City submitted their disposition of all comments to the FTA on October 4, 2010. The Record of Decision was issued on January 18, 2011.
• Revenue Operations Date (ROD): December 2019
1.5 Cost Data
The Project Budget submitted with the City's request to enter PE is as follows
Base Cost Estimate
$3.838 billion ,
Total Contingency
$1.219 billion (31.8% of Base Cost Estimate) Finance Charges
$0.290 billion Total Project Cost
$5.348 billion
Additional project costs include the following:
Pre-PE Expenditures $0.082 billion Financing Charges $0.103 billion (post-revenue operations) Grand Total Project Cost $5.532 billion
Total Expenditures to Date $0.143 billion (December 2010) (excludes pre-PE costs)
The PMOC provided an over the shoulder review of a draft bottoms-up cost estimate with the City on November 2, 2010 during which the PMOC provided their opinion and verbal comments to the City. A bottoms-up cost estimate was provided to the PMOC on January 5, 2011. However, after further discussions during the January 2011 Monthly Meeting, the City has determined that they will include the actual bid amounts for the Kamehameha Highway Guideway DB Contract and Core Systems DBOM Contract upon receipt of those bids. A revised bottoms-up cost estimate will be provided in March 2011.
City and County of Honolulu 4 Monthly Report February 2011 (FINAL)
AR00055773
1.6 Issues or Concerns
The following key issues or concerns have been identified: • The City must remain cognizant of the limits of the pre-award authority granted with the
receipt of ROD. The City intends to issue multiple NTPs for its DB contracts. However, as noted in a December 1, 2009 letter to the City, the FTA will consider LONPs for activities not covered by automatic pre-award authority on a case-by-case basis following issuance of the ROD.
The City submitted a White Paper to the PTA on January 6, 2011 regarding an approach they would like to consider for LONPs. This approach will be refined as the City continues preparations of their request to enter Final Design.
• The PMOC performed an over the shoulder review of the draft Master Program Schedule (MPS) on November 3, 2010 during which the PMOC provided their opinion and verbal comments to the City. The City submitted a revised MPS on January 7, 2010. The revised MPS (data date of December 31, 2010) and Basis of Schedule were reviewed by the PMOC. The PMOC identified several items that required correction in both the Basis of Schedule and MPS. The PMOC met with the City on February 8, 2011 to review these items. The City anticipates providing the revised information in late February 2011. The City anticipates approval to enter Final Design in September 2011. This target is possible if the City meets the submittal dates for all outstanding items in the Final Design Roadmap, and those items are found to be sufficient to enter Final Design by the FTA, including the City's Financial Plan JI
• The City must execute a license agreement with the Department of Hawaiian Homelands (DHHL) to construct the MSF on the Navy Drum Site. To - do so, the City first executed a Memorandum of Agreement (MOA) in March 2010. The License Agreement can now be executed since the ROD has been issued. The City has stated that it is not aware of any issues from the DHHL, that the Navy has cleaned the site, and that there are no limitations on the proposed use of the site. If any hazardous materials are found during construction, the DHHL is required to clean the site per the agreements. The PMOC has recommended that the License Agreement be provided to the FTA and PMOC for review prior to execution.
• The System Safety and Security Program Standards (SSPPS) is an important part of HDOT's comprehensive safety and security assessment. Each of the rail fixed guideway systems covered under this Program (currently the Honolulu High Capacity Transit Corridor Project) is required to develop a System Safety Program Plan and System Security Program Plan that formalizes the safety and security duties and responsibilities of the transit organization and ensures a process for identifying and correcting safety and security hazards. The City will be assisting the State Oversight Agency (SOA) with procuring a consultant to develop the SSPPS in early 2011. It is the PMOC's professional opinion that the schedule to procure a consultant and for the consultant to develop the SSPPS could take up to a year. It is critical for the City and the SOA to begin the process immediately. The PMOC received a copy of the SOA's draft program schedule on
City and County of Honolulu 5 Monthly Report February 2011 (FINAL)
AR00055774
December 3, 2010. Since a new governor took office on December 6, 2010 the City has indicated that there will be a new Director of Transportation for HDOT appointed, and he/she will select a new SOA lead in early 2011. The draft program schedule was based on the outgoing SOA and the dates specified seem aggressive and untenable. It is the PMOC' s professional opinion that a revised program schedule will need to be updated once the new SOA representative takes over the responsibilities for establishing the SSPPS.
• The City performed a Quality Audit of the GEC I PE products from November 17 -19, 2010. The City's QA Manager issued the results of the QA Audit to the General Manager and GEC I on December 2, 2010. The QA audit resulted into one Non-Conformance Report (NCR) for Design Control Procedures and three observations for Document Control/QA Records, Computer Program Verification and Certifications and Non-Conformances. The GEC responded to the report on December 10, 2010 and the City has verified that the corrective and preventive actions were in place.
City and County of Honolulu
6 Monthly Report February 2011 (FINAL)
AR00055775
2.0 BODY OF REPORT
2.1 Grantee's Capabilities and Approach
2.1.1 Technical Capacity and Capability
The PMOC had previously identified "capacity" issues as key City and Project Management Consultant (AMC) positions remained vacant or vacated due to retention challenges stemming from the project's geographic location and other related issues. The PE Entry Readiness Report identified the following key positions that the City needed to focus on filling prior to ROD:
• Chief Project Officer — filled by PMC • Manager of Quality Assurance — filled by PMC • Manager of Safety and Security — filled by PMC • Manager of Real Estate — filled by City • Chief Project Controls — filled by PMC • Contracts Administrator — filled by City
Some of the key positions have been filled by the PMC due to retention challenges stemming from the project's geographic location, limited salary structure, or lack of qualified candidates. Although there is no set timetable for replacing the PMC with City staff, the City has developed a Staffing Plan and has begun to advertise city positions currently filled by the PMC. The need for PMC staff will diminish as the City fills key management positions. Until such time, it will be necessary for the City to continue supplementing its staff with PMC staff. It is the PMOC' s professional opinion that a five-year timetable from the approval to enter PE in October 2009 is needed to provide enough lead time to perform the recruitment, ielection andtraining for replacing the PMC with City staff. The PMOC believes that the resource demands associated with the PE and Final Design phases of a $5 billion project require full time and concentrated attention and continuity within the Grantee's organization for „smooth transition into future phases.
The City has made an improvement in hiring additional staff needed for the project since the PE Entry Readiness Report. However, more work is needed to accomplish the required staffing levels anticipated by the City. The City has 128 positions budgeted for FY 2012, including all current positions. Of the 128 positions budgeted, the City has currently filled 35 full time positions with another 18 full time positions are to be filled by February 2011. It is expected that the transition from current to proposed staff size and composition would occur over the years of 2011 to 2013. It is anticipated that the 2013 staffing pattern would remain applicable for several years thereafter. The PMC currently has filled 25 positions and they are in the process of negotiating Amendment #1 for additional PMC staffing hired for critical positions the City was unable to fill. The critical positions that have been filled or are to be filled by the PMC are as follows:
• Senior Cost Analyst • Assistant Project Officer Utility, Agency & Permit Coordination • Manager of Rail Communications • Deputy Director of Project Finance
City and County of Honolulu 7 Monthly Report February 2011 (FINAL)
AR00055776
City positions remain vacant or vacated due to retention challenges stemming from the project's geographic location and other related issues. The City has developed a Staffing Plan and has begun to advertise city positions currently filled by the PMC.
The City is actively recruiting the following staff (target start date in parentheses): • Two Mechanical Engineer III (1 st Quarter 2011) • Utilities Engineer (1 st Quarter 2011) • Contract Change Specialist (1 st Quarter 2011) • Two Civil Engineer III (1 st Quarter 2011) • Electrical Engineer IV (1 st Quarter 2011) • Civil Engineer VI (1 st Quarter 2011) • Financial Planner (1 st Quarter 2011) • Data Processing System Analyst (1 st Quarter 2011) • Information Technology Technician (1 st Quarter 2011) • Labor relations Specialist (1 st Quarter 2011) • Secretary II (1 st Quarter 2011) • Senior Clerk (1 5t Quarter 2011) • Deputy Project Officer (1 st Quarter 2011)
The City has recently added the following staff (start date in parentheses): • Asset Manager (January 2011) • Civil Engineer VI "Senior Structural" (January 2011) • Civil Engineer III "Maintenance and Storage Facility" (January 2011)
The PMC has recently added the following staff (start date in parentheses): • Senior Cost Analyst (January 2011) • Transit Arts Coordinator (January 2011) • Interim Utility Coordinator (TBD) • Agency Coordinator (January 2011) • Senior Advisor to assist with creation of HART (January 2011)
The City also issued an RFP for Real Estate Professional Services on November 17, 2010 and selection is anticipated by April 2011, which will enhance the Technical Capacity and Capability of the Manager of Real Estate.
The PMOC began a Technical Capacity and Capability (TCC) review of the project staff. The following personnel were interviewed:
• Deputy Project Officer Controls & Administration — Frank Doyle (City) • Assistant Project Officer Design-Build Contracts — Lorenzo Garrido (PMC) • Assistant Project Officer Facilities — In-Tae Lee (City) • Safety and Security Manager — Kahlil Allen (PMC) • Quality Manager — Alberto Bonifacio (P MC) • Manager of Rail Communications — Jeannie Mariani-Belding (PMC) • Assistant Project Officer Design-Bid-Build Contracts — Richard Torres (City)
City and County of Honolulu
8 Monthly Report February 2011 (FINAL)
AR00055777
• Assistant Project Officer Utility, Agency & Permit Coordination — Vicki Barron-Sumann (PMC)
• Manager of Project Controls — Mark Hickson (PMC)
It is the PMOC' s professional opinion that the Project organization, staffing, and management approach provides the technical capability to support the City's initial implementation of the project during PE. However, the PMOC has recommended that the City identify additional key positions (other than those identified in the PE Entry Readiness Report and listed above) that should be filled by City employees. The City has identified the Senior Cost Controls Analyst, Project Labor Agreement Specialist and Procurement Specialists as critical positions that need to be filled by the City. The City feels confident that they can fill these critical positions. However, if they have problems filling these critical positions, the PMC will be asked to fill them. These positions should be identified in the Staffing Plan and should be a priority for recruitment.
2.1.2 Transit Authority
During the November 2010 election, an amendment to the Revised Charter of the City and County of Honolulu 1972 (as amended) was approved by voters to allow for the creation of a public transit authority. The new authority will be responsible for the planning, construction, operation, maintenance, and expansion of the City's fixed guideway mass transit system. This authority, which is to be named the Honolulu Authority for Rapid Transportation (HART), will become effective on July 1, 2011. As a result of the election, the City has begun taking measures to fill the positions necessary to not only implement this Project but establish a new transit authority. The City has indicated that the next update of the PMP, which is anticipated to be submitted for review in December 2010, will support their reque4 to enter FiLl Design but will only address the new transit authority in general terms. They will require additional time to fully vet the impacts of a new authority on their staff and their management approach. It is anticipated that an update to the PMP will be submitted after July 1, 2011 that will address the new transit authority in detail. Text of the full resolution can be found at the following link:
http://www4.honolulu.gov/docushare/dsweb/Get/Document-95397/RES09- 252,%20CD1.pdf
The City has developed a flowchart that identifies key actions required along with their target dates for the creation of the new transit authority. This flowchart was transmitted to the FTA and PMOC on February 14, 2011.
