Project Manual GREENBELT TEST TRACK AND ... - WMATA

75
RFP-FQ12001/JJP Washington Metropolitan Area Transit Authority BOOK 2 OF 9 Project Manual GREENBELT TEST TRACK AND COMMISSIONING FACILITY DESIGN BUILD PROGRAM REQUIREMENTS Amendment 1 Contract # FQ12001 August 12, 2011

Transcript of Project Manual GREENBELT TEST TRACK AND ... - WMATA

RFP-FQ12001/JJP

Washington Metropolitan Area Transit Authority

BOOK 2 OF 9

Project Manual

GREENBELT TEST TRACK AND COMMISSIONING FACILITY

DESIGN BUILD

PROGRAM REQUIREMENTS

Amendment 1 Contract # FQ12001

August 12, 2011

THIS PAGE NOT USED

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

Revised AM-1

FQ12001 TOC-1 Book 2

BOOK 2

TABLE OF CONTENTS FOR DESIGN BUILD PROGRAM REQUIREMENTS

Chapter 1 General Requirements

SECTION PAGE NO.

Use of Document 1-1

General 1-1

Exceptions and Clarifications to The Criteria 1-2

Functional Requirements 1-2

Chapter 2 TEST TRACK

SECTION PAGE NO.

General Requirements 2-1

Functional Requirements and Design Intent 2-1

Site Lighting 2-1

Right-of-Way 2-2

Civil 2-2

Utilities 2-2

Electrical 2-2

Mechanical and Plumbing 2-3

Structural 2-3

Track 2-3

Contact Rail 2-5

Power 2-6

Communication 2-8

Automatic Train control 2-10

Movement Detection Monitoring of Track 2-12

Chapter 3 COMMISSIONING FACILITY

SECTION PAGE NO.

General Design Requirements 3-1

Site Facilities Design 3-1

##

#

# #

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

Revised AM-1

FQ12001 TOC-2 Book 2

SECTION PAGE NO.

Site Lighting 3-1

Architectural Program Requirements 3-2

Sustainable Design Program Requirements 3-30

Civil 3-34

Utilities 3-35

Electrical 3-35

Mechanical and Plumbing 3-37

Structural 3-39

Rail Shop Equipment 3-41

Track 3-44

Power 3-47

Communication 3-50

Automatic Train Control 3-52

SECTION PAGE NO.

General Requirements 4-1

#

#

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 1-1 General Requirements

Chapter 1

GENERAL PROGRAM REQUIREMENTS

A. Use of Document

1. Book 2 contains program and design requirements for the overall project. It is divided into chapters according to the three major elements of the project: Test Track, Commissioning Facility, and Parking Garage. Book 2 serves as a guide to fulfilling the technical requirements of the project. The contents of Book 2 are provided to complement the WMATA Manual of Design Criteria for Maintaining and Continued operation of Facilities and Systems, Release 9, May 2008, hereinafter referred to as The Criteria. The Criteria is issued in Appendix 1. In the event of conflict between requirements listed in Book 2 or other referenced documents, the Order of Precedence described in Book 1, section 00702 shall govern.

B. General:

1. The Program Requirements contained in the RFP reflect only the conceptual design and minimum requirements of the project and carry no guarantee of compliance with applicable codes and design standards. The Design-Builder shall use these design and program requirements as a guide to develop their designs for the proposals and, upon award, the Design-Builder shall be solely responsible for compliance of the final design with applicable codes, standards, normal A/E design, and professional design practices and other requirements of this RFP. In Book 1, Sections 00101 – General Statement of Work, and 01114 – Summary of Work describe the general project requirements in terms of the business requirements and compliance and coordination with the local jurisdictions having authority of this project.

2. The Design-Builder is to include in the proposal all actions and related costs required for the successful completion of the project. The scope of work includes all coordination of the design and construction work with the existing conditions. In addition the Design-Builder is responsible for including in the proposal the extension of all necessary utilities to the project that are required for the project elements to function. The scope of work for the Design-Builder includes the resolution of all functional and design issues involved in the implementation of the owner’s program. All adjustments required to rectify any deficiencies in the design-build solution that are required to satisfy the Authority’s functional requirements will not be at additional cost to the Authority.

3. The coordination of construction activities with on-going WMATA train movements, both in the Green Belt yard and on the Green Line, must receive a high priority. All three of the main project elements must be constructed while operations continue. The requirements of Book 1, Section 01114 - Summary of Work Requirements: Safety / Environmental Requirements must be strictly followed.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 1-2 General Requirements

C. Exceptions and Clarifications to The Criteria

1. Applicable portions of The Criteria shall be used to guide the planning and design of the proposed facility. While planning this project, the Authority has changed or over-ridden certain requirements of The Criteria. The various chapters within Book 2 describe specific project requirements that may over ride or supplement specific requirements of The Criteria.

