SOLICITATION DOCUMENT NO. RFP-DTS-910409

NOTICE TO OFFERORS REQUEST FOR SEALED PROPOSALS (RFP)

Title: Rail Station Connectivity for Transit-Oriented Development- Waipahu

Description: Design-build multi-modal improvement around the Waipahu Transit Center Rail Station

Request Agency: Department of Transportation Services, City & County of Honolulu, Hawaii.

COMPETITIVE SEALED PROPOSALS shall be received no later than:

Close Time: 16:00 HST

Close Date: February 8, 2016

Location: Division of Purchasing, Department of Budget and Fiscal Services 530 South King Street, Room 115, City Hall Honolulu, Hawaii 96813

Bidders shall be licensed in accordance with Chapter 444, HRS, relating to the licensing of Contractors.

Pursuant to Chapter 103D-303.5 of the Hawaii Revised Statutes, a pre-bid conference shall be held for construction or design-build projects with a total estimated contract value of $100,000.00 or more. The pre-bid conference for this project will be held on _Tuesday, January 12, 2016 at 9:00 A.M. at City and County pf Honolulu, Department of Transportation Services, 650 South King Street, 3rd Floor Conference Room, Honolulu, Hawaii 96813_. All prospective offerors or their representatives are encouraged to attend, but attendance is not mandatory.

The Hawaii product preference pursuant to Section 103D-1002 of the Hawaii Revised Statutes and Section 3-124 of the Hawaii Administrative Rules may be applicable to this solicitation.

The current Hawaii Products List is available on the SPO website at http://spo.hawaii.gov/for- vendors/hawaii-product-preferences.

Persons wishing to certify and qualify a product not currently listed as a Hawaii Product shall submit a Certification for Hawaii Product Preference (form SPO-38) to

ST-10/1/14 Division of Purchasing City and County of Honolulu 530 S. King Street, Room 115 Honolulu, Hawaii 96813. Attention: Purchasing Administrator

For each product being requested, one form shall be completed and submitted (i.e. 3 products should have 3 separate forms completed). The form is available on the State Procurement Office (SPO) webpage at http://hawaii.gov/forms/state-procurement-office. To download the form, click on the ‘‘SPO-38’‘ link.

The deadline for submitting a completed SPO-38 is January 19, 2016. Late submittals for this solicitation will not be reviewed by the City.

Questions relating to this solicitation shall be emailed to Kelsi Imamura at [email protected].

WENDY K. IMAMURA Purchasing Administrator

ST-10/1/14 TABLE OF CONTENTS

NOTICE TO OFFERORS

 Schedule of Events

 Special Instructions to Offerors

 Sample Contract

 Evaluation Criteria

 General Instructions to Offerors

APPENDIX A: SCOPE OF WORK

 EXHIBIT 1  EXHIBIT 2  EXHIBIT 3  EXHIBIT 4  EXHIBIT 5  EXHIBIT 6  AutoCAD 2004 Hikimoe Street Improvements for City Express Bus Service (Included separately)

APPENDIX B: TERM/SCHEDULE OF WORK

APPENDIX C: PRICING/CERTIFICATIONS [TO BE SUBMITTED]

APPENDIX D: SPECIAL PROVISIONS

APPENDIX E: GENERAL TERMS AND CONDITIONS

APPENDIX F: CONTRACTOR’S PROPOSAL [TO BE SUBMITTED]

NoticetoOfferors 3 NOTICE TO OFFERORS - SCHEDULE OF EVENTS

All times indicated are Hawaii Standard Time (HST).

Deadline to Submit Form SPO-38: January 19, 2016

Deadline to Submit Request for Clarifications/Substitutions: January 19, 2016

Last Day to Issue Addenda: January 26, 2016

DEADLINE FOR OFFERS: February 8, 2016

NoticetoOfferors 4 NOTICE TO OFFERORS – SPECIAL INSTRUCTIONS TO OFFERORS

1. General Instructions to Offerors for the City and County of Honolulu dated 8/1/13

The General Instructions to Offerors for the City and County of Honolulu dated 8/1/13 shall apply. If not physically attached, it shall be incorporated by reference herein and referred to as the ''General Instructions.'' Copies may be obtained online at www.honolulu.gov/pur; click on the link titled: '' Instructions, Terms & Conditions''.

2. Preparation of proposals

The Offeror shall submit one original proposal plus 4 hard copies. The City requires that the Offeror provide a digital copy of the entire proposal. The Offeror’s proposal shall consist of the Appendix C: Pricing / Certifications and the Appendix F: Contractor’s Proposal.

3. Method of Award

The City shall award to the responsible Offeror whose offer is determined to be the most advantageous to the City in accordance with the solicitation’s evaluation criteria. The award is subject to the availability of funding.

4. Sample of Contract

A sample of the City & County of Honolulu’s contract form is included as Notice to Offerors - Exhibit 1. Any questions regarding the City’s contract form shall be submitted prior to the solicitation’s deadline to submit Request for Clarifications/Substitutions.

5. License Requirement

All Offerors must hold a current “A” Contractor’s license from the State of Hawaii. No proposals will be accepted from any unlicensed offeror.

6. Hawaii Product Preference

The Hawaii product preference (HRS §103D-1002 and HAR §3-124 Subchapter 1) shall apply to this solicitation. To claim the preference, the Offeror shall follow the instructions and complete the forms provided in Appendix C: Pricing / Certifications.

7. Safety and Health Programs HRS 396-18, Safety and Health Programs for Contractor Bidding on City Jobs

Pursuant to HRS 396-18, all bids and proposals in excess of $100,000 for state construction jobs as defined in section 103D-104 shall include a signed certification from the offeror that a written safety and health plan for the job will be available and implemented by the notice to proceed date of the project. Pursuant to HRS 489E, Uniform Electronic Transactions Act, submittal of an electronic bid in excess of $100,000 shall be deemed to be this signed certification.

NoticetoOfferors 5 8. Bid Security

The Offeror shall provide a bid security with its offer. The bid security amount shall be at least five percent of the amount of the offer. The bid security shall conform to the requirements of Section 2.10 (c) of the General Instructions. The City shall not pay any interest on the bid security. The City shall reject an offer without a bid security.

9. Public Works Apprenticeship

The Public Works Apprenticeship programs shall apply to this solicitation. To claim the preference, the Offeror shall follow the instructions and complete the applicable preference form provided in Appendix C: Pricing / Certifications.

NoticetoOfferors 6 NOTICE TO OFFERORS - EXHIBIT 1: SAMPLE CONTRACT

CONTRACT NO. XX-XXX-XXXXXXX SOLICITATION NO. RFP-XXX-XXXXXXX

THIS AGREEMENT, made and entered into on , by and between the CITY AND COUNTY OF HONOLULU, a municipal corporation existing under and by virtue of the laws of the State of Hawai'i, with offices at Honolulu Hale, 530 South King Street, Honolulu, Hawaii 96813, hereinafter called the “CITY,” and [CONTRACTOR'S LEGAL NAME] whose principal place of business is [CONTRACTOR'S ADDRESS], hereinafter referred to as the “CONTRACTOR.”

WITNESSETH THAT:

WHEREAS, the CITY desires to engage the CONTRACTOR to [Project Description] and

WHEREAS, a solicitation for bids and the selection of the CONTRACTOR were made in accordance with section 103D-302, Hawaii Revised Statutes (HRS) and the related Hawaii Administrative Rules (HAR). The CONTRACTOR has been identified as the lowest responsible and responsive bidder, whose bid meets the requirements and criteria set forth in the invitation; and

WHEREAS, the CONTRACTOR is willing and able to provide the services set forth in this Agreement;

NOW, THEREFORE, the City and the CONTRACTOR, in consideration of the foregoing and of the mutual promises hereinafter set forth, the sufficiency and adequacy of which are hereby acknowledged, and intending to be legally bound, hereby mutually agree as follows:

1. This Contract and the following documents, appendices and exhibits collectively form the “Agreement” or “Contract Documents”, all of which are attached hereto and incorporated herein:

This Contract

Appendix A: Scope of Work

Appendix B: Term/Schedule of Work

Appendix C: Pricing/Certifications

Appendix D: Special Provisions

Appendix E: General Terms and Conditions (GTC)

Appendix F: Contractor’s Proposal

The Contract Documents as listed hereinabove are in the order of controlling preference should there be any conflict in the terms of the Contract Documents.

NoticetoOfferors 7 2. The CONTRACTOR shall furnish all services, labor, goods, materials, supplies, equipment and other incidentals reasonably necessary for the successful completion of the work contemplated under Appendix A: Scope of Work and this Agreement.

3. The CITY agrees to pay the CONTRACTOR for the satisfactory performance and completion of the Work in accordance with the payments schedule and provisions, all as set forth in Appendix C: Pricing/Certifications, Appendix D: Special Provisions and Appendix E: General Terms and Conditions. The total amount of this Agreement shall not exceed [Dollar Amount Spelled Out] [($XX.XX)], which is the maximum payable under this Agreement and inclusive of all taxes. CONTRACTOR shall not pass through any increases in taxes to the City.

Such payments shall be provided from the following funds: FederalFunds [DollarAmount] CityFunds [DollarAmount]

It is hereby agreed by and between the parties hereto that the sum of [Dollar Amount] shall be paid only out of the applicable Federal funds, and that this Agreement shall be construed to be an agreement by the City to pay such compensation to the CONTRACTOR only out of the aforesaid Federal funds when such Federal funds are received from the Federal Government

4. The term of the Agreement shall be provided in Appendix B: Term/Schedule of Work.

5. The CONTRACTOR perform said work in an efficient manner so as entirely to complete and perform said work within the time set forth in Appendix B: Term/Schedule of Work.

IN WITNESS WHEREOF, this AGREEMENT is executed by the duly authorized officer or agent of the CITY and the CONTRACTOR.

CITY AND COUNTY OF HONOLULU CONTRACTOR'S LEGAL NAME BY: BY:

PRINTED NAME: PRINTED NAME:

TITLE: Director, TITLE: Department of Budget and Fiscal Services DATE: DATE:

APPROVED AS TO FORM AND LEGALITY

Deputy Corporation Counsel

NoticetoOfferors 8 NOTICE TO OFFERORS - EVALUATION CRITERIA

EVALUATION CRITERIA

Evaluation by the City will be based on the following criteria:

1. Professional qualifications, maximum score 40 points a. Organization b. Team Experience c. Key Personnel d. Capacity to accomplish work on time e. References

2. Work plan and design proposal, maximum score 30 points a. Work plan b. Design concepts c. Traffic Control d. Drawings/Renderings

3. Design-build cost, maximum score 30 points.

The points will be allocated in accordance with HAR §3-122-52(d).

(d) When applicable, cost shall be an evaluation factor. (1) The proposal with the lowest cost factor must receive the highest available rating allocated to cost. Each proposal that has a higher cost factor than the lowest must have a lower rating for cost; (2) The points allocated to higher-priced proposals must be equal to the lowest proposal price multiplied by the maximum points available for price, dived by the higher proposal price.

Lowest Proposal Price x Maximum Points for Cost Offeror’s points = Offeror’sProposalPrice ForPRICE

Maximum total score is 100 points.

NoticetoOfferors 9 GENERAL INSTRUCTIONS TO OFFERORS

CITY AND COUNTY OF HONOLULU

TABLE OF CONTENTS

CHAPTER 1.0: GENERAL...... 3 1.1 Introduction...... 3 1.2 Application...... 3 1.3 Definitions...... 3 CHAPTER 2.0: SOLICITATION ...... 4 2.1 Order of precedence...... 4 2.2 City’s estimates...... 4 2.3 Pre-bid or pre-proposal conference...... 4 2.4 Examination of site...... 4 2.5 Price Items...... 5 2.6 Applicable Taxes...... 6 2.7 Wages, Hours and Working Conditions...... 6 2.8 Insurance and indemnification...... 7 2.9 Performance and payment bonds...... 7 2.10 Bid security...... 8 2.11 Brand names, model, make or method...... 8 2.12 Acknowledgement of liquidated damages provision...... 9 2.13 Acknowledgement of examination of site...... 9 2.14 Supplemental requirements for Construction projects...... 9 2.15 General Terms & Conditions...... 11 2.16 Request for clarification...... 11 2.17 Request for substitution...... 11 2.18 Solicitation addenda...... 13 2.19 Cancellation of solicitation...... 14 2.20 Offer Prices...... 14 CHAPTER 3.0: PREFERENCES ...... 15 3.1 Applicability of preferences...... 15 3.2 Hawaii Products Preferences...... 15 3.3 Recycled products preference...... 16 3.4 Public works construction; Apprenticeship agreement preference...... 16 3.5 Other Preferences...... 18 The following preferences may apply to a solicitation if an offer form or certificate for the preference is included in the solicitation document...... 18 3.6 Evaluation of preferences...... 18

GENERAL INSTRUCTIONS TO OFFERORS 1 (Dated 8/1/13)

CHAPTER 4.0: OFFER...... 19 4.1 Preparation of offers...... 19 4.2 Certificate of Acceptance of Solicitation Requirements...... 19 4.3 Certificate of cost or pricing data...... 20 4.4 Proprietary or Confidential...... 20 4.5 Offer Submission...... 20 4.6 Pre-opening or pre-registration modification or withdrawal of offers...... 20 CHAPTER 5.0: OPENING OF BIDS AND REGISTRATION OF PROPOSALS...... 22 5.1 Public bid opening of RFB solicitations...... 22 5.2 Registration of RFP solicitations...... 22 5.3 Late offers, late withdrawals and late modifications...... 22 5.4 Time for acceptance of offer...... 22 CHAPTER 6.0: EVALUATION OF OFFERS...... 24 6.1 Mistakes in bid; corrections or withdrawals after solicitation opening or registration of offer...... 24 6.2 Waiver of informalities...... 24 6.3 Multiple or alternate offers...... 24 6.4 Conditioned offers...... 24 6.5 Limiting acceptance to entire offer...... 24 6.6 Anti-competitive practices...... 25 6.7 Unauthorized communications...... 25 6.8 Suspended or debarred List...... 25 6.9 Disqualification of an Offeror...... 25 6.10 Non-responsive offers or non-responsible Offerors...... 26 6.11 Rejection of offers...... 26 CHAPTER 7.0: DISCUSSION & BEST AND FINAL OFFER ...... 27 7.1 Priority Listed Offers...... 27 7.2 Discussions...... 27 7.3 Best and Final Offer (BAFO)...... 27 CHAPTER 8.0: AWARD ...... 29 8.1 Request for Competitive Sealed Bids (RFB) solicitations...... 29 8.2 Request for Competitive Sealed Proposals (RFP) solicitation...... 29 8.3 Exceeding available funds...... 29 8.4 Verification of Responsibility of Offeror...... 30 8.5 Execution of contract...... 30 8.6 Awards of less than $100,000 and $250,000...... 31 8.7 Cancellation of award...... 31 CHAPTER 9.0: DEBRIEFING, PROTEST, SUSPENSION AND DEBARMENT...... 32 9.1 Debriefing...... 32 9.2 Authority to resolve protested solicitations and awards...... 32 9.3 Authority to debar or suspend...... 32 9.4 Solicitation or award in violation of law...... 32

GENERAL INSTRUCTIONS TO OFFERORS 2 (Dated 8/1/13)

CHAPTER 1.0: GENERAL

1.1 Introduction.

These General Instructions to Offerors (“Instructions”) state the City's policies relating to Request for Competitive Sealed Bids (RFB) and Request for Competitive Sealed Proposals (RFP) solicitations.

Before submitting a bid or a proposal, the Offeror shall be responsible for reading and examining the solicitation documents, including Offer pages, Scope of Work, Special Provisions, Exhibits, City’s General Terms and Conditions, addenda (if any), and any other sections or documents attached hereto, these Instructions and all applicable requirements by law. Submission of an offer shall be deemed verification of such reading and examination. No Offeror shall in any way be relieved of any obligation with respect to its offer or the contract due to its failure or neglect to secure, receive, examine, familiarize itself with, acquaint itself with, or understand the work requirements, the Solicitation Documents, or any addenda hereto, applicable standards or requirements, or existing conditions, difficulties, restrictions or obstacles. No claim for additional compensation to the Offeror shall be allowed based on lack of knowledge or misunderstanding.

1.2 Application.

These General Instructions to Offerors (“Instructions”) shall only apply to procurements conducted under Hawaii Revised Statutes §103D-302 and §103D- 303.

These Instructions, and any solicitation using these Instructions, are subject to the Hawaii Revised Statutes (“HRS”) §103D and the Hawaii Administrative Rules (“HAR”) Title 3, Department of Accounting and General Services. Should any provision herein be inconsistent with the HRS or HAR, the HRS or HAR, respectively, shall govern. Provisions from the HRS and HAR are presented for convenience only and may not be complete. Unless otherwise specified, these instructions are not intended to be incorporated into awarded contracts.

1.3 Definitions.

The terms used in this General Instructions to Offerors shall have the same meanings as defined in the City’s General Terms and Conditions.

GENERAL INSTRUCTIONS TO OFFERORS 3 (Dated 8/1/13)

CHAPTER 2.0: SOLICITATION

2.1 Order of precedence.

Whenever separate Offer pages, Scope of Work, Special Provisions, Exhibits, requirements, specifications or plans are referred to or attached hereto, they shall be considered a part of this solicitation document as if contained herein. Should any of the offer pages, scope of work, special provisions, requirements, specifications or plans conflict with these Instructions to Offerors, said Offer pages, Scope of Work, Special Provisions, requirements, specifications or plans shall govern.

2.2 City’s estimates.

Any estimate provided by the City is for the convenience of the Offeror only and the City does not represent or warrant its accuracy. An Offeror should conduct its own review and analysis and not base its offer on the City’s estimate.

2.3 Pre-bid or pre-proposal conference.

Pre-bid or pre-proposal conference, if held, shall be announced in the solicitation document, or in an addendum. Unless specified otherwise in the solicitation, pre- offer conferences shall be non-mandatory. Nothing stated at the pre-offer conference shall change the solicitation unless a change is made by written addendum.

2.4 Examination of site.

When applicable, the Offeror shall examine carefully the site of the proposed work before submitting an offer. The submission of an offer shall be considered as a warranty that the Offeror has made such examination and is satisfied with the conditions to be encountered in performing the work.

(a) Surface and subsurface conditions.

Where subsurface conditions are known to the City in respect to foundation or other design, the Offeror may inspect the records of the City as to such information and examine any sample that may be available. Where such information is shown in the plans, said information represents only the statement by the City as to the character of material which has been actually encountered by the City and is included only for the convenience of the Offeror. The City makes no representations as to the conditions which will actually be encountered by the Offeror.

Any subsurface information or hydrographic survey data furnished are for the Offeror’s convenience only. The information and data furnished are the product of the Officer-in-Charge's interpretation of the facts gathered in

GENERAL INSTRUCTIONS TO OFFERORS 4 (Dated 8/1/13) investigations made at the specific locations indicated to aid in the design of the project, and the City assumes no responsibility whatsoever in respect to the sufficiency or accuracy of borings or of the log of test borings or other preliminary investigations, or of the interpretation thereof, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work. In addition, no assurance is given that conditions found at the time of the subsurface explorations, such as the presence or absence of water, will be the conditions that prevail at the time of construction. The Offeror shall be solely responsible for all assumptions, deductions, or conclusions the Offeror may make or derive from the subsurface information or data furnished.

Making information concerning subsurface conditions available to Offerors is not to be construed in any way as a waiver of the Offeror’s responsibility to examine the solicitation document and site. The Offeror must satisfy itself through its own investigations as to conditions to be encountered.

(b) Utilities, underground.

All underground water, gas, oil, telephone, electric, storm drain, sewer, and other pipes or conduits, shown on the plans, are only approximate in their locations. The Offeror shall make a personal investigation and inspection of the records and drawings possessed by owners of the utilities. The Offeror shall make satisfactory arrangements with the owners of the utilities for the relocation, maintenance and protection of existing utilities.

(c) Materials and equipment.

The City does not assume any responsibility for the availability of any materials or equipment required under this contract. Unless otherwise specified in the solicitation, the Offeror shall be considered as having taken into account when submitting an offer the availability of materials or equipment required under the contract, except as provided for in applicable sections of the City’s general conditions.

2.5 Price Items.

(a) Unless otherwise specified in the solicitation document, Offerors must provide a price for all items listed in the solicitation document.

(b) When alternates are provided for in the solicitation, Offerors should enter a price for each and every item listed setting forth the amount to be added to or deducted from the Offeror's total basic price should such alternate be incorporated into the contract. Failure to enter a price for each and every item may result in the Offeror’s offer not being considered for award,

GENERAL INSTRUCTIONS TO OFFERORS 5 (Dated 8/1/13) provided that if award is based on the item or items on which offers have been submitted, the Offeror's offer may be considered for award.

(c) In case of discrepancy between prices written in words and those written in figures, the price written in words shall govern.

(d) Offers in which prices are unbalanced, which contain omissions, erasures, alterations, or additions not called for, or irregularities of any kind shall be cause for rejection of an offer.

(e) Any illegible or otherwise unrecognizable price shall be cause for rejection of an offer.

2.6 Applicable Taxes.

Unless otherwise specified in the solicitation document, the Offeror shall include in its unit price and be responsible for paying all taxes, which shall be applicable to the goods, services, or construction or the furnishing and sale thereof. Offerors are directed to contact the Department of Taxation of the State of Hawaii for assistance as to whether the State of Hawaii excise tax, the applicable use tax, or other taxes will apply to the Offeror or contractor.

2.7 Wages, Hours and Working Conditions.

(a) Services projects

When the offer is in excess of $25,000 for Services projects and a certification form is made a part of the solicitation, the said form shall be completed, signed by the Offeror, and submitted with the Offeror’s offer. Failure to submit the required certification may be grounds for disqualification of the Offeror’s offer.