2.1.3 Project Office
The City reached an agreement for a 10-year lease on the 23r d floor of their building on December 1, 2010, which will provide for an additional 17,000 square feet of office space to the existing 18,000 square feet of office space on the 17 th floor. The City, PMC, and a portion of the GEC staff will continue to be co-located and will utilize the additional office space. Some project staff moved into this new office space in early January 2011. The 23' 1 floor only provides enough space for approximately 65 personnel. It is the PMOC's professional opinion that the additional floor will provide sufficient space too effectively and efficiently progress the project during the advanced PE and Final Design phases of the project. However, additional office City and County of Honolulu 9 Monthly Report February 2011 (FINAL)
AR00055778
space may be needed with the creation of a new public transit authority and as the project advances into full construction and start-up due to the staffing expectations for the project.
2.1.4 Project Controls for Scope, Quality, Schedule, Cost, Risk and Safety
System Safety and Security • The State of Hawaii has established Executive Order No. 10-05 effective April 6, 2010,
designating the State Department of Transportation (HDOT) as the State of Hawaii Rail Fixed Guideway Oversight Agency.
• Revision 2.0 of the Safety and Security Management Plan (SSMP) and Revision 0 of the Safety and Security Certification Plan (SSCP) were submitted to the PMOC for review on April 5, 2010. The PMOC reviewed and provided comments to the City on April 28, 2010. A conference call was held with the City on May 14, 2010 to provide them with further clarification to the PMOC's comments provided. The intent of the PMOC comments was to assist the City with updating the documents prior to Final Design. The FINAL DRAFT of Revision 2.0 of the SSMP was submitted to the PMOC for review in January 2011. An update of the SSCP is anticipated in February 2011.
• The PMOC intends to hold a safety and security workshop that could include representatives from FTA Region IX, FTA Headquarters, and HDOT. The tentative timeframe for the workshop is summer 2011.
• The System Safety and Security Program Standards (ssEps) is an important part of HDOT's comprehensive safety and security assessment.ach of the fail fixed guideway systems covered under this Program (currently the Honolulu .High Capacity Transit Corridor Project) is required to develop a System Safety-Program Plan and System Security Program Plan that formalizes the safety and security duties and responsibilities of the transit organization and ensures a process foridentifying and correcting safety and security hazards. The City will be assisting the Sthte Oversight Agency (SOA) with procuring a consultant to develop the SSPPS in early 2011. It is the PMOC's professional opinion that the schedule to procure a consultant and for the consultant to develop the SSPPS could take up to a year. It is critical for the City and the SOA to begin the process immediately. The PMOC received a copy of the SOA's draft program schedule on December 3, 2010. Since a new governor took office on December 6, 2010 the City has indicated that there will be a new Director of Transportation for HDOT appointed and he/she will select a new SOA lead in early 2011. The draft program schedule was based on the outgoing SOA and the dates specified seem aggressive and untenable. It is the PMOC's professional opinion that a revised program schedule will need to be updated once the new SOA takes over the responsibilities for establishing the SSPPS.
Quality • The City performed a Quality Audit of the GEC I PE products from November 17-19,
2010. The City's QA Manager issued the results of the QA Audit to the General Manager and GEC I on December 2, 2010. The QA audit resulted into one Non-Conformance Report (NCR) for Design Control Procedures and three observations for Document
City and County of Honolulu 10 Monthly Report February 2011 (FINAL)
AR00055779
Control/QA Records, Computer Program Verification and Certifications and Non-Conformances. The GEC I consultant has performed a majority of the early PE design for the DB, DBOM and DBB contracts that the City has issued for bid or are in the process of issuing for bid. The PMOC had strongly recommended that the project Quality Assurance Manager perform a Quality Audit before the City issues NTP for the GEC II contract to identify any potential issues. The GEC responded to the report on December 10, 2010 and the City has verified that the corrective and preventive actions were in place.
2.1.5 Compliance with Applicable Statutes, Regulations, Guidance and FTA Agreements
National Environmental Policy Act (NEPA) • The Notice of Availability of the Final Environmental Impact Statement (FEIS) was
published in the Federal Register on June 25, 2010. The comment period was extended to August 26, 2010.
• The ROD was issued on January 18, 2011. • The WOFH Segment DB Contract will utilize an existing facility for precasting and
prestressing the concrete guideway segments. The casting facility, located in Campbell Industrial Park, is approximately 27 acres and is in close proximity to the WOFH project. GPRM Prestress is a certified plant under the PCI (Precast/Prestressed Concrete Institute) Certification Program.
• A lawsuit was filed against the Project in January 2011. The lawsuit, filed by the Native Hawaiian Legal Corporation, alleges that government officials and agencies circumvented the procedures to identify and protect Native Hawaiian burial sites.
Letters of No Prejudice (LONP) • In a December 1, 2009 letter to the City, the FTA clarified - its policies and procedures
related to LONPs. The letter states, "After completioii:•0f NEPA, FTA will consider LONPs for activities not covered by automatic pre-award authority on a case by case basis. Absent of pre-award authority or an LONP, no project cost can be incurred and be eligible for reimbursement or as local matching for any portion of the entire 20 mile alignment." The City submitted a White Paper to FTA on January 6, 2011 regarding an approach they would like to consider for LONPs. This approach will be refined as the City continues preparations of their request to enter Final Design.
The most critical LONP will be for the WOFH DB Project. The City anticipates Kiewit will complete all work authorized under NTP #1, 1A, 1B & 1C in May 2011. The City is in the process of issuing NTP #2 in February 2011 for utility relocations since the ROD was issued. However, Kiewit's approved schedule indicates construction starting in the fall of 2010. This did not occur. Based on the LONA checklist the City will need an updated cost estimate, updated schedule, Risk Assessment, Risk and Contingency Management Plan, and Financial Management Plan before an LONP could be considered by the PTA. The FTA will consider LONPs for activities not covered by automatic pre-award authority on a case-by-case basis following completion of the NEPA process.
City and County of Honolulu
11 Monthly Report February 2011 (FINAL)
AR00055780
2.2 Project Scope
The Project is a 20-mile fixed guideway rail system along Oahu's south shore between East Kapolei and Ala Moana Center. This Project is based on the Airport Alignment, which currently includes 21 stations. The alignment is elevated, except for a 0.5-mile at-grade portion at the Leeward Community College Station. The Project is planned to be delivered in four guideway segments.
• Segment I (West Oahu/Farrington Highway) — East Kapolei to Pearl Highlands (6 miles/7 stations)
• Segment II (Kamehameha Highway) — Pearl Highlands to Aloha Stadium (4 miles/2 stations)
• Segment III (Airport) — Aloha Stadium to Middle Street (5 miles/3 stations) • Segment IV (City Center) — Middle Street to Ala Moana Center (4 miles/9 stations)
The alignment will average a total of 97,500 weekday boardings at the Revenue Operations Date in the year 2019 and 116,300 weekday boardings in the year 2030. It will provide two significant areas with potential for Transit Oriented Development, one near the Airport and one in the surrounding industrial areas. It is anticipated that the initial fleet will include 76 "light metro" rail vehicles.
2.2.1 Status of Design/Construction Documents
The City has submitted substantial technical information related to their completion of PE activities, as identified in Appendix C (PE Status by Contract). The PMOC continues to review all items to determine the disposition of its assessment on the City's definitioS of the project scope through drawings, specifications, narratives, third party agreements, plans for the project delivery, etc, for adequacy and completeness at the completion of PE. The PMOC submitted a WORKING DRAFT of the Project Scope Review to FTA in January 2011. This report will be updated upon receipt of the proposals from the selected contractors for the Kamehameha Highway DB Contract and CSC DBOM, which will be a.Vailable in March 2011.
The City held a Value Engineering Workshop the week of April 19-23, 2010, which the PMOC attended as an observer. The focus of the workshop was originally to include the Airport Segment Guideway and Utilities, City Center Segment Guideway and Utilities, and station packages. However, the City has subsequently determined that the workshop will only focus on the station packages. The objective of the VE workshop was to provide value engineering for six stations along the alignment — West Loch, Pearl Highlands, Aloha Stadium, Kalihi, Downtown, and Ala Moana Stations, representing elevated stations with and without concourses, direct access stations, and unique stations. As part of VE, the team was expected to consider not just ways of cutting costs, but also ways to reduce project risks, enhance operations, and bring to light any improvement opportunities that may exist.
Through the DB procurement, the City allows for submittal of Alternate Technical Concepts for the contractors, which satisfies the Value Engineering requirement during PE.
City and County of Honolulu
12 Monthly Report February 2011 (FINAL)
AR00055781
The City has scheduled a VE Workshop for the Airport and City Center Guideway and Utility Relocation packages from April 11-15, 2011. Although, the PMOC will have completed the Project Scope Review by the time this VE workshop is held, the PMOC will include any critical observations from a review of the VE report in the PMOC Final Design Readiness Report. The PMOC will attend the VE Workshop as an observer. The PMOC will monitor that all VE recommendations are reviewed by the City, and those that are accepted are implemented accordingly during PE and Final Design.
The final VE Report for Stations and the Alternative Technical Concepts (ATC) Report from the DB proposals were provided to the PMOC in October 2010. This included a list of the VE recommendations that the City intends to implement. The PMOC has reviewed the final YE report to ensure that the purpose and objectives were met, the findings were adequately summarized, and an action plan was developed. The table below presents the summary of YE results provided by the City.
Source No.
Proposals Received
30
Estimated value (MI
'
No. of Proposals Accepted
26
Estimated v al ue (M)
$104.1 VE Worlcshop for Stations $318.5 ATC Proposals — WOFH DB Contract 29 $85.4 13 $60.5 ATC Proposals — KH DB Contract 16 $29.0 7 $18.3 ATC Proposals — MSF DB Contract 11 $16.1 5 $2.7 ATC Proposals — CSC DBOM Contract 41 $35.6 15 $15.5 TOTAL 127 $484.6 66 $201.1
2.2.2 Status of Third-Party Agreements
The following table provides the status of Third Party Agreements for the project:
City and County of Honolulu
13 Monthly Report February 2011 (FINAL)
AR00055782
Agreement
University of Hawaii Master Agreement Pending I, ii
siatw,
UH Reviewing Leeward Community College Sub- agreement
Pending I UH Reviewing
Department of Education Master Agreement (Waipahu High School)
Pending I Awaiting City Council approval.
Department of Education Consent to Construct
Pending I DOE Reviewing
DHHL Master Agreement (Drum Site) 10-Mar-10 I/MSF Executed Department of Land and Natural Resources (DLNR) Executive Order Request for WOFH
Pending I Request sent to DLNR but agency will not review until after ROD
Department of Land and Natural Resources Consent to Construct for WOFH
Pending I Request sent to DLNR but agency will not review until after ROD
Easement Request for Navy Property Pending MSF Navy is processing request HDOT Master Agreement — Segment I Pending I Joint Use and occupancy
agreement can now be executed since ROD has been issued.