D. Functional Requirements

1. Test Track

a. The Test Track shall be used by WMATA and WMATA’s vehicle suppliers to test new rail cars before they are put into revenue service. Used in conjunction with the Commissioning Facility, cars will be moved from the Commissioning Facility in the Green Belt yard on the inbound Green Line track, to a new switch located near the Green Belt station. Once on the test track, the cars will be separated from all revenue trains on the Green Line. The new cars are married pairs with an arrangement where two 75-foot long cars are semi-permanently coupled together. Typically, some electrical or mechanical systems are shared between the two cars. The intended testing configuration will be one or two sets of married pairs (two or four cars). Tests to be performed on the cars on the test track include: 1) Acceleration, at maximum rate, to 75 miles per hour, then braking to

a stop

2) Brake testing from various speeds

3) Multiple aspects of the Automatic Train Control (ATC)

4) Stops at a phantom station

5) Other tests that are to be determined at a later time

2. Commissioning Facility

a. The Commissioning Facility will be located in the south eastern part of the Green Belt Yard. New cars will be received from the car manufacturer on an existing track in the Green Belt yard and moved to the Commissioning Facility. Once inside the facility on one of the two tracks, the cars will be thoroughly inspected and tested. During this process some components may be removed and replaced on the vehicles. Sets of portable jacks are required for this purpose to be supplied by others. If the wheel assemblies (commonly called trucks) require changing, the car will be moved to another facility for that activity. Areas are required for storing materials. Overhead doors shall be provided for receiving deliveries.

b. On the mezzanine level, various building electrical and mechanical rooms are located, including traction power for the Commissioning Facility.

c. On the second floor, conference rooms, offices, rest rooms, and training facilities are programmed.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 1-3 General Requirements

3. Parking Garage

a. A multiple level parking structure will be designed and constructed to replace and supplement parking lost due to the proposed location of the Commissioning Facility. Only WMATA employees will utilize the parking structure, so there are no requirements for parking attendants or facilities for collection of parking fees.

b. A major portion of the ground floor level of the garage will be used for storing various WMATA materials.

END OF CHAPTER

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 1-4 General Requirements

PAGE INTENTIONALLY LEFT BLANK

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-1 Test Track

Chapter 2

TEST TRACK

A. General Requirements:

1. WMATA requires a test track for testing new rail cars and cars that have been overhaul. The testing will be done before the cars are used in revenue service. Refer to Section 00101 General Statement of Work, and 0110 – Summary of Work for additional general requirements.

2. Refer to Chapter 1, “Use of Document” that describes the use of Book 2 and the WMATA Manual of Design Criteria for Maintaining and Continued operation of Facilities and Systems, Release 9, May 2008, hereinafter referred to as The Criteria.

3. Starting with paragraph B below, the technical program requirements for various design and construction disciplines will be presented.

B. Functional Requirements and Design Intent:

1. The Test Track will operate similar to a main line revenue track – no special data recording or operational functionality will be included at this time

2. The design should accommodate the operation of 8 car trains, however because of the limited distance of the test track, full acceleration and deceleration testing will be limited to 4 car trains.

3. Movement of trains in and out of the modified yard and the Commissioning Facility shall be controlled by the Greenbelt Yard Tower. Control of train movements on and off the test track shall also be controlled by the Test Track Control Room coordinating with central Operations Control Center. Movements to and from the test track must use the main line. Primary control of traction power and train control (signal) facilities for the test proper shall be controlled from a new Test Track Control Center, recognizing however that the source of power is the existing Greenbelt Traction Power Substation which controlled by the WMATA operations control center at the Jackson Graham Building. The Design-Builder shall work out the details of which functions are controlled by the operations control center and which functions are controlled locally at the Test Track Control Center.

4. The design and construction of the test track and all associated project features shall be done in accordance with WMATA Design Criteria 9, all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

C. Site Lighting

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-2 Test Track

1. Provide site lighting in the area of the phantom station stop to imitate the illumination that would be seen by the train operator if approaching a normal station platform, as required by The Criteria, Section 4, table 4.5.2.