The certification form shall be used to certify that, if awarded the contract, the Offeror will comply with HRS §103-55, relating to Wages, hours and working conditions of employees of Contractor supplying services.

The certification form further certifies that the services to be performed will be performed under the following conditions:

(1) Wages. The services to be rendered shall be performed by employees paid at wages or salaries not less than the wages paid to public officers and employees for similar work. (2) Compliance with Labor Laws. Contractor shall be responsible for and comply with all applicable labor laws of the Federal and State governments, including worker’s compensation, unemployment compensation, payment of wages and safety standards.

GENERAL INSTRUCTIONS TO OFFERORS 6 (Dated 8/1/13) (b) Construction projects

Offerors are advised of the applicability of HRS §104, “Wages and Hours of Employees on Public Work,” and the City’s applicable General Terms & Conditions. Offerors shall incorporate compliance with all the provisions of HRS §104 and the City’s applicable General Terms and Conditions into their offer.

2.8 Insurance and indemnification.

(a) Goods or Services projects

Insurance and indemnification shall only be required for Goods or Services projects when specified in the solicitation document. Offeror shall include in its price, any and all costs to provide insurance and comply with the indemnity provisions as specified.

(b) Construction projects

Insurance and indemnification shall be required for all Construction projects. Offeror shall include in its price, any and all costs to provide insurance and comply with the indemnity provisions specified.

2.9 Performance and payment bonds.

(a) Goods or Services projects

Contract performance and payment bonds shall only be required for Goods or Services projects when specified in the solicitation. Offeror shall include in its price, any and all costs to meet the bonds requirement of a project. Performance and payment bonds, when required, shall be as specified in the Special Provisions.

(b) Construction projects

Contract performance and payment bonds shall be required for all Construction projects. Offeror shall include in its price, any and all costs to meet the bonds requirement of a project.

The amount of the performance and payment bonds shall be: (1) One hundred percent of the amount of the construction contract; or (2) The amount required by the terms of the federal funding contracts; or (3) In an amount specified in the solicitation documents if the contract price cannot be determined at the time of award.

GENERAL INSTRUCTIONS TO OFFERORS 7 (Dated 8/1/13) 2.10 Bid security.

When required, Offerors shall provide, at no cost to the City, an offer security. If an offer security is required and an Offeror fails to accompany its offer with an offer security, the offer shall be deemed non-responsive, except as provided in HAR §3-122-223 (d).

(a) Applicability. (1) Goods or Services projects: Offer security shall only be required for Goods or Services projects when specified in the solicitation. (2) Construction projects: Offer security shall be required for all Construction projects.

(b) Bid security amount.

Unless otherwise specified in the solicitation, an offer security shall be in an amount equal to at least five per cent of the amount of the base offer and additive alternates.

(c) An acceptable bid security shall be limited to: (1) Surety bond in the form attached to the solicitation and underwritten by a company licensed to issue bonds in this State. Failure to utilize the City’s surety bond forms shall not relieve the Offeror from liability or responsibility if it is discovered that the form utilized is not compliant with the HAR. (2) Legal tender; or (3) A certificate of deposit; credit union share certificate; or cashier's, treasurer's, teller's, or official check drawn by, or a certified check accepted by a bank, a savings institution, or credit union insured by the Federal Deposit Insurance Corporation or the National Credit Union Administration, and payable at sight or unconditionally assigned to the Director of The Department of Budget and Fiscal Services, City and County of Honolulu. i) These instruments may be utilized only to a maximum of $100,000.00. ii) If the required security amount totals over $100,000.00, more than one instrument not exceeding $100,000.00 each and issued by different financial institutions shall be accepted.

2.11 Brand names, model, make or method.

Where the solicitation document specifies one or more manufacturer's brand names or makes of materials, devices, equipment or system; it is indicating a quality, style, appearance, or performance, or method of construction. The Offeror shall Base its offer on one of the specified brands, makes, or method, or

GENERAL INSTRUCTIONS TO OFFERORS 8 (Dated 8/1/13) on an alternate brand, make, or method which has expressly been found to be equal or better by the City in the solicitation or by written addendum to the solicitation.

2.12 Acknowledgement of liquidated damages provision.

The Acknowledgment of Liquidated Damages Provision form when made a part of the solicitation shall be completed, signed by the Offeror, and submitted with the Offeror’s offer. Failure to submit the required acknowledgement may be grounds for rejection of the offer.

2.13 Acknowledgement of examination of site.

The Acknowledgment of examination of site provision form when made a part of the solicitation shall be completed, signed by the Offeror, and submitted with the Offeror’s offer. Failure to submit the required acknowledgement may be grounds for rejection of the offer.

2.14 Supplemental requirements for Construction projects.

(a) Estimated quantities

Unless otherwise specified, all quantities appearing in solicitation document for construction projects are approximate, and those indicated in the document are prepared for the comparison of offers only. The City does not, expressly or by implication, warrant that the actual quantities will correspond therewith. Offeror shall include in its prices offered, the entire cost of the performance of the contract, and it is understood and agreed that there is included in each lump sum or unit priced item, the entire cost of any and all items incidental to the performance of the work covered by such lump sum or unit priced item. When an Offeror is in doubt as to the proper item to which the anticipated cost of any item is to be allocated, the Offeror shall request clarification from the City, or shall include such cost in the lump sum or unit price offer for the item deemed most appropriate. Failure of the Offeror to request clarification shall bind the Offeror to complete such work at the prices submitted. (1) Unit priced items: For unit priced items, payment to the Contractor will be made only for the actual quantities of work performed and accepted or of materials furnished and accepted in accordance with the solicitation document and subject to applicable sections of the City’s General Terms and Conditions. (2) Lump sum items: The quantities in any item for a lump sum offer item are approximate only and payment will be made only for the item in place complete, regardless of the amount of material, equipment, and labor necessary to complete the same in a proper and professional manner and in accordance with the contract

GENERAL INSTRUCTIONS TO OFFERORS 9 (Dated 8/1/13) documents. The Offeror shall verify these quantities in any manner deemed necessary or expedient.

(b) Joint contractor; subcontractor listing

Offeror shall comply with HRS §103D-302, relating to the listing of joint contractors or subcontractors.

Specialty work. Joint contractors and subcontractors may perform only the specialty work for which they are listed. When alternates are made a part of the offer, Offeror shall indicate, if applicable, the alternate and the basic work to be performed by each joint contractor or subcontractor.

A listing that is incomplete, ambiguous, or erroneous may be cause for rejection of an offer. Offers which are not in compliance may be accepted if the City concludes that acceptance is in the best interest of the public and the value of the work to be performed by the joint contractor or subcontractor is equal to or less than one percent of the total sum offer amount.

(c) Allowances Any allowance amount specified in the solicitation shall be considered an estimate of the amount required for the purpose specified and shall be included in the Offeror’s total sum offer. Offerors shall refer to the applicable sections of the City’s General Terms and Conditions regarding Allowances for more information.

(d) Mobilization

Offerors shall refer to the applicable sections of the City’s General Terms and Conditions regarding mobilizations for more information.

(e) Employment of state residents on Construction projects.

Offerors are advised of the applicability of HRS §103B, Employment of State Residents on Construction Procurement Contracts. HRS §103B requires the awarded Contractor to ensure that Hawaii Residents (as defined in the HRS §103B) compose not less that eighty percent (80%) of the workforce employed to perform the contract. This requirement shall apply to subcontracts of $50,000.00 or more in connection with any construction contract procured under HRS §103D.

(f) Safety and health certification

When the offer is in excess of $100,000.00, a Safety and Health certificate form shall be completed, signed by the Offeror, and submitted with the Offeror’s offer. Failure to submit the required certification may be grounds for rejection of the offer.

GENERAL INSTRUCTIONS TO OFFERORS 10 (Dated 8/1/13)

The Safety and Health certificate shall be used to certify that, if awarded the contract, the Offeror will comply with HRS §396-18, relating to safety and health programs for contractors offering on City construction projects.

2.15 General Terms & Conditions.

The City’s General Terms and Conditions shall be either incorporated by reference or by attachment to the solicitation. Offers submitted with any alterations to the City’s General Terms and Conditions so made by the Offeror without approval by the City may be sufficient cause for rejection of the offer.

2.16 Request for clarification.

(a) Examination of the solicitation document.

Prospective Offeror should examine and review the solicitation document with care. If a prospective Offeror believes that any of the matters in, or related to, the solicitation are not sufficiently described or explained in the solicitation, or that any discrepancy exists between different parts of the solicitation, or that the full intent of the solicitation is not clear, then the Offeror shall submit a written request for clarification no later than the deadline stated in the solicitation document. The City is not obligated to response to any request received after the deadline.

(b) Submission of requests for clarifications

Written request for clarifications shall be submitted by facsimile transmission to (808) 768-3299 or e-mailed to [email protected] or mailed hardcopy to:

City and County of Honolulu Budget and Fiscal Services Purchasing Administrator 530 South King Street, Room 115 Honolulu, Hawaii 96813

2.17 Request for substitution.

(a) Goods or Services projects

Alternate brands, makes, or methods may be qualified through the submittal of a written request for substitution for review and approval. An alternate brand, make, or method approved for one procurement or project is not to be considered as approved for any other procurement or project. Offeror shall submit a written request for substitution no later than the deadline stated in the solicitation document. Requests received after the deadline will be denied.

GENERAL INSTRUCTIONS TO OFFERORS 11 (Dated 8/1/13)

Unless otherwise specified, written requests for substitution must state all features of the proposed substitution that differ from the brand, model, make or method specified in the solicitation. The written request shall also include sufficient evidence to the enable the City to evaluate each feature to determine if it is equal or better than specified brand, model, make or method.

Written request for substitution shall be submitted by facsimile transmission to (808) 768-3299 or e-mailed to [email protected], or mailed hardcopy to:

City and County of Honolulu Budget and Fiscal Services Purchasing Administrator 530 South King Street, Room 115 Honolulu, Hawaii 96813

(b) Construction projects

Alternate brands, makes, or methods may be qualified through the submittal of a written request for substitution for review and approval. An alternate brand, make, or method approved for one procurement or project is not to be considered as approved for any other procurement or project. Offeror shall submit a written request for substitution no later than the deadline stated in the solicitation document. Requests received after the deadline will be denied.

The written request must be clearly marked SUBSTITUTION REQUEST on the envelope. Six copies of the request must be submitted together with three sets of technical brochures which shall either be marked or be accompanied by three copies of a statement of variances. The statement of variances must list all features of the proposed substitution which differ from the contract documents, and must further certify that the substitute has no other variant features. The brochures must include sufficient evidence to enable the City to evaluate each feature listed as a variance. Should an unlisted variance be discovered after installation or delivery of the item, the Contractor shall immediately replace the item with the specified item at no cost to the City and without any extension to the contract completion time.

The written substitution request shall be submitted in the following format:

SECTION ITEM SPECIFIED SUBSTITUTE VARIANCE

(For a sample request form refer to General Terms and Conditions Exhibit P.)

GENERAL INSTRUCTIONS TO OFFERORS 12 (Dated 8/1/13) If sufficient evidence to make a determination of acceptability of the proposed substitute does not accompany a request for substitution, the request shall be denied unless the City allows further evidence to be submitted to qualify the same model and provided that such evidence is submitted prior to the specified deadline unless such period is extended by the City.

Substitution requests not complying with the above requirements will be denied.

Any Offeror whose offer is based on a substitute item which has been approved by the City shall include in its price offer the additional cost required for all modifications in the contract and the cost of all additional diagrams and drawings required to accommodate the substitute item. The modifications referred to include the changes in design that may be required for such work as, but not limited to, architectural, structural, electrical and plumbing.

Written request for substitution shall be submitted by person, or mailed hardcopy to:

City and County of Honolulu Budget and Fiscal Services Purchasing Administrator 530 South King Street, Room 115 Honolulu, Hawaii 96813

2.18 Solicitation addenda.

(a) Written addendum

Oral interpretations or clarifications or changes or approved substitutions will be without legal effect. Only interpretations or clarifications or changes or approved substitutions provided by formal written addendum to the solicitation shall be binding.

(b) Notification of addenda

Notifications of addenda will be issued to all prospective Offerors known to have obtained a solicitation document from the City.

If the addendum is issued after the receipt of proposals, notifications will be sent to those Offerors who submitted proposals or who are “priority listed.”

GENERAL INSTRUCTIONS TO OFFERORS 13 (Dated 8/1/13) (c) Modification to price items

Should an addendum or amendment modify the description and/or quantities of a price item, it shall be the responsibility of the Offeror to modify or withdraw its submitted offer, if necessary.

2.19 Cancellation of solicitation.

A solicitation may be canceled in whole or in part and at any time during the solicitation process for reasons specified in, but not limited to, HAR §3-122-96.

2.20 Offer Prices.

Unless otherwise specified in the solicitation, prices offered shall be based on f.o.b. place of destination and shall include all applicable taxes, freight, delivery, handling and related charges.

GENERAL INSTRUCTIONS TO OFFERORS 14 (Dated 8/1/13) CHAPTER 3.0: PREFERENCES

This chapter shall not apply to Federally funded procurements.

3.1 Applicability of preferences.

A preference shall only apply to a solicitation when:

(a) An offer form or certificate for the preference is included in the solicitation document; and

(b) The solicitation expressively indicates the applicability of the preference in the solicitation’s offer pages, special instructions or special provisions.

(c) Any or all of the preferences of this section shall not apply whenever such application will disqualify the City from receiving federal funds or aid.

3.2 Hawaii Products Preferences.

When specified in the solicitation, the Hawaii products preference is applicable to this project. In accordance with HRS §103D-1002 and HAR §3-12 the Hawaii products, identified in the schedule contained in the offer are acceptable to use in the work noted in this solicitation.

The current Hawaii Products List is available on the State Procurement Office (SPO) website at http://hawaii.gov/spo/hawaii-public-procurement-code-chapter- 103d-hrs/preferences. To access the list, click on the “Hawaii Products” link.

Offerors offering a Hawaii product shall identify the Hawaii product on the offer form. Any person desiring a Hawaii product preference shall have the product(s) certified and qualified if not currently on the Hawaii products list, prior to the deadline for receipt of offers specified in the solicitation. The responsibility for certification and qualification shall rest upon the person requesting the preference.

Persons desiring to qualify their product(s) not currently on the Hawaii Products List shall complete form SPO-38, Certification for Hawaii Product Preference and submit to the Division of Purchasing, City and County of Honolulu, and provide all additional information required by the City. One form shall be completed for each product being requested (i.e. 3 products should have 3 separate forms completed). The form is available on the State Procurement Office (SPO) webpage at http://hawaii.gov/forms/state-procurement-office. To download the form, click on the “SPO-38” link.

All Hawaii products in any offer shall be made available for inspection, or additional information may be requested to verify that the Hawaii product meets the minimum specifications.

GENERAL INSTRUCTIONS TO OFFERORS 15 (Dated 8/1/13) Where an offer contains both Hawaii and non-Hawaii products, then for the purpose of selecting the lowest price or purchase price only, the price offered for a Hawaii product item shall be decreased by subtracting ten per cent for class I Hawaii product items offered, or fifteen per cent for class II Hawaii product items offered. The price offered for the Hawaii product shall be f.o.b. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product cost shall not include installation costs. The lowest offer, taking the preference into consideration, shall be awarded the contract unless the solicitation provides for additional award criteria. The contract amount of any contract awarded, however, shall be the amount of the price offered, exclusive of the preferences.

Offeror submitting a offer with Hawaii Product shall identify the Hawaii Product on the designated offer form or certificate included in the solicitation.

Offerors are advised of the applicability of the City’s General Terms and Conditions regarding change in availability of Hawaii product.

3.3 Recycled products preference.

The recycled product preference shall not apply unless there is provided in the solicitation the items allowed for consideration and use as recycled products, the percent of recycled content required to qualify for a preference, and provided further that the Certification of Recycled Content form is included as part of the Offer pages.

3.4 Public works construction; Apprenticeship agreement preference.

(a) Definitions for purposes of this section:

"Apprenticeable trade" – shall have the same meaning as "apprenticeable occupation" under HAR §12-30-5. "Employ" – shall mean the employment of a person in an employer- employee relationship. "Governmental body" – shall have the meaning as defined in HRS §103D- 104. "Party to an apprenticeship agreement" – shall mean a party to a registered apprenticeship program with the Department of Labor and Industrial Relations (DLIR). "Preference" – shall mean the 5% by which the qualified offer amount would be decreased for evaluation purposes. ”Public Work" - shall be as defined in HRS §104-2 and HAR §12-22-1. "Registered apprenticeship program" -- shall mean a construction trade program approved by the Department of Labor and Industrial Relations pursuant to HAR §12-30-1 and §12-30-4. "Sponsor" – shall mean an operator of an apprenticeship program and in whose name the program is approved and registered with the Department of Labor and Industrial Relations pursuant to HAR §12-30-1.

GENERAL INSTRUCTIONS TO OFFERORS 16 (Dated 8/1/13) (b) Applicability

For offers for a public works construction contract or public works construction component of a contract having an estimated value of not less than $250,000, the City shall, for evaluation purposes, decrease the offer amount of an Offeror by five per cent (5%) if the Offeror is a party to an apprenticeship agreement registered with the State of Hawaii, Department of Labor and Industrial Relations for each apprenticeable trade the Offeror will employ to construct the public works, and in conformance with HRS §372.

(c) Procedures (1) Prior to solicitation opening Offeror seeking to claim the preference shall state the trades the Offeror will employ to perform the work. For each trade to be employed to perform the work, the Offeror shall submit a completed signed original Certification of Bidder’s Participation, Certification Form 1 verifying participation in an apprenticeship program registered with DLIR. The Certification Form 1 shall be authorized by an apprenticeship sponsor of DLIR list of registered apprenticeship programs. The authorization shall be an original signature by an authorized official of the apprenticeship sponsor. The completed Certification Form 1 for each trade must be submitted by the Offeror with the offer. A facsimile or copy is acceptable to be submitted with the offer; however, the signed original must be submitted within five (5) working days of the due date of the offer. Previous certifications shall not apply unless otherwise specified in this solicitation. DLIR Certification of Bidder’s Participation, Certification Form 1 can be found on the DLIR Workforce Development Division website (http://hawaii.qov/labor/wdd). (2) Offer Evaluation If the Offeror properly certifies participation in an apprenticeship program for each trade employed by the Offeror for the project and properly submits the required documents with the offer, upon verification, the City will apply the preference and decrease the Offeror's total offer amount by five per cent (5%) for evaluation purposes. The contract amount awarded, however, shall be the amount of the price offered, exclusive of the preference. Should be Offeror qualify for other statutory preferences, all applicable preferences shall be applied to the Offeror's price. (3) Contract administration Offerors are advised of the applicability of the City’s General Terms and Conditions regarding contract administration. (4) Enforcement Offerors are advised of the applicability of the City’s General Terms and Conditions regarding enforcement.

GENERAL INSTRUCTIONS TO OFFERORS 17 (Dated 8/1/13)

3.5 Other Preferences.

The following preferences may apply to a solicitation if an offer form or certificate for the preference is included in the solicitation document.

(a) Printing, Binding, and Stationery Work

(b) Reciprocal

(c) Software Development Business

3.6 Evaluation of preferences.

(a) The evaluation of preferences shall be conducted in accordance with HRS §103D Part X and HAR §3-124.

(b) Evaluation procedure and contract award. Solicitations allowing more than one preference shall be evaluated and awarded in accordance with HAR §3-124-25.

(c) Preferences shall be for evaluation purposes only. The award contract amount shall be the amount of the offer, exclusive of any preference.

GENERAL INSTRUCTIONS TO OFFERORS 18 (Dated 8/1/13)

CHAPTER 4.0: OFFER

4.1 Preparation of offers.

All offers shall comply with the following:

(a) Shall be prepared using the solicitation documents provided for such purpose by the City. (1) Request for Sealed Bid Solicitation (RFB). Offeror shall detach the Offer pages designated in the solicitation document to be submitted and submit said section as its offer. (2) Request for Sealed Proposal Solicitation (RFP). Offeror shall refer to the “Proposal Format and Content” section of the Solicitation document for the City’s guidelines for offer submittals.

(b) Shall be prepared in ink or typewritten. Errors may be erased or crossed out, and corrections typewritten or printed in ink but must be initialed in ink by the person or persons signing the offer.

(c) Shall be signed in ink by the individual if offering as a sole proprietor, by one or more members of a partnership, by one or more members or officers of each entity in a joint venture, by one or more officers of a corporation, or by an agent of the Offeror legally qualified and acceptable to the City.

(d) Shall not include samples or descriptive literature unless expressly requested. Any unsolicited samples, descriptive literature, or attachments will not be examined or tested, and will not be deemed to vary any of the provisions of the solicitation.

(e) All costs to prepare and submit an offer shall be at the Offeror’s expense. The City will not reimburse any offer costs or any best and final offer costs incurred by any Offeror, any prospective Offeror, or any other person.

4.2 Certificate of Acceptance of Solicitation Requirements.

The Certificate of Acceptance of Solicitation Requirements when made a part of the solicitation shall be completed, signed by the Offeror, and submitted with the Offeror’s offer. Failure to submit the required certification may be grounds for disqualification of the Offeror’s offer.

The Offeror shall sign the Certificate of Acceptance of Solicitation Requirements to acknowledge that the Goods, Services, or Construction provided by the Offeror are in compliance with the Scope of Work specified in the solicitation. Deviations from the specified Scope of Work shall only be allowed by the approval of the City unless other wise specified in the solicitation.

