133
ST-10/1/14 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, 3 rd 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

SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

ST-10/1/14

SOLICITATION DOCUMENT NO. RFP-DTS-910409

NOTICE TO OFFERORSREQUEST FOR SEALED PROPOSALS (RFP)

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

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

Request Agency: Department of Transportation Services, City & County ofHonolulu, 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 Services530 South King Street, Room 115, City HallHonolulu, Hawaii 96813

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

Pursuant to Chapter 103D-303.5 of the Hawaii Revised Statutes, a pre-bid conference shall beheld 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, January12, 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 prospectiveofferors 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 Statutesand 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 shallsubmit a Certification for Hawaii Product Preference (form SPO-38) to

Page 2: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

ST-10/1/14

Division of PurchasingCity and County of Honolulu530 S. King Street, Room 115Honolulu, Hawaii 96813.Attention: Purchasing Administrator

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

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

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

WENDY K. IMAMURAPurchasing Administrator

Page 3: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Notice to Offerors 3

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]

Page 4: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Notice to Offerors 4

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

Page 5: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Notice to Offerors 5

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 shallapply. If not physically attached, it shall be incorporated by reference herein and referred to asthe ''General Instructions.'' Copies may be obtained online at www.honolulu.gov/pur; click onthe link titled: '' Instructions, Terms & Conditions''.

2. Preparation of proposals

The Offeror shall submit one original proposal plus 4 hard copies. The City requires that theOfferor provide a digital copy of the entire proposal. The Offeror’s proposal shall consist of theAppendix 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 mostadvantageous to the City in accordance with the solicitation’s evaluation criteria. The award issubject 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 thesolicitation’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 proposalswill be accepted from any unlicensed offeror.

6. Hawaii Product Preference

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

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

Pursuant to HRS 396-18, all bids and proposals in excess of $100,000 for state constructionjobs as defined in section 103D-104 shall include a signed certification from the offeror that awritten safety and health plan for the job will be available and implemented by the notice toproceed 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 signedcertification.

Page 6: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Notice to Offerors 6

8. Bid Security

The Offeror shall provide a bid security with its offer. The bid security amount shall be at leastfive percent of the amount of the offer. The bid security shall conform to the requirements ofSection 2.10 (c) of the General Instructions. The City shall not pay any interest on the bidsecurity. 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 thepreference, the Offeror shall follow the instructions and complete the applicable preference formprovided in Appendix C: Pricing / Certifications.

Page 7: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Notice to Offerors 7

NOTICE TO OFFERORS - EXHIBIT 1: SAMPLE CONTRACT

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

THIS AGREEMENT, made and entered into on , by andbetween the CITY AND COUNTY OF HONOLULU, a municipal corporation existing under andby virtue of the laws of the State of Hawai'i, with offices at Honolulu Hale, 530 South KingStreet, Honolulu, Hawaii 96813, hereinafter called the “CITY,” and [CONTRACTOR'S LEGALNAME] whose principal place of business is [CONTRACTOR'S ADDRESS], hereinafter referredto 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 inaccordance with section 103D-302, Hawaii Revised Statutes (HRS) and the related HawaiiAdministrative Rules (HAR). The CONTRACTOR has been identified as the lowest responsibleand 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 inthis Agreement;

NOW, THEREFORE, the City and the CONTRACTOR, in consideration of the foregoingand of the mutual promises hereinafter set forth, the sufficiency and adequacy of which arehereby 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 preferenceshould there be any conflict in the terms of the Contract Documents.

Page 8: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Notice to Offerors 8

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

3. The CITY agrees to pay the CONTRACTOR for the satisfactory performance andcompletion of the Work in accordance with the payments schedule and provisions, all as setforth 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 [DollarAmount Spelled Out] [($XX.XX)], which is the maximum payable under this Agreement andinclusive of all taxes. CONTRACTOR shall not pass through any increases in taxes to the City.

Such payments shall be provided from the following funds:Federal Funds [Dollar Amount]City Funds [Dollar Amount]

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 beconstrued to be an agreement by the City to pay such compensation to the CONTRACTOR onlyout of the aforesaid Federal funds when such Federal funds are received from the FederalGovernment

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 completeand 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 agentof the CITY and the CONTRACTOR.

CITY AND COUNTY OF HONOLULU CONTRACTOR'S LEGAL NAME

BY: BY:

PRINTED NAME: PRINTED NAME:

TITLE: Director,Department of Budget and Fiscal Services

TITLE:

DATE: DATE:

APPROVED AS TO FORM AND LEGALITY

Deputy Corporation Counsel

Page 9: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Notice to Offerors 9

NOTICE TO OFFERORS - EVALUATION CRITERIA

EVALUATION CRITERIA

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

1. Professional qualifications, maximum score 40 pointsa. Organizationb. Team Experiencec. Key Personneld. Capacity to accomplish work on timee. References

2. Work plan and design proposal, maximum score 30 pointsa. Work planb. Design conceptsc. Traffic Controld. 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 pointsOfferor’s Proposal Price For PRICE

Maximum total score is 100 points.

Page 10: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 11: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 12: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 13: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 14: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 15: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 16: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 17: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 18: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 19: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 20: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 21: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 22: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 23: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 24: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 25: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 26: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 27: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 28: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 29: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 30: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 31: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 32: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 33: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 34: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 35: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 36: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 37: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 38: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 39: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 40: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

(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)

Page 41: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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)

Page 42: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 1

APPENDIX A: SCOPE OF WORK

Rail Station Connectivity for Transit-Oriented Development-Waipahu

A. Project LocationThe project is located on Hikimoe Street between Waipahu Depot Road and Mokuola Street asshown in Exhibit 1. The plans for the Waipahu Transit Center Rail Station is included in Exhibit2.

B. Project ObjectivesThe 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 WorkBus/Rail Integration Plan for the Farrington Highway Station Group April 2014 is included inExhibit 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 limitedto 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 tothe east, including intersection modifications.

d. Maintain all local traffic accesses to the existing driveways. Prepare the circulationplan for the affected driveways.

e. Reorganize the bus stops/routes to optimize the bus operations with adequatestaging area, e.g. adding a bus layover/stop area on the Ewa side of Hikimoe Streetif 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 toincrease 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 becompatible with the bus stop design.

i. Provide real time bus arrivals electronic displays at the bus stops. The real timearrivals system should be designed to be able to be integrated with rail arrivalinformation.

2. Reconstruct pavementa. Reconstruct the pavement on Hikimoe Street Ewa of Shopping Center Access to

Waipahu Depot Road,

Page 43: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 2

b. Conduct geotech exploration and evaluation to determine the pavement structurebased on the current and projected loads.

3. Street Lighting Improvementsa. 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 lightingpoles. The lighting specifications are included in Exhibit 4. The AutoCAD files from2004 Hikimoe Street Improvements for City Express Bus Service contains theelectrical plans for reference purpose only.

4. Bike Improvementsa. 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/) orequivalent subject to approval.

5. Surveillance Systema. Furnish, deliver, and install a sixteen (16)-camera surveillance system along Hikimoe

Street that feeds into the existing security room. Renovate the security room toaccommodate the surveillance system. The surveillance system specification isincluded in Exhibit 6.

6. Passenger Loading Zonea. 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 RailProvide 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 maintenanceconsiderations.

b. Signage shall be designed in harmony with the surroundings such as the existingsigns 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

Page 44: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 3

a. Where possible, plant trees that can provide shade and add landscape and plantersto beautify Hikimoe Street. The trees, landscapes, and planters are subject toDepartment 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 Requirements1. 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 TrafficPlan that would minimize the traffic impacts to general traveling public and busoperations. During the construction, all accesses shall be maintained.

E. Contractor Responsibilities1. 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 plansii. Submission of products specificationsiii. Sign shop drawings and specifications that allows the City or others to

manufacture the same type of signs5. Construction

a. The Contractor shall be responsible for adherence to applicable Federal, State,and City and County laws, ordinances and regulations and obtain all necessarygovernment approvals.

b. The current edition of the following specifications shall be applied whereapplicable. Copies may be purchased at the City Library, Records Managementand Bookstore Section, Customer Services Department.

i. Standard Specifications for Public Works Construction, of the Departmentof Public Works, City and County of Honolulu, hereafter referred to asDPW Standard Specifications.

ii. Standard Details for Public Works Construction, of the Department ofPublic Works, City and County of Honolulu, hereafter referred to as DPWStandard 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.

Page 45: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 4

Upon completion of work, the Developer shall remove all excess material andthoroughly clean the work area.

d. All items having apparent historical or archaeological interest discovered during thecourse of construction activities shall be preserved. The Developer shall leave thearchaeological 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 Statecontractors. Traffic disruption shall be minimized and all accesses shall bemaintained. Impacts to bus operation, parking, and loading zone should beminimized.

Page 46: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 5

Exhibit 1 Project Location

Page 47: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be
hli
Polygon Line
Page 48: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 6

Exhibit 2 Waipahu Transit Center Rail Station Plans

Page 49: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

FARRINGTON HIGHWAY STATION GROUPCONTRACT RFB-HRT-798316

VOLUME 1.3WAIPAHU TRANSIT CENTER STATION

Conformed for ConstructionOctober 2, 2015

Prepared for:HART

Prepared by:URS

Page 50: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be
Page 51: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be
Page 52: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 7

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

Page 53: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Bus/Rail Integration Plan for theFarrington Highway Station Group

Final

April 2014

Prepared for:Honolulu Authority for Rapid Transportation

Page 54: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be
Page 55: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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

Table of Contents1 Introduction ........................................................................................................... 1

1.1 Background ................................................................................................ 11.2 Purpose of Bus/Rail Integration Plans ....................................................... 11.3 Basis for Bus/Rail Integration Plans ........................................................... 11.4 Contents of Bus/Rail Integration Plans ...................................................... 21.5 Monitoring of Factors Affecting Bus/Rail Integration Plans ........................ 31.6 Direction for Planning and Design of Bus Facilities ................................... 3

2 Bus/Rail Integration Plan Overview for the Farrington Highway StationGroup ................................................................................................................... 62.1 Factors Affecting the FHSG Bus/Rail Integration Plan ............................... 62.2 Characteristics of FHSG Station Areas ...................................................... 8

3 Bus Networks Serving FHSG Stations ............................................................... 103.1 Current Bus Network in FHSG Station Areas .......................................... 103.2 Planned Bus Network in FHSG Station Areas ......................................... 113.3 Bus Route Changes from FEIS ................................................................ 15

4 Recommended Bus Facilities at FHSG Stations ................................................ 164.1 West Loch Station .................................................................................... 16

4.1.1 Bus Services ............................................................................. 174.1.2 Bus/Rail Integration Features ................................................... 194.1.3 Integration of Other Modes ....................................................... 25

4.2 Waipahu Transit Center Station ............................................................... 264.2.1 Bus Services ............................................................................. 264.2.2 Bus/Rail Integration Features ................................................... 284.2.3 Integration of Other Modes ....................................................... 34

4.3 Leeward Community College Station ....................................................... 354.3.1 Bus Services ............................................................................. 354.3.2 Bus/Rail Integration Features ................................................... 364.3.3 Integration of Other Modes ....................................................... 36