Department of Hawaiian Homelands (DHHL) License Agreement
Pending I/MSF Under review by DHHL
General Services Administration (GSA) Agreement
Pending HMV Pending
Hawaii Community Development Authority (HCDA) Agreement
Pending IV Pending
The following table provides a summary and status of the Utilities Engineering Services Agreements for the Project:
1 ' . 1iPt West Oahu/Farrington Highway
1T1' Kamehameba ghwa [',
Engineering cost requested AT&T Corporation Purchasing waiting for outstanding %. certificates from utility
Chevron Products Company Complete Engineering cost requested Hawaiian Telcom, Inc. Complete Engineering cost requested Hawaiian Electric Company, Inc Compensation through agreement
with GEC Cost Received from utility
Oceanic Time Warner Cable Complete Engineering cost requested Pacific LightNet Inc. Complete Engineering cost requested Sandwich Isle Communications Inc. Complete Engineering cost requested The Gas Company Complete Cost Received from utility TW Telecom Complete Cost Received from utility Tesoro Hawaiian Corporation Request cancelled since utility has
no impacts on this contract Engineering cost requested
2.2.3 Delivery Method
Appendix B provides the status of the various design and construction contracts associated with this Project. The following is a list of contracts, delivery methods and contract packages anticipated for the project (number in parentheses indicates number of anticipated contracts if more than one):
• Professional Services
City and County of Honolulu
14 Monthly Report February 2011 (FINAL)
AR00055783
o Project Management Consultant (PMC) o General Engineering Consultant (GEC) o Legal Services o Leadership in Energy and Environmental Design (LEED) Commissioning o Insurance Consulting for Owner Controlled Insurance Program o Drilled Shaft Load Testing o Real estate support consultant
• Design and Construction Services o Guideway & Utilities Design (2) o Stations Design (7) o Design-bid-build (DBB) Construction Engineering Inspection (5-7)
• Construction and Procurement Contracts o 3 Design-Build Contracts — Guideway (2) and MSF o Design-Bid-Build Contracts
• Stations (7) • Utility Relocation (2) • Guideway Construction (2) • System-wide Landscaping
o Vehicle/Core Systems Design-Build-Operate-Maintain (DBOM) o Elevator/Escalator
In accordance with the Contract Packaging Plan developed by the City, construction of the project guideway is to be implemented in four segments. A summary of the Contract Packaging Plan for PE is currently included in the PMP as the project delivery approach for the Project. The method of delivery for the four guideway segments is as follows:
• Segment I — East Kapolei to Pearl Highlands — DB • Segment II — Pearl Highlands to Aloha Stadium — DB • Segment III — Aloha Stadium to Middle Street Station — DBB • Segment IV — Middle Street Station to Ala Moana Center — DBB
The DB approach is being planned to advance the project schedule in order to minimize escalation costs and start construction of the initial portion of the project while the remainder of the project proceeds through the DBB process. Work on these early contracts (Segments I & II, Maintenance and Storage Facility and Core Systems) is planned to be initiated after the ROD but ahead of the FFGA, utilizing excise tax funding. However, as noted above, any design activities beyond PE or construction activities not covered by automatic pre-award authority would require an LONP, which would be considered on a case-by-case basis.
2.2.4 Vehicle Status
Vehicle procurement is included in the Core Systems DBOM Contract, the status of which is discussed in Appendix B.
The current assumptions for the vehicles include a total active rail car fleet of 76 "light metro" railcars. The railcar being proposed is an automated light metro car, similar to railcars currently
City and County of Honolulu
15 Monthly Report February 2011 (FINAL)
AR00055784
in operation in Vancouver, Copenhagen, and Oslo, but not in the United States. The railcar would have three doors per side and a length of approximately 60 feet. Vehicles could run in two-, three-, or four-railcar trains. Following is a summary of the anticipated vehicle characteristics (subject to change based on proposals that will be received from DBOM contractors):
• 76 light metro vehicles (identified as heavy rail in SCC workbook) • Standard gauge, steel wheel on steel rail • Fully automated, manual operation possible (hostler panel) • Nominal vehicle dimensions:
o Length: 60 feet o Width: 10 feet o Height: Up to 13.3 feet o Floor Height: 3.77 feet above top of rail (at entry)
• Nominal Passenger Capacity: 190 per vehicle (AW2 load) • Electric traction via third rail, nominal 750V direct current supply, all axles powered • Semi-permanently coupled, bi-directional trainsets • Wide gangways between end and middle cars • 2 to 3 double passenger plug doors per side (per car) • Manual crew doors with steps • Dynamic / regenerative braking • Alternating current propulsion • 30+ year design life
2.3 Project Management Plan and Sub-Plans
The following table presents the status of each City-provided management deliverable. The "Date of Current Revision" column indicate management deliyerables that have been prepared prior to or during PE per the requirement of the PE approval letter. The "Anticipated Date for Next DRAFT Submission" indicates the target date for submission of a DRAFT update of each deliverable to the PMOC for review. The "Anticipated Date for Final Document to Support FD Request" indicates the target date for submission of a final document, with no additional changes expected prior to approval to enter Final Design.
City and County of Honolulu
16 Monthly Report February 2011 (FINAL)
AR00055785
a it agentehl Deli% crable
•NI
-rein . 1 5.
u.
4
Date of Current Revision
10-Dec-10
r Next
f >RAFT mission
15-Mar-11
or I Document to Support ED
Request Mar-11
\ otcs
Project Management Plan (PMP)
City is in the process of updating the PMP based on PMOC comments
Quality Management Plan (QMP)
0 01-Jan-11
, N/A N/A Document finalized
Real Estate Acquisition and Management Plan (RAMP)
4 21-Dec-10 N/A N/A Document finalized
Bus Fleet Management Plan (BFMP)
2 Jun-10 N/A May-11 BFMP will be finalized based on data from Financial Plan
Rail Fleet Management Plan (RFMP)
0 Apr-09 Feb-11 Apr-11 Update will be based on information from Core Systems Contractor
Safety and Security Management Plan (SSMP)
2 01-Apr-10 11-Jan-11 Mar-11 PMOC provided review comments
Safety and Security Certification Plan (SSCP)
1 Feb-10 25-Feb-11 Mar-11 Review comments for Rev 0 provided 28-Apr-10
Configuration Management Plan (CMP)
0 23-Dec-10 N/A N/A Document finalized
2.4 Project Schedule Status
The PMOC performed an over the shoulder review of the draft Master Program Schedule (MPS) on November 3, 2010 during which the PMOC provided their Oinion and verbal comments to the City. The City submitted a revised MPS on January 7, 2,010. The revised MPS (data date of December 31, 2010) and Basis of Schedule were reviewed by the PMOC. The PMOC identified several items that required correction in both the Basis of Schedule and MPS. The PMOC met with the City on February 8, 2011 to review these items. The City anticipates providing the revised information in late February 2011. The City anticipates approval to enter Final Design in September 2011. This target is possible if the City meets the submittal dates for all outstanding items in the Final Design Roadmap.
A major re-planning of the project schedule included the reduction from six (6) phased openings to three (3). The proposed revised opening dates are as follows:
• Target opening for West Oahu/Farrington/Kamehameha Sections — November 2015 • Target opening for Airport Section — October 2017 • Target opening for City Center Section (Full Revenue Service) — February 2019
The table below provides a comparison of key milestone dates at the start of PE and in the current MPS.
City and County of Honolulu
17 Monthly Report February 2011 (FINAL)
AR00055786
•
D250
Deli. et. ,, Alethod
N/A
Milestone Description
tit i
E E nit s BaS
10-Aug-10
M PS •i D ttt.•
D-e-t4t1 16-Aug-11
" t• ( lhs
FTA Approve Entry into Final Design (371) F270 N/A FTA Award Full Funding Grant Agreement 11-Sep-10 6-Sep-12 (726) 1997 DB Open Waipahu to Leeward Section 14-Dec-12 N/A* N/A*
M999 DB MSF Complete 01-Oct-13 16-Sep-14 (350) 1998 DB Open East Kapolei to Leeward CC Section 31-Jul-14 N/A* N/A* 1999 DB Open Leeward CC — Pearl Highlands Section 27-Apr-15 N/A* N/A* J999 DB Open Kamehameha Section 14-Sep-16 16-Nov-15 303 Z999 DBB Open Airport Section 31-Oct-17 10-Oct-17 21 9999 DBB Open to Ala Moana Center *** (ROD) *** 03-Mar-19 17-Feb-19 (14)
* N/A since there has been a reduction from six (6) phased openings to three (3).
The following is a 90-day look ahead for important activities associated with the Project:
Period: Mardi 2011 - May 2011 .k,e til
Monthly Progress Meeting ht:spor,rtirtt,
City, PMC, GEC and PMOC rl34:.
March 9, 2011 Monthly Progress Meeting City, PMC, GEC and PMOC April 5, 2011 Risk Assessment Workshop_ #1 City, PMC, GEC and PMOC April 6-8, 2011 VE Guideway Workshop City, PMC, GEC and PMOC April 11-15, 2011 Risk Assessment Workshop #2 City, PMC, GEC and PMOC April 26-28, 2011 Monthly Progress Meeting City, PMC, GEC and PMOC May 11, 2011 (tentative)
2.5 Project Cost Status
The Project Budget submitted with the City's request to enter PE is as,follows
Base Cost Estimate
$3.838 billion Total Contingency
$1.219 billion (31.8% of Base Cost Estimate) Finance Charges
$0.290 billion Total Project Cost
$5348 billion
Additional project costs include the following:
Pre-PE Expenditures $0.082 billion Financing Charges $0.103 billion (post-revenue operations) Grand Total Project Cost $5.532 billion
Total Expenditures to Date $0.143 billion (December 2010) (excludes pre-PE costs)
The PMOC provided an over the shoulder review of a draft bottoms-up cost estimate with the City on November 2, 2010, during which the PMOC provided their opinion and verbal comments to the City during this over the shoulder review. A bottoms-up cost estimate was provided to the PMOC on January 5, 2011. However, after further discussions during the January 2011 Monthly Meeting, the City has determined that they will include the actual bid amounts for
City and County of Honolulu
18 Monthly Report February 2011 (FINAL)
AR00055787
the Kamehameha Highway Guideway DB Contract and Core Systems DBOM Contract upon receipt of those bids. A revised bottoms-up cost estimate will be provided in March 2011.
2.5.1 Standard Cost Category (SCC)
The SCC Workbook, including Main and Inflation worksheets, is submitted as a separate electronic file. However, the City is in the process of updating their detailed bottoms-up estimate.
2.5.2 Funding Sources
The following are the project capital revenue (funding) sources provided by the City during the January 2011 Progress Meeting:
General Excise Tax (GET) $3.698 billion Section 5309 $1.550 billion Section 5307 $0.300 billion ARRA (Section 5307) $0.004 billion Interest $0.011 billion Total $5363 billion
The GET surcharge receipts received to date are approximately $585.4 million. Additional surcharge revenues are received approximately 30 days following the end of each quarter.
The City is hopeful that it will be able to reduce the need for Se0" ion 5307 fulids through project development (.i.e. refined Base Cost Estimate and revenue estimates during PE) and an aggressive bidding environment.
2.6 Project Risk
The PMOC completed a scope, schedule, and cost review in advance of completing a risk review of the Project as part of the evaluation of the Grantee's request to enter PE. A FINAL Spot Report was submitted in July 2009. The Spot Report included recommendations for cost and schedule contingency and identified key risks. However, this effort did not include development of risk management tools (e.g., Primary Mitigation Deliverables, Secondary Mitigation Activities, or a Risk and Contingency Management Plan). These risk management tools will be developed in conjunction with an update of the risk assessment to support the City's request to enter Final Design.