GENERAL INSTRUCTIONS TO OFFERORS 19 (Dated 8/1/13)

4.3 Certificate of cost or pricing data.

When an offer in response to a Request for Competitive Sealed Proposal (RFP) solicitation is in excess of $100,000.00, a Certificate of cost or pricing data form shall be completed, signed by the Offeror, and submitted with the Offeror’s offer. Failure to submit the required certification may be grounds for disqualification of the Offeror’s offer.

The Certificate of cost or pricing data shall be used to certify that the Offeror’s submitted cost or pricing data is accurate, complete, and current as of the date of the offer.

4.4 Proprietary or Confidential.

Offeror shall clearly label any proprietary information as confidential and the information shall be readily separable from the offer to facilitate public inspection of the solicitation documents. Any information labeled as confidential will remain confidential to the extent provided by law.

Offers submitted to the City shall become the property of the City.

4.5 Offer Submission.

Unless otherwise specified in the solicitation, Offers shall be sealed in envelopes. The solicitation number, Offeror's name and address, and closing date of the solicitation should be printed on the outside of the envelope. The Offeror is responsible for the accuracy of printing the solicitation number and the closing date of the solicitation on the outside of the envelope. The offer envelope must be time stamped and deposited at the designated location in the solicitation. All offer envelopes must bear the Purchasing Division's time stamp mark. Envelopes which are not time stamped or which are time stamped after the specified solicitation closing time and date shall be rejected. Offerors are responsible for the submission of their offers on a timely basis. However, a late offer shall not be considered late if received before contract award and would have been timely but for the action or inaction of personnel within the offices of the Division of Purchasing.

4.6 Pre-opening or pre-registration modification or withdrawal of offers.

Offers may be modified or withdrawn prior to the time and date set for receipt or solicitation opening.

(a) Method for modifications of an offer (1) A written notice accompanying the actual modification submitted and received in the office designated in the Notice to Offerors, stating that a modification to the offer is submitted; or

GENERAL INSTRUCTIONS TO OFFERORS 20 (Dated 8/1/13) (2) A facsimile or electronic notice accompanying the actual modification submitted either by facsimile machine or electronic mail, to the office designated in the Notice to Offerors; provided, the Offeror submits the actual written notice and modification within two working days of receipt of the facsimile or the electronic transmittal.

(b) Method for withdrawal of an offer: (1) A written notice submitted and received in the office designated in the Notice to Offerors; or (2) A facsimile or electronic notice to the office designated in the Notice to Offerors.

GENERAL INSTRUCTIONS TO OFFERORS 21 (Dated 8/1/13)

CHAPTER 5.0: OPENING OF BIDS AND REGISTRATION OF PROPOSALS

5.1 Public bid opening of RFB solicitations.

The opening of offers shall be by a representative of the City, at the date and time stated in the solicitation, in the presence of all Offerors who attend. The opened offers shall be available for public inspection at the time of offer opening except to the extent that the Offeror designates trade secrets or other proprietary data to be confidential. Offerors shall ensure that material so designated as confidential shall be readily separable from the offer in order to facilitate public inspection of the non-confidential portion of the offer. Prices and makes and model or catalogue numbers of items offered, deliveries, and terms of payment shall be publicly available at the time of offer opening regardless of any designation to the contrary.

5.2 Registration of RFP solicitations.

After the offer submittal due date, offers shall not be publicly opened, but shall be opened in the presence of two or more procurement officials. Offers and modifications shall be shown only to City personnel having legitimate interest in them.

Proposals of the Offeror(s) shall be open to public inspection after the notice of award has been posted.

5.3 Late offers, late withdrawals and late modifications.

Any notice of withdrawal, notice of modification of an offer with the actual modification, or any offers received at the place designated for receipt and solicitation opening after the time and date set for receipt and opening of offers is late and will not be considered for award. A late offer shall not be considered late if received before contract award and would have been timely but for the action or inaction of personnel within the offices of the Division of Purchasing.

5.4 Time for acceptance of offer.

Unless otherwise stated in the solicitation, after solicitation opening or receipt of offers, an offer may be withdrawn only if the City fails to award the contract:

(a) For City-funded projects or projects funded in whole or in part by the federal government; within sixty (60) days of the date of solicitation opening or receipt of proposals;

(b) For projects funded in whole or in part by the State, within one hundred fifty (150) days of the date of opening; and

GENERAL INSTRUCTIONS TO OFFERORS 22 (Dated 8/1/13) (c) For improvement district projects, within three hundred (300) days of the date of opening.

(d) The City may request Offerors to extend the time during which the City may accept their offers.

GENERAL INSTRUCTIONS TO OFFERORS 23 (Dated 8/1/13)

CHAPTER 6.0: EVALUATION OF OFFERS

6.1 Mistakes in bid; corrections or withdrawals after solicitation opening or registration of offer.

An obvious mistake in an offer may be corrected or withdrawn, or waived by the City to the extent it is not contrary to the best interest of the City or to the fair treatment of other Offerors.

(a) A mistake in an offer discovered after the deadline for receipt of offers but prior to award may be corrected or waived or the offer withdrawn under the conditions stated in HAR §3-122-31.

(b) A mistake in an offer discovered after award of contract may be corrected or withdrawn if the City makes a written determination that it would be unreasonable not to allow the mistake to be remedied or withdrawn. The determination shall be final and conclusive.

6.2 Waiver of informalities.

The City may waive or accept any minor informalities, irregularities, deviations or other defects, if in the City’s judgment such waiver or acceptance will be in the best interest of the City.

6.3 Multiple or alternate offers.

Unless specifically provided for in the solicitation, multiple or alternate offers shall not be accepted and all such offers shall be rejected.This includes offers submitted by any one person under the same or different names.

Without limiting the generality of the foregoing provision, a person shall be considered to have submitted more than one offer if such person submits more than one offer under the same name, or through agents, or through joint ventures, partnerships or corporation in which such person has more than a twenty-five per cent interest in each of them, or through any combination thereof.

6.4 Conditioned offers.

Offers that are conditioned may be rejected. This includes any offer that is conditioned upon receiving award of both the particular contract being solicited and another City contract shall be deemed nonresponsive.

6.5 Limiting acceptance to entire offer.

An Offeror may not limit acceptance to the entire offer, unless allowed by the solicitation:

GENERAL INSTRUCTIONS TO OFFERORS 24 (Dated 8/1/13) (a) If the acceptance of an offer is so limited by the Offeror but not allowed, the offer will be determined to be not acceptable and rejected.

(b) If the acceptance of an offer is so limited by the Offeror and allowed, the purchasing agency shall not reject part of the offer and award on the remainder.

6.6 Anti-competitive practices.

If there is any evidence indicating that two or more Offerors are in collusion to restrict competition or have otherwise engaged in anti-competitive practices relating to the procurement, the offers of all such Offerors shall be rejected and such evidence may be a cause for the disqualification of the participants in any future procurement.

6.7 Unauthorized communications

Except as otherwise authorized in the solicitation, offerors and their respective representatives shall not make any contact or communications with the Contracting Officer, any member of a Selection Committee or Evaluation Team appointed by the Contracting Officer, or any other City officer, employee or agent directly serving the procurement activity.

6.8 Suspended or debarred List.

No contract will be awarded to any Offeror suspended or debarred by the Federal, State or City, or who has not provided any required clearances.

6.9 Disqualification of an Offeror.

An Offeror may be disqualified and its offer may be rejected for any one or more of the following reasons:

(a) Offeror lacks proper equipment and/or sufficient experience to perform the work contemplated;

(b) Offeror does not possess proper license, if required to cover the type of work contemplated, at the time of the offer submittal due date, unless otherwise specified in this solicitation;

(c) Offeror who has uncompleted work on contracts in force, or a record of unsatisfactory work performance or delays on completed contracts or on contracts in force which, in the judgment of the City, might hinder or prevent the prompt completion of additional work if awarded;

(d) Offeror who has complaints filed against the Offeror for abusive or threatening language or behavior during previous contracts toward any City Officer-in-Charge or his/her representative;

GENERAL INSTRUCTIONS TO OFFERORS 25 (Dated 8/1/13)

(e) Offeror who has had a previous contract terminated for default by the City;

(f) Offeror who has failed to comply or is delaying compliance with the requirements for final inspection or final payment of the City’s General Terms and Conditions for any contract in force;

(g) Offeror is determined to be non-responsible; or Offeror fails to pay, or satisfactorily settle, all bills overdue for labor and material on former City contracts prior to the offer submittal due date;

(h) The Offeror was paid for services to develop or prepare the specifications or work statements.

6.10 Non-responsive offers or non-responsible Offerors.

Offers submitted by Offerors who have been determined to be non-responsive or non-responsible shall be rejected.

An offer is considered non-responsive when it does not conform in all material respects to the solicitation by reason of its failure to meet the requirements of the specifications or permissible alternates or other acceptability criteria set forth in the solicitation.

6.11 Rejection of offers.

The City reserves the right to reject any or all offers when in the City's opinion; such rejection will be in the best interest of the City.

Reasons for rejection of an offer includes but is not limited to the reasons stated in these instructions and the reasons stated in HAR §3-122-97 “Rejection of offers.”

GENERAL INSTRUCTIONS TO OFFERORS 26 (Dated 8/1/13)

CHAPTER 7.0: DISCUSSION & BEST AND FINAL OFFER

This chapter shall apply only to Request for Competitive Sealed Proposals (RFP) solicitations.

7.1 Priority Listed Offers.

The City may establish a Priority List consisting of at least three (3) Offerors for discussions and Best and Final Offers (BAFOs). Those Offerors who are selected for the priority list are referred to as the "Priority-Listed Offerors (PLO)." The City will not publicly identify the Priority-Listed firms prior to the notice of award being posted.

7.2 Discussions.

Discussions will be limited to only Priority-Listed Offerors (PLO). Discussions are held to: (1) Promote understanding of the City’s requirements and the priority- listed Offeror’s proposals; and (2) Facilitate arriving at a contract that will provide the best value to the City, taking into consideration the evaluation factors set forth in the request for proposals. PLOs shall be accorded fair and equal treatment with respect to any opportunity for discussions and revisions of offers; however, offers may be selected without such discussion.

Addenda to this RFP after establishment of a priority list shall be distributed only to PLOs.

New proposals or amendments to the existing solicitation that, in the City’s sole judgment, significantly change the nature of the procurement will not be permitted. Should the City believe it is in its best interest to go forward with a significant change, then the solicitation may be cancelled and a new solicitation issued.

Non-Disclosure of offer contents. The contents of any offer shall not be disclosed so as to be available to competing Offerors during the discussion process.

7.3 Best and Final Offer (BAFO).

Although the City reserves the right to issue a request for Best and Final Offers (BAFOs), the City is under no obligation to do so. The City may make its selection and Award based on the initial offers submitted.

If the City requests BAFOs, Priority-Listed Offerors may be informed of and requested and/or allowed to revise their offers, including correction of any weaknesses, minor irregularities, errors, and/or deficiencies identified to the Priority-Listed Offerors by the City following initial evaluation of the offers. The request for BAFOs will allow adequate time for the Priority-Listed Offerors to

GENERAL INSTRUCTIONS TO OFFERORS 27 (Dated 8/1/13) revise their offers. Upon receipt of any BAFOs, the process of evaluation will be repeated. The process will consider the revised information and re-evaluate and revise scores as appropriate. If discussions are held, the City will attempt to limit the selection process to a single BAFO following discussions.

GENERAL INSTRUCTIONS TO OFFERORS 28 (Dated 8/1/13)

CHAPTER 8.0: AWARD

8.1 Request for Competitive Sealed Bids (RFB) solicitations.

For Request for Competitive Sealed Bids (RFB) solicitations under HRS §103D- 302, the contract shall be awarded with reasonable promptness by written notice to the lowest responsive, responsible Offeror whose offer meets the requirements and criteria set forth in the solicitation.

(a) Additive or deductive alternates

In the event additive or deductive alternates are included in the solicitation, the lowest offer will be determined after adding to or deducting from the total basic price, the alternate or alternates considered for award. Alternates, if any are awarded, shall be awarded in the order listed in the offer. Award of alternates shall be dependent upon the availability of funds.

(b) Low Tie Bids

In the case low tie bids from responsible and responsive Offerors that are identical in price and which meet all the requirements and criteria set forth in the solicitation are received, award shall be made by the drawing of cards.

8.2 Request for Competitive Sealed Proposals (RFP) solicitation.

For Competitive Sealed Proposal solicitations under HRS §103D-303, the contract shall be awarded to the responsible and responsive Offeror whose offer is determined in writing to provide the best value to the City taking into consideration the evaluation criteria set out in solicitation. Other factors and criteria shall not be used in the determination.

8.3 Exceeding available funds.

In the event all offers exceed available funds as certified by the appropriate fiscal officer, and where time or economic considerations preclude re-solicitation of a reduced scope of work, the City may negotiate an adjustment of the offer price, including changes in the solicitation requirements, with the low responsive and responsible Offeror, in order to bring the offer within the amount of available funds.

GENERAL INSTRUCTIONS TO OFFERORS 29 (Dated 8/1/13) 8.4 Verification of Responsibility of Offeror.

Prior to the award of the contract, the successful Offeror shall be registered as “compliant” on the State of Hawaii Compliance Express System (http://vendors.ehawaii.gov) or submit the required tax clearances from the State Department of Taxation and Internal Revenue Service, the Certificate of Compliance with the State Department of Labor and Industrial Relations, and the Certificate of Good Standing with the Department of Commerce and Consumer Affairs Business Registration Division. Failure to provide proof of compliance, within the time that may be permitted by the City, will result in the rejection of the offer.

8.5 Execution of contract.

Upon notification of award, the successful Offeror shall obtain the contract from the Division of Purchasing, Department of Budget and Fiscal Services, for execution. The contract document shall be returned within ten days from the date of notification of the award, or within such time as the City may allow.

Failure to enter into the contract and to furnish satisfactory security, when required, within ten days from notice of award shall be cause for cancellation of the Offeror's award and forfeiture of the Offeror's offer security, if any, as liquidated damages and not as a penalty.

The contract documents are to be completed and executed by the Offeror in the following manner:

(a) Notarization

Each and every signature appearing on the contract form must be notarized by a notary public attesting to the persons signing, their titles.

Each and every signature appearing on the bond forms, if applicable, must be notarized by a notary public attesting to the persons signing, their titles.

(b) Authorization

The City may require, in the case of a corporation, a corporate resolution authorizing the person(s) signing to execute the contract and bond. The City may require, in the case of a joint venture or partnership, a power of attorney authorizing the person(s) signing to execute the contract and bond. The surety, if applicable, may also be required to attach its corporate resolution or power of attorney authorizing the person(s) signing to execute the bond..

GENERAL INSTRUCTIONS TO OFFERORS 30 (Dated 8/1/13) (c) Performance and payment bonds

Performance and payment bonds, if required, shall be delivered at the same time the contract is executed. Submitted performance and payment bonds shall be in conformance with HAR §3-122-221, §3-122-222 and §3- 122-227.

(d) Evidence of insurance coverages

If insurance coverages are required by the solicitation, evidence of insurance coverages shall be delivered at the same time the contract is executed.

8.6 Awards of less than $100,000 and $250,000.

On any individual award totaling less than $100,000 for Goods or Services and less than $250,000 for construction, the City reserves the right to award the contract by Purchase Order. The purchase order shall be performed in accordance with the terms set forth in the solicitation.

8.7 Cancellation of award.

The City reserves the right to cancel the award of any contract any time before the signing of the contract by the City’s Budget and Fiscal Services Director.

GENERAL INSTRUCTIONS TO OFFERORS 31 (Dated 8/1/13)

CHAPTER 9.0: DEBRIEFING, PROTEST, SUSPENSION AND DEBARMENT

9.1 Debriefing.

Debriefing shall apply only to Request for Competitive Sealed Proposal (RFP) solicitations. The purpose of a debriefing is to inform the non-selected Offerors of the basis for the source selection decision and contract award. A written request for a debriefing shall be made within three (3) working days after the posting of the award.

9.2 Authority to resolve protested solicitations and awards.

Complaints and protest of awards shall be subjected to the requirements specified in HAR §3-126-1 and HRS §103D-701.

9.3 Authority to debar or suspend.

The City, in accordance with the provisions of HRS §103D-702, and HAR §3- 126-2, may debar or suspend an Offeror for cause from consideration for award of contracts. The period of debarment shall not be more than three (3) years, and for suspension, not more than three (3) months.

9.4 Solicitation or award in violation of law.

If a solicitation or award is found to be in violation of law, it shall be resolved in accordance with HAR §3-126-4.

GENERAL INSTRUCTIONS TO OFFERORS 32 (Dated 8/1/13) APPENDIX A: SCOPE OF WORK

Rail Station Connectivity for Transit-Oriented Development-Waipahu

A. Project Location The project is located on Hikimoe Street between Waipahu Depot Road and Mokuola Street as shown in Exhibit 1. The plans for the Waipahu Transit Center Rail Station is included in Exhibit 2.

B. Project Objectives The three major objectives of the project are: 1. Improve the bus operations at Waipahu Transit Center, 2. Implement multi-modal improvements at the planned Waipahu Transit Center Rail Station, 3. Facilitate Transit Oriented Development around the rail station while enhancing the lives of residents and visitors by beautifying Hikimoe Street.

C. Scope of Work Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 is included in Exhibit 3. The scope of work includes the following tasks: 1. Improve bus operation: a. Provide the Waipahu Transit Center Multimodal Circulation figure/drawings to include buses, vehicular, bike, and pedestrian travel. b. Convert Hikimoe Street from Shopping Center Access to Mokuola Street to a one- way operation open to buses and local traffic only. The bus boarding may be limited to Makai side of Hikimoe Street to minimize the rail riders crossing the street. c. Reconfigure the entire Hikimoe Street to be compatible with the one-way operation to the east, including intersection modifications. d. Maintain all local traffic accesses to the existing driveways. Prepare the circulation plan for the affected driveways. e. Reorganize the bus stops/routes to optimize the bus operations with adequate staging area, e.g. adding a bus layover/stop area on the Ewa side of Hikimoe Street if needed, to meet the bus ridership demand with the planned rail system. f. Propose bus stop design alternatives such as bulbouts or saw-tooth for approval to increase the bus riders waiting area. The design shall meet all safety requirements, ADA requirements, and storm drain requirements. Build the approved bus stops. g. Relocate/add bus shelters and improve lighting under the shelter. h. Propose and build safe pedestrian crossings. The existing speed table at Diamond Head side of Hikimoe Street may have to be relocated or demolished to be compatible with the bus stop design. i. Provide real time bus arrivals electronic displays at the bus stops. The real time arrivals system should be designed to be able to be integrated with rail arrival information.

2. Reconstruct pavement a. Reconstruct the pavement on Hikimoe Street Ewa of Shopping Center Access to Waipahu Depot Road,

AppendixA:ScopeofWork 1 b. Conduct geotech exploration and evaluation to determine the pavement structure based on the current and projected loads.

3. Street Lighting Improvements a. The contractor under this contract shall upgrade the lighting on the cast iron decorative poles located Diamond Head side of Hikimoe Street to light-emitting diode (LED) lights. It is not expected to add new poles or relocate any existing lighting poles. The lighting specifications are included in Exhibit 4. The AutoCAD files from 2004 Hikimoe Street Improvements for City Express Bus Service contains the electrical plans for reference purpose only.

4. Bike Improvements a. Furnish, deliver, and install two (2) Dero Cycle Stall Basic 10-bike corrals or approved equivalent along Hikimoe Street. b. The bike corral guideline is attached Exhibit 5. The type of bike corral installed should be Dero Cycle Stall Basic (http://www.dero.com/product/cycle-stall-basic/) or equivalent subject to approval.

5. Surveillance System a. Furnish, deliver, and install a sixteen (16)-camera surveillance system along Hikimoe Street that feeds into the existing security room. Renovate the security room to accommodate the surveillance system. The surveillance system specification is included in Exhibit 6.

6. Passenger Loading Zone a. Create 50-feet mid-block passenger loading zone for dropping off and picking up public transit riders by using curb paints and signs.

7. Wayfinding Signs for Bus and Rail Provide the general public travel information to successfully and confidently transfer between rail and TheBus. The proposed system is comprised of a family of pedestrian scaled signs that guide the public transit riders that come to Hikimoe Street by walk, bus, and rail. The wayfinding strategy and design requirements for a pedestrian-scaled wayfinding signage system shall comply with the following criteria: a. Signage shall be designed with anti-graffiti, anti-vandal and low maintenance considerations. b. Signage shall be designed in harmony with the surroundings such as the existing signs and other public and private street furniture. c. Signage shall comply with all applicable standards and regulations. d. Signage shall be designed to be modular to allow future changes and additions. e. Signage shall be visible at night to pedestrians. f. New poles shall be compatible with poles in the surrounding area. Use of existing poles is preferred. g. No more than 6 sign modules shall be mounted on a single pole to avoid sign clutter.