4.4 Pedestrian Connections at FHSG Stations .............................................. 38

Appendix

Appendix A—Compendium of Design Criteria

Page 56: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page ii Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Figures

Figure 3-1: 2030 Bus Network Serving FHSG Stations ................................................. 12Figure 4-1: West Loch Station TheBus and TheHandi-Van Layout—2017 ................... 22Figure 4-2: West Loch Station TheBus and TheHandi-Van Layout—2019 through

2030 ......................................................................................................... 23Figure 4-3: Waipahu Transit Center Station TheBus and TheHandi-Van Layout—

2017 ......................................................................................................... 31Figure 4-4: Waipahu Transit Center Station TheBus and TheHandi-Van Layout—

2019 through 2030 ................................................................................... 32Figure 4-5: Leeward Community College Station Site Layout—2019 through

2030 ......................................................................................................... 37Figure 4-6: Wayfinding Example at an LRT Stop (Portland, Oregon) ............................ 38

Tables

Table 2-1: 2030 Passenger Volumes by Route and Station ............................................ 7Table 2-2: 2030 Daily Passenger Volumes by Mode of Access at Farrington

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

Page 57: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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

Acronyms and AbbreviationsADA Americans with Disabilities ActDPP Department of Planning and Permitting, City and County of

HonoluluDTS Department of Transportation Services, City and County of HonoluluEB Eastbound‘Ewa toward the westFEIS Final Environmental Impact StatementFHSG Farrington Highway Station GroupFTA Federal Transportation AdministrationGEC General Engineering ContractHART Honolulu Authority for Rapid TransportationKoko Head toward Diamond Head/eastLCC Leeward Community Collegemakai toward the seamauka toward the mountainsNB northboundOTS O‘ahu Transit ServicesProject Honolulu Rail Transit ProjectSB SouthboundTOD transit-oriented developmentUH University of Hawai iWB Westbound

Page 58: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be
Page 59: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 1Honolulu Rail Transit Project April 2014

1 Introduction1.1 Background

The Honolulu Rail Transit Project (Project) involves a 20-mile rail line locatedbetween East Kapolei and Ala Moana Center with a total of 21 stations. TheHonolulu Authority for Rapid Transportation (HART) of the City and County ofHonolulu is responsible for the design, construction, and operations of theProject. Bus will play a very important role in the transit system. The Projecttravel demand forecasting model indicates that, at some rail stations, more than70 percent of total daily riders will be connecting to or from buses.

While the June 2010 Final Environmental Impact Statement (FEIS) providedgeneral bus requirements at each station, more detailed bus/rail integration planswill help guide final design and define on-street bus facility needs at each railstation. This bus/rail integration plan will provide station designers, publicagencies, 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 andrail service will help maximize the Project’s ability to meets its goals andobjectives.

1.2 Purpose of Bus/Rail Integration PlansBus/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 Ala Moana Center Station. Theseintegration plans are intended to provide information on bus access, including on-and off-street facilities as well as service characteristics of routes serving thestations. Key information items include:

Delineation of on- and off-street bus facilities in each station area, includingtypes of stops (e.g., single or multiple bus bays).

Guidance and background information to HART, the Department of Trans-portation Services (DTS) of the City and County of Honolulu, and otherinterested parties for development and coordination of on-street stops.

Guidance to DTS and O‘ahu Transit Services (OTS) for operations planningof bus routes serving Project stations.

1.3 Basis for Bus/Rail Integration PlansKey steps for preparing bus/rail integration plans include the following:

Confirm the bus service plans serving each rail station, including operationswhich reflect the roadway systems that are expected to be in place duringeach phase of Project implementation. These bus service plans were initially

Page 60: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 2 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

developed and refined as part of the Project Final EIS, and provide a majorbasis for each bus/rail integration plan.

Review information from the Station Access and Modal Interface Report(August 2011), which provided recommendations for phasing of bus/railintegration elements and other items.

Prepare base maps showing the road network in station areas and thelocation of station entrances, bicycle parking, and, for some stations, park-and-ride facilities.

Develop tables showing bus volumes by route during peak-demand periods ateach station, including bus volumes under each Project phase.

Identify bus facilities based on future bus and roadway networks in eachstation area as well as estimated bus and passenger volumes.

Confirm bicycle parking facilities at each station; initial estimates are identifiedin the Station Access and Modal Interface Report (August 2011).

Review bus/rail facilities with general engineering contract (GEC) designersprior to submittal of bus/rail integration plans for HART review.

Review bus/rail facilities and service assumptions with HART and DTS priorto submittal of bus/rail integration plans.

1.4 Contents of Bus/Rail Integration PlansThe 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. Theintegration plans also provide supporting information for these facilities, includingexpected route-specific bus volumes at each station. The following items areincluded in each bus/rail integration plan:

Location of bus stops at each station, both on-street and, in some cases, atoff-street transit centers.

Assignment of bus routes to reflect the alignments and passenger volumes ofeach route serving project stations, as well as characteristics of roadwayfacilities.

Size and operational characteristics of bus stops that reflect the types ofbuses expected to be assigned to routes serving Project stations.

Location of stops for TheHandi-Van vehicles.

Page 61: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 3Honolulu Rail Transit Project April 2014

Locations in station areas for wayfinding signage to provide directions forthose riders transferring between bus and rail.

Location and number of spaces for bicycle parking.

The above items relating to bus/rail integration were defined in a manner that willmaximize passenger convenience as much as possible, including distancesbetween bus stops and station entrances. The location and designcharacteristics of bus stops and connections between these stops and stationentrances will need to comply with requirements of the Americans withDisabilities Act (ADA).

1.5 Monitoring of Factors Affecting Bus/Rail IntegrationPlansBus facility needs at rail stations reflect several factors, such as travel demandforecasts, roadway and land use plans, relevant policies, and any specialcircumstances, including how access will be affected by changing land use andrelated roadway networks in station areas. Any updates to the project travelforecasting model update may affect estimates for demand for transit and relatedaccess mode splits (i.e., the percent of daily demand reaching Project stations bywalk/bike, bus, park-and-ride, or kiss-and-ride). Any changes in user demand atthe stations, as well as changes in access mode split, may affect the estimatesfor bus facility needs; ultimately, this depends on how great the changes are fromthe previous forecast.

HART will also monitor changes to transit-oriented development, land use andstreet networks in station areas, including amendments, revisions, and updatesto transit-oriented development (TOD) and other master plans for communitieslocated in these areas as they pertain to bus/rail integration and Project facilityneeds.

1.6 Direction for Planning and Design of Bus IntermodalFacilitiesThere are several considerations that guide planning and design features for busfacilities at Project stations. This direction includes guidance provided in Chapter6, Section 2 and Section 4 of the Compendium of Design Criteria for the Project.Appendix A of this report includes text from these sections.

Page 62: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 4 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Other key considerations affecting bus and other access modes to Project stationinclude:

Street crossings should be as minimal as possible for on-street bus stops.

Bus stops located at both on- and off-street facilities will be sited based uponestimated route-specific ridership levels—routes with higher rider demand willhave stops that are as close as possible to station entrances.

Characteristics of bus stops located at both on- and off-street facilities will bebased upon operating features of routes and buses serving them:

Platooned stops accommodate multiple bus arrivals where buses departthe 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 atany given time.

Layover stops to accommodate buses that terminate at or nearby the railstation 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 identifymaximum bus sizes for each route).

Any design and construction associated with on-street bus stops, includinginstallation of concrete bus pads, will be under a separate contract from thecurrent (October 2013) contracts for modular station design.

1.7 Direction for Planning and Design of Non-BusIntermodal FacilitiesThere are several considerations that guide planning and design features forother access facilities at Project stations. This direction includes access modeelements as provided in Chapter 6, Section 4 of the Compendium of DesignCriteria for the Project. Appendix A of this report includes text from thesesections. This direction applies to all stations and will be recognized in thebus/rail integration plans for each station design group. The Compendium ofDesign Criteria establishes consistent engineering direction based upon the mostrecent applicable codes and standards.

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

Page 63: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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

Other key considerations affecting other access modes to Project stationsinclude:

If possible, space for TheHandi-Van should be provided at an off-street facilityeven if TheBus access is provided only at on-street stops. For AMC Station,limitations regarding off-street parking availability results in TheHandi-Vanspaces being provided on-street.

The Station Access and Modal Interface Report includes information onbicycle parking at Project stations. As a general guide, the bicycle parkingshould provide a minimum of one percent of total daily demand at a railstation or 20 spaces, whichever is greater, over the long-term (2030). For theProject opening in 2019, a minimum of 20 spaces should be provided.

Parking areas for bicycles should be as close as possible to stationentrance(s) and overflow areas should be identified whenever additionalspace is available.

Page 64: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 6 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

2 Bus/Rail Integration Plan Overview for the Farrington Highway Station GroupThe recommended bus facilities at each station in the Farrington Highway StationGroup (FHSG) reflect the planned bus network that will support the Project.Characteristics of this bus network were used by the travel forecasting model forthe Project FEIS. In the bus/rail integration report for the FHSG, information onthe bus network is provided for 2030. However, to reflect Project phasing andother factors affecting service implementation, bus route information is presentedfor other time horizons: 2017 (interim Project opening between East Kapolei andAloha Stadium) and 2019 (the full Project opening between East Kapolei and AlaMoana).

2.1 Factors Affecting the FHSG Bus/Rail Integration PlanThere are several factors which affect the recommended bus-related facilities forFHSG stations. For example, the plans reflect previous efforts at estimatingpotential access needs at Project stations. The Station Access and ModalInterface Report identified key access-related characteristics of station areas,including the following:

Scale and type of current and potential future land uses

Current and future non-motorized access features, such as sidewalk condi-tions and bicycle paths and lanes

Natural and human-produced site constraints, as well as other barriers tostation access

Bus routes, including future service connecting to rail stations and estimatedpassenger volumes at bus stops where passengers will transfer between busand rail (Table 2-1)

Estimated daily station passenger demand by mode of access as identified bytravel forecasting model results

The daily number of passengers using the bus stops serving the West Loch andWaipahu Transit Center Stations has been estimated for both boarding andalighting riders for 2030 (Leeward Community College Station will not have busstops). Table 2-1 summarizes the data by route. While many passengers willconnect with rail service, some will be traveling to nearby destinations and otherswill transfer between buses to complete their trip. This is especially true for thoseriders using bus routes connecting at West Loch and Waipahu Transit CenterStations. These stations will have transit centers that are designed to allow timedconnections between routes.