The PMOC received the GEC Risk Register on October 27, 2010. PMOC comments on the risk register were discussed on December 7, 2010. The City submitted the GEC Risk Report to FTA/PMOC on January 6, 2011. The PMOC appreciates the City being proactive and performing its own Risk Assessment, and the PMOC will be able to utilize much of the information provided by the City. However, the PMOC will perform a thorough evaluation of all aspects of the Project technical capacity and capability, scope, schedule, and cost when preparing for the fully independent FTA Risk Review. The following table presents the dates for all key activities or deliverables associated with completion of the Risk Review. It should be
City and County of Honolulu 19 Monthly Report February 2011 (FINAL)
AR00055788
noted that this is a subset of the Final Design Roadmap and does not include all activities necessary to enter Final Design.
NetivitylDeliverable i , • Original
larri Da 18-Jan-11
Current 1.-1 t.
23-Feb-11
I •
Complete Basis of Schedule City KHG DB Contract Proposal City 31-Jan-11 14-Feb-11 CSC DBOM Contract Proposal City 08-Feb-11 02-Mar-11 Updated Cost Estimate City 25-Feb-11 15-Mar-11 Updated Basis of Cost Estimate
City 25-Feb-11 15-Mar-11
Escalation Model City 04-Mar-11 22-Mar-11 SCC Workbook City 04-Mar-11 22-Mar-11 Updated SCC Workbook is
necessary to prepare risk model in advance of Workshop #1
Financial Plan (DRAFT) City 18-Mar-11 01-Apr-11 DRAFT plan will be submitted but cannot be finalized until after Workshop #2
RA Workshop #1 PMOC 22-Mar-11 06-Apr-11
Preliminary RA results submitted to FTA
PMOC 01-Apr-11 15-Apr-11 PMOC will prepare draft findings and submit to FTA for review and concurrence prior to Workshop #2
RA Workshop #2 PMOC 19-Apr-11 26-Apr-11 •
PMOC to present results to City
City and County of Honolulu
20 Monthly Report February 2011 (FINAL)
AR00055789
2.7
Act
ion
Item
s
Res
pons
ible
P
arty
PMO
C
Item
N
o.
Sche
dule
Saf
ety
and
Secu
rity
Wor
ksho
p 2
City
to c
oord
inat
e m
eetin
g w
ith P
MO
C a
nd S
tate
Ove
rsig
ht A
genc
y
3
Prov
ide
Sam
ple
FFG
A R
oadm
ap
4 Pr
ovid
e PM
OC
with
Rea
l Est
ate
Prof
essi
onal
S
ervi
ces
Req
uest
For
Pro
posa
l Par
t 2
Prov
ide
exam
ple
of e
nvir
onm
enta
l rep
ortin
g :in
spor
rat
I
I
Dat
e D
ate
Dat
e D
ue
Iden
tifi
ed
Com
plet
ed
4-N
ov-0
9
Jun-
11
Op
en
Jul-
10
Apr
-11
Ope
n
Oct
-10
Feb-
11
Op
en
Oct
-10
Feb
-1i
Ope
n
Dec
-10
Feb-
11
0 ie
n
FTA
/PM
OC
C
ity
PMO
C
City
Item
St
atus
I.
Inc L
ca
:o
w c
urve
lim
o 11
11 y
pres
enta
ton
and
mon
thly
rep
ort
r-
'ipen
11
Prov
ide
upda
ted
orga
niza
tion
char
t with
aff
iliat
ion
and
nam
es
City
Fe
b-11
Fe
b-11
O
pen
o6L9g000v
21
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
APPENDICES
Appendix A: Acronym List
ATC • Alternative Technical Concept BAFO • Best and Final Offers BFMP • Bus Fleet Management Plan CSC • Core Systems Contract DB • Design-Build DBB • Design-Bid-Build DBOM • Design-Build-Operate-Maintain DHHL • Department of Hawaiian Homelands FD • Final Design FEIS • Final Environmental Impact Statement FFGA • Full Funding Grant Agreement FONSI • Finding of No Significant Impact FTA • Federal Transit Administration FY • Fiscal Year GEC • General Engineering Consultant GET • General Excise Tax HAR • Hawaii Administrative Rules on Procurement HDOT • Hawaii Department of Transportation HHCTC • Honolulu High Capacity Transit Corridor Project LCC • Leeward Community College LEED • Leadership in Energy and Environmental Design (LEED) LONP • Letter of No Prejudice MSF • Maintenance and Storage Facility NEPA • National Environmental Policy Act NOA • Notice of Availability NTP • Notice to Proceed PA • Programmatic Agreement PE
▪
Preliminary Engineering PMOC
▪
Project Management Oversight Contractor PMP • Project Management Plan PMC • Project Management Consultant QMP • Quality Management Plan RA • Risk Assessment RAMP • Real Estate Acquisition and Management Plan RFMP • Rail Fleet Management Plan RFP • Request for Proposals RFQ • Request for Qualifications ROD • Record of Decision ROD • Revenue Operation,Date RPZ • Runway Protection Zone SOA • State Oversight Agency SSCP • Safety and Security Certification Plan SSEPP
▪
System Security and Emergency Preparedness Plan SHPO - State Historic Preservation Office SSMP • Safety and Security Management Plan SSPP • System Safety Program Plan VE • Value Engineering WOFH • West Oahu/Farrington Highway YOE • Year of Expenditure
City and County of Honolulu Monthly Report February 2011 (FINAL)
22
AR00055791
Appendix B: Contract Status
The following sections provide the scope and status of the various contracts identified for this Project.
Project Management Consultant (PMC) Contract. • Scope — The consultant will serve as a program manager in providing oversight of the
PE, FD, and construction activities for all DB and DBB contracts. • Status — The City awarded a contract to InfraConsult LLC in November 2009 to provide
Project Management Support Services. The PMC Agreement is for five years with a Not-to-Exceed amount of $36.7 million. The PMC is negotiating Amendment #1 for approximately $6 million for additional staffing hired by the PMC that the City was unable to fill through direct hiring.
General Engineering Consultant (GEC I) Contract • Scope — The City has contracted with Parsons Brinkerhoff (PB) to serve as the GEC in
completing PE/EIS efforts for the Project. The scope of work for this contract includes PE for all Project components. For those items that will be constructed utilizing Design-Build (DB) methodology, the GEC was required to prepare contract documents that would be included in a two-step Best Value procurement package.
• Status — The City issued a NTP for the GEC I contract on August 27, 2007. The period of performance of the contract was August 2007 to March 2010. Six contract amendments have been issued extending the period of performance to February 25, 2011 and authorizing total budget of $144 million. The City is4n the procev of issuing a seventh contract amendment from February 25, 2011 to March 31, 2a11 to provide the City with sufficient time to complete GEC II negotiations and issue NTP #1. The pre-PE costs for the GEC I contract were approximately $88.6 nraion.
General Engineering Consultant (GEC II) Contract • Scope — The consultant will provide services related to elevated guideway engineering,
systems engineering, rail station design, construction management oversight, procurement, contract administration, configuration control, claims support, scheduling, project financing and environmental planning. After the qualifications are evaluated and the top qualifier is selected, the City will develop the detailed scope of the contract. The GEC II Contract will include a ten year period of performance. The City expects to hire separate Construction Engineering and Inspection firms to provide field services for the DBB contracts.
• Status — The City has begun procurement of the General Engineering Consultant (GEC) contract (GEC II). Due to the length of time that had elapsed between submittal of proposals and the potential date for selection (October 2010), the City allowed the proposers to "refresh" their proposals. This allowed the consultants that submitted proposals an opportunity to provide the City with the most current staffing available rather than submitting substitution of personnel whose expertise and experience are equivalent to that which would have been provided by the originally listed personnel. The City has ranked Parsons Brinkerhoff as the top rated firm during the procurement of
City and County of Honolulu
23 Monthly Report February 2011 (FINAL)
AR00055792
the GEC II contract Negotiations are underway, and NTP is anticipated to be issued in the latter part of March 2011.
Hawaii Department of Transportation (HDOT) Consultant • Scope — HDOT does not have the staff necessary to complete reviews of DB plans,
Maintenance of Traffic (MOT) and perform the necessary construction inspection of the four guideway segments. Since most of the guideway will be located along HDOT right-of-way, it is necessary for HDOT to perform permit reviews of the DB plans and perform the final inspections. Therefore, the City has begun procurement of two contracts on HDOT's behalf for consultants to support HDOT with design review, MOT and construction inspection services. HDOT will manage the selected firms, but all related consultant costs will be paid from the project budget.
• Status — The City has included the costs of the HDOT reviews in the original project budget. Selection of a consultant and negotiations are anticipated to be completed in December 2010 for the design review and construction inspection services. The City is negotiating with the top ranked firm for Maintenance of Traffic reviews. They anticipate issuing an NTP in March 2011.
Profession Real Estate Services Consultant • Scope — Support project real estate staff with acquisition, relocation and property
management. • Status — The City issued RFP Part 1 on November 17, 2010. Responses are expected on
January 31, 2011. RFP Part IT is anticipated to be issued by the end of February 2011. The City anticipates a selection in April 2011.
• Issues or Concerns — It is the PMOC' s professional opinion that this approach should provide the technical capacity to support the City's Right of Way (ROW) activities.
Owner Controlled Insurance Program (OCIP) • Status — The City anticipates issuing an RFP for au Owner Controlled Insurance Program
(OCIP). The city anticipates a two-step RFP process beginning in mid-February 2011 following completion of a peer review of the RFP documents. The original procurement of an insurance consultant to help manage the OCIP was delayed due to protests. The City has resolved the protests and can now proceed with issuance of a new RFP. The City has noted that there was no cost impact realized as a result of the protest. RFP Part II is anticipated to be issued in March 2011. Selection is targeted to be completed in April 2011, and NTP issued in May 2011.
Cultural Resources (Kako'o) • Status — The City anticipates issuing RFP Part Tin late February 2010 for a Cultural
Resources Consultant, or Kako'o, based on the requirements of the Programmatic Agreement (PA). The City will submit RFP Part Ito FTA and State Historic Preservation Division (SHPD) for review approval in February 2011. The consultant will report to SHPD and the consulting parties listed in the PA.
City and County of Honolulu
24 Monthly Report February 2011 (FINAL)
AR00055793
West Oahu/Farrington Highway (WOFH) DB Contract • Scope — This contract includes the design and construction of a portion of the guideway
alignment from the initial station at East Kapolei and continuing approximately 6.8 miles to a point just east of the planned Pearl Highlands station. The alignment runs along the east side of North South Road. This portion of the guideway is being identified as the West Oahu/Farrington Highway Design-Build Contract. The guideway is comprised mostly of a two-track aerial structure with a 0.3-mile portion of twin single-track guideways and a 0.3-mile section of guideway at grade.
As the alignment approaches Leeward Community College (LCC), the guideway alignment traverses from the median of Farrington Highway to the makai side of the highway where it transitions to an at-grade section. Once at grade, the entrance(s) to the Maintenance and Storage Facility (MSF) is (are) encountered. The Guideway crosses Ala Ike Road at two locations, with the roadway passing under the guideway alignment in box-culverts. At the LCC Station, a station plaza area is planned to allow passengers to walk under the guideway to access either platform.