8. Street Beautification

AppendixA:ScopeofWork 2 a. Where possible, plant trees that can provide shade and add landscape and planters to beautify Hikimoe Street. The trees, landscapes, and planters are subject to Department of Park and Recreation approval. b. Establish an operation and maintenance plan for all trees, landscape, and planters. c. Provide maintenance of the planters to include watering and the removal of trash for a period of 90 days from final acceptance. D. Additional Requirements 1. The design shall be conducted with anti-graffiti, anti-vandal and low maintenance considerations. 2. No parking stalls and no loading zones shall be removed permanently except for the purpose of establishing the Passenger Loading Zone and building bus stops. 3. The design-builder shall coordinate with other projects in the vicinity including HART’s Farrington Highway Station Group to develop and implement a Maintenance of Traffic Plan that would minimize the traffic impacts to general traveling public and bus operations. During the construction, all accesses shall be maintained. E. Contractor Responsibilities 1. Identify and obtain all permits and environmental clearance needed. 2. Prepareall additional supporting documents that may be required to obtained approvals, permits, and environmental clearance. 3. Develop a Powerpoint presentation of the project for use by the City for community presentations. Attend no more than five (5) community meetings to present the project. 4. Design a. 30% Design. b. 60% Design and 3 types of sign sample for review and approval. c. 100% Design i. Submission of plans ii. Submission of products specifications iii. Sign shop drawings and specifications that allows the City or others to manufacture the same type of signs 5. Construction a. The Contractor shall be responsible for adherence to applicable Federal, State, and City and County laws, ordinances and regulations and obtain all necessary government approvals. b. The current edition of the following specifications shall be applied where applicable. Copies may be purchased at the City Library, Records Management and Bookstore Section, Customer Services Department. i. Standard Specifications for Public Works Construction, of the Department of Public Works, City and County of Honolulu, hereafter referred to as DPW Standard Specifications. ii. Standard Details for Public Works Construction, of the Department of Public Works, City and County of Honolulu, hereafter referred to as DPW Standard Details. c. The Contractor throughout the duration of the Project shall keep all streets, sidewalks, parking lot and park areas free from all debris produced by the Project. The Contractor shall keep the Project areas neat and free from dust nuisance.

AppendixA:ScopeofWork 3 Upon completion of work, the Developer shall remove all excess material and thoroughly clean the work area. d. All items having apparent historical or archaeological interest discovered during the course of construction activities shall be preserved. The Developer shall leave the archaeological find undisturbed and immediately report the find to the Officer-in- Charge and the proper authorities as required by law. e. Traffic Control Plans need to be coordinated with HART and other City and State contractors. Traffic disruption shall be minimized and all accesses shall be maintained. Impacts to bus operation, parking, and loading zone should be minimized.

AppendixA:ScopeofWork 4 Exhibit 1 Project Location

AppendixA:ScopeofWork 5

Exhibit 2 Waipahu Transit Center Rail Station Plans

AppendixA:ScopeofWork 6 FARRINGTON HIGHWAY STATION GROUP CONTRACT RFB-HRT-798316 VOLUME 1.3 WAIPAHU TRANSIT CENTER STATION Conformed for Construction

October 2, 2015

Prepared for: HART

Prepared by: URS

Exhibit 3 Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014

AppendixA:ScopeofWork 7 Bus/Rail Integration Plan for the Farrington Highway Station Group Final

April 2014

Prepared for: Honolulu Authority for Rapid Transportation

Table of Contents

1 Introduction ...... 1 1.1 Background ...... 1 1.2 Purpose of Bus/Rail Integration Plans ...... 1 1.3 Basis for Bus/Rail Integration Plans ...... 1 1.4 Contents of Bus/Rail Integration Plans ...... 2 1.5 Monitoring of Factors Affecting Bus/Rail Integration Plans ...... 3 1.6 Direction for Planning and Design of Bus Facilities ...... 3 2 Bus/Rail Integration Plan Overview for the Farrington Highway Station Group ...... 6 2.1 Factors Affecting the FHSG Bus/Rail Integration Plan ...... 6 2.2 Characteristics of FHSG Station Areas ...... 8 3 Bus Networks Serving FHSG Stations ...... 10 3.1 Current Bus Network in FHSG Station Areas ...... 10 3.2 Planned Bus Network in FHSG Station Areas ...... 11 3.3 Bus Route Changes from FEIS ...... 15 4 Recommended Bus Facilities at FHSG Stations ...... 16 4.1 West Loch Station ...... 16 4.1.1 Bus Services ...... 17 4.1.2 Bus/Rail Integration Features ...... 19 4.1.3 Integration of Other Modes ...... 25 4.2 Waipahu Transit Center Station ...... 26 4.2.1 Bus Services ...... 26 4.2.2 Bus/Rail Integration Features ...... 28 4.2.3 Integration of Other Modes ...... 34 4.3 Leeward Community College Station ...... 35 4.3.1 Bus Services ...... 35 4.3.2 Bus/Rail Integration Features ...... 36 4.3.3 Integration of Other Modes ...... 36 4.4 Pedestrian Connections at FHSG Stations ...... 38

Appendix

Appendix A—Compendium of Design Criteria

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page i Project April 2014 Figures

Figure 3-1: 2030 Bus Network Serving FHSG Stations ...... 12 Figure 4-1: West Loch Station TheBus and TheHandi-Van Layout—2017 ...... 22 Figure 4-2: West Loch Station TheBus and TheHandi-Van Layout—2019 through 2030 ...... 23 Figure 4-3: Waipahu Transit Center Station TheBus and TheHandi-Van Layout— 2017 ...... 31 Figure 4-4: Waipahu Transit Center Station TheBus and TheHandi-Van Layout— 2019 through 2030 ...... 32 Figure 4-5: Leeward Community College Station Site Layout—2019 through 2030 ...... 37 Figure 4-6: Wayfinding Example at an LRT Stop (Portland, Oregon) ...... 38

Tables

Table 2-1: 2030 Passenger Volumes by Route and Station ...... 7 Table 2-2: 2030 Daily Passenger Volumes by Mode of Access at Farrington Highway Station Group Stations ...... 7 Table 3-1: Current Bus Routes Serving FHSG Areas ...... 11 Table 3-2: Phasing of Bus Service at FHSG Stations ...... 13 Table 3-3: 2030 Service Characteristics of Bus Routes Serving FHSG Stations ...... 14 Table 3-4: 2030 Expected Bus Route Changes Compared to FEIS Appendix D ...... 15 Table 4-1: West Loch Station Bus Volumes by Year ...... 17 Table 4-2: West Loch Station Bus Operations in the Year 2017 ...... 20 Table 4-3: West Loch Station Bus Operations in the Years 2019-2030 ...... 21 Table 4-4: West Loch Station Site Requirements in 2030—Other Modes ...... 26 Table 4-5: Waipahu Transit Center Bus Service Changes by Year ...... 27 Table 4-6: Waipahu Transit Center Bus Operations in the Year 2017...... 29 Table 4-7: Waipahu Transit Center Bus Operations in the Years 2019-2030 ...... 30 Table 4-8: Waipahu Transit Center Station Site Requirements in 2030 ...... 35

Page ii Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Acronyms and Abbreviations

ADA Americans with Disabilities Act DPP Department of Planning and Permitting, City and County of Honolulu DTS Department of Transportation Services, City and County of Honolulu EB Eastbound ‘Ewa toward the west FEIS Final Environmental Impact Statement FHSG Farrington Highway Station Group FTA Federal Transportation Administration GEC General Engineering Contract HART Honolulu Authority for Rapid Transportation Koko Head toward Diamond Head/east LCC Leeward Community College makai toward the sea mauka toward the mountains NB northbound OTS O‘ahu Transit Services Project Honolulu Rail Transit Project SB Southbound TOD transit-oriented development UH University of Hawaiދi WB Westbound

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page iii Honolulu Rail Transit Project April 2014

1 Introduction

1.1 Background

The Honolulu Rail Transit Project (Project) involves a 20-mile rail line located between East Kapolei and Ala Moana Center with a total of 21 stations. The Honolulu Authority for Rapid Transportation (HART) of the City and County of Honolulu is responsible for the design, construction, and operations of the Project. Bus will play a very important role in the transit system. The Project travel demand forecasting model indicates that, at some rail stations, more than 70 percent of total daily riders will be connecting to or from buses.

While the June 2010 Final Environmental Impact Statement (FEIS) provided general bus requirements at each station, more detailed bus/rail integration plans will help guide final design and define on-street bus facility needs at each rail station. This bus/rail integration plan will provide station designers, public agencies, and other interested parties with guidance on the location of bus stops (both on- and off-street) near each rail station. Seamless integration of bus and rail service will help maximize the Project’s ability to meets its goals and objectives. 1.2 Purpose of Bus/Rail Integration Plans

Bus/rail integration plans are being prepared for each station design group— West O‘ahu, Farrington Highway, Kamehameha Highway, Airport, Dillingham, and Kaka‘ako—plus a separate plan of . These integration plans are intended to provide information on bus access, including on- and off-street facilities as well as service characteristics of routes serving the stations. Key information items include: x Delineation of on- and off-street bus facilities in each station area, including types of stops (e.g., single or multiple bus bays). x Guidance and background information to HART, the Department of Trans- portation Services (DTS) of the City and County of Honolulu, and other interested parties for development and coordination of on-street stops. x Guidance to DTS and O‘ahu Transit Services (OTS) for operations planning of bus routes serving Project stations. 1.3 Basis for Bus/Rail Integration Plans

Key steps for preparing bus/rail integration plans include the following: x Confirm the bus service plans serving each rail station, including operations which reflect the roadway systems that are expected to be in place during each phase of Project implementation. These bus service plans were initially

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 1 Honolulu Rail Transit Project April 2014 developed and refined as part of the Project Final EIS, and provide a major basis for each bus/rail integration plan. x Review information from the Station Access and Modal Interface Report (August 2011), which provided recommendations for phasing of bus/rail integration elements and other items. x Prepare base maps showing the road network in station areas and the location of station entrances, bicycle parking, and, for some stations, park- and-ride facilities. x Develop tables showing bus volumes by route during peak-demand periods at each station, including bus volumes under each Project phase. x Identify bus facilities based on future bus and roadway networks in each station area as well as estimated bus and passenger volumes. x Confirm bicycle parking facilities at each station; initial estimates are identified in the Station Access and Modal Interface Report (August 2011). x Review bus/rail facilities with general engineering contract (GEC) designers prior to submittal of bus/rail integration plans for HART review. x Review bus/rail facilities and service assumptions with HART and DTS prior to submittal of bus/rail integration plans. 1.4 Contents of Bus/Rail Integration Plans

The information in this report addresses bus/rail integration items through 2030. Recommendations are presented for Project implementation phasing in 2017, 2019, and beyond.

The focus of the bus/rail integration plans for each station is a set of recom- mended bus-related facilities as well as facilities to serve other modes. The integration plans also provide supporting information for these facilities, including expected route-specific bus volumes at each station. The following items are included in each bus/rail integration plan: x Location of bus stops at each station, both on-street and, in some cases, at off-street transit centers. x Assignment of bus routes to reflect the alignments and passenger volumes of each route serving project stations, as well as characteristics of roadway facilities. x Size and operational characteristics of bus stops that reflect the types of buses expected to be assigned to routes serving Project stations. x Location of stops for TheHandi-Van vehicles.

Page 2 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project x Locations in station areas for wayfinding signage to provide directions for those riders transferring between bus and rail. x Location and number of spaces for bicycle parking.

The above items relating to bus/rail integration were defined in a manner that will maximize passenger convenience as much as possible, including distances between bus stops and station entrances. The location and design characteristics of bus stops and connections between these stops and station entrances will need to comply with requirements of the Americans with Disabilities Act (ADA). 1.5 Monitoring of Factors Affecting Bus/Rail Integration Plans

Bus facility needs at rail stations reflect several factors, such as travel demand forecasts, roadway and land use plans, relevant policies, and any special circumstances, including how access will be affected by changing land use and related roadway networks in station areas. Any updates to the project travel forecasting model update may affect estimates for demand for transit and related access mode splits (i.e., the percent of daily demand reaching Project stations by walk/bike, bus, park-and-ride, or kiss-and-ride). Any changes in user demand at the stations, as well as changes in access mode split, may affect the estimates for bus facility needs; ultimately, this depends on how great the changes are from the previous forecast.

HART will also monitor changes to transit-oriented development, land use and street networks in station areas, including amendments, revisions, and updates to transit-oriented development (TOD) and other master plans for communities located in these areas as they pertain to bus/rail integration and Project facility needs. 1.6 Direction for Planning and Design of Bus Intermodal Facilities

There are several considerations that guide planning and design features for bus facilities at Project stations. This direction includes guidance provided in Chapter 6, Section 2 and Section 4 of the Compendium of Design Criteria for the Project. Appendix A of this report includes text from these sections.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 3 Honolulu Rail Transit Project April 2014 Other key considerations affecting bus and other access modes to Project station include:

x Street crossings should be as minimal as possible for on-street bus stops. x Bus stops located at both on- and off-street facilities will be sited based upon estimated route-specific ridership levels—routes with higher rider demand will have stops that are as close as possible to station entrances. x Characteristics of bus stops located at both on- and off-street facilities will be based upon operating features of routes and buses serving them:  Platooned stops accommodate multiple bus arrivals where buses depart the stop in the order in which they arrive.  Timed1 arrival stops with sufficient room to allow arriving buses to maneu- ver around vehicles that are already stopped.  Single dedicated stops where only one bus is expected to use the stop at any given time.  Layover stops to accommodate buses that terminate at or nearby the rail station but not in a stop being used for passenger loading.  Stop lengths to recognize various sizes of buses: 30-foot, 35-foot, 40-foot, 45-foot, and 60-foot (the bus operating plans for each station identify maximum bus sizes for each route). x Any design and construction associated with on-street bus stops, including installation of concrete bus pads, will be under a separate contract from the current (October 2013) contracts for modular station design. 1.7 Direction for Planning and Design of Non-Bus Intermodal Facilities

There are several considerations that guide planning and design features for other access facilities at Project stations. This direction includes access mode elements as provided in Chapter 6, Section 4 of the Compendium of Design Criteria for the Project. Appendix A of this report includes text from these sections. This direction applies to all stations and will be recognized in the bus/rail integration plans for each station design group. The Compendium of Design Criteria establishes consistent engineering direction based upon the most recent applicable codes and standards.

1 Timed bus routes involve operations that are scheduled to depart simultaneously. To achieve these coordinated departures, the affected bus routes have to wait for the arrival of other routes. This need requires bus stop facilities to have sufficient capacity to meet these coordination needs.

Page 4 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Other key considerations affecting other access modes to Project stations include: x If possible, space for TheHandi-Van should be provided at an off-street facility even if TheBus access is provided only at on-street stops. For AMC Station, limitations regarding off-street parking availability results in TheHandi-Van spaces being provided on-street. x The Station Access and Modal Interface Report includes information on bicycle parking at Project stations. As a general guide, the bicycle parking should provide a minimum of one percent of total daily demand at a rail station or 20 spaces, whichever is greater, over the long-term (2030). For the Project opening in 2019, a minimum of 20 spaces should be provided. x Parking areas for bicycles should be as close as possible to station entrance(s) and overflow areas should be identified whenever additional space is available.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 5 Honolulu Rail Transit Project April 2014 2 Bus/Rail Integration Plan Overview for the Farrington Highway Station Group

The recommended bus facilities at each station in the Farrington Highway Station Group (FHSG) reflect the planned bus network that will support the Project. Characteristics of this bus network were used by the travel forecasting model for the Project FEIS. In the bus/rail integration report for the FHSG, information on the bus network is provided for 2030. However, to reflect Project phasing and other factors affecting service implementation, bus route information is presented for other time horizons: 2017 (interim Project opening between East Kapolei and Aloha Stadium) and 2019 (the full Project opening between East Kapolei and Ala Moana). 2.1 Factors Affecting the FHSG Bus/Rail Integration Plan

There are several factors which affect the recommended bus-related facilities for FHSG stations. For example, the plans reflect previous efforts at estimating potential access needs at Project stations. The Station Access and Modal Interface Report identified key access-related characteristics of station areas, including the following: x Scale and type of current and potential future land uses x Current and future non-motorized access features, such as sidewalk condi- tions and bicycle paths and lanes x Natural and human-produced site constraints, as well as other barriers to station access x Bus routes, including future service connecting to rail stations and estimated passenger volumes at bus stops where passengers will transfer between bus and rail (Table 2-1) x Estimated daily station passenger demand by mode of access as identified by travel forecasting model results The daily number of passengers using the bus stops serving the West Loch and Waipahu Transit Center Stations has been estimated for both boarding and alighting riders for 2030 (Leeward Community College Station will not have bus stops). Table 2-1 summarizes the data by route. While many passengers will connect with rail service, some will be traveling to nearby destinations and others will transfer between buses to complete their trip. This is especially true for those riders using bus routes connecting at West Loch and Waipahu Transit Center Stations. These stations will have transit centers that are designed to allow timed connections between routes.

Page 6 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 2-1: 2030 Passenger Volumes by Route and Station Number of Passengers Boarding and Alighting Bus Stops by Station Route West Loch Waipahu Transit Center 40 5,100 1,070 42 3,280 415 50 — 3,200 98A 420 — 415 465 — 421 1,130 — 422 465 — 432 10 260 433 — 570 434 610 165 Totals 11,480 5,680 Source: Travel Forecasting Model

Reviewing the combined passenger volumes for the bus stops helps identify the need for bus stop characteristics and amenities such as passenger shelters, waiting space dimensions, and signage.

Travel forecasting model results also provided direction for determining bus and other access requirements at stations. Table 2-2 provides an overview of estimated daily number of passengers accessing the FHSG stations in 2030 by mode. Local bus access is the dominant mode except at the Leeward Community College Station, where pedestrian access is expected to predominate. Access to the West Loch Station will be primarily by bus with approximately 4,000 passengers or 76 percent of daily demand at the station. The extent of local bus access to the Waipahu Transit Center Station is comparable to West Loch, with 73 percent of the rail passengers arriving by bus.

Table 2-2: 2030 Daily Passenger Volumes by Mode of Access at Farrington Highway Station Group Stations Station Total Bus Park-and-Ride Walk/Bike Kiss & Ride Other Passenger Volumes Daily Share of Daily Share of Daily Share of Daily Share of Daily Share of Demand Total Demand Total Demand Total Demand Total Demand Total West Loch 5,300 4,020 76% 0 0% 670 13% 500 9% 110 2% Waipahu 3,090 2,260 73% 0 0% 550 18% 230 7% 50 2% Transit Center Leeward 3,200 300 9% 0 0% 2,850 89% 40 1% 10 .03% Community College Source: Travel Forecasting Model

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 7 Honolulu Rail Transit Project April 2014 The “Other” access mode shows the estimated number of rail passengers who may park their vehicles near the station, either using on-street spaces or in off- street lots which are not associated with the Project. The nearest station with a park-and-ride facility is Pearl Highlands, although the city does operate a small park-and-ride facility at Royal Kunia. Facilities identified in the integration plan for the FHSG will support transfers among bus routes. Transfers between buses are easily accommodated at the existing on-street Waipahu Transit Center located on Hikimoe Street.

The bus/rail integration plans reflect the Final EIS preliminary engineering, module concept station design efforts (Spring 2012), and best estimates of capacity needs for bus service and other access modes. These integration plans will be updated as necessary. The plans also consider the bus/rail integration needs with respect to construction phasing scenarios. 2.2 Characteristics of FHSG Station Areas

The West Loch Station will be located on Farrington Highway just Koko Head of Leo‘ole and Leoknj Streets. Land use in the vicinity of West Loch Station consists of a mix of residential and commercial development with residential being primarily located mauka of Farrington Highway and the commercial along Farrington Highway and makai of the highway. Station entrances will be located on both sides of the highway and connected with a pedestrian concourse. The West Loch Station will serve as the primary access to rail for the ‘Ewa Beach and West Loch neighborhoods located makai. The Station will also serve as the primary access to rail for Village Park, Royal Kunia, and West Waipahu.

The Waipahu Transit Center Station will be located on Farrington Highway just ‘Ewa of Mokuola Street. Stations entrances will be located on both sides of the highway and connected with a pedestrian concourse. The station area includes commercial, light industrial and residential land uses. The mauka station entrance will be adjacent to the heavily used Waipahu Transit Center located on Hikimoe Street. Waipahu Transit Center Station will be the primary rail connection for the neighborhoods of Waikele, Waipiދo and East Waipahu.

The Leeward Community College Station will have a single entrance located on the mauka edge of the campus. Access to the rail station platform will be via a below-grade pedestrian passage. Leeward Community College is the principal land use within the station area; students and faculty will comprise the majority of demand. There is an existing multi-family residential complex located Koko Head of the campus that could benefit from the proximity to the rail station. Interstate H-1, Farrington Highway, and Waiawa Interchange isolate the campus from the Waipahu and Pearl City neighborhoods. Waiawa Road provides the only roadway access to the station and campus (to/from Farrington Highway).

Future access at the FHSG station will also be affected by potential land use and network changes. Land use in the West Loch and Waipahu Transit Center

Page 8 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Station areas is expected to become denser and more transit-oriented as various elements of the Waipahu Neighborhood Transit Development Plan come to fruition over the long term. Future land use changes in the Leeward Community College Station area may include additional residential and institutional development.

The Pearl Harbor Bike Path is located about 1/3 mile makai of the Farrington Highway Station Group. Although access to the path from Leeward Community College is currently not provided, it could become available with the addition of a second access road (identified in the TOD plan for Leeward Community College). This second access road would connect the LCC campus to Waipi‘o Access Road.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 9 Honolulu Rail Transit Project April 2014 3 Bus Networks Serving FHSG Stations

This section describes both the current and planned bus route networks serving the Farrington Highway Station Group (FHSG). The FHSG includes two stations in Waipahu, a mature suburban neighborhood with a high concentration of transit riders, and one station at Leeward Community College on the border of Waipahu and Pearl City. Waipahu has a high level of bus service well utilized by local residents. Leeward Community College, currently served by one bus route (Route 73), is isolated from the adjacent residential communities of Waipahu and Pearl City, with just one access road that often becomes congested when school is in session.