Page 65: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 7Honolulu Rail Transit Project April 2014

Table 2-1: 2030 Passenger Volumes by Route and Station

RouteNumber of Passengers Boarding and Alighting Bus Stops by Station

West Loch Waipahu Transit Center40 5,100 1,07042 3,280 41550 — 3,200

98A 420 —415 465 —421 1,130 —422 465 —432 10 260433 — 570434 610 165

Totals 11,480 5,680Source: Travel Forecasting Model

Reviewing the combined passenger volumes for the bus stops helps identify theneed 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 andother access requirements at stations. Table 2-2 provides an overview ofestimated daily number of passengers accessing the FHSG stations in 2030 bymode. Local bus access is the dominant mode except at the LeewardCommunity College Station, where pedestrian access is expected topredominate. Access to the West Loch Station will be primarily by bus withapproximately 4,000 passengers or 76 percent of daily demand at the station.The extent of local bus access to the Waipahu Transit Center Station iscomparable 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 FarringtonHighway Station Group Stations

Station TotalPassengerVolumes

Bus Park-and-Ride Walk/Bike Kiss & Ride Other

DailyDemand

Share ofTotal

DailyDemand

Share ofTotal

DailyDemand

Share ofTotal

DailyDemand

Share ofTotal

DailyDemand

Share ofTotal

West Loch 5,300 4,020 76% 0 0% 670 13% 500 9% 110 2%WaipahuTransitCenter

3,090 2,260 73% 0 0% 550 18% 230 7% 50 2%

LeewardCommunityCollege

3,200 300 9% 0 0% 2,850 89% 40 1% 10 .03%

Source: Travel Forecasting Model

Page 66: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 8 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

The “Other” access mode shows the estimated number of rail passengers whomay 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 apark-and-ride facility is Pearl Highlands, although the city does operate a smallpark-and-ride facility at Royal Kunia. Facilities identified in the integration plan forthe FHSG will support transfers among bus routes. Transfers between buses areeasily accommodated at the existing on-street Waipahu Transit Center locatedon Hikimoe Street.

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

2.2 Characteristics of FHSG Station AreasThe West Loch Station will be located on Farrington Highway just Koko Head ofLeo‘ole and Leok Streets. Land use in the vicinity of West Loch Station consistsof a mix of residential and commercial development with residential beingprimarily located mauka of Farrington Highway and the commercial alongFarrington Highway and makai of the highway. Station entrances will be locatedon both sides of the highway and connected with a pedestrian concourse. TheWest Loch Station will serve as the primary access to rail for the ‘Ewa Beach andWest Loch neighborhoods located makai. The Station will also serve as theprimary 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 thehighway and connected with a pedestrian concourse. The station area includescommercial, light industrial and residential land uses. The mauka stationentrance will be adjacent to the heavily used Waipahu Transit Center located onHikimoe Street. Waipahu Transit Center Station will be the primary railconnection for the neighborhoods of Waikele, Waipi o and East Waipahu.

The Leeward Community College Station will have a single entrance located onthe mauka edge of the campus. Access to the rail station platform will be via abelow-grade pedestrian passage. Leeward Community College is the principalland use within the station area; students and faculty will comprise the majority ofdemand. There is an existing multi-family residential complex located Koko Headof the campus that could benefit from the proximity to the rail station. InterstateH-1, Farrington Highway, and Waiawa Interchange isolate the campus from theWaipahu and Pearl City neighborhoods. Waiawa Road provides the onlyroadway access to the station and campus (to/from Farrington Highway).

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

Page 67: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 9Honolulu Rail Transit Project April 2014

Station areas is expected to become denser and more transit-oriented as variouselements of the Waipahu Neighborhood Transit Development Plan come tofruition over the long term. Future land use changes in the Leeward CommunityCollege Station area may include additional residential and institutionaldevelopment.

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

Page 68: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 10 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

3 Bus Networks Serving FHSG StationsThis section describes both the current and planned bus route networks servingthe Farrington Highway Station Group (FHSG). The FHSG includes two stationsin Waipahu, a mature suburban neighborhood with a high concentration of transitriders, and one station at Leeward Community College on the border of Waipahuand Pearl City. Waipahu has a high level of bus service well utilized by localresidents. Leeward Community College, currently served by one bus route(Route 73), is isolated from the adjacent residential communities of Waipahu andPearl City, with just one access road that often becomes congested when schoolis in session.

Future bus services in ‘Ewa Beach and Waipahu will be oriented towards theWest Loch and Waipahu Transit Center rail stations. Services will continue tooperate on clocked headways (or consistent departure times) allowingcommunity circulation. New community circulator routes will connect Waipahuwith Kapolei and other planned development on the ‘Ewa Plain. Buses will alsoconnect Waipahu with Royal Kunia and Mililani via Waipi o.

3.1 Current Bus Network in FHSG Station AreasCurrent bus operations in the vicinity of the West Loch and Waipahu TransitCenter Stations are composed of rapid bus, suburban trunk, and communitycirculators providing all day service seven days a week. Leeward CommunityCollege is served by one suburban feeder route operating on weekdays only withservice ending before 6:00 PM (Route 73).

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

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

Page 69: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 11Honolulu Rail Transit Project April 2014

Table 3-1: Current Bus Routes Serving FHSG Areas

Current BusRoutes

Farrington Highway Stations

West LochWaipahu Transit

CenterLeeward

Community CollegeAE

W140424344627381

432433434

3.2 Planned Bus Network in FHSG Station AreasThe future bus route network for FHSG stations has been developed to com-plement the Project’s phased implementation, with the initial phase (East Kapoleito Aloha Stadium) opening in 2017. Changes to current routes will beaccomplished to match those openings. In most cases, these changes will notoccur until the full rail system is operational in 2019.

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

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

Page 70: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 12 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Figure 3-1: 2030 Bus Network Serving FHSG Stations

Page 71: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 13Honolulu Rail Transit Project April 2014

Table 3-2: Phasing of Bus Service at FHSG Stations

Station

Maximum Number of BusesServing Station in Peak Hour

2017 2019 2030West Loch 26 37 45Waipahu Transit Center 22 28 28Leeward 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 ahigh frequency of bus service and a large transit-captive market. Currently, 11fixed routes offer limited-stop, local, commuter express and community circulatorservices. CityExpress! Route A has its terminus at Leok Street and FarringtonHighway. This is a limited-stop service providing connections to downtownHonolulu and the University of Hawaii at M noa 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 includesRoutes 40, 42, 43 and 44 connecting Waipahu with other regions. Waipahu isserved by a set of community circulator routes—432, 433 and 434. Theseoperate within Waipahu and run via the existing on-street bus transit center alongHikimoe Street. Waipahu is served by three peak-period, peak-direction expressservices. Two of these, Routes W1 and W2 provide express services to Waikiki,seven days a week. The third peak express, Route 81, serves downtownHonolulu.

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

Page 72: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 14 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Table 3-3: 2030 Service Characteristics of Bus Routes Serving FHSG Stations

RouteService

Coverage Routing Description

Service FrequenciesMaximumVehicle

Size (feet)Transit Centers and Rail

Stations ServedPeak Hour(minutes)

Base Period(minutes)

40 ConnectsWaianaeCoast withKapoleicontinuing toDowntownHonolulu

Route 40 will serve current alignment to UHWOcampus Road A, continuing on internal UHWOroads to Road B, and UHWO TC, where theroute returns to Farrington Highway.

15 20 60 Waianae TC, Kapolei TC,UHWO TC, West Loch Station,Waipahu TC, Pearl HighlandsStation, Pearlridge Station,Aloha Stadium Station, PearlHarbor Station, Middle StreetStation, Kapalama Station,Kalihi Station, Iwilei Station, AlaMoana Station

42 Connects‘Ewa Beachwith Waipahu

Route 42 is modified to serve ‘Ewa and ‘EwaBeach neighborhoods, connecting them to WestLoch Station and Waipahu Transit Center Thefull Route 42 alignment to Waikiki is maintainedfor owl services when the fixed-guideway is notoperating.

10 30 45

50 ConnectsMililani, KoaRidge, Waipi owith Waipahu

Westbound from Mililani Transit Center theroute will operate on Meheula, serving the park-and-ride lot, H-2 South to Koa Ridge, travelingthrough the new development to Waipi o, left onMoaniani, left Waipi o Uka, left Lumikula, rightLumi aina, left Managers Drive to right onHikimoe.

15 30 45 Mililani Transit Center, KoaRidge Transit Hub, WaipahuTransit Center

98A ConnectsKunia, RoyalKunia andVillage Parkwith WestLoch TransitCenter

Route is reoriented to Waipahu via Kunia Roadfrom Kunia to circle through Royal Kunia andVillage Park via Route 434 alignment to WestLoch Station via Kunia Road to FarringtonHighway.

20 — 60 West Loch Station

415 ConnectsKalaeloa andOcean Pointewith WestLoch TransitCenter

Route 415 proceeds from Kapolei TransitCenter continuing via W kea the route servesnew commercial retail center in Kalaeloa,traveling along Roosevelt, to right on Coral SeaRoad to left on Ewa area road (new road) toOcean Pointe Marina to left on KapoleiParkway, right on Geiger to left on Fort WeaverRoad, left on Old Fort Weaver Road, right onFarrington to the West Loch Transit Center andStation.

15 30 45 Kapolei Transit Center, WestLoch Transit Center

421 ConnectsWaipahu,Ho opili, ‘Ewaand EastKapolei

Route 421 operates from West Loch Stationserving Ho opili via local road network, UHWOTC and EK Stations, continuing along KinoikiStreet, serving new regional shopping center atKapolei Parkway, continuing on Renton Road toFort Weaver Road and West Loch Station.Route operates as a two-way loop.

15 30 45 West Loch Transit Center,Ho opili, UH West Oahu TransitCenter, East Kapolei

422 ConnectsWaipahu,Ho opili andEast Kapolei

Route 422 operates from West Loch Stationserving Ho opili via local road network, EastKapolei Station via East-West Road and newregional shopping center at Kapolei Parkway.

15 30 40 West Loch Transit Center,Ho opili, East Kapolei

432 ConnectsEast andWestWaipahu

Route 432 operates along its current alignmentextending on the western end to terminate atthe West Loch Transit Center.

30 30 45 West Loch Transit Center,Waipahu Transit Center

433 Connects KoaRidge, Waipi oand Waipahu

Route will be extended to the Koa Ridge TransitHub just mauka of Ka Uka Blvd in the KoaRidge Development.

30 30 45 Koa Ridge Transit Hub,Waipahu Transit Center

Page 73: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Table 3-3: 2030 Service Characteristics of Bus Routes Serving FHSG Stations(continued)

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 15Honolulu Rail Transit Project April 2014

RouteService

Coverage Routing Description

Service FrequenciesMaximumVehicle

Size (feet)Transit Centers and Rail

Stations ServedPeak Hour(minutes)

Base Period(minutes)

434 ConnectsRoyal Kuniaand VillagePark withWaipahu

Route 434 will be extended to serve RoyalKunia Development. From Kupuna Loop onRoute 434 the route turns right onto Kupuohiproviding service to commercial area, right ontoAnonui circling through new developmentconnecting to Anoiki, left to Anonui, right ontoKupuohi returning to regular route alongKupuna Loop to Waipahu. In the peak periodsonly, (during weekday, school days), the routewill provide tripper services to Waipahu HighSchool via Farrington Highway to right onAwanui Street, left on Awalia Street, left onWaipi o Point Access Road, left on Kahualii toleft on Farrington to Waipahu Transit Center.

15 30 45 West Loch Station,Waipahu Transit Center

Source: Bus operations included in the Project FEIS (Appendix D); weekday frequencies are averaged for the time periodNote: Listed weekday frequencies are averaged for the time period.

3.3 Bus Route Changes from FEISBus operations are constantly changing to reflect passenger demand, land usechanges and roadway improvements or changes. Project assumptions havechanged which also may impact bus feeder and connection services. A numberof these changes have occurred for the FHSG stations since the Project FEISwas published.