• Status — Kiewit Constructors was awarded a $482,924,000 contract on November 18, 2009. Notice to Proceed (NTP) #1 was issued on December 1, 2009 to Kiewit. The maximum reimbursable amount under NTP #1 was $27 million. NTP #1 is for approximately 90 days and the scope of work for Kiewit is limited to the elements of PE whose principal purpose is refinement and validation of information supporting the NEPA process.
The City issued NTP #1A on March 11, 2010. NTP #1Kauthorizes $25.8 million for PE activities to be completed. They then issued NTP #1B on March 23, 2010 authorizing interim design activities. NTP #1B authorizes $21.2 millioh for added definitive and interim PE activities to be completed. The City has indicated that NTP #1A and NTP #1B would provide sufficient work for the contractor through approximately July 2010. The City issued NTP #1C to Kiewit on June 7, 2010 to authorize $3.5 million for test and demonstration drilled shafts to complete the deep foundations interim design. Work authorized under NTP #1C began on October 18, 2010 and is anticipated to be completed in February 2011. The City anticipates Kiewit will complete all work authorized under NTP #1, 1A, 1B & 1C in March 2011. The load test program for method and test shafts is anticipated to be completed in February 2011, and geotechnical investigation activities are to be completed in May 2011. The City issued NTP #1D for approximately $8.7 on January 6, 2011 to cover administrative costs and bonds through June 2011.
The City believes, and the PMOC concurs, that all work authorized under these NTPs is consistent with the permission the City received from FTA to enter PE. The City is also anticipating issuing NTP #2 in February 2011 for work activities related to the relocation of utilities based on the City's pre-award authority associated with the FTA's issuance of a ROD. The amount reimbursable under NTP #2 is approximately $63 million.
City and County of Honolulu
25 Monthly Report February 2011 (FINAL)
AR00055794
The City will need to seek Letter(s) of No Prejudice for any work beyond the scope of NTP #2. NTP #3 is to be issued for Final Design work activities, as defined by the City. NTP #4 is to be issued for construction activities.
The contractor has provided the City with the Definitive Design Submittals and has begun preparing Interim Design submittals.
The City has received 56 Contractor Requests for Change (RFCC) and has issued 14 Requests for Change (RFCR) for Kiewit to review. The RTD Change Control Board approved five no cost and no time change RFCRs in November 2010 and sent to the Contractor for signature.
• Schedule — The City has approved the schedule submittal, and the PMOC has received a copy of the schedule electronic file approved by the City on May 20, 2010. The contractor is preparing a schedule analysis for NTP delays.
• Cost o Original Contract Value — $482,924,000 o Current Contract Value — $482,924,000 o Authorized Costs for NTP #1, 1A, 1B,1C & ID — $96,750,438 o Expended to Date — $76,695,291 o % Expended — 15.8% o Approved Change Orders — $0.00 o Total Encumbrance (City) — $520,846,930
• Issues or Concerns o The executed agreement for the WOFH DB Contract calls for issuance of all four
NTPs within 120 calendar days of the December 1,2009 NTP #1 date. Since that requirement was not met, the City reviewed KieVait's schedule of milestones and the baseline schedule to determine whether there has been a schedule or a cost impact. The City officially approved Kiewit's schedule on April 30, 2010. The City also formally responded on April 28, 2010 to Kiewit's request for change resulting in delay of NTPs # 2, 3 and 4. In their response, the City provided revised dates for Kiewit to assess the impacts of delays in the issuance of those NTPs. Specifically, the revised dates provided by the City to be used in Kiewit's assessment are as follows: (1) NTP #2 — July 15, 2010 (2) NTP #3 — September 15, 2010 (3) NTP #4 — December 15, 2010
However, subsequent to the April 28, 2010 letter, the City sent an RFCR to Kiewit on September 9, 2010 that supersedes the previous dates above stating that NTPs #2, 3 and 4 would not occur until March 15, 2011 and Kiewit should revise their schedule accordingly. The PMOC has strongly cautioned the City against providing unrealistic dates to the contractor given the requirements that must be met prior to issuance of any LONPs.
City and County of Honolulu
26 Monthly Report February 2011 (FINAL)
AR00055795
o The WOFH Segment 013 Contract will utilize an existing facility for precasting and prestressing the concrete guideway segments. The casting facility, located in Campbell Industrial Park, is approximately 27 acres and is in close proximity to the WOFH project. GPRM Prestress is a certified plant under the PCI (Precast/Prestressed Concrete Institute) Certification Program. It is certified to produce the following: )> Al — Architectural Precast Concrete Products > B3 — Prestressed Straight-Strand Bridge Beams (Superstructure), Precast Bridge
Products (No Prestressed Reinforcement), and Prestressed Miscellaneous Bridge Products (Non-Superstructure)
• C4 — Prestressed Deflected-Strand Structural Members, Precast Concrete Products (No Prestressed Reinforcement), Prestressed Hollow-Core and
Repetitively Produced Products, and Prestressed Straight- Strand Structural Members
It is the PMOC's professional opinion that the size of the facility is sufficient to support the precasting and prestressing requirements for the WOFH DB Contract. Detail on the infrastructure of the facility, including concrete batching capacity, has not been provided at this time; therefore, the capacity of the current infrastructure cannot be assessed to determine whether modifications will be required beyond installation of precasting and prestressing beds to manufacture the elevated guideway segments specific to this project.
Kamehameha Highway Guideway DB Contract • Scope — The contractor will design and construct a portion of the guideway alignment
from the initial station at East Pearl Highlands to a point-jUst east of the planned Aloha Stadium Station, a distance of approximately 3.9 milegThis portion of the guideway is being identified as the Kamehameha Highway Design-Build Contract. The guideway is comprised of a two-track aerial structure.
• Status — The Kamehameha Highway Guideway was originally to be constructed using DBB, but the City decided to utilize DB to take advantage of the perceived favorable bid climate. RFP Part 1 was issued on November 18, 2009, with responses received on January 5, 2010. RFP Part 2 was issued on March 19, 2010. Technical and price proposals were due September 9, 2010. However, the due date was extended to October 7, 2010, with prices now valid until April 5, 2011. Technical and price proposal evaluations were anticipated to be completed by the City on November 10, 2010. However, the City has elected to request Best and Final Offers (BAFO) from the proposers. BAFOs were received on December 30, 2010. The City intends to make a selection by the end of February 2011 with NTP #1 anticipated to be issued in March 2011.
RFP Part 2 contains PE-level documents. The contractor will advance the drawings in the RFP Part 2 contract documents to the Definitive and Interim Design levels during the Advanced PE phase of the project.
City and County of Honolulu
27 Monthly Report February 2011 (FINAL)
AR00055796
• Cost — The budget for this contract is $323.5 million.
• Schedule — The Kamehameha Guideway DB project is approximately 48 months in duration.
• Issues or Concerns o The PMOC received RFP Part 2 documents on April 8, 2010 for this contract. The
PMOC presented their disposition of PE completion in the "Project Scope Review" report, which was submitted as a WORKING DRAFT in January 2011. This report will be updated upon receipt of the selected proposal, which should be available in March 2011.
Maintenance and Storage Facility DB Contract • Scope — The contractor will design and construct the MSF to accommodate 80 revenue
vehicles. The maximum capacity of the site is 100 revenue vehicles. The Shop Facility will include administrative and operational offices for the agency, including an Operations Control Center. The MSF will be designed and commissioned to achieve Leadership in Energy and Environmental Design (LEED) Green Building Rating System Silver Certification, and will operate in accordance with FTA Sustainable Maintenance and Operational Standards. The scope of the contract includes the procurement of all rail materials.
• Status — RFP Part 1 was issued on May 28, 2009. RFP ! tart 2 was iswed on July 24, 2009. Technical and price proposals were received on February. 17, 2010, with prices valid until August 16, 2010. The City issued a letter of intent to award the MSF contract to Kiewit/Kobayashi Joint Venture on June 24, 2010 in the amount of $195 million. A letter of intent to award is not a contractual obligation and does not result in issuance of an NTP as would execution of a contract. The City 'S cost estimate was $254 million. The price proposal expired on August 16, 2010, but the City sent a letter to Kiewit/Kobayashi requesting an extension of their pricing until March 15, 2011. The City sent a letter to the PTA on September 30, 2010 indicating their intention to issue NTP #1 for preliminary design by November 1, 2010. However, the City has subsequently indicated that NTP #1 will be issued in January 2011
The City did not receive a formal response from the contractor agreeing to extend their pricing. The City issued a letter on February 9, 2011 to the contractor to confirm that they will accept a contract in the amount of $195 million based on their price proposal that was submitted on June 24, 2010. The City has indicated that NTP #1 will be issued in April 2011. The City anticipates that Kiewit/Kobayashi will submit a change order for material cost escalation since their price was only valid for 180 days from receipt, which occurred on February 17, 2010. In the FINAL DRAFT Risk Assessment Report provided by the City on January 5, 2011, an adjustment was made to the Base Cost Estimate for the material escalation associated with this contract. The City intends to negotiate a change order after issuing NTP #1. However, the PMOC recommended that the City
City and County of Honolulu
28 Monthly Report February 2011 (FINAL)
AR00055797
negotiate this change order prior to issuing NTP #1, which is anticipated to be issued by the City in April 2011.
RFP Part 2 contains PE-level documents. The contractor will advance the drawings in the RFP Part 2 contract documents to the Definitive and Interim Design levels during the Advanced PE phase of the project.
• Cost — The budget for this contract is $254 million, of which approximately $156 million is for MSF design and construction and the remainder, is for track material procurement.
• Issues or Concerns o The Memorandum of Agreement (MOA) has been executed with the DHHL or the
Navy Drum Site. However, the City must sign a License Agreement with the DHHL prior to any construction beginning.
o The City anticipates that Kiewit/Kobayashi will submit a change order for material cost escalation since their price was only valid for 180 days from receipt, which occurred on February 17, 2010. In the FINAL DRAFT Risk Assessment Report provided by the City on January 5, 2011, an adjustment was made to the Base Cost Estimate for the material escalation associated with this contract. The City intends to negotiate a change order after issuing NTP #1. However, the PMOC recommended that the City negotiate this change order prior to issuing NTP #1, which is anticipated to be issued by the City in April 2011.
Vehicle/Core Systems DBOM Contract (CSC) • Scope — A Design-Build-Operate-Maintain (DBOM) coiciract is anticipated to be
awarded by the City to more closely synchronize with ROD ,and will include the following: o Design and manufacture of vehicles o Design, manufacture, and installation of system's components including train control
communications, traction power, Central Control and fare collection equipment o Operations and Maintenance.
The Operations and Maintenance contract will extend 5 years beyond the full build revenue date (2019), with an additional 5 year option. The Operations and Maintenance contractor will be responsible for Intermediate Operating Section Openings (6 sections including the demonstration section opening in 2012).
• Status — RFP Part 1 for the Vehicles/Core Systems Design-Build-Operate-Maintain Contract (CSC) was issued on April 8, 2009. RFP Part 2 was issued on August 17, 2009. Technical and price proposals were received on June 7, 2010, with price proposals valid until December 4, 2010. The City held a first meeting with each offeror during the week August 8, 2010 to address technical and quality components of their proposals. Informational meetings with the offerors were also held the week of September 20, 2010. The City issued a Request for BAFO on November 4, 2010. BAFO responses were received on January 18, 2011. However, based on discussions held with the three Priority Listed Offerors, the City issued a 2" d call for BAFO's on February 9, 2011. Responses are
City and County of Honolulu
29 Monthly Report February 2011 (FINAL)
AR00055798
expected the week of February 21, 2011 and NTP #1 is anticipated to be issued in April 2011.