Future bus services in ‘Ewa Beach and Waipahu will be oriented towards the West Loch and Waipahu Transit Center rail stations. Services will continue to operate on clocked headways (or consistent departure times) allowing community circulation. New community circulator routes will connect Waipahu with Kapolei and other planned development on the ‘Ewa Plain. Buses will also connect Waipahu with Royal Kunia and Mililani via Waipiދo. 3.1 Current Bus Network in FHSG Station Areas

Current bus operations in the vicinity of the West Loch and Waipahu Transit Center Stations are composed of rapid bus, suburban trunk, and community circulators providing all day service seven days a week. Leeward Community College is served by one suburban feeder route operating on weekdays only with service ending before 6:00 PM (Route 73).

Bus routes currently providing service to the three stations are shown in Table 3-1. The routes directly serve the station areas or are within one block of the West Loch and Waipahu Transit Center station entrances. Routes A, 40, 42 and 62 serve Leeward CC from stops on Farrington Highway, about one-third mile from the campus. Route 73 directly serves the Campus.

Waipahu is currently served by three community circulator routes that access residential and commercial areas of Waipahu and Waipiދo. These routes (432, 433 and 434) meet rapid bus and suburban trunk routes at both West Loch and Waipahu Transit Center Stations. In the future, passengers will be able to transfer to rail service at these two locations.

Page 10 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 3-1: Current Bus Routes Serving FHSG Areas Farrington Highway Stations Current Bus Waipahu Transit Leeward Routes West Loch Center Community College A E W1 40 42 43 44 62 73 81 432 433 434

3.2 Planned Bus Network in FHSG Station Areas

The future bus route network for FHSG stations has been developed to com- plement the Project’s phased implementation, with the initial phase (East Kapolei to Aloha Stadium) opening in 2017. Changes to current routes will be accomplished to match those openings. In most cases, these changes will not occur until the full rail system is operational in 2019.

The bus network identifies service features, including bus access at stations for the year 2030, the planning horizon year in the Project FEIS. Figure 3-1 shows the future bus network that will be serving stations in the FHSG. The estimated volume of peak-hour bus trips at each station reflects the estimated demand for bus services as identified in the travel demand forecasting model. Accordingly, design characteristics of bus facilities at stations also should reflect the 2030 bus network.

Table 3-2 identifies phasing of bus service for the FHSG. More detailed bus service information is provided under each station discussion. Since some routes will be phased over time, not all bus-related facilities need to be in place for the initial phase of the HRTP. Leeward Community College will not have direct bus service. Also, the nearest bus service to the LCC campus will be provided by Route 40 on Farrington Highway at Waiawa Road. More detailed bus service information for each FHSG station is included in Section 4.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 11 Honolulu Rail Transit Project April 2014 Figure 3-1: 2030 Bus Network Serving FHSG Stations

Page 12 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 3-2: Phasing of Bus Service at FHSG Stations Maximum Number of Buses Serving Station in Peak Hour Station 2017 2019 2030 West Loch 26 37 45 Waipahu Transit Center 22 28 28 Leeward Community College 0 0 0 Source: Bus operations included in the Project FEIS (Appendix D)

Table 3-3 identifies service characteristics of each route in 2030. Waipahu has a high frequency of bus service and a large transit-captive market. Currently, 11 fixed routes offer limited-stop, local, commuter express and community circulator services. CityExpress! Route A has its terminus at Leoknj Street and Farrington Highway. This is a limited-stop service providing connections to downtown Honolulu and the University of Hawaii at MƗnoa seven days a week. CountryExpress! Route E connects ‘Ewa Beach with downtown Honolulu, providing service in Waipahu.

Local bus service currently serving Waipahu Transit Center Station includes Routes 40, 42, 43 and 44 connecting Waipahu with other regions. Waipahu is served by a set of community circulator routes—432, 433 and 434. These operate within Waipahu and run via the existing on-street bus transit center along Hikimoe Street. Waipahu is served by three peak-period, peak-direction express services. Two of these, Routes W1 and W2 provide express services to Waikiki, seven days a week. The third peak express, Route 81, serves downtown Honolulu.

With the implementation of rail, existing local routes are either discontinued or reclassified as a feeder service where the local routes serve the same alignment as the fixed guideway. The exception is for routes deemed essential to provide local bus service along the guideway alignment (e.g., Route 40). Peak-period, peak-direction express bus routes operating along the guideway alignment will be discontinued and community circulator routes will be reoriented and extended to serve the rail stations.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 13 Honolulu Rail Transit Project April 2014 Table 3-3: 2030 Service Characteristics of Bus Routes Serving FHSG Stations Service Frequencies Maximum Service Peak Hour Base Period Vehicle Transit Centers and Rail Route Coverage Routing Description (minutes) (minutes) Size (feet) Stations Served 40 Connects Route 40 will serve current alignment to UHWO 15 20 60 Waianae TC, Kapolei TC, Waianae campus Road A, continuing on internal UHWO UHWO TC, West Loch Station, Coast with roads to Road B, and UHWO TC, where the Waipahu TC, Pearl Highlands Kapolei route returns to Farrington Highway. Station, Pearlridge Station, continuing to Aloha Stadium Station, Pearl Downtown Harbor Station, Middle Street Honolulu Station, Kapalama Station, Kalihi Station, Iwilei Station, Ala Moana Station 42 Connects Route 42 is modified to serve ‘Ewa and ‘Ewa 10 30 45 ‘Ewa Beach Beach neighborhoods, connecting them to West with Waipahu Loch Station and Waipahu Transit Center The full Route 42 alignment to Waikiki is maintained for owl services when the fixed-guideway is not operating. 50 Connects Westbound from Mililani Transit Center the 15 30 45 Mililani Transit Center, Koa Mililani, Koa route will operate on Meheula, serving the park- Ridge Transit Hub, Waipahu Ridge, Waipiދo and-ride lot, H-2 South to Koa Ridge, traveling Transit Center with Waipahu through the new development to Waipiދo, left on Moaniani, left Waipiދo Uka, left Lumikula, right Lumiދaina, left Managers Drive to right on Hikimoe. 98A Connects Route is reoriented to Waipahu via Kunia Road 20 — 60 West Loch Station Kunia, Royal from Kunia to circle through Royal Kunia and Kunia and Village Park via Route 434 alignment to West Village Park Loch Station via Kunia Road to Farrington with West Highway. Loch Transit Center 415 Connects Route 415 proceeds from Kapolei Transit 15 30 45 Kapolei Transit Center, West Kalaeloa and Center continuing via WƗkea the route serves Loch Transit Center Ocean Pointe new commercial retail center in Kalaeloa, with West traveling along Roosevelt, to right on Coral Sea Loch Transit Road to left on Ewa area road (new road) to Center Ocean Pointe Marina to left on Kapolei Parkway, right on Geiger to left on Fort Weaver Road, left on Old Fort Weaver Road, right on Farrington to the West Loch Transit Center and Station. 421 Connects Route 421 operates from West Loch Station 15 30 45 West Loch Transit Center, Waipahu, serving Hoދopili via local road network, UHWO Hoދopili, UH West Oahu Transit Hoދopili, ‘Ewa TC and EK Stations, continuing along Kinoiki Center, East Kapolei and East Street, serving new regional shopping center at Kapolei Kapolei Parkway, continuing on Renton Road to Fort Weaver Road and West Loch Station. Route operates as a two-way loop. 422 Connects Route 422 operates from West Loch Station 15 30 40 West Loch Transit Center, Waipahu, serving Hoދopili via local road network, East Hoދopili, East Kapolei Hoދopili and Kapolei Station via East-West Road and new East Kapolei regional shopping center at Kapolei Parkway. 432 Connects Route 432 operates along its current alignment 30 30 45 West Loch Transit Center, East and extending on the western end to terminate at Waipahu Transit Center West the West Loch Transit Center. Waipahu 433 Connects Koa Route will be extended to the Koa Ridge Transit 30 30 45 Koa Ridge Transit Hub, Ridge, Waipiދo Hub just mauka of Ka Uka Blvd in the Koa Waipahu Transit Center and Waipahu Ridge Development.

Page 14 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 3-3: 2030 Service Characteristics of Bus Routes Serving FHSG Stations (continued) Service Frequencies Maximum Service Peak Hour Base Period Vehicle Transit Centers and Rail Route Coverage Routing Description (minutes) (minutes) Size (feet) Stations Served 434 Connects Route 434 will be extended to serve Royal 15 30 45 West Loch Station, Royal Kunia Kunia Development. From Kupuna Loop on Waipahu Transit Center and Village Route 434 the route turns right onto Kupuohi Park with providing service to commercial area, right onto Waipahu Anonui circling through new development connecting to Anoiki, left to Anonui, right onto Kupuohi returning to regular route along Kupuna Loop to Waipahu. In the peak periods only, (during weekday, school days), the route will provide tripper services to Waipahu High School via Farrington Highway to right on Awanui Street, left on Awalia Street, left on Waipiދo Point Access Road, left on Kahualii to left on Farrington to Waipahu Transit Center. Source: Bus operations included in the Project FEIS (Appendix D); weekday frequencies are averaged for the time period Note: Listed weekday frequencies are averaged for the time period.

3.3 Bus Route Changes from FEIS

Bus operations are constantly changing to reflect passenger demand, land use changes and roadway improvements or changes. Project assumptions have changed which also may impact bus feeder and connection services. A number of these changes have occurred for the FHSG stations since the Project FEIS was published.

The two changes are shown in Table 3-4. Routes 40 and 422 will have alignment changes to serve rail stations. Route 40 will serve the University of Hawai‘i West 2ދahu Station while Route 422 will operate on internal Hoދopili development roads to serve the Hoދopili Station. Two other changes will occur that are not shown in the table. New Routes 421 and 422 are intended to serve new developments. Therefore, these routes will not be implemented in 2019. They are expected to be in service by 2025.

Table 3-4: 2030 Expected Bus Route Changes Compared to FEIS Appendix D Change Characteristics y c n e d e c e i u v v r q r e e e t r S n S F e s f d e n o m e c i o t n i n v e t l g a r i a e l Route Route p e t Justification D A S S S 40 Route 40 will directly serve the UHWO Transit No Yes No No Yes Service to new campus Center via UH West O‘ahu campus internal roads diverting from Farrington Highway. 422 Route 422 will provide service to the Hoދopili No Yes No No Yes Provide additional service Station on roads provided by new development. to Hoދopili Station

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 15 Honolulu Rail Transit Project April 2014 4 Recommended Bus Facilities at FHSG Stations

The following sections describe the recommended facilities for bus/rail integration at the FHSG stations. The extent of planned bus access at the West Loch, Waipahu Transit Center, and Leeward Community College Stations indicates the importance of providing convenient rail/bus integration at these locations. While station design features may have changed from those identified in the Station Access and Modal Interface Report prepared in 2011, the extent of access by various modes is still the same.

The recommended bus facilities at each station in the FHSG reflect the bus network that will support the HRTP. Characteristics of this bus network have been incorporated in the travel forecasting model used in the FEIS for the HRTP. The integration plans presented in the following sections are phased to recognize the partial and full opening phases of the HRTP. However, all design features concerning bus access ultimately address long-term needs. For each FHSG station, this report provides tables that identify needs for bus and other access modes in the year 2030.

Changes to land use and streets can affect bus access in FHSG station areas. HART will monitor changes to land use and streets in the FHSG station areas, including amendments, revisions, and updates to the Waipahu Neighborhood TOD Plan and Leeward Community College Long Range Development Plan as they pertain to bus/rail integration and Project facility needs. Additionally, HART will keep track of any changes in the overall state land use designation of the FHSG station areas. 4.1 West Loch Station

West Loch Station will attract passengers not only from adjacent residential areas, but from communities not within walking distance, including ‘Ewa Beach and Royal Kunia. This station will not have park-and-ride facilities; however, a small kiss-and-ride lot will be provided. Accommodating bus service will be critical in assuring projected ridership levels.

The West Loch Station site is bounded by Farrington Highway, Leo‘ole Street, and Leonui Street. To the west, Fort Weaver Road and Kunia Road provide crucial mauka-makai accessibility to/from the H-1 Freeway and the West Loch Station. Farrington Highway—a major arterial that runs east-west through the center of Waipahu—provides regional and sub-regional access in the West Loch Station area. Farrington Highway is divided with four lanes in the vicinity of the Project, with intersections that are generally signalized and have protected left turns.

Page 16 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project 4.1.1 Bus Services

There are 10 current bus routes in close proximity to the West Loch Station site including several that terminate in the area and others that provide trunk services along Farrington Highway. The current bus system will be rerouted and enhanced with community circulators that will connect the ‘Ewa and Waipahu communities with West Loch Station as previously shown in Figure 3-1. Some routes will be truncated or discontinued since they would duplicate major portions of the rail service. Discontinued service will include Routes E, 43, 81 and W1. Current Route 44 will be replaced with service on Routes 42, 415 and 421.

Table 4-1 presents the bus routes that will serve the West Loch Station in 2017 (interim opening), 2019 (full opening), and 2030; the routes reflect the bus network identified above for the FHSG. The table shows the routes, direction, and maximum number of buses serving the station in the peak hour. In addition to accessing the rail station, the bus routes identified in Table 4-1 will serve commercial and residential developments that are either being planned or under construction at this time. They will therefore enter service only when demand warrants. Bus services increase from 28 buses today to 45 bus trips in the peak hour in 2030 to serve the station. Community circulators will operate on enhanced schedules to provide convenient access to the fixed guideway especially during the peak periods. The following bus routes are expected to serve the West Loch Station in 2030 (new routes and changes to existing routes are noted): x Route 40 Honolulu/MƗkaha (EB/WB)—No major alignment changes are planned for the route in the vicinity of West Loch Station. The route is expected to operate with 15- minute intervals in the peak periods between the Waipahu Transit Center station and Wai‘anae with twenty minute midday service. The route will operate 20-minute service between Waipahu TC and downtown Honolulu. x Route 42 ‘Ewa Beach (NB/SB)—Route 42 will be modified to operate between ‘Ewa Beach and Waipahu only. This change is expected to occur with the full system opening in 2019. It will no longer connect ‘Ewa Beach to WaikƯNƯ except when the rail system is closed such as in the late evening hours (12:00 AM to 4:00 AM). The route will provide 10-minute service in the peak and thirty minute service in the off-peak periods. x Route 98A Kunia Village/Royal Kunia/Waipahu (NB/SB)—This route will be modified to connect Kunia, Royal Kunia, and Village Park with the Station providing peak period, peak direction service during the weekdays.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 17 Honolulu Rail Transit Project April 2014 Table 4-1: West Loch Station Bus Service Changes by Year Route Maximum Number of Buses in Peak Hour by Year Number Direction 2014 2017 2019 2030 A Eastbound 4 0 0 0 E Westbound 2 2 0 0 E Eastbound 2 2 0 0 40 Westbound 2 2 4 4 40 Eastbound 4 2 4 4 42 Westbound 3 3 6 6 42 Eastbound 2 2 6 6 43 Eastbound 2 2 0 0 44 Outbound 1 1 0 0 W1 Eastbound 0 2 0 0 81 Eastbound 2 4 0 0 98A Inbound 0 0 3 3 415 Inbound 0 0 4 4 421 Inbound 0 0 0 4 422 Inbound 0 0 0 4 432 Eastbound 2 2 2 2 434 Westbound 2 2 4 4 434 Eastbound 0 0 4 4 Totals 28 26 37 45 Source: Bus operations included in the Project FEIS (Appendix D) and current DTS Public Schedules (January 2014) Peak hour is 7:00 AM for 2014 and 6 AM for 2017, 2019 and 2030.

x Route 415 Ocean Pointe/‘Ewa/Waipahu (EB/WB)—This new route will connect new and planned developments of Kalaeloa and Ocean Pointe with West Loch Station providing all day service. x Route 421 Ho‘opili/UH West O‘ahu/East Kapolei (EB/WB)—This new route, expected to enter service in 2025, will connect Waipahu and Ho‘opili with ‘Ewa. Implementation of this route may occur earlier. x Route 422 Ho‘opili/East Kapolei (EB/WB)—This new route, expected to enter service in 2025, will connect Waipahu and Ho‘opili. Implementation of this route may also occur earlier. x Route 432 East-West Waipahu (EB/WB)—This route connects East and West Waipahu and will be modified to serve the new rail station. x Route 434 Village Park/Royal Kunia (NB/SB)—This route will be modified to serve new development in Royal Kunia connecting with Village Park and Waipahu. New service is depicted in Figure 3-1 as the large upper loop. The route alignment may be modified when service is implemented to provide more direct residential coverage.

Page 18 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project 4.1.2 Bus/Rail Integration Features

The bus/rail integration plan for the West Loch bus/rail integration plan consists of two phases:

1. For the 2017 interim Project opening, two stops will be located on eastbound Farrington Highway and one stop on westbound Farrington Highway. Also, two stops will be provided for buses at an off-street transit center. Two other off-street locations will served kiss-and-ride demand as well as TheHandi-Van and private shuttles.

2. For the full 2019 opening, two additional off-street bus stops will be provided to accommodate the planned added bus service that will access the West Loch Station.

The 14 bus routes listed in Table 4-1 will generate a maximum of 45 bus trips during the peak hour by the year 2030. The routes and their operating characteristics will change in response to how the rail system will and surrounding land uses in the area develop. This includes buses serving on-street stops adjacent to the station on Farrington Highway and the off-street transit center that will be included in the station design. With the bus service characteristics identified for each route, bus-related facilities can be defined for the West Loch Station. Table 4-2 identifies the bus routes, the bus stop description and type, and the operational characteristics of the routes, including maximum vehicle size and peak and base period buses per hour for the 2017 interim Project opening. Table 4-3 provides comparable information for the 2019/2030. The tables also show typical dwell time or duration the bus will remain at the stop.

The approximate walk distance to the station entrance along with the number of streets and lanes that the intending passenger would cross are also provided in the tables. The tables also show typical dwell time or duration the bus will remain at the stop.

The column “Bus Stop” relates to the stop numbers shown in Figure 4-1 and Figure 4-2. Stops identified with an “S” such as S1 are on-street bus stops. Those listed as “TC” are stops located within the transit center. The bus stop type includes the position of the stop, such as nearside (before an intersection) or farside (after passing through an intersection), platooned stop for multiple bus arrivals where buses depart the stop in the order in which they arrive, or single dedicated stop (where only one bus is expected to use the stop at any given time). The term “bus bay” generally refers to either a bus pull-out if an on-street stop or a saw-tooth designed stop within an off-street transit center. The term “linear bus berth” generally refers to a straight curb.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 19 Honolulu Rail Transit Project April 2014 Table 4-2: West Loch Station Bus Operations in the Year 2017 Bus Stop Locations Bus Operational Characteristics Implementation o r t r ) e t e u n d b s e c o o e e e i m n f t s s H ( a u c s u t r ) e e N o s t e B i n r z n e i p f o D m C n e i S o f s t u o ( k s r e a l e t C l r m e e s a e i c D u c b u i d I e x W r n D e h a B t m p a e e p u r S k m M t o d l i t V t o f a N r o a T t n i S ) o p u r p m y S m E s s e i W r o o e g l a o l e u e t x t e n t n P b g a H s d i i S o e b m S o u c t k n r t u i i e s i i k t s e n x s p m r u w s s B i a i p a e a u e p u u o a x t e o f y m

B N E Location Direction Type A S N D R M P o B W P T ( Design S1 — 464 Farrington Westbound On-street linear platooned bus berth 50 None E 60 2 2 35 No 1 DTS (existing) Highway 40 60 2 2 45 No 1 42 60 3 2 39 No 1 434 45 2 2 27 No 1 W1 60 0 — 3 No 1 Total at — 12 8 149 — — bus stop S2 — 669 Farrington Eastbound On-street linear single bus berth 100 None E 60 2 2 34 No 1 DTS (existing) Highway 42 60 2 2 36 No 1 Total at — 4 4 70 — — bus stop S3 3 — Farrington Eastbound On-street linear single bus berth 280 1 driveway 40 60 2 2 45 No 1 DTS Highway crossing W1 60 2 — 6 No 1 (restore existing stop) Total at — 4 2 51 — — bus stop TC1 3 — Transit Center Eastbound Off-street linear single bus berth 25 None 43 40 2 2 21 Yes 5 Station designer TC2 3 — Transit Center Eastbound Off-street linear single bus berth 50 None 432 45 2 2 37 Yes 2 Station designer TC3 3 — Transit Center Westbound Off-street linear single bus berth 120 None 44 40 1 1 20 Yes 5 Station designer TC5 3 — Kiss-and-Ride Lot — Off-street linear single berth for private shuttles 80 None Private 45 2 — — No Varies Station designer Shuttles TC6 3 — Kiss-and-Ride Lot — Off-street linear platooned berth for Handi-Vans 50 None TheHandi- 26 Varies Varies — No 10-15 Station designer Van Source: Bus Stop Locations are recommended per review of station design and expected operational considerations; Bus Operational Characteristics are from the service plans prepared for the Project FEIS (Appendix D) 1. The transit center will provide dedicated TheBus stops to accommodate 1 60-foot, 2 45-foot vehicles and 1 40-foot vehicle. 2. Bus stop positions S1 and S2 require accommodation of multiple vehicles for platooned arrival/departure. These positions are currently in use. S1, westbound, will require no changes; S2, eastbound, will be shortened to accommodate the entrance to the transit center; S3, eastbound, is a reactivated stop on the farside of the transit center entrance to provide additional capacity due to the shortened curb space for S2. 3. Space should be designated for one tour bus/private shuttle/school bus position at TC6. 4. Table does not include identification of a minimum of 20 kiss-and-ride spaces, 8 kiss-and-ride loading/unloading zones, 2 taxi spaces and 2 City/TheBus supervisor/shift change vehicle spaces. These requirements are expected to be necessary for the full Project opening in 2019. 5. Bus stop duration will vary throughout the day, more time will be required in the peak periods when passenger activity is heaviest. Wheelchair operations will add to the typical stop duration time.