The two changes are shown in Table 3-4. Routes 40 and 422 will have alignmentchanges to serve rail stations. Route 40 will serve the University of Hawai‘i West

ahu Station while Route 422 will operate on internal Ho opili developmentroads to serve the Ho opili Station. Two other changes will occur that are notshown in the table. New Routes 421 and 422 are intended to serve newdevelopments. Therefore, these routes will not be implemented in 2019. They areexpected to be in service by 2025.

Table 3-4: 2030 Expected Bus Route Changes Compared to FEIS Appendix D

Route Route

Change Characteristics

JustificationDelet

ed

Alig

nmen

t

Span

ofSe

rvice

Serv

iceFr

eque

ncy

Stat

ions

Serv

ed

40 Route 40 will directly serve the UHWO TransitCenter via UH West O‘ahu campus internal roadsdiverting from Farrington Highway.

No Yes No No Yes Service to new campus

422 Route 422 will provide service to the Ho opiliStation on roads provided by new development.

No Yes No No Yes Provide additional serviceto Ho opili Station

Page 74: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 16 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

4 Recommended Bus Facilities at FHSG StationsThe following sections describe the recommended facilities for bus/rail integrationat the FHSG stations. The extent of planned bus access at the West Loch,Waipahu Transit Center, and Leeward Community College Stations indicates theimportance of providing convenient rail/bus integration at these locations. Whilestation design features may have changed from those identified in the StationAccess and Modal Interface Report prepared in 2011, the extent of access byvarious modes is still the same.

The recommended bus facilities at each station in the FHSG reflect the busnetwork that will support the HRTP. Characteristics of this bus network havebeen incorporated in the travel forecasting model used in the FEIS for the HRTP.The integration plans presented in the following sections are phased to recognizethe partial and full opening phases of the HRTP. However, all design featuresconcerning bus access ultimately address long-term needs. For each FHSGstation, this report provides tables that identify needs for bus and other accessmodes 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 NeighborhoodTOD Plan and Leeward Community College Long Range Development Plan asthey pertain to bus/rail integration and Project facility needs. Additionally, HARTwill keep track of any changes in the overall state land use designation of theFHSG station areas.

4.1 West Loch StationWest Loch Station will attract passengers not only from adjacent residentialareas, but from communities not within walking distance, including ‘Ewa Beachand Royal Kunia. This station will not have park-and-ride facilities; however, asmall kiss-and-ride lot will be provided. Accommodating bus service will becritical 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 providecrucial mauka-makai accessibility to/from the H-1 Freeway and the West LochStation. Farrington Highway—a major arterial that runs east-west through thecenter of Waipahu—provides regional and sub-regional access in the West LochStation area. Farrington Highway is divided with four lanes in the vicinity of theProject, with intersections that are generally signalized and have protected leftturns.

Page 75: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 17Honolulu Rail Transit Project April 2014

4.1.1 Bus Services

There are 10 current bus routes in close proximity to the West Loch Station siteincluding several that terminate in the area and others that provide trunk servicesalong Farrington Highway. The current bus system will be rerouted andenhanced with community circulators that will connect the ‘Ewa and Waipahucommunities with West Loch Station as previously shown in Figure 3-1. Someroutes will be truncated or discontinued since they would duplicate major portionsof 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 busnetwork identified above for the FHSG. The table shows the routes, direction,and maximum number of buses serving the station in the peak hour. In additionto accessing the rail station, the bus routes identified in Table 4-1 will servecommercial and residential developments that are either being planned or underconstruction at this time. They will therefore enter service only when demandwarrants. Bus services increase from 28 buses today to 45 bus trips in the peakhour in 2030 to serve the station. Community circulators will operate onenhanced schedules to provide convenient access to the fixed guidewayespecially 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):

Route 40 Honolulu/M kaha (EB/WB)—No major alignment changes areplanned for the route in the vicinity of West Loch Station. The route isexpected to operate with 15- minute intervals in the peak periods between theWaipahu Transit Center station and Wai‘anae with twenty minute middayservice. The route will operate 20-minute service between Waipahu TC anddowntown Honolulu.

Route 42 ‘Ewa Beach (NB/SB)—Route 42 will be modified to operatebetween ‘Ewa Beach and Waipahu only. This change is expected to occurwith the full system opening in 2019. It will no longer connect ‘Ewa Beach toWaik except when the rail system is closed such as in the late eveninghours (12:00 AM to 4:00 AM). The route will provide 10-minute service in thepeak and thirty minute service in the off-peak periods.

Route 98A Kunia Village/Royal Kunia/Waipahu (NB/SB)—This route willbe modified to connect Kunia, Royal Kunia, and Village Park with the Stationproviding peak period, peak direction service during the weekdays.

Page 76: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 18 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Table 4-1: West Loch Station Bus Service Changes by YearRoute Maximum Number of Buses in Peak Hour by Year

Number Direction 2014 2017 2019 2030A Eastbound 4 0 0 0E Westbound 2 2 0 0E Eastbound 2 2 0 040 Westbound 2 2 4 440 Eastbound 4 2 4 442 Westbound 3 3 6 642 Eastbound 2 2 6 643 Eastbound 2 2 0 044 Outbound 1 1 0 0W1 Eastbound 0 2 0 081 Eastbound 2 4 0 0

98A Inbound 0 0 3 3415 Inbound 0 0 4 4421 Inbound 0 0 0 4422 Inbound 0 0 0 4432 Eastbound 2 2 2 2434 Westbound 2 2 4 4434 Eastbound 0 0 4 4

Totals 28 26 37 45Source: Bus operations included in the Project FEIS (Appendix D) and currentDTS Public Schedules (January 2014)Peak hour is 7:00 AM for 2014 and 6 AM for 2017, 2019 and 2030.

Route 415 Ocean Pointe/‘Ewa/Waipahu (EB/WB)—This new route willconnect new and planned developments of Kalaeloa and Ocean Pointe withWest Loch Station providing all day service.

Route 421 Ho‘opili/UH West O‘ahu/East Kapolei (EB/WB)—This newroute, expected to enter service in 2025, will connect Waipahu and Ho‘opiliwith ‘Ewa. Implementation of this route may occur earlier.

Route 422 Ho‘opili/East Kapolei (EB/WB)—This new route, expected toenter service in 2025, will connect Waipahu and Ho‘opili. Implementation ofthis route may also occur earlier.

Route 432 East-West Waipahu (EB/WB)—This route connects East andWest Waipahu and will be modified to serve the new rail station.

Route 434 Village Park/Royal Kunia (NB/SB)—This route will be modifiedto serve new development in Royal Kunia connecting with Village Park andWaipahu. New service is depicted in Figure 3-1 as the large upper loop. Theroute alignment may be modified when service is implemented to providemore direct residential coverage.

Page 77: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 19Honolulu Rail Transit Project April 2014

4.1.2 Bus/Rail Integration Features

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

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

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

The 14 bus routes listed in Table 4-1 will generate a maximum of 45 bus tripsduring the peak hour by the year 2030. The routes and their operatingcharacteristics will change in response to how the rail system will andsurrounding land uses in the area develop. This includes buses serving on-streetstops adjacent to the station on Farrington Highway and the off-street transitcenter that will be included in the station design.With the bus service characteristics identified for each route, bus-related facilitiescan be defined for the West Loch Station. Table 4-2 identifies the bus routes, thebus stop description and type, and the operational characteristics of the routes,including maximum vehicle size and peak and base period buses per hour for the2017 interim Project opening. Table 4-3 provides comparable information for the2019/2030. The tables also show typical dwell time or duration the bus willremain at the stop.

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

The column “Bus Stop” relates to the stop numbers shown in Figure 4-1 andFigure 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 typeincludes the position of the stop, such as nearside (before an intersection) orfarside (after passing through an intersection), platooned stop for multiple busarrivals where buses depart the stop in the order in which they arrive, or singlededicated stop (where only one bus is expected to use the stop at any giventime). The term “bus bay” generally refers to either a bus pull-out if an on-streetstop or a saw-tooth designed stop within an off-street transit center. The term“linear bus berth” generally refers to a straight curb.

Page 78: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 20 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Table 4-2: West Loch Station Bus Operations in the Year 2017Bus Stop Locations Bus Operational Characteristics Implementation

BusS

top

New

Stop

Exist

ing

Stop

ID

Location Direction Type Appr

oxim

ateW

alkDi

stan

ceto

Stat

ion

Entra

nce(

feet

)

Num

bero

fStre

etsC

ross

edDu

ring

Walk

Rout

e

Maxim

umVe

hicle

Size

(feet

)

Peak

Hour

Maxim

umNu

mbe

rof

Buse

s

Base

Perio

dBu

sesp

erHo

ur

Wee

kday

Num

bero

fBus

es

Poss

ible

Tim

edCo

nnec

tion

Typi

calS

top

Dura

tion

(min

utes

)

DesignS1 — 464 Farrington

HighwayWestbound On-street linear platooned bus berth 50 None E 60 2 2 35 No 1 DTS (existing)

40 60 2 2 45 No 142 60 3 2 39 No 1

434 45 2 2 27 No 1W1 60 0 — 3 No 1

Total atbus stop

— 12 8 149 — —

S2 — 669 FarringtonHighway

Eastbound On-street linear single bus berth 100 None E 60 2 2 34 No 1 DTS (existing)42 60 2 2 36 No 1

Total atbus stop

— 4 4 70 — —

S3 — FarringtonHighway

Eastbound On-street linear single bus berth 280 1 drivewaycrossing

40 60 2 2 45 No 1 DTS(restore existing stop)W1 60 2 — 6 No 1

Total atbus stop

— 4 2 51 — —

TC1 — Transit Center Eastbound Off-street linear single bus berth 25 None 43 40 2 2 21 Yes 5 Station designer

TC2 — Transit Center Eastbound Off-street linear single bus berth 50 None 432 45 2 2 37 Yes 2 Station designer

TC3 — Transit Center Westbound Off-street linear single bus berth 120 None 44 40 1 1 20 Yes 5 Station designer

TC5 — Kiss-and-Ride Lot — Off-street linear single berth for private shuttles 80 None PrivateShuttles

45 2 — — No Varies Station designer

TC6 — Kiss-and-Ride Lot — Off-street linear platooned berth for Handi-Vans 50 None TheHandi-Van

26 Varies Varies — No 10-15 Station designer

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 toaccommodate 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 areexpected 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 79: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 21Honolulu Rail Transit Project April 2014

Table 4-3: West Loch Station Bus Operations in the Years 2019-2030Bus Stop Locations Bus Operational Characteristics Implementation

BusS

top

New

Stop

Exist

ing

Stop

ID

Location Direction Type Appr

oxim

ateW

alkDi

stan

ceto

Stat

ion

Entra

nce(

feet

)

Num

bero

fStre

etsC

ross

edDu

ring

Walk

Rout

e

Estim

ated

Num

bero

fPa

ssen

gers

Usin

gSt

opsi

n20

30

Maxim

umVe

hicle

Size

(feet

)

Peak

Hour

Maxim

umNu

mbe

rofB

uses

Base

Perio

dBu

sesp

erHo

ur

Wee

kday

Num

bero

fBus

es

Poss

ible

Tim

edCo

nnec

tion

Typi

calS

top

Dura

tion

(min

utes

)