• Cost — The budget for this contract is $650 million, including equipment and installation.
• Issues or Concerns o The PMOC received RFP Part 2 documents on May 12, 2010 for this contract. The
PMOC presented their disposition of PE completion in the "Project Scope Review" report, which was submitted as a WORKING DRAFT in January 2011. This report will be updated upon receipt of the selected proposal, which should be available in March 2011.
o The PMOC participated in a workshop on August 31-September 1, 2010 with the City, PMC and the GEC to discuss the CSC Terms and Conditions and obtain a general understanding of how the REP Part II documents were developed. The City also provided a list of the evaluation committee and technical committee to better assess the City's approval process. The PMOC will schedule another workshop after the City selects the contractor to discuss the basis of the awarded contract and any follow up questions the PMOC may have once it reviews the final contract including any addendums issued by the City and Alternate Technical Concepts submitted by the contractor. This will assist the PMOC with assessing the Technical Capacity and Capability of the Grantee, Scope, Schedule and Cost reviews as it prepares to receive approval from the FTA to enter FD.
Airport Guideway & Utility Relocation DBB Contract • Scope — The project delivery method for the guideway ahd utility relocations will be
DBB. The City anticipates awarding separate construction cpritracts for the utility relocation and guideway. This segment extends from Aloha Stadium Station to Lagoon Drive Station.
• Status — RFQ is anticipated to be released on Jahuary 18, 2011 and responses due by March 2011. The City anticipates issuing NTP in August 2011. Utility relocation and guideway construction are anticipated to begin in late 2011 and early 2012, respectively.
• Cost — The estimated contract value will be available when the revised bottoms-up estimate is complete.
• Issues or Concerns o None identified at this time.
City Center Guideway & Utility Relocation DBB Contract • Scope — The project delivery method for the guideway and utility relocations will be
DBB. The City anticipates awarding separate construction contracts for the utility relocation and guideway. This segment extends from Lagoon Drive Station to Ala Moana Center Station. The guideway contract will likely now include the Ala Moana Center Station.
City and County of Honolulu
30 Monthly Report February 2011 (FINAL)
AR00055799
• Status — This segment is in the PE phase. The PE drawings are under final review by the City, and the GEC is completing quantity take-offs. Utility relocation and guideway construction are anticipated to begin in late 2011 and early 2012, respectively.
• Cost — The estimated contract value will be available when the revised bottoms-up estimate is complete.
• Issues or Concerns o None identified at this time. The City is in the process of finalizing third party
agreements for utility relocations.
Station Packages • Scope — All stations will be implemented using DBB. The City has developed station
group packages for design, and it intends to issue construction contracts based on those station packages. Following are the packages that the City is currently considering: o West Oahu Station Group (3 stations): East Kapolei, UH-West Oahu and Hoopili. o Farrington Station Group (3 stations): West Loch, Waipahu Transit Center and
Leeward Community College. o Kamehameha Station Group (3 stations): Pearl Highlands, Pear'ridge and Aloha
Stadium. o Airport Station Group (3 stations): Pearl Harbor Navy Base, Honolulu International
Airport, and Lagoon Drive. o Dillingham Station Group (3 stations): Middle Street Transit Center, Kalihi and
Kapalama. o City Center Group (3 stations): Iwilei, Chinatown and Downtown. o Kakaako Station Group (2 stations): Civic Center and ,K4kaako o Pearl Highlands Station Parking Garage and H2 Ramps (
• Status — o The City selected HDR/HPE, Inc. for the Fairington Station Group Design Contract.
NTP #1A was issued on January 12, 2011 to begin preparing the Schedule of Milestones. NTP #1B will then be issued in February 2011 to begin advanced PE.
o The RFQ for the West Oahu Station Group was released January 13, 2010, with responses received on February 17, 2010. Due to the length of time that had elapsed between submittal of proposals and the potential date for selection (November 2010), the City allowed the proposers to "refresh" their proposals. Refreshed proposals are expected by February 15, 2011 and the City anticipates issuing NTP #1 in April 2011.
o The RFQ for the Kamehameha Station Group design is expected to be released in February 2011. Qualifications will be evaluated by the City for advanced PE for the Kamehameha Station Group. Rankings should be approved and negotiations to commence in the early 2011.
o To better match anticipated cost with systems needs re-packaging and segregation is in process to separate H2 ramps, station and transit terminal for the Pearl Highlands Station and Transit Terminal. The City now anticipates using a DB contract delivery method for the parking structure and 142 Ramps. The Pearl Highlands Station will be packaged with the Kamehameha Station Group and will be constructed using DBB.
City and County of Honolulu
31 Monthly Report February 2011 (FINAL)
AR00055800
• Cost a The budget for the Farrington Station Group design contract is $5.5 million.
• Issues or Concerns o None identified at this time.
Elevators and Escalators • Scope — The City intends to issue a DB contract to furnish, install, test, and commission
all elevator and escalator equipment.
• Status — The City anticipates procuring this contract in 2011. Limited PE has been completed for this package.
• Schedule — Following are the key contract dates: o Prepare Procurement Packages — January 2011 o Bid-Award Elevator Packages — May 2011 o Elevator & Escalators Construction — January 2012
• Cost — The estimated contract values will be available when the bottoms-up estimate is complete.
• Issues or Concerns a None identified at this time.
City and County of Honolulu
32 Monthly Report February 2011 (FINAL)
AR00055801
Ap
pen
dix
C:
PE
Sta
tus
by
Con
trac
t
The
fol
low
ing
tabl
e pr
esen
ts th
e st
atus
of
PE a
ctiv
ities
for
eac
h m
ajor
con
trac
t. T
he P
MO
C w
ill c
ontin
ue to
rev
iew
this
con
trac
t in
form
atio
n an
d w
ill p
rese
nt a
dis
posi
tion
of P
E c
ompl
etio
n in
the
"Pro
ject
Sco
pe R
evie
w"
repo
rt, w
hich
is ta
rget
ed f
or s
ubm
issi
on to
FT
A in
Feb
ruar
y 20
11.
Not
e: W
ithi
n th
e co
ntex
t of t
his
mat
rix,
Adv
ance
d P
E is
sub
ject
ivel
y de
fine
d as
gre
ater
than
30%
and
less
than
65%
. Des
ign
deve
lopm
ent g
reat
er th
an 6
5% ty
pica
lly
occu
rs d
urin
g F
inal
Des
ign.
Wit
hin
the
conf
ines
of t
he D
B c
ontr
acts
, the
Spe
cial
Pro
visi
ons
defin
e th
e fo
llow
ing
desi
gn s
tage
s:
(1)
Def
initi
ve D
esig
n (2
) In
teri
m D
esig
n (3
) F
inal
Des
ign
(4)
Wor
king
Pla
ns
(5)
As-
Con
stru
cted
Pla
ns a
nd S
peci
fica
tion
s T
he S
peci
al P
rovi
sion
s of
eac
h co
ntra
ct p
rovi
de s
peci
fic
crit
eria
for
each
des
ign
phas
e.
rtnt
rn,c-
r
est O
ahu a
ngto
n
Hig
hway
Gui
dew
ay D
B
Con
trac
t
15.11
,ti■s
(;
:c
con
trac
t ioc
umen
ts f
or D
B p
rocu
rem
ent,
incl
udin
g 30
% p
lans
. Adv
ance
d P
E c
onti
nuin
g by
kie
wit
un
der
NT
P #
1, I
A, 1
B&
1C
. Kie
wit
sub
mit
ted
Def
init
ive
Des
ign
Subm
ittal
s an
d ha
s be
gun
prep
arin
g In
teri
m D
esig
n su
bmitt
als.
•
e, G
ote
cbni
Cat
inve
stig
atio
ns o
ngoi
ng b
y K
iew
it. M
etho
d (3
) an
d L
oad
Tes
t Sha
fts)
to s
uppo
rt D
efin
itiv
e D
esig
n su
bmit
tals
sta
rt0
on O
ctob
er 1
8, 2
010
and
are
anti
cipa
ted
to
be c
ompl
eted
in M
arch
201
1. H
owev
er, I
nter
im D
esig
n w
ill
a co
ntin
ue o
nce
the
test
and
dem
onst
ratio
n dr
illed
sha
fts
activ
ity is
com
plet
ed. •
a
GE
C I
pre
pare
d co
ral-W
et d
ocum
ents
for D
B p
rocu
rem
ent,
incl
udin
g 30
% p
lans
. Adv
ance
d PE
will
be
perf
orm
ed w
ith
Cit
y's
sele
ctio
n of
des
ign
cons
ulta
nt in
Mar
ch 2
011.
0nce
se
lect
ion
occu
rs, c
ontr
acto
r w
ill a
dvan
ce p
lans
to D
efin
itive
an
d In
teri
m D
esig
n le
vels
und
er li
mite
d N
TPs
.
Segm
ent I
— L
ast
Kap
olei
to P
earl
H
ighl
ands
Len
gth:
6 m
iles
Kam
eham
eha
Hig
hway
G
uide
way
DB
Con
trac
t Se
gmen
t II —
Pea
rl
Hig
hlan
ds to
Alo
ha
Stad
ium
Len
gth:
4 m
iles
Z08990001V
33
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
PE
Sta
tus
MC
,
1irp
ort (
Jut c
way
on
trac
t an
d U
tiliti
es R
eloc
atio
n D
BB
C
ontr
act
Segm
ent i
ll —
Alo
ha
Stad
ium
to M
iddl
e St
reet
Len
gth:
5 m
iles
CI E
C I p
repa
red
30%
pla
ns f
or s
egm
ent.
Adv
ance
d PI
-
be p
erfo
rmed
with
City
's s
elec
tion
of d
esig
n co
nsul
tant
in
June
201
1.
City
Cen
ter
Gui
dew
ay &
U
tiliti
es D
BB
Con
trac
ts
Segm
ent I
V —
Mid
dle
Stre
et to
Ala
Moa
na
Cen
ter
Len
gth:
5 m
iles
GE
C I
pre
pare
d 30
% p
lans
for
seg
men
t. A
dvan
ced
PE w
ill
be p
erfo
rmed
with
City
's s
elec
tion
of d
esig
n co
nsul
tant
in
Dec
embe
r 20
11.
Mai
nten
ance
& S
tora
ge
Faci
lity
DB
Con
trac
t Se
gmen
t I
GE
C I
pre
pare
d co
ntra
ct d
ocum
ents
for
DB
pro
cure
men
t, in
clud
ing
30%
pla
ns.
Onc
e se
lect
ion
occu
rs, c
ontr
acto
r w
ill
adva
nce
plan
s to
Def
initi
ve a
nd I
nter
im D
esig
n le
vels
und
er
limite
d N
TPs
. The
City
inte
nds
to is
sue
NT
P #1
in A
pril
2011
allo
win
g m
obili
zatio
n, in
sura
nce,
pla
ns a
nd p
roce
dure
s an
d D
efin
itive
Des
ign.
W
OFH
Sta
tion
Gro
up (
3)
DB
B C
ontr
act
Segm
ent I
G
EC
I p
repa
red
20%
pla
ns f
or s
egm
ent.