2. Employ lighting fixtures as dictated by The Criteria, Section 4.3.1 – Above Ground Station Platform Lighting.

D. Right of Way

1. Refer to the survey drawings and Plan and Profile sheets for the right of way.

E. Civil

1. Stormwater Management shall be provided for the project in accordance with The Criteria. [Section 12.9-12.11]

2. Drainage shall be provided for the project in accordance with The Criteria. [Section 12.8, 12.27-12.29]

3. The proposed Test Track shall maintain existing drainage flow patterns, requiring the extension of culverts at the following approximate locations as shown on the RFP drawing survey plans:

Sta. 659+25

Sta. 679+00

Sta. 705+50

Sta. 721+50

4. The culvert extension work shall be performed in accordance with The Criteria. [Section 12.8, 12.18]

5. Any impacts to and coordination with the Wetlands and Waters of the United States, Flood Plain, Forest or Woodland, and/or Archeological/Historical site shall be performed in accordance with The Criteria. [Section 12.4-12.7]

6. Erosion Control shall be provided during construction activities in accordance with The Criteria. [Section 12.19]

F. Utilities

1. Design-Builder shall examine survey and as-built drawings to determine location and extent of utilities that may require relocation to accommodate the Test Track construction.

2. Design-Builder shall coordinate with all jurisdictions having authority and obtain the required permits.

G. Electrical

#

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-3 Test Track

1. Design-Builder shall provide electrical service as needed to the various areas and components of the Test Track.

2. For the program requirements for traction power, please refer to paragraph titled “Power”.

H. Mechanical and Plumbing

1. Design-Builder shall design and construct mechanical and plumbing systems as required to support the functional requirements of the Test Track. The design and installation shall be done in accordance with WMATA Design Criteria Release 9, all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

I. Structural:

1. Design-Builder shall design and construct structures as required to support the functional requirements of the Test Track. The design and installation shall be done in accordance with WMATA Design Criteria Release 9, all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

2. Provide retaining walls along the Test Track as indicated on the RFP drawing cross sections.

J. Paragraph Not Used

K. Track

1. Design-Builder shall design and construct track as required to support the functional requirements of the Test Track, as shown on the RFP Plans and as described herein. The design and installation shall be completed in accordance with WMATA Metro Manual of Design Criteria for Maintaining and Continued Operation of Facilities and Systems, Release 9 (May 2008), WMATA Metro Standard Plans, WMATA Metro Directive Drawings, WMATA Metrorail Safety Rules and Procedures Handbook, AREMA Manual for Railway Engineering (2011), AREMA Portfolio of Trackwork Plans, all applicable codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site. Where WMATA Design Criteria, Standard Plans or Directive Drawings differ from AREMA Manual or Portfolio of Trackwork Plans, WMATA requirements or plans shall govern.

2. Design and construct a new test track that runs along the west side of existing WMATA E-Line Inbound Track, with limits roughly between the Greenbelt Metro Station at the north end and Paint Branch at the south end.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-4 Test Track

3. The Test Track shall include a single crossover at the north end which will provide a track connection to the existing Inbound Track. The point of switch of the new turnout on the Inbound Track shall be as near as permissible by WMATA Design Criteria to the south point of switch of the existing double crossover which is located at the south end of Greenbelt Metro Station. Existing contact rail and track signaling shall be modified to accommodate the new turnout.

4. The Test Track shall include a new Tail Track at the north end that begins at the crossover turnout on the Test Track and extends north to near the south limit of platform at Greenbelt MARC Station. The Tail Track shall be long enough for temporary storage of a four-car train, minimum. The point of switch of the new turnout on the Inbound Track shall be as near as permissible to the south turnout of the existing double crossover

5. All track in the Test Track shall be ballasted and constructed with all new materials, as follows:

a. Ballasted Track Construction: as specified by WMATA Standard Specification 05652.

b. Running Rails: as specified by WMATA Standard Specification 05656, and The Criteria.

c. Cross Ties: Precast, monoblock, pretensioned, and prestressed concrete cross ties, designed in accordance with WMATA Standard specifications. Supply and install all associated rail pads, rail clips, clip insulators, contact rail support plates and associated fastenings, as specified in WMATA Standard Specifications.

d. Crossover: No. 10 single crossover, 14’-0” track centers, ballasted, in accordance with WMATA Standard Drawings for mainline ballasted track application.

e. Ballast and subballast: as specified in WMATA Standard Specification. Design test track cross section so the cross-grade and top elevation of the new subballast matches the cross-grade and top elevation of the matching edge of existing subballast, to provide continuous and efficient cross-drainage.

f. Energy-absorbing sliding bumping posts shall be installed at the south end of the Test Track and the north end of the Tail Track.