DesignS1 — 464 Farrington

HighwayWestbound On-street linear platooned bus berth 50 None 40 2,050 60 4 3 64 No 1 DTS (existing)

42 1,640 45 6 2 53 No 1434 305 45 4 2 37 No 1

Total atbus stop

3,995 — 14 7 154 — —

S2 — 669 FarringtonHighway

Eastbound On-street linear single bus berth 100 None 42 1,640 45 6 2 53 No 1 DTS (existing)434 305 45 4 2 40 No 1

Total atbus stop

1,945 — 10 4 93 — —

S3 — FarringtonHighway

Eastbound On-street linear single bus berth 280 1driveway

40 3,050 60 4 3 62 No 1 DTS (existing)

TC1 — Transit Center Southbound Off-street linear single bus berth 25 None 415 465 45 4 2 37 Yes 5 HART

TC2 — Transit Center Westbound Off-street linear single bus berth 50 None 421 1,130 45 4 2 43 Yes 5 HART

TC3 — Transit Center Westbound Off-street linear single bus berth 120 None 422 465 40 4 2 43 Yes 5 HART

TC4 — Transit Center Northbound/Eastbound

Off-street linear single bus berth (shared) 170 1driveway

98A 420 60 3 — 6 Yes 3 HART432 10 45 2 2 37 Yes 2

Total atbus stop

430 — 5 2 43 — —

TC5 — Kiss-and-RideLot

— Off-street linear single berth for privateshuttles

80 None PrivateShuttles

— 45 2 — — No Varies HART

TC6 — Kiss-and-RideLot

— Off-street linear platooned berth for Handi-Vans

50 None TheHandi-Van

— 26 Varies Varies — No 10-15 HART

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 toaccommodate 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 areexpected 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

Page 80: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 22 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Figure 4-1: West Loch Station TheBus and TheHandi-Van Layout—2017

Page 81: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

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

Figure 4-2: West Loch Station TheBus and TheHandi-Van Layout—2019through 2030

Page 82: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 24 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Bus Facilities 2017

The recommended features of the 2017 West Loch bus/rail integration plan areshown on Figure 4-1 and detailed in Table 4-2. The main difference between the2017 interim plan and the 2019-2030 full opening plan (discussed in the nextsection) is that fewer bus positions will be needed at the off-street transit centerin 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 expectedto enter service until 2025. Facilities at West Loch Station in 2017 include:

A bus transit center adjacent to the station entrance to accommodate two in-service vehicles (TC2 and TC4 will each serve two routes).

A kiss-and-ride lot accessible through Leo‘ole Street accommodating a taxiloading zone, kiss-and-ride drop off, private shuttle loading and unloading,and a TheHandi-Van position.

An existing on-street linear platooned bus berth on westbound FarringtonHighway in front of mauka station entrance.

An existing on-street linear platooned bus bay on eastbound FarringtonHighway in front of the makai station entrance.

A restored existing linear single bus berth on eastbound Farrington Highway.

Wayfinding signs within the station (particularly at the concourse level) andnear the station entrances directing passengers to the various busconnections

Bus Facilities 2019–2030

The recommended features of the 2019–2030 West Loch bus/rail integration planare shown on Figure 4-2 and detailed in Table 4-3. The West Loch Station willinclude additional facilities for the full Project opening in 2019 impacting busconnections. These include:

A bus transit center adjacent to the station entrance to accommodate four in-service vehicles.

A kiss-and-ride lot accessible through Leo‘ole Street accommodating a taxiloading zone, kiss-and-ride drop off, private shuttle loading and unloading,and a TheHandi-Van position.

An existing on-street linear platooned bus berth on westbound FarringtonHighway in front of mauka station entrance.

An existing on-street linear platooned bus bay on eastbound FarringtonHighway in front of the makai station entrance.

A restored existing linear single bus berth on eastbound Farrington Highway.

Page 83: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 25Honolulu Rail Transit Project April 2014

Wayfinding signs within the station (particularly at the concourse level) andnear the station entrances directing passengers to the various busconnections

The daily number of passengers using the bus stops serving the West LochStation has been estimated for both boarding and alighting passengers at theidentified bus stop for each route (Table 4-3). The route activity has been splitbetween inbound and outbound bus stops and rounded. The majority of thesepassengers are connecting with rail; however, some passengers are connectingwith nearby destinations or are transferring between buses. Estimates are basedon the 2030 travel forecasting model results, with bus stops identified as nodes inthe network.

Additional recommended features include the following:

A concrete pad for the restored stop at S3.

A dedicated TheHandi-Van position will be located within the kiss-and-ride lotnear the makai station entrance (TC6)

Bicycle parking will be provided for at least 20 bicycles divided between themakai and mauka station entrance with the ability to accommodate up to 50bicycles.

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 WestLoch Station. Pedestrians and bicyclists accessing West Loch Station willcomprise 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 walkdistances to and from the station entrances. Bicycle racks will be dividedbetween the mauka and makai station entrance and accommodate 20 bicycles in2017 with space reserved for 50 spaces in 2030.

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

Page 84: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 26 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Table 4-4: West Loch Station SiteRequirements in 2030—Other Modes

Vehicle ParkingPark-and-ride 0Kiss-and-ride 20Kiss-and-ride loading zone 2Supervisor 1Taxi 2Tour bus/ Private shuttle 1

Source: Station Access and Modal Interface Report, 2011and Travel Forecasting Model (March 2012 update)

4.2 Waipahu Transit Center StationLike West Loch Station, Waipahu Transit Center is considered an origin stationbecause 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 thenear-to-medium term. Accommodating other access modes, particularly local busservice, 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 CenterStation in 2017 (interim opening), 2019 (full opening), and 2030. The table showsthe routes, direction, and maximum number of buses serving the station in thepeak hour. The table shows the routes, direction and maximum number of busesserving the station in the peak hour. Some routes, such as Route A, will continueto operate during interim service. With the full Project opening in 2019, the routewill be truncated at Aloha Stadium. Bus services decrease from 28 buses todayto 28 buses in the peak hour in 2019 to serve the station.

Page 85: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 27Honolulu Rail Transit Project April 2014

Table 4-5: Waipahu Transit Center Bus ServiceChanges by Year

Route Maximum Number of Buses in Peak Hour By YearNumber Direction 2014 2017 2019 2030

A Westbound 4 0 0 0A Eastbound 4 0 0 0E Westbound 2 2 0 0E Eastbound 2 2 0 040 Westbound 2 2 4 440 Eastbound 4 2 4 442 Westbound 3 3 6 642 Eastbound 2 2 0 043 Westbound 0 0 0 043 Eastbound 1 1 0 050 Northbound 0 0 4 4432 Westbound 2 2 2 2432 Eastbound 2 2 2 2433 Eastbound 2 2 2 2434 Westbound 2 2 4 4

Totals 32 22 28 28Source: Bus operations identified in the Project FEIS (Appendix D)

The following bus routes, shown previously in Figure 3-1, are expected to serveWaipahu Transit Center in 2030 (new routes and changes to existing routes arenoted):

Route 40 Honolulu/M kaha (EB/WB)—No major alignment changes areplanned for the route in Waipahu. The route is expected to operate with 15-minute intervals in the peak periods between the Waipahu Transit Centerstation and Wai‘anae with 20-minute midday service. The route will operate20-minute service between Waipahu Transit Center and Ala Moana.

Route 42 ‘Ewa Beach (NB/SB)—Route 42 will be modified to operatebetween ‘Ewa Beach and Waipahu only, terminating at the Waipahu TransitCenter. This change is expected to occur with the full system opening in2019. It will no longer connect ‘Ewa Beach to Waik except when the railsystem 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 inthe off-peak periods.

Route 50 Mililani/Koa Ridge/Waipi o/Waikele/Waipahu (NB/SB)—This newroute will connect Mililani to Waipahu TC providing service for the new KoaRidge development, continuing through Waipi o and Waikele.

Page 86: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 28 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Route 432 East-West Waipahu (EB/WB)—This route connects East andWest Waipahu and will be modified to serve the new West Loch TransitCenter on its western terminus, otherwise no other alignment changes areplanned.

Route 433 Waipi o/Waipahu (NB/SB)—This route will be extended from itscurrent terminus in Waipi o 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 tothe current Waipahu Transit Center on Hikimoe Street. This will allow buspassengers to conveniently access the rail station without a major change to theexisting layout and orientation of the existing facility.

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

Page 87: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 29Honolulu Rail Transit Project April 2014

Table 4-6: Waipahu Transit Center Bus Operations in the Year 2017Bus Stop Locations Bus Operational Characteristics Implementation

BusS

top

New

Stop

Exist

ing

Stop

ID

Location Direction Type Appr

oxim

ateW

alkDi

stan

ceto

Stat

ion

(feet

)

Num

bero

fStre

etsC

ross

eddu

ring

Walk

Rout

e

Maxim

umVe

hicle

Size

(feet

)

Peak

Hour

Maxim

umNu

mbe

rof

Buse

s

Base

Perio

dBus

espe

rHou

r

Wee

kday

Num

bero

fBus

es

Poss

ible

Tim

edCo

nnec

tion

Typi

calS

top

Dura

tion

(min

utes

)

DesignTC1 — 4421 Transit Center Eastbound On-street linear

platooned bus berth80 None E 60 2 2 34 Yes 1 DTS (existing)

W1 60 2 — 6 Yes 140 60 4 3 45 Yes 142 60 2 2 36 Yes 143 40 2 2 20 Yes 1

Total atbus stop

— 12 9 141 — —

TC2 — 4421 Transit Center Eastbound On-street linear singlebus berth

60 None 434 45 4 2 27 Yes 3 DTS (existing)

TC3 — 4421 Transit Center Eastbound On-street linear singlebus berth

100 None 432 45 2 2 37 Yes 3 DTS (existing)

TC4 — 4420 Transit Center Westbound On-street linear singlebus berth

180 1 localstreet

432 45 2 2 37 Yes 3 DTS (existing)

TC5 — 4420 Transit Center Westbound On-street linear singlebus berth

160 1 localstreet

433 45 2 2 33 Yes 4 DTS (existing)

TC6 — 4420 Transit Center Westbound On-street linearplatooned bus berth

240 1 localstreet

E 60 2 2 35 Yes 1 DTS (existing)W1 60 0 — 3 Yes 140 60 4 3 45 Yes 142 60 3 2 39 Yes 143 40 2 2 21 Yes 1

Total atbus stop

— 11 9 143 — —

TC7 — Transit Center Eastbound On-street linear singlevehicle berth

120 None TheHandi-Van

26 Varies Varies — No 10-15

DTS (existing)

Sources: Bus Stop Locations are recommended per review of station design and expected operational considerations; Bus Operational Characteristics are from the service plansprepared for the Project FEIS (Appendix D)Existing bus stop number 1377 (westbound Farrington Highway and Mokuola Street) will be removed.