Adv
ance
d PE
will
be
per
form
ed w
ith th
e C
ity's
sel
ectio
n of
a d
esig
n co
nsul
tant
in
Mar
ch 2
011.
FD
is a
ntic
ipat
ed to
beg
in in
Sep
tem
ber
2011
. Fa
rrin
gton
Sta
tion
Gro
up (
3)
DB
B C
ontr
act
Segm
ent I
Segm
ent I
I
beg
in a
dvan
ced
PE
.
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t. C
ity s
elec
ted
HD
RJH
PE, I
nc a
s th
e de
sign
con
sulta
nt a
nd is
sued
NT
P #1
A
..,.
on J
anua
ry 1
2, 2
011
to b
egin
pre
pari
ng th
e Sc
hedu
le o
f M
ilest
One
s.. N
TP
# 1B
will
be
issu
ed in
Feb
ruar
y 20
11 to
GE
C I
pre
pare
d 20
%,p
1ans
for
seg
men
t. C
ontr
act i
s ex
pect
ed to
be
.tele
ased
in F
ebru
ary
2011
. FD
ant
icip
ated
to
begi
n in
Oct
ober
.201
1.
Kam
eham
eha
Stat
ion
Gro
up
(3)
Air
port
Sta
tion
Gro
up (
3)
Segm
ent I
II
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t. FD
ant
icip
ated
to
begi
n in
Mar
ch 2
013.
, D
illin
gham
Sta
tion
Gro
up (
3)
Segm
ent I
V
GE
C I
pre
pare
d 20
%W
ans
for
segm
ent.
FD a
ntic
ipat
ed to
be
gin
in A
ugus
t 201
3.
City
Cen
ter
Stat
ion
Gro
up (
3)
Segm
ent I
V
GE
C I
pre
pare
d 20
% p
lans
for
seg
men
t. FD
ant
icip
ated
to
begi
n in
Jan
uary
201
4.
Kal
caak
o St
atio
n G
roup
(3)
Se
gmen
t IV
G
EC
I p
repa
red
20%
pla
ns f
or s
egm
ent F
D a
ntic
ipat
ed to
be
gin
in A
ugus
t 201
4.
cosgg000v
City
and
Cou
nty
of H
onol
ulu
34
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
l'ear
lI i
hia
n
i am
ps
and
Mul
tiple
Par
king
St
ruct
ure
-.e
gmen
t „ .
GE
C [
pre
pare
d 20
% p
lans
)r
segm
ent.
City
is r
epac
ka,..
.ing
to in
clud
e th
e Pe
arl H
ghl
and
Stat
ion
in th
e K
it St
atio
n G
roup
and
sep
arat
e H
2 R
amps
and
Mul
tiple
Par
king
St
ruct
ure
for
sepa
rate
con
trac
t. FD
ant
icip
ated
to b
egin
in
Dec
embe
r 20
15.
Cor
e Sy
stem
s C
ontr
act
DB
OM
Con
trac
t G
EC
I p
repa
red
cont
ract
doc
umen
ts f
or D
BO
M
proc
urem
ent,
incl
udin
g 15
-20%
pla
ns. C
ontr
acto
r w
ill
adva
nce
the
conc
eptu
al d
raw
ings
and
per
form
ance
sp
ecif
icat
ions
in th
e R
FP P
art 2
con
trac
t doc
umen
ts to
the
Def
initi
ve a
nd I
nter
im D
esig
n le
vels
dur
ing
the
earl
y po
tion
of c
ontr
act.
Sele
ctio
n of
a c
ontr
acto
r is
ant
icip
ated
in F
ebru
ary
2011
w
ith N
TP
#1 a
ntic
ipat
ed to
be
issu
ed in
Apr
il 20
11.
PMO
C is
of
the
opin
ion
that
var
ious
le
vels
of
deta
il, w
hich
incl
ude
basi
c co
ncep
tual
dra
win
gs w
ith li
mite
d pe
rfor
man
ce c
rite
ria,
hiv
e be
en
com
plet
ed b
y th
e G
EC
. Thi
s in
form
atio
n m
ust b
e au
gmen
ted
by
tech
nica
l pro
posa
l fro
m th
e se
lect
ed
cont
ract
or, w
hich
sho
uld
be m
ade
avai
labl
e to
the
PMO
C in
Mar
ch
2011
.
Not
e: P
MO
C c
ontin
ues
to r
evie
w c
ontr
act i
nfor
mat
ion
and
will
pre
sent
dis
posi
tion
of P
E c
ompl
etio
n in
the
"Pro
ject
Sco
pe R
evie
w"
repo
rt, w
hich
is ta
rget
ed f
or
subm
issi
on to
FT
A in
Mar
ch 2
011.
tosgg000v
City
and
Cou
nty
of H
onol
ulu
35
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
Fina
l
N/A
D
B
N/A
04
-Feb
- 13
- 03
- 09
M
ar-0
9 A
pr-
09
28-A
ug-0
9
15-
Mar-
PE
11
08-
Au
g-
FD
11
App
endi
x D
: B
iddi
ng S
ched
ule
11-
Mar
-
10
23-
Inte
rim
M
ar-
Des
ign
10
(PE
)
04-
Tes
t 1C
Ju
n-
Shaf
ts
10
Geo
tech
$4
.7
Wes
t Oah
u Fa
rrin
gton
H
ighw
ay (
WO
FH)
Gui
dew
ay
Nov
-09
17-
r R
EP
P r
i I
- D
B
RE
P Pa
rt I
— D
13
1..6
.11)
Req
ues
t
Coj
Issu
e P
ropo
sal
NT
P
(NI)
ITA
A
ppro
ve
I -
P t
o
Dec
- su
pport
$4
8.2
09
to F
EIS
15-
Util
ity
Feb
- R
eloca
ti
11
ons
15
- A
ug
- F
D
11
15-
Con
stru
e Se
p-
tion
11
08-
May P
E
-11
N/A
18
-Nov
- 09
05
-Jan
-
2
Mai
nten
ance
and
St
orag
e Fa
cilit
y
DB
(M
SF)
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
N/A
29
-May
- $1
95.0
(1)
36
02-J
ul-
24-J
ul-
09
09
17-F
eb-1
0
!
$482
.9(1)
$21.
2
$14.
0
1D
TB
D A
dm
in
&
Bon
ds
TB
D
gosgg000v
09
.... _
i i
..m
1
irs,1
3
I
R.F
P P
ar 1
‘dver
r Q
t .
L R
FT
' Pa
Issu
e P
ropo
sal
NP
Rei
ues
>T
P
( ra
n
r I '
L.,:
t. D
ew.
t
- C
onst
rue
Nov
- —
tio
n 11
i D
raft
Pi
ns. 1
1
P
3
Veh
icle
/Cor
e Sy
stem
s C
on tr
act
(CSC
)
DB
O
M
N/A
N
/A
09-A
pr-
09
05-J
un-
09
17-
Aug
-09
07-J
un-1
0 (B
AFO
du
e 18
-Jan
-1
1)
—
02-
Mar-
—
—
11
Air
port
Util
ity
Rel
ocat
ion
DB
B
01-
Nov
-12
28-F
eb-
13
N/A
N
/A
N/A
N
/A
—
—
01-
Mar
- —
13
Air
port
Gui
dew
ay
DB
B
22 F
eb-
13
22 -J
un-
13
N/A
N
/A
N/A
N
/A
—
—
23-
Jun-
—
—
13
City
Cen
ter
Util
ity
Rel
ocat
ion
DB
B
15-F
eb-
13
14-J
un-
13
N/A
N
/A
N/A
N
/A
—
—
J15-
un-
—
13
City
Cen
ter
Gui
dew
ay &
Ala
M
oana
Sta
tion
DB
B
7-N
ov-
13
6-M
ar-
14
N/A
N
/A
N/A
N
/A
—
16-
Apr
- —
—
14
W
est O
ahu
Stat
ion
Gro
up (
3)
Con
stru
ctio
n D
BB
C
ontr
act
DB
B
15-
Aug
-12
12-D
ec-
12
N/A
N
/A
' N
/A
N/A
13
- D
ec-
—
—
12
Farr
ingt
on S
tatio
n G
roup
(3)
C
onst
ruct
ion
DB
B
01-
Mar
-12
28-
Jun-
12
N
/A
N/A
N
/A
N/A
4
. -
29-
Jun-
—
12
Pear
l Hig
hlan
ds
Park
ing
and
Ram
ps
DB
B
11 J
un
15
08-0
et-
16
N/A
N
/A
N/A
, N/A
09
- O
ct-
—
—
16
Kam
eham
eha
Stat
ion
Gro
up (
2)
DB
B
25 O
ct
12
21 F
eb
13
N/A
N
/A
N/A
.,
N/A
—
22
- Fe
b-
—
—
13
Air
port
Sta
tion
Gro
up (
3)
DB
B
07 J
un
14
04-O
ct-
14
N/A
N
/A
N/A
N
/A
—
—
05-
Oct
- —
—
14
Dill
ingh
am S
tatio
n G
roup
(3)
D
BB
04
- N
ov 1
4 03
- M
ar 1
5 N
/A
N/A
N
/A
N/A
—
—
04
- M
ar-
—
—
15
9o89g000v
City
and
Cou
nty
of H
onol
ulu
37
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
NT
P
P D
esc.
V
alae
01
1
01-
May
-1
5
13-
Mar
-16
25
-N
ov-
11
02-
Jan-
12
-
Adv
ert
City
Cen
ter
Stat
ion
01-J
un-
30-A
pr-
D
BB
G
roup
(3)
15
15
Ele
vato
rs/E
scal
ator
D
BB
02
-Jul
- 25
-Oct
- 11
11
Fare
Col
lect
ion
(Ow
ner
Furn
ishe
d)
Indi
cate
s ac
tual
bid
am
ount
RF
PP
art
l D
&
RF
PP
rtll
-VB
Adv
ert
Qua
l Is
sue
IP
ropo
iI
N/A
N
/A
N/A
N
/A
Kak
aako
Sta
tion
Gro
up (
3)
DB
B
14-
12-
Nov-I
S M
ar-1
6
Plan
ts a
nd S
hrub
s (O
wne
r Fu
rnis
hed)
01
- 15
-Dec
- D
BB
A
ug-1
1 11
DB
B
Dra
ft
Fina
l
ON
P R
e ue
st
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
N/A
N
/A
Losgg000v
38
City
and
Cou
nty
of H
onol
ulu
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
sosgg000v
App
endi
x E
: P
E A
ppro
val L
ette
r R
equi
rem
ents
No.
It
em
, ij
.-
:Nco
pe.,
sig
n4
!)..J
velti
pmen
t
Cit
y R
espo
nsib
le
Per
son
Tar
get
Com
plet
ion
Dat
e
tan-
10
Act
ual
Com
plet
ion
Dat
e*
_ -,--
' Ja
n- I
'
Roa
dmap
C
ross
wal
k C
omm
ents
I
ID #
.
. .
Com
plet
e ._
..,,H
.LFt
(5.
1 ,i !
