106
Redacted i AR00055707

Redacted - Honoluluhartdocs.honolulu.gov/docushare/dsweb/Get/Document-389/AR00055707.pdf1.0 EXECUTIVE SUMMARY 1.1 Project Description • General Description: The Project is an approximate

Embed Size (px)

Citation preview

Redacted

i

AR00055707

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)

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

43 Monthly Report February 2011 (FINAL)

AR00055812