Page 88: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 30 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Table 4-7: Waipahu Transit Center Bus Operations in the Years 2019-2030Bus Stop Locations Bus Operational Characteristics Implementation

BusS

top

New

Stop

Exist

ing

Stop

ID

Location Direction Type Appr

oxim

ateW

alkDi

stan

ceto

Stat

ion

(feet

)

Num

bero

fStre

etsC

ross

eddu

ring

Walk

Rout

e

Estim

ated

Num

bero

fPa

ssen

gers

Usin

gSt

opin

2030

Maxim

umVe

hicle

Size

(feet

)

Peak

Hour

Maxim

umNu

mbe

rof

Buse

s

Base

Perio

dBus

espe

rHou

r

Wee

kday

Num

bero

fBus

es

Poss

ible

Tim

edCo

nnec

tion

Typi

calS

top

Dura

tion

(min

utes

)

DesignTC1 — 4421 Transit Center

(existing)Eastbound On-street linear platooned bus

berth80 None 40 625 60 4 3 58 Yes 1 DTS (existing)

50 3,200 45 4 2 56 Yes 5

Total atbus stop

3,825 — 8 5 114 — —

TC2 — 4421 Transit Center(existing)

Eastbound On-street linear single busberth

60 None 434 165 45 4 2 40 Yes 3 DTS (existing)

TC3 — 4421 Transit Center(existing)

Eastbound On-street linear single busberth

100 None 432 130 45 2 2 37 Yes 3 DTS (existing)

TC4 — 4420 Transit Center(existing)

Westbound On-street linear single busberth

180 1 localstreet

432 130 45 2 2 37 Yes 3 DTS (existing)

TC5 — 4420 Transit Center(existing)

Westbound On-street linear single busberth

160 1 localstreet

433 570 45 2 2 33 Yes 4 DTS (existing)

TC6 — 4420 Transit Center(existing)

Westbound On-street linear platooned busberth

240 1 localstreet

40 445 60 4 3 64 Yes 1 DTS (existing)

42 415 45 6 2 53 Yes 3

Total atbus stop

860 — 10 5 117 — —

TC7 — Transit Center(existing)

Eastbound On-street linear single vehicleberth

120 None TheHandi-Van

— 26 Varies Varies — No 10-15 DTS (existing)

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 theProject FEIS (Appendix D)Existing bus stop number 1377 (westbound Farrington Highway and Mokuola Street) will be removed.

Page 89: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 31Honolulu Rail Transit Project April 2014

Figure 4-3: Waipahu Transit Center Station TheBus and TheHandi-Van Layout—2017

Page 90: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 32 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Figure 4-4: Waipahu Transit Center Station TheBus and TheHandi-Van Layout—2019 through 2030

Page 91: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 33Honolulu Rail Transit Project April 2014

Bus Facilities 2017

Figure 4-4 presented the year 2017 interim Project opening for on-street TheBusand TheHandi-Van requirements. More detailed information on theserequirements were previously identified in Table 4-6. TheBus and TheHandi-Vanstops 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 purplemarking. The purple is identified as the Route 433 in the figure legend.

Several considerations should be noted relating to the location and features ofon-street bus stops in the year 2017. These considerations are:

The existing bus transit center on Hikimoe Street will be readapted for use bythe feeder and trunk routes previously listed in Table 4-6; stops will be locatednear existing shelters where possible.

Up to eight in-service buses will be accommodated, with some service beingdiscontinued by 2019 to be replaced by other service.

The existing farside stop on Farrington Highway EB opposite Mokuola Streetwill be preserved for use by Routes 40, 42, 432, 433, and W1.

A short term kiss-and-ride parking area and taxi loading zone will be locatedon Moloalo Street on the mauka side of Farrington Highway.

A new crosswalk and curb ramp will cross Moloalo Street.

TheHandi-Van will stop on-street at TC7 adjacent the main station entrance.

Parking will be provided for at least 20 bicycles divided between both stationentrances with the ability to accommodate up to 30 bicycles in 2030.

Wayfinding signs within the station (particularly at the concourse level) andnear the station entrance directing passengers to bus connections in the bustransit center on Hikimoe Street and elsewhere on-street.

Bus stop duration will vary throughout the day; more time will be required inthe peak periods when passenger activity is heaviest. Wheelchair operationswill add to the typical stop duration time.

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 Centerbus/rail integration plan are shown in Figure 4-4 and previously detailed inTable 4-7. Information in the figure and table show that there is an increase incommunity circulator bus routes serving the station. The route activity has beensplit between inbound and outbound bus stops and rounded. The majority ofthese passengers are connecting with rail; however, some passengers areconnecting with nearby destinations or are transferring between buses.

Page 92: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 34 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

Estimates are based on the 2030 travel forecasting model results, with bus stopsidentified as nodes in the network.

Several considerations should be noted relating to the location and features ofon-street bus stops in the years 2019 through 2030. These considerations are:

The existing bus transit center on Hikimoe Street will be continue toreadapted for use by the feeder and trunk routes previously listed inTable 4-7; stops will be located near existing shelters where possible.

Up to eight in-service buses will be accommodated.

The existing farside stop on Farrington Highway EB opposite Mokuola Streetwill be preserved for use by Routes 40, 432, and 433.

A short term kiss-and-ride parking area and taxi loading zone will be locatedon Moloalo Street on the mauka side of Farrington Highway.

A new crosswalk and curb ramp will cross Moloalo Street.

TheHandi-Van will stop on-street at TC7 adjacent the main station entrance.

Parking will be provided for at least 20 bicycles divided between both stationentrances with the ability to accommodate up to 30 bicycles in 2030.

Wayfinding signs within the station (particularly at the concourse level) andnear the station entrance directing passengers to the bus transit center onHikimoe Street and other on-street connections.

Bus stop duration will vary throughout the day; more time will be required inthe peak periods when passenger activity is heaviest. Wheelchair operationswill add to the typical stop duration time.

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 WaipahuTransit Center Station. Estimated pedestrian and bicycle demand at the stationwill be approximately 550 riders or 18 percent of total daily demand. The transitcenter and kiss-and-ride lot will minimize much of the walk distance by thosetransferring to/from buses and those being dropped off at the station. Bicycleracks will be divided between the mauka and makai station entrances andaccommodate 20 bicycles in 2017 with space reserved for 30 spaces in 2030. Anew crosswalk and curb ramp is recommended across Moloalo Street mauka ofFarrington Highway, adjacent to the taxi loading zone and short-term kiss-and-ride parking area.

Page 93: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 35Honolulu Rail Transit Project April 2014

Table 4-8: Waipahu Transit CenterStation Site Requirements in 2030

Vehicle ParkingPark-and-Ride 0Kiss-and-Ride Parking 0Kiss-and-Ride Loading Zone 1Supervisor 1Taxi 0Tour Bus/ Private Shuttle 2OtherBicycle 20 /30

Source: Station Access and Modal Interface Report, 2011.

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

Although not included in any station or guideway construction contract, a fence inthe Farrington Highway median would help prevent illegal pedestrian crossingsto/from the Moloalo Street entrance. A new crosswalk on the eastboundapproach to the Mokolua Street intersection would also enhance pedestrianaccess and safety to/from the makai side.

4.3 Leeward Community College StationAlmost all of rail passengers are expected to access the LCC Station by walk orbike. The station will have a center platform accessible from an undergroundgallery/walkway connecting to a single entrance within an existing LCC parkinglot located on the makai side of the guideway.

The LCC Station will be located makai of Farrington Highway on the mauka sideof the LCC campus. The established street network will make it difficult to accessthe station from nearby residential areas. For those accessing the station fromLCC, the planned public plaza near the station entrance will provide a pedestrianlink 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 Stationdirectly. Route 73 currently serves the LCC campus; however, this portion of theroute is expected to cease service with the completion of the first constructionphase 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 stationentrance.

Page 94: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 36 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

The following bus routes are expected to serve the LCC station area indirectlyfrom Farrington Highway:

Route 40 Honolulu/M kaha—No major alignment changes are planned forthe route nearby LCC. The route is expected to operate with 20-minuteintervals in the peak and mid-day periods providing access to LCC fromFarrington Highway.

Route 51 Wahiawa—Route 51 is a modified and renamed current Route 62.Route 51 will operate from the Wahiawa Transit Center near California andCane via California to Kamehameha Highway terminating at Aloha Stadium,serving LCC from Farrington Highway. The route will provide 15-minuteservice in the peak and midday periods.

4.3.2 Bus/Rail Integration Features

The features of the Leeward Community College bus/rail integration plan includethe following items as shown in Figure 4-5:

Loading zone for the TheHandi-Van located adjacent to the walkway to thestation entrance. A curb ramp will be provided connecting TheHandi-Vanzone to this walkway

A kiss-and-ride loading zone adjacent to the zone for TheHandi-Van.

Bicycle parking for at least 20 bikes at the station entrance with the ability toexpand

To support pedestrian movements between the station entrance and LCC, thestation design should include transition zones that connect the existing campusparking lot and the station loading platform. Also, connections between thestation and campus can be supported through a wayfinding system that guidespatrons between the station entrance and various points of interest on the LCCcampus.

4.3.3 Integration of Other Modes

Pedestrians and bicyclists accessing the station will comprise approximately2,850 riders or about 90 percent of total daily demand in 2030. The station willsee substantial demand coincide with campus activities, such as classes, specialevents, and the academic calendar. Bike racks should accommodate 20 bicyclesin 2017 with space for 30 bicycles by 2030.

Page 95: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station Group Page 37Honolulu Rail Transit Project April 2014

Figure 4-5: Leeward Community College Station Site Layout—2019 through 2030

Page 96: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Page 38 Final Bus/Rail Integration Plan for the Farrington Highway Station GroupApril 2014 Honolulu Rail Transit Project

4.4 Pedestrian Connections at FHSG StationsAlthough the siting of on-street bus stops are not included in the ProjectCompendium of Design Criteria, a key objective of the bus/rail integration plansis to locate on-street bus stops as close as possible to station entrances. Notethat bus stops for high-ridership routes are generally placed closer to stationentrances than lower-ridership routes. At some FHSG stations, however, thewalk distances between on-street bus stops and the station entrance could be upto almost 300 feet. These distances and the locations of bus stops in relation torail station entrances could result in some uncertainty on the part of thosetransferring between trains and buses. This will be particularly relevant for thoseriders transferring from rail to bus.

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

Potential guidance for a wayfinding system canbe drawn from other systems with a strongbus/rail interface. Figure 4-6 illustrates anexample of wayfinding at a light rail transit (LRT)stop in Downtown Portland, Oregon. This signdirects LRT passengers to several on-street busstops (each having a different collection of busroutes) located in the station area. Signage wouldalso have to be provided to direct buspassengers to the rail station. A potentialenhancement to this signage could include aschematic map of the station area inside thestation entrance showing the location of busstops/connecting routes.

Project signage design, while limited to thestation right-of-way, can provide importantinformation on the location of bus stops andconnecting routes in station areas. Wayfindingsignage beyond the station right-of-way will needto be coordinated with DTS, DPP, and otherinterested parties.