6. Design:

a. Track alignment, super elevation, profile and cross sections shall conform to the plans included in the RFP. The Design-Builder shall provide all final design plans required for construction, for the approval of WMATA.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-5 Test Track

b. The track cross section shall be designed to carry storm drainage toward the outside of the Test Track at the western right-of-way. Provide appropriately sized and designed underdrain(s) or concrete-lined trackside drainage ditch to carry storm drainage away from under both the Inbound Track and Test Track. Provide all required storm water collection and distribution facilities.

c. Design and construct a phantom passenger platform for Test Track purposes, alongside and toward the south end of the Test Track, as shown on the Plans. It is not necessary for the platform to hold people, only to simulate the platform edge location from the track, both laterally and longitudinally. Revise the track cross section design and construction to accommodate the platform structure.

d. The track cross section shall be designed so that all permanent facilities and materials for construction of the Test Track will reside inside WMATA right-of-way. Design-Builder shall notify WMATA, and include such intention in their Proposal, if they propose to use any construction easement inside CSXT right-of-way to during construction of the Test Track.

e. Extend and/or modify any existing drainage culverts under the mainline tracks, to accommodate the new Test Track.

7. Provide all excavation, backfilling, and grading for required for the Test Track, as specified in WMATA Standard Specifications.

L. Contact Rail

1. Contact (third) rail shall consist of steel rail and aluminum fishplate cladding as shown in the Design Drawings.

2. The Contact Rail End Approach is defined as the vertical transition at each end of the contact rail to allow for smooth shoe contact of the third rail. End approach rails come in several lengths.

4. During design the location of the third rail in the relation to the turnout is controlled by the separation distances required between the point of switch of adjacent switches. Various combinations of switches and their directions in relation to each other are shown in the RFP drawings. These tables provide the distances between point of switch A and point of switch B.

5. The contact rail end approaches shall be used as follows: 11'-0" end approaches on mainline track; 5'-6" end approaches on yard and secondary tracks and storage tracks; 3'-0" end approaches on kicker rail on No. 8 double crossovers at 14'-0" track centers. See Design Drawings for typical details of the composite rail end approaches.

6. The location of the third rail shall be opposite the safety walk, opposite station platforms including access to service rooms off the platform, and opposite personnel access points. The 3rd rail will be located on the outer side of the

# #

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-6 Test Track

Test Track (West side) in most locations. Design-Builder must designate safety walk in all areas.

7. Except in special trackwork units, every fourth tie shall be a contact rail tie.

M. Power

1. This section describes the traction power scope of work and design requirements for the Test Track portion of the Project. The selected Design-Builder is required to design, furnish, install, and test a new Test Track DC traction power supply as described herein.

2. The scope of work, design criteria, traction power equipment technical specifications, and design reference drawings shall establish the requirements for the Design-Builder to use for the design, permitting, and construction of a complete DC traction power supply and AC low-voltage (LV) electrical system. In addition, the design and installation shall be done in accordance with WMATA Design Criteria 9, all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

3. The Design-Builder shall furnish all necessary professional design services, including surveying, geotechnical, architectural, and engineering (i.e., civil, structural, electrical, and mechanical engineering). The Design-Builder shall also furnish such specialists in traction power equipment, fire protection, lightning protection, landscape architecture, and code compliance that may be required to design, permit, and construct the Project.

4. As-built drawings of the existing facilities will be provided to the Design-Builder, but WMATA makes no representation as to the accuracy of the documents, as physical inspection of these facilities have not been undertaken to verify as installed conditions.

5. The following is a summary of scope items to be provided under this section:

a. All positive and negative feeders from the Greenbelt traction power substation to the Test Track’s contact rail and running rail system.

b. All positive and negative feeders from the existing tie breaker station to the Test Track’s contact rail and running rails.

c. Terminations and connections to the contact rail and running rails. Connections to the running rail shall be coordinated with the signal design.

d. Reconfiguring, calibrating, and connection of the existing traction power substations protection and emergency trip system resulting from the addition of the Test Track.

e. Test Track and Test Track Control Room grounding system and lightning protection.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-7 Test Track

f. Connections between the substations, tie breaker stations, and track shall be made in accordance with WMATA’s standard design practices.

g. The DC traction power and AC electrical supply scope of work items are described herein. However, the successful Design-Builder must expand on these items to ensure delivery of a complete and operational test track facility and traction power system. The Design-Builder shall be responsible for verifying the condition of the existing electrical systems and equipment where this work interfaces with the existing WMATA systems and facilities, and make provisions in the final design for “as installed” conditions.