Page 20 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 4-3: West Loch Station Bus Operations in the Years 2019-2030 Bus Stop Locations Bus Operational Characteristics Implementation r ) t e u n d s n e c i o o e e e i ) n f t s s t s H ( a c s e u t p r e e e o s o e B f f i n r t z n ( i p f o o D S m C n i S o e s t r u o k s c g r e a l e e t s C l r m n n e s a b e i e i c D u a b u i d I e x s s r W m r D t e h a B u t m U p u n e e p u S k B m M t o d N s l i E V t o f f a r N r o a T t i S ) d o e o n p u r p m y S m s e e i W g o r r o o e g l t a o l i u e t x t e n e t t a n P b g a H d i i S o e e a b m b S u c t k n r t i t m e s i i s k 0 i s e n x s p m r u m w s s S i t s a i p 3 e a u e p u u o u a x s a e o y 0 Location Direction Type o m Design B N E A t N D R E P 2 M P N B W P T ( S1 — 464 Farrington Westbound On-street linear platooned bus berth 50 None 40 2,050 60 4 3 64 No 1 DTS (existing) Highway 42 1,640 45 6 2 53 No 1 434 305 45 4 2 37 No 1 Total at 3,995 — 14 7 154 — — bus stop S2 — 669 Farrington Eastbound On-street linear single bus berth 100 None 42 1,640 45 6 2 53 No 1 DTS (existing) Highway 434 305 45 4 2 40 No 1 Total at 1,945 — 10 4 93 — — bus stop S3 3 — Farrington Eastbound On-street linear single bus berth 280 1 40 3,050 60 4 3 62 No 1 DTS (existing) Highway driveway TC1 3 — Transit Center Southbound Off-street linear single bus berth 25 None 415 465 45 4 2 37 Yes 5 HART TC2 3 — Transit Center Westbound Off-street linear single bus berth 50 None 421 1,130 45 4 2 43 Yes 5 HART TC3 3 — Transit Center Westbound Off-street linear single bus berth 120 None 422 465 40 4 2 43 Yes 5 HART TC4 3 — Transit Center Northbound/ Off-street linear single bus berth (shared) 170 1 98A 420 60 3 — 6 Yes 3 HART Eastbound driveway 432 10 45 2 2 37 Yes 2 Total at 430 — 5 2 43 — — bus stop TC5 3 — Kiss-and-Ride — Off-street linear single berth for private 80 None Private — 45 2 — — No Varies HART Lot shuttles Shuttles TC6 3 — Kiss-and-Ride — Off-street linear platooned berth for Handi- 50 None TheHandi — 26 Varies Varies — No 10-15 HART Lot Vans -Van Sources: Bus Stop Locations are recommended per review of station design and expected operational considerations; Bus Operational Characteristics are from the service plans prepared for the Project FEIS (Appendix D) 1. The transit center will provide dedicated TheBus stops to accommodate 1 60-foot, 2 45-foot vehicles and 1 40-foot vehicle. 2. Bus stop positions S1 and S2 require accommodation of multiple vehicles for platooned arrival/departure. These positions are currently in use. S1, westbound, will require no changes; S2, eastbound, will be shortened to accommodate the entrance to the transit center; S3, eastbound, is a reactivated stop on the farside of the transit center entrance to provide additional capacity due to the shortened curb space for S2. 3. Space should be designated for one tour bus/private shuttle/school bus position at TC6. 4. Table does not include identification of a minimum of 20 kiss-and-ride spaces, 8 kiss-and-ride loading/unloading zones, 2 taxi spaces and 2 City/TheBus supervisor/shift change vehicle spaces. These requirements are expected to be necessary for the full Project opening in 2019. 5. Bus stop duration will vary throughout the day, more time will be required in the peak periods when passenger activity is heaviest. Wheelchair operations will add to the typical stop duration time. 6. Route 421 and 422 will enter service in 2025

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 21 Honolulu Rail Transit Project April 2014 Figure 4-1: West Loch Station TheBus and TheHandi-Van Layout—2017

Page 22 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Figure 4-2: West Loch Station TheBus and TheHandi-Van Layout—2019 through 2030

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 23 Honolulu Rail Transit Project April 2014 Bus Facilities 2017

The recommended features of the 2017 West Loch bus/rail integration plan are shown on Figure 4-1 and detailed in Table 4-2. The main difference between the 2017 interim plan and the 2019-2030 full opening plan (discussed in the next section) is that fewer bus positions will be needed at the off-street transit center in 2017. Route 98A to Royal Kunia, for example, will not enter service until 2019, while Routes 421 and 422 serving Ho‘opili and the ‘Ewa Plain are not expected to enter service until 2025. Facilities at West Loch Station in 2017 include: x A bus transit center adjacent to the station entrance to accommodate two in- service vehicles (TC2 and TC4 will each serve two routes). x A kiss-and-ride lot accessible through Leo‘ole Street accommodating a taxi loading zone, kiss-and-ride drop off, private shuttle loading and unloading, and a TheHandi-Van position. x An existing on-street linear platooned bus berth on westbound Farrington Highway in front of mauka station entrance. x An existing on-street linear platooned bus bay on eastbound Farrington Highway in front of the makai station entrance. x A restored existing linear single bus berth on eastbound Farrington Highway.

x Wayfinding signs within the station (particularly at the concourse level) and near the station entrances directing passengers to the various bus connections

Bus Facilities 2019–2030

The recommended features of the 2019–2030 West Loch bus/rail integration plan are shown on Figure 4-2 and detailed in Table 4-3. The West Loch Station will include additional facilities for the full Project opening in 2019 impacting bus connections. These include: x A bus transit center adjacent to the station entrance to accommodate four in- service vehicles. x A kiss-and-ride lot accessible through Leo‘ole Street accommodating a taxi loading zone, kiss-and-ride drop off, private shuttle loading and unloading, and a TheHandi-Van position. x An existing on-street linear platooned bus berth on westbound Farrington Highway in front of mauka station entrance. x An existing on-street linear platooned bus bay on eastbound Farrington Highway in front of the makai station entrance. x A restored existing linear single bus berth on eastbound Farrington Highway.

Page 24 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project x Wayfinding signs within the station (particularly at the concourse level) and near the station entrances directing passengers to the various bus connections The daily number of passengers using the bus stops serving the West Loch Station has been estimated for both boarding and alighting passengers at the identified bus stop for each route (Table 4-3). The route activity has been split between inbound and outbound bus stops and rounded. The majority of these passengers are connecting with rail; however, some passengers are connecting with nearby destinations or are transferring between buses. Estimates are based on the 2030 travel forecasting model results, with bus stops identified as nodes in the network.

Additional recommended features include the following: x A concrete pad for the restored stop at S3. x A dedicated TheHandi-Van position will be located within the kiss-and-ride lot near the makai station entrance (TC6) x Bicycle parking will be provided for at least 20 bicycles divided between the makai and mauka station entrance with the ability to accommodate up to 50 bicycles. x Wayfinding signs within the station (particularly at the concourse level) directing passengers to their desired bus connection.

4.1.3 Integration of Other Modes

Table 4-4 identifies the vehicle parking requirements for other modes at the West Loch Station. Pedestrians and bicyclists accessing West Loch Station will comprise of 670 riders or 13 percent of total daily station demand at the station. The bus transit center and kiss-and-ride lot are designed to minimize walk distances to and from the station entrances. Bicycle racks will be divided between the mauka and makai station entrance and accommodate 20 bicycles in 2017 with space reserved for 50 spaces in 2030.

A new crosswalk and curb ramp is recommended across the entrance into the bus transit center driveway from Farrington Highway eastbound. This pedestrian crossing is especially important because it connects bus stop S3 (Route 40 to Ala Moana) with the makai station entrance. To accommodate pedestrian and bicycle access, improvements to existing sidewalks and miscellaneous enhancements to the pedestrian environment in the station area may be necessary, particularly along Farrington Highway.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 25 Honolulu Rail Transit Project April 2014 Table 4-4: West Loch Station Site Requirements in 2030—Other Modes Vehicle Parking Park-and-ride 0 Kiss-and-ride 20 Kiss-and-ride loading zone 2 Supervisor 1 Taxi 2 Tour bus/ Private shuttle 1 Source: Station Access and Modal Interface Report, 2011 and Travel Forecasting Model (March 2012 update) 4.2 Waipahu Transit Center Station

Like West Loch Station, Waipahu Transit Center is considered an origin station because it will attract passengers from not only close proximity residential areas, but from communities much further away. Since this station will not have park- and-ride facilities and land use densities will likely continue to remain low in the near-to-medium term. Accommodating other access modes, particularly local bus service, will be critical in assuring projected ridership levels. 4.2.1 Bus Services

Table 4-5 presents the bus routes that will serve the Waipahu Transit Center Station in 2017 (interim opening), 2019 (full opening), and 2030. The table shows the routes, direction, and maximum number of buses serving the station in the peak hour. The table shows the routes, direction and maximum number of buses serving the station in the peak hour. Some routes, such as Route A, will continue to operate during interim service. With the full Project opening in 2019, the route will be truncated at Aloha Stadium. Bus services decrease from 28 buses today to 28 buses in the peak hour in 2019 to serve the station.

Page 26 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 4-5: Waipahu Transit Center Bus Service Changes by Year Route Maximum Number of Buses in Peak Hour By Year Number Direction 2014 2017 2019 2030 A Westbound 4 0 0 0 A Eastbound 4 0 0 0 E Westbound 2 2 0 0 E Eastbound 2 2 0 0 40 Westbound 2 2 4 4 40 Eastbound 4 2 4 4 42 Westbound 3 3 6 6 42 Eastbound 2 2 0 0 43 Westbound 0 0 0 0 43 Eastbound 1 1 0 0 50 Northbound 0 0 4 4 432 Westbound 2 2 2 2 432 Eastbound 2 2 2 2 433 Eastbound 2 2 2 2 434 Westbound 2 2 4 4 Totals 32 22 28 28 Source: Bus operations identified in the Project FEIS (Appendix D)

The following bus routes, shown previously in Figure 3-1, are expected to serve Waipahu Transit Center in 2030 (new routes and changes to existing routes are noted): x Route 40 Honolulu/MƗkaha (EB/WB)—No major alignment changes are planned for the route in Waipahu. The route is expected to operate with 15- minute intervals in the peak periods between the Waipahu Transit Center station and Wai‘anae with 20-minute midday service. The route will operate 20-minute service between Waipahu Transit Center and Ala Moana. x Route 42 ‘Ewa Beach (NB/SB)—Route 42 will be modified to operate between ‘Ewa Beach and Waipahu only, terminating at the Waipahu Transit Center. This change is expected to occur with the full system opening in 2019. It will no longer connect ‘Ewa Beach to WaikƯNƯ except when the rail system is closed such as in the late evening hours (12:00 AM to 4:00 AM). The route will provide 10-minute service in the peak and 30-minute service in the off-peak periods. x Route 50 Mililani/Koa Ridge/Waipiދo/Waikele/Waipahu (NB/SB)—This new route will connect Mililani to Waipahu TC providing service for the new Koa Ridge development, continuing through Waipiދo and Waikele.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 27 Honolulu Rail Transit Project April 2014 x Route 432 East-West Waipahu (EB/WB)—This route connects East and West Waipahu and will be modified to serve the new West Loch Transit Center on its western terminus, otherwise no other alignment changes are planned. x Route 433 Waipiދo/Waipahu (NB/SB)—This route will be extended from its current terminus in Waipiދo to the Koa Ridge Transit Hub.

4.2.2 Bus/Rail Integration Features

The mauka station entrance for the Waipahu Transit Center Station is adjacent to the current Waipahu Transit Center on Hikimoe Street. This will allow bus passengers to conveniently access the rail station without a major change to the existing layout and orientation of the existing facility.

With the bus characteristics identified for each route, bus-related facilities can be defined for the Waipahu Transit Center Station. Table 4-6 shows the bus routes, the bus stop description and type, and the operational characteristics of the routes, including maximum vehicle size, as well as peak and base period buses per hour for year 2017. Similar information for 2019/2030 operations is provided in Table 4-7. The tables also shows typical dwell time or duration the bus will remain at the stop. Typical stop duration is a factor to consider in designating the types of stops. The column “Bus Stop” relates to the stop numbers shown in Figure 4-3 and Figure 4-4. The bus stop type is “dedicated” which means that each route serving the station will have a designated position on Hikimoe Street at any given time.

Page 28 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 4-6: Waipahu Transit Center Bus Operations in the Year 2017 Bus Stop Locations Bus Operational Characteristics Implementation ) s o e r t t r ) e t u e u n d b s e n c o o i e e e i n m f t s s H ( m a u c s u ( t r e e N o s e B i n r z n i p f o D n C m i S o s t u o k s r e a l e t C l r e m s a e i c D u b u d i I e x W r D e h a B t m p ) e e t u p S m t M o k d i e l V t o a f N r o T t e a i S o f p u r p m y m S ( s e i r W e o o g l a o l e u t x t e n n P b H a s d g i i S o e b m S o t c k r t u i n i e s k i i t s e x s p u m w s s i r a B p a e a u e p u o a x t e o Location Direction Type u f y Design B N E A S N d R M P o B W P T TC1 — 4421 Transit Center Eastbound On-street linear 80 None E 60 2 2 34 Yes 1 DTS (existing) platooned bus berth W1 60 2 — 6 Yes 1 40 60 4 3 45 Yes 1 42 60 2 2 36 Yes 1 43 40 2 2 20 Yes 1 Total at — 12 9 141 — — bus stop TC2 — 4421 Transit Center Eastbound On-street linear single 60 None 434 45 4 2 27 Yes 3 DTS (existing) bus berth TC3 — 4421 Transit Center Eastbound On-street linear single 100 None 432 45 2 2 37 Yes 3 DTS (existing) bus berth TC4 — 4420 Transit Center Westbound On-street linear single 180 1 local 432 45 2 2 37 Yes 3 DTS (existing) bus berth street TC5 — 4420 Transit Center Westbound On-street linear single 160 1 local 433 45 2 2 33 Yes 4 DTS (existing) bus berth street TC6 — 4420 Transit Center Westbound On-street linear 240 1 local E 60 2 2 35 Yes 1 DTS (existing) platooned bus berth street W1 60 0 — 3 Yes 1 40 60 4 3 45 Yes 1 42 60 3 2 39 Yes 1 43 40 2 2 21 Yes 1 Total at — 11 9 143 — — bus stop TC7 3 — Transit Center Eastbound On-street linear single 120 None TheHandi- 26 Varies Varies — No 10- DTS (existing) vehicle berth Van 15 Sources: Bus Stop Locations are recommended per review of station design and expected operational considerations; Bus Operational Characteristics are from the service plans prepared for the Project FEIS (Appendix D) Existing bus stop number 1377 (westbound Farrington Highway and Mokuola Street) will be removed.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 29 Honolulu Rail Transit Project April 2014 Table 4-7: Waipahu Transit Center Bus Operations in the Years 2019-2030 Bus Stop Locations Bus Operational Characteristics Implementation ) 0 s o 3 e r t t 0 r ) e t u e 2 u n d b s e n c o o i e e n e i n i m f t s s H ( m a u c s u ( t p r e e N o s o e B i f n r t z n i p f o o D S n C m i S o s t r u o k s g r e a e l e t C l r n e m s a b e i i c D u b u d i I e s x W m r D e h a B t m U p ) u e e t u p S m t M o k d N s i e l V t o a f r N r o T t e a i S d e o f p u r p m y m S ( s e e i g r W e o o g t l a o l e u t x n t e n a n P b H a s d g i i S o e e b m S o t c k r t u i n i m e s s k i i t i s e x s p u m w s s i r t s a B p a e a u e p u o a x t s a e o Location Direction Type u f y Design B N E A S N d R E P M P o B W P T TC1 — 4421 Transit Center Eastbound On-street linear platooned bus 80 None 40 625 60 4 3 58 Yes 1 DTS (existing) (existing) berth 50 3,200 45 4 2 56 Yes 5 Total at 3,825 — 8 5 114 — — bus stop TC2 — 4421 Transit Center Eastbound On-street linear single bus 60 None 434 165 45 4 2 40 Yes 3 DTS (existing) (existing) berth TC3 — 4421 Transit Center Eastbound On-street linear single bus 100 None 432 130 45 2 2 37 Yes 3 DTS (existing) (existing) berth TC4 — 4420 Transit Center Westbound On-street linear single bus 180 1 local 432 130 45 2 2 37 Yes 3 DTS (existing) (existing) berth street TC5 — 4420 Transit Center Westbound On-street linear single bus 160 1 local 433 570 45 2 2 33 Yes 4 DTS (existing) (existing) berth street TC6 — 4420 Transit Center Westbound On-street linear platooned bus 240 1 local 40 445 60 4 3 64 Yes 1 DTS (existing) (existing) berth street 42 415 45 6 2 53 Yes 3 Total at 860 — 10 5 117 — — bus stop TC7 3 — Transit Center Eastbound On-street linear single vehicle 120 None TheHandi- — 26 Varies Varies — No 10-15 DTS (existing) (existing) berth Van Sources: Bus Stop Locations are recommended per review of station design and expected operational considerations; Bus Operational Characteristics are from the service plans prepared for the Project FEIS (Appendix D) Existing bus stop number 1377 (westbound Farrington Highway and Mokuola Street) will be removed.

Page 30 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Figure 4-3: Waipahu Transit Center Station TheBus and TheHandi-Van Layout—2017

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 31 Honolulu Rail Transit Project April 2014 Figure 4-4: Waipahu Transit Center Station TheBus and TheHandi-Van Layout—2019 through 2030

Page 32 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Bus Facilities 2017

Figure 4-4 presented the year 2017 interim Project opening for on-street TheBus and TheHandi-Van requirements. More detailed information on these requirements were previously identified in Table 4-6. TheBus and TheHandi-Van stops are color coordinated to show which routes are expected to use each stop. For example, stop TC2 serving the mauka station entrance is shown with purple marking. The purple is identified as the Route 433 in the figure legend.

Several considerations should be noted relating to the location and features of on-street bus stops in the year 2017. These considerations are: x The existing bus transit center on Hikimoe Street will be readapted for use by the feeder and trunk routes previously listed in Table 4-6; stops will be located near existing shelters where possible. x Up to eight in-service buses will be accommodated, with some service being discontinued by 2019 to be replaced by other service. x The existing farside stop on Farrington Highway EB opposite Mokuola Street will be preserved for use by Routes 40, 42, 432, 433, and W1. x A short term kiss-and-ride parking area and taxi loading zone will be located on Moloalo Street on the mauka side of Farrington Highway. x A new crosswalk and curb ramp will cross Moloalo Street. x TheHandi-Van will stop on-street at TC7 adjacent the main station entrance. x Parking will be provided for at least 20 bicycles divided between both station entrances with the ability to accommodate up to 30 bicycles in 2030. x Wayfinding signs within the station (particularly at the concourse level) and near the station entrance directing passengers to bus connections in the bus transit center on Hikimoe Street and elsewhere on-street. x Bus stop duration will vary throughout the day; more time will be required in the peak periods when passenger activity is heaviest. Wheelchair operations will add to the typical stop duration time. x All single TheBus stops will accommodate a 60-foot vehicle.

Bus Facilities 2019–2030

The recommended bus features of the 2019 to 2030 Waipahu Transit Center bus/rail integration plan are shown in Figure 4-4 and previously detailed in Table 4-7. Information in the figure and table show that there is an increase in community circulator bus routes serving the station. The route activity has been split between inbound and outbound bus stops and rounded. The majority of these passengers are connecting with rail; however, some passengers are connecting with nearby destinations or are transferring between buses.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 33 Honolulu Rail Transit Project April 2014 Estimates are based on the 2030 travel forecasting model results, with bus stops identified as nodes in the network.

Several considerations should be noted relating to the location and features of on-street bus stops in the years 2019 through 2030. These considerations are: x The existing bus transit center on Hikimoe Street will be continue to readapted for use by the feeder and trunk routes previously listed in Table 4-7; stops will be located near existing shelters where possible. x Up to eight in-service buses will be accommodated. x The existing farside stop on Farrington Highway EB opposite Mokuola Street will be preserved for use by Routes 40, 432, and 433. x A short term kiss-and-ride parking area and taxi loading zone will be located on Moloalo Street on the mauka side of Farrington Highway. x A new crosswalk and curb ramp will cross Moloalo Street. x TheHandi-Van will stop on-street at TC7 adjacent the main station entrance. x Parking will be provided for at least 20 bicycles divided between both station entrances with the ability to accommodate up to 30 bicycles in 2030. x Wayfinding signs within the station (particularly at the concourse level) and near the station entrance directing passengers to the bus transit center on Hikimoe Street and other on-street connections. x Bus stop duration will vary throughout the day; more time will be required in the peak periods when passenger activity is heaviest. Wheelchair operations will add to the typical stop duration time. x All single TheBus stops will accommodate a 60-foot vehicle.

4.2.3 Integration of Other Modes

Table 4-8 shows the estimated vehicle parking requirements at the Waipahu Transit Center Station. Estimated pedestrian and bicycle demand at the station will be approximately 550 riders or 18 percent of total daily demand. The transit center and kiss-and-ride lot will minimize much of the walk distance by those transferring to/from buses and those being dropped off at the station. Bicycle racks will be divided between the mauka and makai station entrances and accommodate 20 bicycles in 2017 with space reserved for 30 spaces in 2030. A new crosswalk and curb ramp is recommended across Moloalo Street mauka of Farrington Highway, adjacent to the taxi loading zone and short-term kiss-and- ride parking area.