Figure 4-6: WayfindingExample at an LRT Stop

(Portland, Oregon)

Page 97: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Final Bus/Rail Integration Plan for the Farrington Highway Station GroupHonolulu Rail Transit Project April 2014

Appendix ACompendium of Design Criteria

Page 98: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 8

Exhibit 4 Transit Center Lighting Technical Requirements

Page 99: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 9

TRANSIT CENTER LIGHTING TECHNICAL REQUIREMENTS

A. General Conditions: The General Terms and Conditions City and County ofHonolulu (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 150Whigh pressure sodium (HPS) street light luminaires on Hikimoe Street withthe equivalent decorative style LED street light luminaire andphotoelectric controls specified herein. Furnish all labor, tools, equipmentand appliances required to provide and install light fixtures, complete, asrequired 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 atleast three (3) working days in advance of inspection.

4. Immediately report and pay for damages to existing equipment caused bythe 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 andCounty of Honolulu; General Order No. 10, Public Utilities Commission,State of Hawaii; and shall be made in strict accordance with the latestrules 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 Contractorshall pay all inspection fees and shall deliver certificates of completionand 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 besubject to the approval of the City, who shall be afforded everyopportunity for ascertaining the competence of such labor and examiningsuch materials as may be deemed necessary. Concealed work shall be

Page 100: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 10

reopened at random as directed during formal inspection by the CityInspector.

3. Qualification of Installers: For fabrication, installation and testing of thework, contractor shall use only thoroughly trained, licensed andexperienced workmen completely familiar with items required and withmanufacturers' recommended methods of installation. In acceptance orrejection of installed work, no allowance will be made for lack of skill onpart of workmen. Workmen shall be paid by the contractor in accordancewith the prevailing wages of their trade.

4. Construction Methods: Construction shall conform to constructionpractices as recommended by:

American Electricians Handbook by Croft (latest edition)American National Standards Institute (ANSI)Edison Electric InstituteNational 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 materialsupplied for this project.

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

6. The Contractor shall maintain an accurate and adequate record of eachchange 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 HawaiiRegulations and Standard Practices of Hawaiian Electric

Company, Inc.

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

Page 101: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 11

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 projectroadways. System shall be provided complete, and be completely testedand ready for use.

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

3. Installation of Wiring 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, associatedluminaire components, and/or lamps shall be done in accordance

Page 102: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 12

with all applicable federal, state, and local laws, rules, regulations,and guidelines. The City may salvage certain luminaires that arein very good condition, as determined by the City or itsrepresentative prior to the replacement. The Contractor shalldeliver the salvaged luminaires to the City’s Department of FacilityMaintenance Manana Yard located at 999 Makolu Street, PearlCity, Hawaii, 96782. The Contractor shall notify the street lightoperations supervisor at least forty-eight (48) hours beforeanticipated delivery at no additional cost.

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

5. Tests:

a. Test complete installation and correct all defects of material andworkmanship as well as all malfunctions of equipment andsystems prior to final acceptance at no increase in contract price.All wiring shall be tested to ensure proper operation according tofunctions specified herein; and in other sections of thesespecifications, 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. Thematerials or installation shall then be retested.

E. Luminaire Requirements

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

2. Submittal Requirements: Contractor shall submit the following:

a. Manufacturer’s Product Data.

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

Page 103: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 13

If several products are listed on the cut sheets, then the specificproduct shall be clearly indicated. Failure to identify the specificproduct may be cause for rejection of the proposal.

The photoelectric control manufacturer’s product data shallinclude detailed shop fabrication drawings, cut sheets, andwarranty certificates.

b. Photometric Reports.

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

1) Name of the test laboratory.

The test laboratory shall hold National VoluntaryLaboratory Accreditation Program (NVLAP) accreditationfor the IES LM-79 test procedure or must be qualified,verified and recognized by through the U.S. Department ofEnergy’s CALiPER program. The certification shall beattached to the report.

2) Report number.

3) Date of report.

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) Polar Graph

9) Iso-footcandle Lines of Horizontal Illuminance

10) LCS Graph.

c. Lumen Maintenance Test Reports.

Page 104: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 14

The lumen maintenance test reports shall be in accordance withIES LM-80 for the LED light source used in the LED roadwayluminaires. In addition to the LM-80 test reports, Offerors shallalso submit IES TM-21 test data to support the projected longterm lumen maintenance of the LED light source used in thespecified luminaire.

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

e. Photometric Data.

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: The luminaire shall have a contouredacorn shape housing that resembles astandard acorn post top luminaire. Theluminaire shall not have any openings orholes, except for the post and finialmounting locations. The luminaire shallcontain completely pre-wired integraldriver, optical assembly, photoelectriccontrol receptacle and terminal block withquick disconnects. The luminaire shallbe labeled internally and externally inaccordance with ANSI C136.15. Theluminaire shall be UL/cUL listed for wetlocations per UL 1598. All screws shallbe stainless steel.

Only copper wiring shall be used in theelectrical compartment. Harness andwiring insulation shall be AWM rated for125ºC and 600 volts. The electricalterminal blocks shall accommodate AWG#8 to #16 gauge copper wiring and up toAWG #6 gauge aluminum wiring.

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

Page 105: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 15

shall include manufacturer’s name andcatalog number, month and year ofmanufacture, line input voltage,frequency if other than 60 hertz,ballast/driver type (may be on ballasts ifreadily visible); photocontrol voltage ifdifferent from input voltage, lamp typewattage, and voltage, if different frominput voltage, descriptive wiring diagram,as necessary.

b. Housing: The housing shall be die-cast aluminumwith integral heat sink fins over theoptical compartment to maximize heattransfer.

c. Door Assembly: The door assembly shall be a die-cast,alloy assembly. The door assembly shalltightly bind to the housing using twocaptive fasteners.

d. Paint Finish: The luminaire shall have a clearanodized undercoat and a super durable,weather, UV, humidity, and acid saltspray resistant polyester powder coatpaint finish, forest green in color. Thefinish shall have an ISO 2360 thicknessof 2.0 mils. The finish shall beAmerishield Forest Green to match theexisting light standard.

e. Cooling System: Vents, fans, pumps, or liquids shall notbe allowed as part of the cooling system.

f. Post TopConnection:

The post top mounting system shall be 3”outer diameter with six square head setscrews. The mounting pod shallincorporate a fluted base design with ascroll top.

g. Photoelectric CellReceptacle:

Luminaire shall have a standard 3-pronglocking socket per ANSI C136.10 and 4additional contacts per ANSI C136.41 fora “7- pin” photoelectric control (PEC)receptacle. The PEC socket needs to beable to rotate without tools, so that thePEC window can always be positioned toface the northern direction. Fixturehousing shall not interfere with theoperation of the photocell.

Page 106: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 16

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

i. Dimensions: Less than 16 inches x 35 inches (DIA xH).

j. Effective ProjectedArea (EPA):

1.4 square feet.

k. Weight: < 43 pounds.

l. IEC Rating: IP65 optical enclosure per ANSIC136.25.

m. TemperatureRatings:

-40°C to 50°C.

n. LED Drive Current: <700 mA

o. On-state PowerConsumption:

< 84 W.

Electronic Driver Requirements:

a. General: The electronic driver module shall be aone-piece unit installed inside theelectrical compartment of the luminaire.The driver shall have a rated lifetime of50,000 hours. The driver’s maximumallowable case temperature is 80ºC andshall have built-in thermal protection ifcase temperature exceeds 85ºC. Thedriver shall tolerate sustained opencircuit and short circuit output conditionswithout damage. The driver shall be ULlisted for operation in dry/damp locations(Outdoor Type 1) and have an IEC ratingof IP65. The driver shall have 0 – 10Vdimming capability.

b. Input Voltage: 120-277 V

c. Input Frequency: 50/60 Hz

d. Full Load Efficiency@ 120V:

>88%

e. Power Factor: > 90%

Page 107: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 17

f. Total HarmonicDistortion (THD):

< 20%

g. Weight < 2.2 lbs.

h. OperatingTemperature:

-40°C to 80°C

i. Noise: Class “A” audible sound rating.

j. ElectromagneticInterference (EMI):

Compliant with FCC 47 CFR Part 15Class A.

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

l. UL Standards: 8750 Class 1, 1310 Class 2.

Optical Requirements:

a. General: The luminaire shall contain an internaloptical module(s) that consists of nestedconcentric directional reflectors that willnot corrode, peel, or fade under normaloperating conditions,

b. Distribution Pattern: Asymmetric Wide

c. LuminaireClassification System(LCS):

B1-U3-G2

d. Coefficient ofUtilization:

0.375 minimum (street side), 0.09maximum (house side), at streetwidth/mounting height ratio of 1.

Light Source:

a. General: The initial Luminaire Efficiency Rating(LER) shall greater than 70 lm/W at4,100K and 120-277 V and be RoHScompliant.

b. Correlated ColorTemperature (CCT):

4,100K (nominal) per ANSI C78.337-2011.

c. Color RenderingIndex (CRI):

> 65 at 4,100K

Page 108: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 18

d. Lumen Depreciationof Light Sources

Light sources shall deliver at least 85%of initial lumens (L85), when installed fora minimum of 50,000 hours

Manufacturer’s Warranty:

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

Hawaii Energy Requirements:

Listings: Energy Star®; or Design LightsConsortium (DLC); or Lighting Facts.

Make and Model:

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

F. Photoelectric Controls (PEC):

Mechanical:

a. Housing: UV stabilized impact resistantpolypropylene.

b. Base: High temperature ABS

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

d. Gasket: Cross linked polyethylene.

Technical:

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

b. Load SwitchingCapability:

5,000 operations minimum at rated load.

c. Rated Load: 500W max.

d. Sensor Type: 1,000 W/1,800 VA

e. Housing: Hermetically sealed cadmium sulfidephototransistor.

f. Operating -40°C to +70°C

Page 109: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 19

Temperature:g. Humidity: 99% RH at 50°C

h. Turn On to Turn OffRatio

1:1.5 standard (1 foot-candle turn onnominal.)

i. Surge Protection 190J standard

Manufacturer’s Warranty:

A standard warranty of six (6) years shall be provided for thereplacement 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.

Page 110: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 20

Exhibit 5 Bike Corral Guideline

Page 111: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 21

Bicycle Corral Guidelines

Introduction

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

Location

Identifying the best location for a bike corral involves several factors. Locations should beidentified in consultation with adjacent businesses, property owners, and business associationswhere 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 demandbusinesses and other destinations. In most cases bicyclists are unwilling to park their bicyclemore than 100 feet from their destination.

Locating bike corrals near corners provides greater visibility and access for bicyclists. It alsoprevents large vehicles from parking near corners which is an added safety benefit forpedestrians. Exiting bicyclists are also easier to see when the bike corral is not concealedbetween 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 usuallyreduces the distance to the entrance of the destination.

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

Design

A bike corral is composed of the bicycle rack, a method of demarcating the parking area, andsignage. Choosing the best rack is a critical choice for a successful facility. Inverted-U racks inseries are generally recommended as they are space-efficient and intuitive for the user. Severalmanufacturers make bike corral systems that use inverted-U racks on rails that are eitherwelded 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 abicycle from 6 feet to 5 feet. Most on-street parking spaces are 8 feet wide. The angled racksprovide a greater buffer between moving traffic and the bicycle’s wheel and also minimizeshandlebar conflicts. Angling the racks reduces the number of bikes that can be accommodatedin the available space so this should also be considered.

Page 112: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 22

The spacing between racks should be 36 inches on center. This width allows for greaterconvenience and maneuverability for bicyclists.