I an
y :1
rd
part
y ag
reem
ents
ne
cess
ary
for
proj
ect c
ompl
etio
n,
incl
udin
g ut
ility
agr
eem
ents
with
pri
vate
an
d pu
blic
ow
ners
and
mili
tary
2
Res
olve
the
spec
ific
reg
ardi
ng p
roxi
mity
of
the
guid
eway
to r
unw
ays
22R
14L
and
22
L/4
R a
t the
Hon
olul
u In
tern
atio
nal
Air
port
with
HD
OT
and
FA
A
HL
B
Apr
-10
May
-10
Com
plet
e
3 Fu
lly d
evel
op v
ehic
le b
asis
of
desi
gn a
nd
func
tiona
l siz
ing
JS
Mar
-11
Mar
11
Pro
posa
l
2.11
(C
SC)
PMO
C w
ill r
evie
w s
elec
ted
prop
osal
2.
15 (
CSC
) to
det
erm
ine
whe
ther
it m
eets
3.
24
oper
atio
nal c
rite
ria;
it is
art
icip
ated
3.
31
revi
ew w
ill ta
ke o
ne m
onth
C
SC
3.24
W
ill b
e ad
dres
sed
in C
SC D
BO
M
CSC
pr
opos
al
Prop
osal
2.
11 (
MSF
) 2.
15 (
MSF
) 3.
24
3.31
4 D
eter
min
e ra
il fl
eet s
ize
requ
irem
ent
JS
5 Fu
lly d
evel
op s
cope
for
the
adm
inis
trat
ion
build
ing
and
oper
atio
ns
cont
rol c
ente
r
JS /
HL
B
, M
ar-1
1
14 =
6 D
eter
min
e th
e fi
nal l
ocat
ion
of th
e m
aint
enan
ce a
nd s
tora
ge f
acili
ty
Fin
aliz
e a
cont
ract
ingp
acka
ging
pla
n w
hich
incl
udes
a s
ourc
e se
lect
ion
plan
(s)
and
cont
ract
spe
cifi
c w
ork
plan
s
FM
SZ
' Mar
-11
Feb-
11
3.62
L
icen
se A
gree
men
t is
unde
r re
view
3.51
1.
7 8 D
evel
op s
trat
egie
s to
str
eam
line
the
City
's
proc
ess
to a
war
d co
ntra
cts
and
to e
nter
in
to g
rant
agr
eem
ents
, esp
ecia
lly a
s ap
plic
able
to P
TA
gra
nts
LR
Ju
n-11
H
AR
T R
es.
Do
we
need
m
ore
here
?
Res
olut
ion
prov
ided
to F
TA
and
PM
OC
aft
er C
ity C
ounc
il ap
prov
al in
D
ec-0
9. W
ill b
e in
clud
ed o
n ba
llot
in
Nov
-10
elec
tion.
9
Dev
elop
a p
relim
inar
y op
erat
ion
plan
JS
M
ar-1
0 08
-Feb
-10
Com
plet
e
City
and
Cou
nty
of H
onol
ulu
39
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
No.
It
em
Cit
y R
espo
nsib
le
Per
son
Tar
get
Com
plet
ion
Dat
e
Act
ual
Com
plet
ion
Dat
e*
Roa
dmap
C
ross
wal
k ID
#
Com
men
ts
10
Ens
ure
the
serv
ice
velo
city
doe
s no
t ero
de
over
the
next
cou
rse
of d
esig
n ch
ange
s
I r
'clie
dn,
Pro
v 'e
a la
se' i
re
o ' '
le m
aste
r 1 r
o„ec
t Sc
hedu
le (
MPS
) ea
rly
in P
E w
hich
will
be
use
d fo
r m
onth
ly p
rogr
ess
upda
tes
and
trac
king
sch
edul
e va
rian
ces
JS 1
Mar
-11
2.11
(C
SC)
2.15
(C
SC)
CSC
Pr
o )0
sal
_ . __
_
,
Will
be
addr
esse
d in
CSC
DB
OM
pr
opos
al
I1e‘
ise
,1 ba
se
ne to
oe
silb
ni tt
e '
n D
ec-1
0 e 1
- I 1
...
12
Add
ress
the
utili
zatio
n m
anpo
wer
and
eq
uipm
ent r
esou
rce
load
ing
and
budg
et
and
cost
load
ing
MH
Fe
b-11
2.
24
Rev
ised
bas
elin
e to
be
subm
itted
in
Dec
-10;
City
ack
now
ledg
ed th
at
sche
dule
is c
ost l
oade
d bu
t will
not
be
reso
urce
load
ed
13
Incl
ude
criti
cal a
ctiv
ities
in th
e M
PS:
utili
ty a
ctiv
ities
, rea
l est
ate
acqu
isiti
ons,
sy
stem
inte
grat
ion,
sta
rtin
g an
d te
stin
g,
oper
atio
nal c
omm
issi
onin
g an
d tr
aini
ng,
vehi
cle
proc
urem
ent,
maj
or c
onst
ruct
ion
mat
eria
l pro
cure
men
t, E
TA
rev
iew
and
co
mm
ent,
deta
il ac
tiviti
es f
or e
arly
co
nstr
uctio
n pa
ckag
es
Mil
Fe
b-11
2.
24
2.25
2.
26
Rev
ised
bas
elin
e to
be
subm
itted
in
Dec
-10
14
Dev
elop
a r
ight
-of-
way
sch
edul
e M
R.
Feb-
11
2.26
In
itial
sch
edul
e su
bmitt
ed 2
9-O
ct-0
9;
will
be
revi
sed
in D
ec-1
0 15
M
odif
y th
e W
ork
Bre
akdo
wn
Stru
ctur
e to
cr
oss
over
with
the
proj
ect b
udge
t and
co
st b
reak
dow
n st
ruct
ure
MH
'
Jan.
40
21-D
ec-0
9
._
Com
plet
e
6o89g000v
City
and
Cou
nty
of H
onol
ulu
40
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
0 1.8990001V
No.
It
em
Cit
y R
espo
nsib
le
Per
son
Tar
get
Com
plet
ion
Dat
e
Act
ual
Com
plet
ion
Dat
e*
Roa
dmap
C
ross
wal
k
Com
men
ts
ID #
16
D
evel
op a
det
aile
d bo
ttoir
s-up
-sty
le
MB
M
ar-1
1 2.
21
Rev
ised
bas
elin
e to
be
subm
itted
in
proj
ect c
ost e
stim
ate
to S
tand
ard
Cos
t 2.
22
Dec
-10
Cat
egor
y fo
rmat
. The
est
imat
e sh
ould
be
deta
iled
suff
icie
ntly
to d
eter
min
e di
stri
butio
ns o
f m
ater
ials
, lab
or,
equi
pmen
t and
gen
eral
con
ditio
ns
elem
ents
at a
min
imum
. The
sof
t cos
t es
timat
es s
houl
d be
bas
ed o
n st
affi
ng
plan
s, f
orce
acc
ount
pla
ns, c
ontr
acts
and
so
for
th r
athe
r th
an s
olel
y on
per
cent
ages
.
2.23
The
est
imat
e sh
ould
elim
inat
e pa
ram
etri
c-st
yle
valu
es, c
ost e
stim
atin
g re
latio
nshi
ps,
and
lum
p su
ms
as m
uch
as p
ossi
ble
duri
ng P
E
17
Esc
alat
e th
e co
st e
stim
ate
in a
ccor
danc
e
MH
M
ar-1
1 2.
21
Pend
ing
com
plet
ion
of I
tem
No.
16
with
the
MPS
2.
22
2.23
18
Pr
ovid
e ju
stif
icat
ion
and
back
up
MH
do
cum
ents
to s
uppo
rt th
e qu
antif
icat
ion
and
assu
mpt
ions
for
the
"sof
t cos
ts"
and
Mar
-1 1
2.
23
Pend
ing
com
plet
ion
of I
tem
No.
16
rela
ted
gen
eral
con
ditio
ns o
f th
e pr
ojec
t ec
hu
ital
r.
. I
C-o
nfig
urau
on
man
agem
ent a
nd c
hang
e .
reb-
1 I
- . (l
et a
t co
ntro
l mec
hani
sm
-, ,
3.32
20
D
evel
op d
etai
led
staf
fing
pla
ns f
or a
ll
TH
/PR
re
mai
ning
pha
ses
of th
e pr
ojec
t to
ensu
re
adeq
uate
tech
nica
l cap
acity
. The
pla
ns
shou
ld in
clud
e th
e da
tes
by w
hich
the
Feb-
11
3.02
Cit
y w
ill f
ill e
ach
key
posi
tion
. All
key
C
ity m
anag
emen
t pos
ition
s sh
ould
be
fille
d du
ring
PE
. 21
W
ork
with
the
Stat
e of
Haw
aii t
o
KA
es
tabl
ish
a St
ate
Safe
ty O
vers
ight
Age
ncy
Apr
-10
6-A
pr-1
0 C
ompl
ete
, off
ice
to o
vers
ee th
e pr
ojec
t 22
Su
bmit
a fu
lly d
evel
oped
Rai
l Fle
et
JS
Mar
-11
3.24
M
anag
emen
t Pla
n
City
and
Cou
nty
of H
onol
ulu
41
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)
No.
It
em
Cit
y R
espo
nsib
le
Per
son
Tar
get
Com
plet
ion
Dat
e
Act
ual
Com
plet
ion
Dat
e*
Roa
dmap
C
ross
wal
k ID
#
Com
men
ts
23
Hav
e a
quan
tifia
ble
met
rics
for
mea
suri
ng
the
real
sta
tus
of w
ork,
bot
h co
st a
nd
sche
dule
of
all p
rofe
ssio
nal s
ervi
ce
cont
ract
s, a
nd a
ny in
ter-
loca
l agr
eem
ents
fo
r pa
rtic
ipat
ory
serv
ices
MH
M
ar-1
1 3.
10 e
t al
24
Dev
elop
a C
ontin
genc
y M
anag
emen
t Pl
an w
hich
will
iden
tify
the
spec
ific
ris
ks
and
impl
emen
t the
ant
icip
ated
miti
gatio
n m
easu
res
S7
Apr
-11
3.22
25
Dev
elop
an
Env
iron
men
tal M
itiga
tion
Prog
ram
that
iden
tifie
s re
quir
ed
envi
ronm
enta
l miti
gatio
n ac
tions
and
the
part
y re
spon
sibl
e fo
r th
e m
itiga
tion
and
that
will
eve
ntua
lly b
ecom
e th
e ba
sis
for
quar
terl
y m
itiga
tion
mon
itori
ng a
nd
quar
terl
y m
itiga
tion
repo
rts
JA/F
M
Dec
-10
Jan-
11
3.33
26
Upd
ate
and
impl
emen
t the
: R
eal E
stat
e A
cqui
sitio
n an
d M
anag
emen
t Pl
an
JI
Jan-
11
Jan-
11
3.23
Bus
Fle
et M
anag
emen
t Pla
n PK
M
ay-1
1 3.
25
BFM
P w
ill b
e fi
naliz
ed b
ased
on
data
fr
om F
inan
cial
Pla
n Sa
fety
and
Sec
uri
Man
agem
ent P
lan
KA
.. M
ar-1
1 3.
26
Qua
lity
Man
agem
ent P
lan
AB
D
ec-1
0 12
-Jan
-11
3.35
3.36
*N
ote:
Act
ual D
ate
to b
e ad
ded
only
upo
n ve
rifi
catio
n of
sat
isfa
ctor
y cc
impl
etio
n by
FT
A a
nd/o
r PM
OC
.
1.1.89g000v
City
and
Cou
nty
of H
onol
ulu
42
Mon
thly
Rep
ort
Febr
uary
201
1 (F
INA
L)