Page 34 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Table 4-8: Waipahu Transit Center Station Site Requirements in 2030 Vehicle Parking Park-and-Ride 0 Kiss-and-Ride Parking 0 Kiss-and-Ride Loading Zone 1 Supervisor 1 Taxi 0 Tour Bus/ Private Shuttle 2 Other Bicycle 20 /30 Source: Station Access and Modal Interface Report, 2011.

New crosswalks are recommended on Hikimoe Street and Farrington Highway in the vicinity of the station to improve pedestrian access to the station and promote pedestrian safety. Station access to/from the makai side of Farrington Highway is in need of particular attention.

Although not included in any station or guideway construction contract, a fence in the Farrington Highway median would help prevent illegal pedestrian crossings to/from the Moloalo Street entrance. A new crosswalk on the eastbound approach to the Mokolua Street intersection would also enhance pedestrian access and safety to/from the makai side. 4.3 Leeward Community College Station

Almost all of rail passengers are expected to access the LCC Station by walk or bike. The station will have a center platform accessible from an underground gallery/walkway connecting to a single entrance within an existing LCC parking lot located on the makai side of the guideway.

The LCC Station will be located makai of Farrington Highway on the mauka side of the LCC campus. The established street network will make it difficult to access the station from nearby residential areas. For those accessing the station from LCC, the planned public plaza near the station entrance will provide a pedestrian link that will include bicycle parking facilities. 4.3.1 Bus Services

At the time of the station opening, bus routes will not be serving the LCC Station directly. Route 73 currently serves the LCC campus; however, this portion of the route is expected to cease service with the completion of the first construction phase in 2017. Other bus routes will provide service from Farrington Highway, but they will require a 1/2-mile walk between the bus stop and rail station entrance.

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 35 Honolulu Rail Transit Project April 2014 The following bus routes are expected to serve the LCC station area indirectly from Farrington Highway: x Route 40 Honolulu/MƗkaha—No major alignment changes are planned for the route nearby LCC. The route is expected to operate with 20-minute intervals in the peak and mid-day periods providing access to LCC from Farrington Highway. x Route 51 Wahiawa—Route 51 is a modified and renamed current Route 62. Route 51 will operate from the Wahiawa Transit Center near California and Cane via California to Kamehameha Highway terminating at Aloha Stadium, serving LCC from Farrington Highway. The route will provide 15-minute service in the peak and midday periods. 4.3.2 Bus/Rail Integration Features

The features of the Leeward Community College bus/rail integration plan include the following items as shown in Figure 4-5: x Loading zone for the TheHandi-Van located adjacent to the walkway to the station entrance. A curb ramp will be provided connecting TheHandi-Van zone to this walkway x A kiss-and-ride loading zone adjacent to the zone for TheHandi-Van. x Bicycle parking for at least 20 bikes at the station entrance with the ability to expand To support pedestrian movements between the station entrance and LCC, the station design should include transition zones that connect the existing campus parking lot and the station loading platform. Also, connections between the station and campus can be supported through a wayfinding system that guides patrons between the station entrance and various points of interest on the LCC campus. 4.3.3 Integration of Other Modes

Pedestrians and bicyclists accessing the station will comprise approximately 2,850 riders or about 90 percent of total daily demand in 2030. The station will see substantial demand coincide with campus activities, such as classes, special events, and the academic calendar. Bike racks should accommodate 20 bicycles in 2017 with space for 30 bicycles by 2030.

Page 36 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Figure 4-5: Leeward Community College Station Site Layout—2019 through 2030

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 37 Honolulu Rail Transit Project April 2014 4.4 Pedestrian Connections at FHSG Stations

Although the siting of on-street bus stops are not included in the Project Compendium of Design Criteria, a key objective of the bus/rail integration plans is to locate on-street bus stops as close as possible to station entrances. Note that bus stops for high-ridership routes are generally placed closer to station entrances than lower-ridership routes. At some FHSG stations, however, the walk distances between on-street bus stops and the station entrance could be up to almost 300 feet. These distances and the locations of bus stops in relation to rail station entrances could result in some uncertainty on the part of those transferring between trains and buses. This will be particularly relevant for those riders transferring from rail to bus.

To address potential issues relating to pedestrian access between on-street bus stops and station entrances, a wayfinding signage system should be installed. The location, design, and other features of this signage should be developed jointly by HART, DTS, and other interested parties as appropriate. Development of the wayfinding system could occur as part of the protocols to be established between HART, DTS, OTS and potentially other stakeholders. These protocols will address implementation of bus-related service at rail stations along with related facility improvements.

Potential guidance for a wayfinding system can be drawn from other systems with a strong bus/rail interface. Figure 4-6 illustrates an example of wayfinding at a light rail transit (LRT) stop in Downtown Portland, Oregon. This sign directs LRT passengers to several on-street bus stops (each having a different collection of bus routes) located in the station area. Signage would also have to be provided to direct bus passengers to the rail station. A potential enhancement to this signage could include a schematic map of the station area inside the station entrance showing the location of bus stops/connecting routes. Figure 4-6: Wayfinding Project signage design, while limited to the Example at an LRT Stop station right-of-way, can provide important information on the location of bus stops and (Portland, Oregon) connecting routes in station areas. Wayfinding signage beyond the station right-of-way will need to be coordinated with DTS, DPP, and other interested parties.

Page 38 Final Bus/Rail Integration Plan for the Farrington Highway Station Group April 2014 Honolulu Rail Transit Project Appendix A Compendium of Design Criteria

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Honolulu Rail Transit Project April 2014 Exhibit 4 Transit Center Lighting Technical Requirements

AppendixA:ScopeofWork 8 TRANSIT CENTER LIGHTING TECHNICAL REQUIREMENTS

A. General Conditions: The General Terms and Conditions City and County of Honolulu (02/01/2015) shall govern all work specified in this section.

B. Scope of Work

1. Provide complete replacement of the fourteen (14) decorative style 150W high pressure sodium (HPS) street light luminaires on Hikimoe Street with the equivalent decorative style LED street light luminaire and photoelectric controls specified herein. Furnish all labor, tools, equipment and appliances required to provide and install light fixtures, complete, as required for its correct and proper operation.

2. Manage deliveries, storage, security and staging of material to work site.

3. Coordinate work and arrange for periodic inspections by City inspectors. Contact the Department of Design and Construction at (808) 768-8431 at least three (3) working days in advance of inspection.

4. Immediately report and pay for damages to existing equipment caused by the Contractor.

5. Contractor shall check and test the installation for completeness and functional operation. Tests shall be in the presence of the City, or the City’s representative. Should intermediate or final inspections of the installed equipment reveal damaged or defective equipment, the Contractor shall immediately replace the equipment in question, at no additional cost to the City.

C. Execution

1. Rules: The entire installation shall conform to ordinances of the City and County of Honolulu; General Order No. 10, Public Utilities Commission, State of Hawaii; and shall be made in strict accordance with the latest rules and regulations of the National Board of Fire Underwriters (NBFU), the currently adopted edition of the National Electrical Code (NEC), National Electrical Safety Code (NESC) and the local Electrical Bureau. All work shall be inspected by the City as it progresses. The Contractor shall pay all inspection fees and shall deliver certificates of completion and inspection to the City. Costs of permits and inspection fees, if any, shall be included in the Contractor's proposed price.

2. Materials and Workmanship: Labor and materials of every kind shall be subject to the approval of the City, who shall be afforded every opportunity for ascertaining the competence of such labor and examining such materials as may be deemed necessary. Concealed work shall be

AppendixA:ScopeofWork 9 reopened at random as directed during formal inspection by the City Inspector.

3. Qualification of Installers: For fabrication, installation and testing of the work, contractor shall use only thoroughly trained, licensed and experienced workmen completely familiar with items required and with manufacturers' recommended methods of installation. In acceptance or rejection of installed work, no allowance will be made for lack of skill on part of workmen. Workmen shall be paid by the contractor in accordance with the prevailing wages of their trade.

4. Construction Methods: Construction shall conform to construction practices as recommended by:

American Electricians Handbook by Croft (latest edition) American National Standards Institute (ANSI) Edison Electric Institute National Board of Fire Underwriters (NBFU) National Electrical Code (NEC) National Electrical Manufacturer's Association (NEMA) National Electrical Safety Code (NESC) National Fire Protection Association (NFPA) Underwriters' Laboratories, Inc. (UL)

Applicable instructions of manufacturers of equipment and material supplied for this project.

5. Inspection: Skill and competency of workmanship shall be subject to the approval of the City. Notification for inspection shall be given to the City three (3) working days in advance of work.

6. The Contractor shall maintain an accurate and adequate record of each change as it occurs.

7. Work shall conform to:

Revised Ordinances of City and County of Honolulu (ROH) National Electrical Code (NEC) National Electrical Safety Code (NESC) General Order No. 10, Public Utilities Commission, State of Hawaii Regulations and Standard Practices of Hawaiian Electric Company, Inc.

8. Applicable rules, standards and specifications of following associations shall apply to materials and workmanship:

AppendixA:ScopeofWork 10 American National Standards Institute (ANSI) Illumination Engineer Society (IES) National Board of Fire Underwriters (NBFU) National Electrical Manufacturer's Association (NEMA) National Fire Protection Association (NFPA) Underwriters' Laboratories, Inc. (UL) Applicable instructions of manufacturers of equipment and material supplied for this project.

D. Construction Requirements:

1. Street lighting system shall provide illumination along length of project roadways. System shall be provided complete, and be completely tested and ready for use.

2. Street light fixtures shall be mounted on existing decorative light standards oriented 90 degrees to center line of road. Vertical alignment of luminaire shall be field adjusted to 0 degrees tilt. A corrosion inhibitor, such as “Thread Eze” or approved equal shall be applied to all mounting connectors, nuts and bolts.

3. Installation ofWiring System:

a. Unless otherwise indicated or specified herein, wiring shall consist of single conductor cables installed in conduit/duct in areas where permitted by the NEC and NESC.

b. Mechanical means for pulling shall be torque limited type and not used for #2 AWG and smaller wires.

c. Pulling tension shall not exceed wire manufacturer's recommendations.

d. Splices made according to NEC Article 110.

e. Splices for 600 Volt Class Cables: The conductors shall be joined securely, both mechanically and electrically by the use of solder less or crimp type connectors with properly sized tools.

f. Furnish necessary test equipment and conduct all tests necessary to check for unspecified grounding, shorts and wrong connections. Correct faulty conditions, if any.

g. Disposal and/or recycling of old street light luminaires, associated luminaire components, and/or lamps shall be done in accordance

AppendixA:ScopeofWork 11 with all applicable federal, state, and local laws, rules, regulations, and guidelines. The City may salvage certain luminaires that are in very good condition, as determined by the City or its representative prior to the replacement. The Contractor shall deliver the salvaged luminaires to the City’s Department of Facility Maintenance Manana Yard located at 999 Makolu Street, Pearl City, Hawaii, 96782. The Contractor shall notify the street light operations supervisor at least forty-eight (48) hours before anticipated delivery at no additional cost.

4. Cleaning and Repairing: During the progress of work, all rubbish and waste materials shall be removed as soon as possible and upon completion of the work. Contractor shall remove from all public and private property, at its own expense, all temporary structures, rubbish and waste material resulting from its operations. The Contractor shall not use the rubbish bins that the City provides to each homeowner for the disposal of the construction rubbish and waste materials.

5. Tests:

a. Test complete installation and correct all defects of material and workmanship as well as all malfunctions of equipment and systems prior to final acceptance at no increase in contract price. All wiring shall be tested to ensure proper operation according to functions specified herein; and in other sections of these specifications, and conform to standard industry practices.

b. Wherever test or inspection reveals faulty materials or installation, Contractor shall take corrective action, at its own expense, repairing or replacing materials or installation as directed. The materials or installation shall then be retested.

E. LuminaireRequirements

1. General: The LED street light luminaries will be used as a direct one-for- one replacement of existing HPS luminaries on existing street light standards without modifications to the standards, pole spacings, and mounting heights.

2. Submittal Requirements: Contractor shall submit the following:

a. Manufacturer’s Product Data.

The luminaire manufacturer’s product data shall include detailed shop fabrication drawings, luminaire cut sheets, luminaire paint finish cut sheets, LED light source cut sheets, LED driver cut sheets, surge protection device cut sheets, warranty certificates, and other pertinent literature.

AppendixA:ScopeofWork 12 If several products are listed on the cut sheets, then the specific product shall be clearly indicated. Failure to identify the specific product may be cause for rejection of the proposal.

The photoelectric control manufacturer’s product data shall include detailed shop fabrication drawings, cut sheets, and warranty certificates.

b. PhotometricReports.

The luminaire photometric reports shall be in accordance with IES LM-79 and prepared by an accredited testing laboratory for the specified model. Relative, scaled or computer simulated photometric data are unacceptable. The report shall include:

1) Nameofthetestlaboratory.

The test laboratory shall hold National Voluntary Laboratory Accreditation Program (NVLAP) accreditation for the IES LM-79 test procedure or must be qualified, verified and recognized by through the U.S. Department of Energy’s CALiPER program. The certification shall be attached to the report.

2) Reportnumber.

3) Dateofreport.

4) Complete luminaire catalog number.

5) Description of the luminaire, including LED light source, rated lumens, rated input wattage, rated voltage, correlated color temperature (CCT), color rendering index (CRI).

6) Luminaire Classification System (LCS) – BUG Rating

7) Coefficients of Utilization

8) PolarGraph

9) Iso-footcandle Lines of Horizontal Illuminance

10) LCS Graph.

c. Lumen MaintenanceTest Reports.

AppendixA:ScopeofWork 13 The lumen maintenance test reports shall be in accordance with IES LM-80 for the LED light source used in the LED roadway luminaires. In addition to the LM-80 test reports, Offerors shall also submit IES TM-21 test data to support the projected long term lumen maintenance of the LED light source used in the specified luminaire.

d. Energy Star® label or Design Lights Consortium (DLC) listing or Lighting Facts report.

e. PhotometricData.

The photometric data shall be on CD-ROM and in IES LM-63 format for the specified model and shall match the LM-79 photometric report. The photometric data shall be compatible with the Lighting Analysts’ AGi32 illumination calculation program.

3. Hikimoe Street Decorative LED Equivalents:

Luminaire Requirements:

a. General: Theluminaireshallhaveacontoured acorn shape housing that resembles a standard acorn post top luminaire. The luminaire shall not have any openings or holes, except for the post and finial mounting locations. The luminaire shall contain completely pre-wired integral driver, optical assembly, photoelectric control receptacle and terminal block with quick disconnects. The luminaire shall be labeled internally and externally in accordance with ANSI C136.15. The luminaire shall be UL/cUL listed for wet locations per UL 1598. All screws shall be stainless steel.

Only copper wiring shall be used in the electrical compartment. Harness and wiring insulation shall be AWM rated for 125ºC and 600 volts. The electrical terminal blocks shall accommodate AWG #8 to #16 gauge copper wiring and up to AWG #6 gauge aluminum wiring.

The luminaires shall be internally labeled in accordance with ANSI C136.22 and

AppendixA:ScopeofWork 14 shall include manufacturer’s name and catalog number, month and year of manufacture, line input voltage, frequency if other than 60 hertz, ballast/driver type (may be on ballasts if readily visible); photocontrol voltage if different from input voltage, lamp type wattage, and voltage, if different from input voltage, descriptive wiring diagram, as necessary.

b. Housing: Thehousingshallbedie-castaluminum with integral heat sink fins over the optical compartment to maximize heat transfer.

c. DoorAssembly: Thedoorassemblyshallbeadie-cast, alloy assembly. The door assembly shall tightly bind to the housing using two captive fasteners.

d. PaintFinish: Theluminaireshallhaveaclear anodized undercoat and a super durable, weather, UV, humidity, and acid salt spray resistant polyester powder coat paint finish, forest green in color. The finish shall have an ISO 2360 thickness of 2.0 mils. The finish shall be Amerishield Forest Green to match the existing light standard.

e. Cooling System: Vents, fans, pumps, or liquids shall not be allowed as part of the cooling system.

f. Post Top The post top mounting system shall be 3” Connection: outer diameter with six square head set screws. The mounting pod shall incorporate a fluted base design with a scroll top.

g. Photoelectric Cell Luminaire shall have a standard 3-prong Receptacle: locking socket per ANSI C136.10 and 4 additional contacts per ANSI C136.41 for a “7- pin” photoelectric control (PEC) receptacle. The PEC socket needs to be able to rotate without tools, so that the PEC window can always be positioned to face the northern direction. Fixture housing shall not interfere with the operation of the photocell.

AppendixA:ScopeofWork 15 h. Vibration: 3.0G(29.4m/s2) per ANSI C136.31 for Level 2 for Bridge/Overpass Applications.

i. Dimensions: Lessthan16inchesx35inches(DIAx H).

j. Effective Projected 1.4 square feet. Area (EPA):

k. Weight: <43pounds.

l. IECRating: IP65opticalenclosureperANSI C136.25.

m. Temperature -40°C to 50°C. Ratings:

n. LEDDriveCurrent: <700mA

o. On-state Power < 84 W. Consumption:

Electronic Driver Requirements:

a. General: Theelectronicdrivermoduleshallbea one-piece unit installed inside the electrical compartment of the luminaire. The driver shall have a rated lifetime of 50,000 hours. The driver’s maximum allowable case temperature is 80ºC and shall have built-in thermal protection if case temperature exceeds 85ºC. The driver shall tolerate sustained open circuit and short circuit output conditions without damage. The driver shall be UL listed for operation in dry/damp locations (Outdoor Type 1) and have an IEC rating of IP65. The driver shall have 0 – 10V dimming capability.

b. InputVoltage: 120-277V

c. InputFrequency: 50/60Hz

d. Full Load Efficiency >88% @ 120V:

e. PowerFactor: >90%

AppendixA:ScopeofWork 16 f. TotalHarmonic < 20% Distortion (THD):

g. Weight <2.2lbs.

h. Operating -40°C to 80°C Temperature:

i. Noise: Class“A”audiblesoundrating.

j. Electromagnetic Compliant with FCC 47 CFR Part 15 Interference (EMI): Class A.

k. Surge Protection: Per IEEE/ANSI C62.41.2-2002 6kV/3kA, location category C-Low

l. ULStandards: 8750Class1,1310Class2.

Optical Requirements:

a. General: Theluminaireshallcontainaninternal optical module(s) that consists of nested concentric directional reflectors that will not corrode, peel, or fade under normal operating conditions,

b. Distribution Pattern: Asymmetric Wide

c. Luminaire B1-U3-G2 Classification System (LCS):

d. Coefficient of 0.375 minimum (street side), 0.09 Utilization: maximum (house side), at street width/mounting height ratio of 1.

Light Source:

a. General: TheinitialLuminaireEfficiencyRating (LER) shall greater than 70 lm/W at 4,100K and 120-277 V and be RoHS compliant.

b. Correlated Color 4,100K (nominal) per ANSI C78.337- Temperature (CCT): 2011.

c. Color Rendering > 65 at 4,100K Index (CRI):

AppendixA:ScopeofWork 17 d. Lumen Depreciation Light sources shall deliver at least 85% of Light Sources of initial lumens (L85), when installed for a minimum of 50,000 hours

Manufacturer’s Warranty:

The luminaire shall be free from defects in material and workmanship for ten (10) years. The warranty shall provide for the replacement or repair of the luminaire, including light source, drivers, surge protection and other integral components.

Hawaii Energy Requirements:

Listings: EnergyStar®;orDesignLights Consortium (DLC); or Lighting Facts.

Make and Model:

GE Lighting Model No. EPAS-0-C3-D-41-D-7-F-D-ANOD or approved equal.

F. Photoelectric Controls (PEC):

Mechanical:

a. Housing: UV stabilized impact resistant polypropylene.

b. Base: HightemperatureABS

c. Contact Blades: Solid brass, three prong, locking type.

d. Gasket: Crosslinkedpolyethylene.

Technical:

a. InputVoltage: 105-285VAC,50/60Hz.

b. Load Switching 5,000 operations minimum at rated load. Capability:

c. RatedLoad: 500Wmax.

d. SensorType: 1,000W/1,800VA

e. Housing: Hermeticallysealedcadmiumsulfide phototransistor.

f. Operating -40°Cto+70°C

AppendixA:ScopeofWork 18 Temperature: g. Humidity: 99%RHat50°C

h. TurnOntoTurnOff 1:1.5 standard (1 foot-candle turn on Ratio nominal.)

i. SurgeProtection 190Jstandard

Manufacturer’s Warranty:

A standard warranty of six (6) years shall be provided for the replacement of the photoelectric control due to factory defects.

Make and Model:

FP Outdoor Lighting Controls (formerly Fisher Pierce) Model No. 7790B-SPS or approved equal.

AppendixA:ScopeofWork 19 Exhibit 5 Bike Corral Guideline

AppendixA:ScopeofWork 20 Bicycle Corral Guidelines

Introduction

Bicycle corrals, or bike corrals, are in-street bicycle parking racks that provide greater capacity for short-term bicycle parking where there is a higher demand than can be accommodated on sidewalk racks. Bike corrals are particularly attractive when the demand for bicycle parking begins to crowd the sidewalk right-of-way. Depending on the sidewalk width, this usually occurs when parking for 10 or more bikes is desired.

Location

Identifying the best location for a bike corral involves several factors. Locations should be identified in consultation with adjacent businesses, property owners, and business associations where feasible. Some elements to consider are convenience, street corners, main streets, existing parking spaces, and traffic operations.

The bike corral should be located as close as possible to the entrance to high demand businesses and other destinations. In most cases bicyclists are unwilling to park their bicycle more than 100 feet from their destination.