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

Demarcating the bicycle parking area is important for visibility for both the bicyclists andmotorists. It also provides clear space on both ends of the rack so cars do not encroach into thebicycle parking space. This can be accomplished with bicycle markings on the pavement and a4 foot rubber or cement parking block.

Some type of vertical delineator is also recommended to make the facility more visible. Thismay not be necessary with a prefabricated bike corral but some kind of reflective tape should beapplied 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.

Page 113: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 23

Exhibit 6 Surveillance Camera Specifications

Page 114: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 24

1. OVERVIEW:

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

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

The location of the security cameras shall be limited to specified building structure such asthe 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 necessarycomputer hardware with the capability for the user to monitor/view the security system inreal time from the security room that is located between the two bathrooms, or copy the datafrom the security system on a computer and view the information offsite. The recorded datacan be analyzed offsite.

2. TECHNICAL / PERFORMANCE REQUIREMENTS:

a. Contractor will be responsible for a turnkey system to include but not limited to allequipment, 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 eithersides of the Hikimoe Street. The cameras should be located in such a way that theirviews should cover well all bus shelters, the bathrooms, and the rail station entrance/exiton Hikimoe Street. The Ethernet cables will be labeled with camera location/devicename on both ends.Furnish, deliver and install the following Power over Ethernet (POE) AVIGILON orapproved 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 mountsb) 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 housingb) Appropriate Avigilon or approved equal ACC license per camerac) Veracity Extendersd) Double gang weather proof boxe) Wall mount rack enclosuref) Fan kit for enclosure

3. RESPONSIBILITIES:

Page 115: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix A: Scope of Work 25

a. WARRANTY:Standard minimum one (1) year warranty. During the warranty period, the Contractorshall 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 beprovided. The Contractor should conduct on-site training to the City employee on how tooperate 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 themanufacturer'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 Cityincluding but not limited to all electrical cabling requirements, anti-vandal and weatherproof 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 theOfferor's responsibility to provide prior to the Deadline to Submit Request forClarifications/Substitutions the current make and model number or offer an equalsubstitution for the item.

e. DOCUMENTATIONUpon completion and acceptance of the Project by the Officer-In-Charge, the Contractorshall 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 theinstallation of all equipment)

ii. A network block diagram that shows how the networked surveillance video systemwill be configured from camera locations through various encoding and networkequipment to the central server and video storage disk array. (Format: Hardcopy (1copy) and electronic file)

iii. Information for all devices installed: manufacturer, manufacturer's part number,part description (camera, POE switch, video server, etc), associated cameraID/number from AS-Built drawing, device name in system, serial number, IPaddress, warranty period and expiration date of warranty. (Format: Hardcopy (1copy) and Microsoft Excel electronic file)

iv. A list of the software installed (name and version), license key, login credentials suchas but not limited to application, server, and cameras, etc. The submittal of the listshould be in hardcopies (1 copy) and in Microsoft Excel or Word electronic file.

v. Cutsheet information for all software/hardware installed. The submittal of thecutsheet information should be in hardcopies (1 copy) and in Adobe pdf electronicfile.

vi. All the associated software disks, software licenses and manuals/ documentation.

Page 116: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix B: Term/Schedule of Work 1

APPENDIX B: TERM / SCHEDULE OF WORK

Construction Start and Finish1. Estimated NTP: April 1st, 20162. 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)

Page 117: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 1

THE FOLLOWING PAGES SHALL BE DETACHED FROM THE SOLICITATION DOCUMENT ANDSUBMITTED WITH THE OFFEROR’S PROPOSAL.

APPENDIX C: PRICING/CERTIFICATIONS

Name of Offeror (Legal Name)

Director of Budget and Fiscal ServicesCity and County of HonoluluHonolulu, Hawaii 96813

SOLICITATION NO. RFP-DTS-910409

ITEM DESCRIPTION QUANTITY TOTALPRICE

1 All Design except Task 2 ReconstructPavement

Lump Sum

2 All Construction except Task 2 ReconstructPavement

Lump Sum

3 Task 2 Reconstruct Pavement Design Lump Sum4 Task 2 Reconstruction Pavement

ConstructionLump Sum

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 ofHawaii.

State of Incorporation or Organization:

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

Other:

Enclosed as a bid security is a:

Surety Bond )

Page 118: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 2

Certified Check )Cashier's Check ) (Cross out five)Legal Tender )Certificate of Deposit )Share Certificate )

in the amount equal to at least five percent (5%) of the amount of the offer. If an offeror fails toaccompany its offer with a bid security, the City shall deem the offer shall as non-responsiveand 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:

Page 119: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 3

Last 4 numbers of Federal Identification No.: XX-XXX

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

Page 120: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 4

CERTIFICATE OF ACCEPTANCEOF 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 ofthe solicitation in strict compliance with the solicitation document as amended, includingany specifications, plans, and scope of work descriptions, without any exceptions, ifawarded a contract;

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

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

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

6. The Offeror understands that FAILURE TO MEET CONTRACT REQUIREMENTS WILLCONSTITUTE A BREACH OF CONTRACT THAT MAY RESULT IN SUSPENSION ORDEBARMENT, AND THE EXERCISE OF RIGHTS AND REMEDIES AS PROVIDED BYLAW. Contract requirements include any specifications, plans, and scope of workdescriptions;

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

Offeror:

Signature:

Title:

Date:

Page 121: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 5

HAWAII PRODUCTS PREFERENCE

In accordance with Section 103D-1002 of the Hawaii Revised Statutes, and Section 3-124 of the HawaiiAdministrative 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 selectingthe lowest bid or purchase price only, the price or bid offered for a Hawaii product item shall bedecreased by subtracting ten per cent for class I Hawaii product items bid or offered, or fifteen per centfor class II Hawaii product items bid or offered. The price or bid offered for the Hawaii product shall bef.o.b. jobsite, unloaded, including applicable general excise tax and use tax. The Hawaii product costshall not include installation costs. The lowest total bid or proposal, taking the preference intoconsideration, 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 Hawaiiproduct being offered by completing the quantity, unit measure, unit price and total price for eachindividual product to be supplied as a Hawaii product. Products not pre-approved shall not beconsidered. 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 submitadditional information on the cost basis of their selected Hawaii Product Preference items. The additionalinformation will be used to verify the cost of the Hawaii product, including the computations for theestimated 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 BEUSED

Pre-ApprovedHawaii Product

DescriptionClass Manufacturer Quantity Unit Unit

TotalPrice

Offeredto City* % Credit

(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 priceshall not include installation costs.

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

Page 122: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 6

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 bythese 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 parthereof.

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

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

Page 123: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 7

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 performedthereunder, and the specifications or drawings accompanying same, shall in any way affect itsobligation on this bond, and it does hereby waive notice of any such changes, extensions oftime, 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 afterwritten Notice of Default from the Obligee to the Surety and the Principal and subject to thelimitation of the penal sum of this bond, Surety shall remedy the Default, or take over the workto be performed under the Contract and complete such work, or pay moneys to the Obligee insatisfaction 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 ACKNOWLEDGEDBY A NOTARY PUBLIC

Page 124: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 8

Page 125: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 9

CERTIFICATION OF COMPLIANCEFOR

EMPLOYMENT OF STATE RESIDENTSHRS 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 Lawsof Hawaii 2011—Employment of State Residents on Construction Procurement Contracts, Ihereby 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 aworkforce of which not less than eighty percent are Hawaii residents, as calculated accordingto the formula in the solicitation, to perform this Contract.

I am an officer of the Contractor forthis contract.

I am an officer of a Subcontractor forthis 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 HawaiiMy commission expires: ________________ _____________________________________________________

_____________________________________________________Notary Signature DateNOTARY CERTIFICATION

Page 126: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be
Page 127: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be
Page 128: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix C: Pricing/Certifications 10

END OF APPENDIX C.

Page 129: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix D: Special Provisions 1

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 andreasonable. Information provided by the Offeror may remain confidential and proprietary inaccordance with HRS §92F 13(3).

2. Liquidated Damages

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

3. Project Sign

Project Sign is not required for this project.

Page 130: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix E:General Terms and Conditions 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 2/1/15shall apply. If not physically attached, it shall be incorporated by reference herein and referredto as the ''General Conditions.'' Copies may be obtained online at www.honolulu.gov/pur ; clickon the link titled: '' Instructions, Terms & Conditions''.

Page 131: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix F: Contractor’s Proposal 1

THE FOLLOWING PAGES SHALL BE DETACHED FROM THE SOLICITATION DOCUMENT ANDSUBMITTED 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 whosepublic disclosure would cause substantial injury to an Offeror's competitive position. The Offerorshould specifically identify those pages of the proposal that contain such information by markingthe applicable pages "CONFIDENTIAL" on every copy submitted. The City assumes no liabilityfor 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. Proposalsshould 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. Team Experiencea) Provide the following information for each of the projects of similar scope and

complexity completed by the Offeror:1. Name of Project2. Location of Project3. General Scope of Project4. Your role (Prime, Joint Venture, Subcontractor) and the work your

company self-performed.5. Total Value of the Project6. 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 andcomplexity completed by any proposed major subcontractor and sub-consultants (as applicable):

1. Name of Project2. Location of Project

Page 132: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix F: Contractor’s Proposal 2

3. General Scope of Project4. subcontractor/subconsultant’s role (Prime, Joint Venture,

Subcontractor) and the work the company self-performed.5. Total Value of the Project6. 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. Key Personnel:List key personnel who will be assigned to this project. Such personnel shouldinclude architects, engineers, graphic designers, builders, and other personnelthat may be required. Provide the following information for each personnel:

1. Individual’s name and title2. Project role and assignment on this project3. Resume4. Years of experience with organization5. Describe specific experience and qualifications relevant to this project

IV. CapacityDescribe the current workload and availability of key personnel to handle theproject.

B. Work Plan and Design Proposal

I. Work Plan: Work plan shall describe overall strategy, timeline and plan for thework proposed as well as expected results, potential risks, and strategies tomitigate those risks. The Work Plan should demonstrate Offeror's understandingof the project and convey to the reviewers how the Offeror will complete allelements of the project in a timely, cost-effective manner. The timeline shall showthe duration and dependencies for all major tasks. All assumptions used in theschedule (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 tocomplete the Project.

b) Identify all major milestones, within the project including, but not limited to,design, permitting, construction, shop drawings, submittals, inspection andfinal closeout.

c) Description of conformance to the development standards of the Land UseOrdinance, and/or any other applicable regulations.

d) Description of approval and permitting requirements.

Page 133: SOLICITATION DOCUMENT NO. RFP-DTS-910409 NOTICE TO … Notice to Offerors 6 8. Bid Security The Offeror shall provide a bid security with its offer. The bid security amount shall be

Appendix F: Contractor’s Proposal 3

II. Design Proposal:

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

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

c) Drawings and Renderings: full size & half size1. Hikimoe Street Layout plan for each site: 1/20" = 1'-0"2. Bus Stops Layout plan: 1/20" =1'-0"3. Pedestrian scaled wayfinding locations4. Crosswalk locations5. Bike corral locations6. Surveillance camera locations7. Shade trees, planters, and landscape plans

III. Design-build costAttach Appendix C: Pricing/Certifications