Locating bike corrals near corners provides greater visibility and access for bicyclists. It also prevents large vehicles from parking near corners which is an added safety benefit for pedestrians. Exiting bicyclists are also easier to see when the bike corral is not concealed between a row of parked cars.

It is tempting to locate bike corrals on side streets away from higher traffic volumes. However, locating bike corrals on main streets makes them easier to find for bicyclists and usually reduces the distance to the entrance of the destination.

Bus stops, fire hydrants, turning bus and truck movements, location of catch basins, parking meters, and adjacent sidewalk areas all need to be considered when choosing a location for bike corrals.

Design

A bike corral is composed of the bicycle rack, a method of demarcating the parking area, and signage. Choosing the best rack is a critical choice for a successful facility. Inverted-U racks in series are generally recommended as they are space-efficient and intuitive for the user. Several manufacturers make bike corral systems that use inverted-U racks on rails that are either welded or modular. This makes installation easier and more secure.

A popular design feature is to angle the racks at 60 degrees which reduces the depth of a bicycle from 6 feet to 5 feet. Most on-street parking spaces are 8 feet wide. The angled racks provide a greater buffer between moving traffic and the bicycle’s wheel and also minimizes handlebar conflicts. Angling the racks reduces the number of bikes that can be accommodated in the available space so this should also be considered.

AppendixA:ScopeofWork 21 The spacing between racks should be 36 inches on center. This width allows for greater convenience and maneuverability for bicyclists.

Another option for the rack choice is to use a prefabricated bike corral, such as Dero’s Cycle Stall Elite. These are stand-alone racks that include a railing that acts as a physical barrier from traffic. The open side of the rack should face the curb and ensures that bicyclists enter and exit from the curb side. This type of rack is especially recommended when the location is on a busy street and no bike lane is present. A bike lane provides a buffer area for bicyclists, especially when exiting the rack.

Demarcating the bicycle parking area is important for visibility for both the bicyclists and motorists. It also provides clear space on both ends of the rack so cars do not encroach into the bicycle parking space. This can be accomplished with bicycle markings on the pavement and a 4 foot rubber or cement parking block.

Some type of vertical delineator is also recommended to make the facility more visible. This may not be necessary with a prefabricated bike corral but some kind of reflective tape should be applied to the vertical part of the rack to make it more visible at night.

Bicycle parking signs may be included to make the rack easier to locate for bicyclists.

AppendixA:ScopeofWork 22 Exhibit 6 Surveillance Camera Specifications

AppendixA:ScopeofWork 23 1. OVERVIEW:

The project consists of furnishing, delivering, and installing a 24/7 Security Camera System at the Waipahu Transit Center along Hikimoe Street in Waipahu, Oahu.

The Contractor shall provide all labor, equipment, materials, tools, supplies and appurtenances necessary to provide a turnkey 24/7 security camera system with an onsite recording capacity of thirty (30) days with 10 frames per second.

The location of the security cameras shall be limited to specified building structure such as the bus shelters, the bathrooms, and the existing poles, etc. Installation of camera stands, poles, etc., may be required.

The security camera system will be a standalone system. It shall have all necessary computer hardware with the capability for the user to monitor/view the security system in real time from the security room that is located between the two bathrooms, or copy the data from the security system on a computer and view the information offsite. The recorded data can be analyzed offsite.

2. TECHNICAL / PERFORMANCE REQUIREMENTS:

a. Contractor will be responsible for a turnkey system to include but not limited to all equipment, software, hardware, licenses, camera enclosure, mounting components, electrical and cabling.

b. A total of sixteen (16) cameras will be installed with eight (8) cameras located on either sides of the Hikimoe Street. The cameras should be located in such a way that their views should cover well all bus shelters, the bathrooms, and the rail station entrance/exit on Hikimoe Street. The Ethernet cables will be labeled with camera location/device name on both ends. Furnish, deliver and install the following Power over Ethernet (POE) AVIGILON or approved equivalent, hardware and software to include but not limited to:

i. Control System Hardware/Software (located in electrical room): a) HD NVR, 30 day Storage capacity with 10 frames/second, 2U rack mounts b) All applicable licenses necessary to operate a turnkey security system

ii. Camera Hardware: a) Sixteen (16) 5.0 Megapixle day/night outdoor dome, 3-9 MM F/1.2 P-Iris Lens, IR illuminator, anti-vandal/weather proof housing b) Appropriate Avigilon or approved equal ACC license per camera c) Veracity Extenders d) Double gang weather proof box e) Wall mount rack enclosure f) Fankit for enclosure

3. RESPONSIBILITIES:

AppendixA:ScopeofWork 24 a. WARRANTY: Standard minimum one (1) year warranty. During the warranty period, the Contractor shall replace and install all parts returned to the Contractor which prove to be defective.

b. MANUALS AND TRAINING: Two (2) Owner's Manual with operating instructions and parts breakdown shall be provided. The Contractor should conduct on-site training to the City employee on how to operate and maintain the security system.

c. ANTI-VANDAL PROOF/WEATHER PROOF CAMERA PROTECTION. Any and all other items of equipment, accessories and components listed in the manufacturer's specifications as standard and necessary for a complete operating unit, whether specified herein or not, shall be included, at no additional cost to the City including but not limited to all electrical cabling requirements, anti-vandal and weather proof camera housing components.

d. DISCONTINUED OR OBSOLETE MAKES AND MODEL NUMBERS: If any item, make and model or part number listed in the Scope of Work and Pricing (Commodity Information) is discontinued or made obsolete by the manufacturer, it is the Offeror's responsibility to provide prior to the Deadline to Submit Request for Clarifications/Substitutions the current make and model number or offer an equal substitution for the item.

e. DOCUMENTATION Upon completion and acceptance of the Project by the Officer-In-Charge, the Contractor shall provide to the City: i. As-Built drawings that depict the name/ID of the device, location of the device, cabling routes, etc (Format: Hardcopy (1 copy) and CAD design package for the installation of all equipment) ii. A network block diagram that shows how the networked surveillance video system will be configured from camera locations through various encoding and network equipment to the central server and video storage disk array. (Format: Hardcopy (1 copy) and electronic file) iii. Information for all devices installed: manufacturer, manufacturer's part number, part description (camera, POE switch, video server, etc), associated camera ID/number from AS-Built drawing, device name in system, serial number, IP address, warranty period and expiration date of warranty. (Format: Hardcopy (1 copy) and Microsoft Excel electronic file) iv. A list of the software installed (name and version), license key, login credentials such as but not limited to application, server, and cameras, etc. The submittal of the list should be in hardcopies (1 copy) and in Microsoft Excel or Word electronic file. v. Cutsheet information for all software/hardware installed. The submittal of the cutsheet information should be in hardcopies (1 copy) and in Adobe pdf electronic file. vi. All the associated software disks, software licenses and manuals/ documentation.

AppendixA:ScopeofWork 25 APPENDIX B: TERM / SCHEDULE OF WORK

Construction Start and Finish 1. EstimatedNTP:April 1st, 2016 2. 30% design, 120 calendar days from NTP, (4-month duration) 3. 60% design, 240 calendar days from NTP, (4-month duration) 4. 100% design: 360 calendar days from NTP, (4-month duration) 5. Start of construction: 480 calendar days from NTP, (4-month duration) 6. Construction Completion: 780 calendar days from NTP, (10-month duration)

AppendixB:Term/ScheduleofWork 1 THE FOLLOWING PAGES SHALL BE DETACHED FROM THE SOLICITATION DOCUMENT AND SUBMITTED WITH THE OFFEROR’S PROPOSAL.

APPENDIX C: PRICING/CERTIFICATIONS

Name of Offeror (Legal Name)

Director of Budget and Fiscal Services City and County of Honolulu Honolulu, Hawaii 96813

SOLICITATION NO. RFP-DTS-910409

ITEM DESCRIPTION QUANTITY TOTAL PRICE 1 All Design except Task 2 Reconstruct Lump Sum Pavement 2 All Construction except Task 2 Reconstruct Lump Sum Pavement 3 Task 2 Reconstruct Pavement Design Lump Sum 4 Task 2 Reconstruction Pavement Lump Sum Construction 5 Total Lump Sum Bid (Items 1 to 4)

The undersigned represents: (Check one only)

 A Hawaii business incorporated or organized under the laws of the State of Hawaii;

OR

 A Non-Hawaii business not incorporated or organized under the laws of the State of Hawaii.

State of Incorporation or Organization:

Offeror is:  Sole Proprietor;  Partnership;  Corporation;  Joint Venture;

 Other:

Enclosed as a bid security is a:

Surety Bond )

Appendix C: Pricing/Certifications 1 Certified Check ) Cashier'sCheck ) (Crossoutfive) LegalTender ) CertificateofDeposit ) ShareCertificate ) in the amount equal to at least five percent (5%) of the amount of the offer. If an offeror fails to accompany its offer with a bid security, the City shall deem the offer shall as non-responsive and shall reject the offer.

Respectfully submitted,

Name of Offeror

Signature

Print Name and Title of Above

Business address (Street Address)

City, State, Zip Code:

Business mailing address (If other than address above)

City, State, Zip Code:

Payment mailing address (If other than address above)

City, State, Zip Code:

Business Telephone No:

Business Cellular No:

Business Fax No.:

Business E-Mail Address:

Person to Contact if Awarded:

AppendixC:Pricing/Certifications 2 Last 4 numbers of Federal Identification No.: XX-XXX

- Or - Last 4 numbers of Social Security No. if Sole Proprietor: XXX-XX-

AppendixC:Pricing/Certifications 3 CERTIFICATE OF ACCEPTANCE OF SOLICITATION REQUIREMENTS

It is understood and agreed that the undersigned acknowledges the following:

1. The Offeror has read this solicitation document including any addenda, in its entirety;

2. The Offeror understands and agrees to furnish, deliver, and perform the requirements of the solicitation in strict compliance with the solicitation document as amended, including any specifications, plans, and scope of work descriptions, without any exceptions, if awarded a contract;

3. The Offeror understands and agrees that no substitution or alternate brands may be furnished without the written approval of the City;

4. The Offeror understands that the Contractor shall resolve any noncompliance with the requirements of the awarded contract at the Contractor’s own expense;

5. The Offeror will make all modifications or customizations to the brand and model being offered as necessary to meet all specifications, at no additional cost. Offeror guarantees that all modifications or customizations done to meet specifications shall not affect the quality or operation of the product; and

6. The Offeror understands that FAILURE TO MEET CONTRACT REQUIREMENTS WILL CONSTITUTE A BREACH OF CONTRACT THAT MAY RESULT IN SUSPENSION OR DEBARMENT, AND THE EXERCISE OF RIGHTS AND REMEDIES AS PROVIDED BY LAW. Contract requirements include any specifications, plans, and scope of work descriptions;

7. The undersigned is an authorized representative of the Offeror and can legally obligate the Offeror thereto.

Offeror:

Signature:

Title:

Date:

AppendixC:Pricing/Certifications 4 HAWAII PRODUCTS PREFERENCE

In accordance with Section 103D-1002 of the Hawaii Revised Statutes, and Section 3-124 of the Hawaii Administrative Rules, the Hawaii products preference is applicable to this solicitation. Hawaii products, identified in the schedule below, may be available to use in the work noted in this solicitation.

Where a bid or proposal contains both Hawaii and non-Hawaii products, then for the purpose of selecting the lowest bid or purchase price only, the price or bid offered for a Hawaii product item shall be decreased by subtracting ten per cent for class I Hawaii product items bid or offered, or fifteen per cent for class II Hawaii product items bid or offered. The price or bid offered for the Hawaii product shall be f.o.b. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product cost shall not include installation costs. The lowest total bid or proposal, taking the preference into consideration, shall be awarded the contract unless the bid or offer provides for additional award criteria. The contract amount of any contract awarded, however, shall be the amount of the bid or price offered, exclusive of the preferences.

All bidders desiring to claim a Hawaii product preference shall designate, on the list below, the Hawaii product being offered by completing the quantity, unit measure, unit price and total price for each individual product to be supplied as a Hawaii product. Products not pre-approved shall not be considered. Hawaii Products not meeting the requirements of the specifications shall not be considered.

After the bid opening, bidders selecting the Hawaii Product Preference may be required to submit additional information on the cost basis of their selected Hawaii Product Preference items. The additional information will be used to verify the cost of the Hawaii product, including the computations for the estimated quantities, manufacturer’s or suppliers quotations, and delivered material cost f.o.b. jobsite, unloaded.

HAWAII PRODUCTS LIST

SCHEDULE OF ACCEPTABLE HAWAII PRODUCT AND DESIGNATION OF HAWAII PRODUCT TO BE USED Total Price Pre-Approved Offered Hawaii Product Class Manufacturer Quantity Unit Unit to City* % Credit Description (I or II) Vendor Measure Price (a) (b) (a) x (b) $ % $

* F.O.B. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product price shall not include installation costs.

It is further understood by the bidder that in the event of any change that materially alters the bidder’s ability to supply Hawaii products, the bidder shall immediately notify the Contracting Officer in writing and the parties shall enter into discussions for the purpose of revising the contract or terminating the contract for convenience.

AppendixC:Pricing/Certifications 5 EXHIBIT “B”

PERFORMANCE BOND (SURETY) (6/21/07)

KNOW TO ALL BY THESE PRESENTS:

That ______, (Full Legal Name and Street Address of Contractor) as Contractor, hereinafter called Principal, and ______

______(Name and Street Address of Bonding Company) as Surety, hereinafter called Surety, a corporation(s) authorized to transact business as a surety in the State of Hawaii, are held and firmly bound unto the ______, (State/County Entity) its successors and assigns, hereinafter called Obligee, in the amount of ______

______DOLLARS ($______), to which payment Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the above-bound Principal has signed a Contract with Obligee on ______, for the following project:

hereinafter called Contract, which Contract is incorporated herein by reference and made a part hereof.

NOW THEREFORE, the condition of this obligation is such that:

If the Principal shall promptly and faithfully perform, and fully complete the Contract in strict accordance with the terms of the Contract as said Contract may be modified or amended from time to time; then this obligation shall be void; otherwise to remain in full force and effect.

AppendixC:Pricing/Certifications 6 Surety to this Bond hereby stipulates and agrees that no changes, extensions of time, alterations, or additions to the terms of the Contract, including the work to be performed thereunder, and the specifications or drawings accompanying same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such changes, extensions of time, alterations, or additions, and agrees that they shall become part of the Contract.

In the event of Default by the Principal, of the obligations under the Contract, then after written Notice of Default from the Obligee to the Surety and the Principal and subject to the limitation of the penal sum of this bond, Surety shall remedy the Default, or take over the work to be performed under the Contract and complete such work, or pay moneys to the Obligee in satisfaction of the surety's performance obligation on this bond.

Signed this ______day of ______, ______.

(Seal) ______Name of Principal (Contractor)

* ______Signature

______Title

(Seal) ______Name of Surety

* ______Signature

______Title

*ALL SIGNATURES MUST BE ACKNOWLEDGED BY A NOTARY PUBLIC

AppendixC:Pricing/Certifications 7 AppendixC:Pricing/Certifications 8 CERTIFICATIONOFCOMPLIANCE FOR EMPLOYMENTOFSTATERESIDENTS HRS CHAPTER 103B, AS AMENDED BY ACT 192, SLH 2011

Project Title: ______Agency Project No: ______Contract No.: ______

As required by Hawaii Revised Statutes Chapter103B, as amended by Act 192, Session Laws of Hawaii 2011—Employment of State Residents on Construction Procurement Contracts, I hereby certify under oath, that I am an officer of ______and (Name of Contractor or Subcontractor Company) for the Project Contract indicated above, ______was in (Name of Contractor or Subcontractor Company) compliance with HRS Chapter 103B, as amended by Act 192, SLH 2011, by employing a workforce of which not less than eighty percent are Hawaii residents, as calculated according to the formula in the solicitation, to perform this Contract.

 I am an officer of the Contractor for this contract.  I am an officer of a Subcontractor for this contract. CORPORATE SEAL

______(Name of Company)

______(Signature)

______(Print Name)

______(Print Title)

Subscribed and sworn to me before this Doc. Date: ______# of Pages______1" Circuit

______day of ______, 20_____. Notary Name:

Doc. Description: ______

______Notary Public, 1st Circuit, State of Hawaii My commission expires: ______

______Notary Signature Date NOTARY CERTIFICATION

AppendixC:Pricing/Certifications 9

END OF APPENDIX C.

AppendixC:Pricing/Certifications 10 APPENDIX D: SPECIAL PROVISIONS

1. Cost Analysis Data.

The City reserves the right to request cost data to conduct a cost analysis. Pursuant to HAR §3-122-35 and §3-122-123, this cost data will be used to determine if the offer is fair and reasonable. Information provided by the Offeror may remain confidential and proprietary in accordance with HRS §92F 13(3).

2. LiquidatedDamages

When the contractor fails to complete the work or any portion of the work within the time or times fixed in the contract or any extension thereof, it is agreed the contractor shall pay to the City the amount of $_500.00_ per calendar day of delay.

3. Project Sign

Project Sign is not required for this project.

AppendixD:SpecialProvisions 1 APPENDIX E: GENERAL TERMS AND CONDITIONS

General Terms and Conditions for the City and County of Honolulu dated 2/1/15

The General Terms and Conditions (GTC) for the City and County of Honolulu dated 2/1/15 shall apply. If not physically attached, it shall be incorporated by reference herein and referred to as the ''General Conditions.'' Copies may be obtained online at www.honolulu.gov/pur ; click on the link titled: '' Instructions, Terms & Conditions''.

Appendix E: General Terms and Conditions 1 THE FOLLOWING PAGES SHALL BE DETACHED FROM THE SOLICITATION DOCUMENT AND SUBMITTED WITH THE OFFEROR’S PROPOSAL.

CITY AND COUNTY OF HONOLULU

APPENDIX F: CONTRACTOR’S PROPOSAL

1. Non-Disclosure of Proprietary information.

The City recognizes that a proposal may contain technical, financial, or other information whose public disclosure would cause substantial injury to an Offeror's competitive position. The Offeror should specifically identify those pages of the proposal that contain such information by marking the applicable pages "CONFIDENTIAL" on every copy submitted. The City assumes no liability for disclosure or use of unmarked information for any purpose.

2. PROPOSAL CONTENT

Offeror shall include the following items to this Appendix F: Contractor’s Proposal. Proposals should be presented in the format outlined as follows.

A. Professional Qualifications

I. Organization: a) Describe organization (individual, corporation, joint venture, etc.), including legal ties (if any) b) Quality Control and Quality Assurance Plan. Provide statement of in-house quality control and quality assurance that will be applied to the Project. Identify key staff that will perform this function(s).

II. TeamExperience a) Provide the following information for each of the projects of similar scope and complexity completed by the Offeror: 1. Name of Project 2. Location of Project 3. General Scope of Project 4. Your role (Prime, Joint Venture, Subcontractor) and the work your company self-performed. 5. Total Value of theProject 6. Firm’s contract value (if different from 5. above) 7. Were you terminated or assessed liquidated damages? If yes, attach explanation.

b) Provide the following information for each of the projects of similar scope and complexity completed by any proposed major subcontractor and sub- consultants (as applicable): 1. Name of Project 2. Location of Project

Appendix F: Contractor’s Proposal 1 3. General Scope of Project 4. subcontractor/subconsultant’s role (Prime, Joint Venture, Subcontractor) and the work the company self-performed. 5. Total Value of theProject 6. Firm’s contract value (if different from 5. above) 7. Was the subcontractor/subconsultnat terminated or assessed liquidated damages? If yes, attach explanation.

c) Provide team organization chart showing lines of communication

d) At least 3 references from the offeror.

III. KeyPersonnel: List key personnel who will be assigned to this project. Such personnel should include architects, engineers, graphic designers, builders, and other personnel that may be required. Provide the following information for each personnel: 1. Individual’s name and title 2. Project role and assignment on this project 3. Resume 4. Years of experience with organization 5. Describe specific experience and qualifications relevant to this project

IV. Capacity Describe the current workload and availability of key personnel to handle the project.

B. Work Plan and Design Proposal

I. Work Plan: Work plan shall describe overall strategy, timeline and plan for the work proposed as well as expected results, potential risks, and strategies to mitigate those risks. The Work Plan should demonstrate Offeror's understanding of the project and convey to the reviewers how the Offeror will complete all elements of the project in a timely, cost-effective manner. The timeline shall show the duration and dependencies for all major tasks. All assumptions used in the schedule (such as City review periods or other items dependent on the City) should be described explicitly.

a) Describe specific work tasks and subtasks, and associated level of effort to complete the Project. b) Identify all major milestones, within the project including, but not limited to, design, permitting, construction, shop drawings, submittals, inspection and final closeout. c) Description of conformance to the development standards of the Land Use Ordinance, and/or any other applicable regulations. d) Description of approval and permitting requirements.

Appendix F: Contractor’s Proposal 2 II. DesignProposal:

a) Design Concept: Description of the development concept including conceptual plans and the relationship of the proposed project components to the objectives of this Request for Proposals.

b) Traffic Control: Description of vehicular/buses circulation and loading, and pedestrian circulation during construction. Description of impact to existing facilities and operations, including proposed work staging area.

c) Drawings and Renderings: full size & half size 1. Hikimoe Street Layout plan for each site: 1/20" = 1'-0" 2. Bus Stops Layout plan: 1/20" =1'-0" 3. Pedestrian scaled wayfinding locations 4. Crosswalk locations 5. Bike corral locations 6. Surveillance camera locations 7. Shade trees, planters, and landscape plans

III. Design-buildcost Attach Appendix C: Pricing/Certifications

Appendix F: Contractor’s Proposal 3