h. In addition to the above scope items the Design-Builder shall reconfigure substation protection and emergency trip system. The Design-Builder shall perform calculations to determine protective relay settings on existing WMATA DC feeders. Upon approval by WMATA, the Design-Builder shall make appropriate settings prior to energization. The Design-Builder shall also design, furnish, and install modifications to the existing emergency trip station system for the Test Track. Included are modifications to the substation ETS relaying cabinet; furnishing and installing multi-conductor wayside cabling systems (including duct banks) for the emergency trip system (ETS) pushbutton stations; design of the wayside ETS pushbutton stations for placement along the test track; and the interconnection of the ETS wiring systems to perform tripping of the test track DC feeder circuit breaker. The ETS system shall provide annunciation to the Test Track Control Room and Greenbelt Yard Tower for any ETS activation of test track or adjacent main line tracks.

6. The Design-Builder shall design, furnish, install and test, DC traction power and AC LV power supply equipment in the new Test Track Control Room and existing Greenbelt traction power substation, as well as the connections to the Test Track and Control Room, as described herein and in the attached reference drawings.

a. The Test Track shall be powered from the existing Greenbelt traction power substation utilizing a diode rectifier in a spare location in that TPSS. An Option shall be included to provide a thyristor controlled rectifier for the purposes of varying supply voltages on the Test Track. Control of the thyristor rectifier shall be from a remote work station (SCADA) installed in the Greenbelt Yard Tower and from the Test Track Control Room.

b. A Test Track Control Room shall be built by the Design-Builder adjacent to the test track to house instruments, personnel conducting tests, etc, and to provide a point from which signal and traction power functions relating to the test track can be controlled by test personnel.

c. LV power and communications circuits back to the Test Track Control Room will be distributed along the Test Track to for use with portable instrumentation.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-8 Test Track

7. The existing Greenbelt Traction Power Substation (TPSS) will be augmented with one new diode rectifier. The Design-Builder through a load flow analysis is to verify that the 60 Hz services to this TPSS are adequate to supply the additional rectifier set, and to size the traction power equipment.

a. As a baseline provision, a new transformer-rectifier set shall be installed in the existing Greenbelt TPSS.

b. The diode rectifier shall meet WMATA’s standard requirements as expressed in Design Criteria Revision 9 and related documents.

c. The Design-Builder shall design and furnish any additional ventilation needed to the existing Greenbelt TPSS due to new heat loads associated with the added equipment installed by the Design-Builder.

d. The new rectifier, shall be arranged in the existing Greenbelt TPSS so that it is isolated from the existing two rectifiers by means of a bus tie circuit breaker. The new bus tie breaker and the new test track feeder breaker shall be arranged to allow the Test Track to be powered from: (1) the new rectifier only, (2) the existing rectifiers only, or (3) the existing and new rectifiers in parallel.

8. Provide stray current protection per Section 23 of The Criteria.

9. Should a feature of the Design-Builder’s final design, or temporary access road crossings require creating a contact rail gap, the following criteria apply:

a. Gap may be no longer than 50 feet

b. Employ 1000 kcmil cable

c. The conductivity of the cable set bridging a gap must be equal to that of the conductor rail.

N. Communication Systems

1. The scope of work, design criteria, communication equipment technical specifications, and design reference drawings shall establish the requirements for the Design-Builder to use for the design, permitting, and construction. In addition the design and installation shall be done in accordance with all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

2. The Design-Builder shall furnish all necessary professional design services, including surveying, geotechnical, architectural, and engineering (i.e., civil, structural, electrical, and mechanical engineering). The Design-Builder shall also furnish such specialists in communication systems, fire protection, lightning protection, landscape architecture, and code compliance that may be required to

#

# #

# #

# #

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-9 Test Track

design, permit, and construct the Communications systems for the Test Track and Test Track Control Room.

3. As-Built Drawings of the existing facilities will be provided to the Design-Builder, but WMATA makes no representation as to the accuracy of the documents, as physical inspection of these facilities have not been undertaken to verify as installed conditions.

4. The Design-Builder shall design, furnish, install and test, each communication system associated with the Test Track and Test Track Control Room, as well as the connections to existing WMATA systems, as described herein and in the attached reference drawings. The following is a summary of scope items to be provided by the Design-Builder:

a. Development of plans and layout of the Test Track Control Room.

b. Design, installation and testing/commissioning of all communications systems necessary to operate the Test Track and Test Track Facility as described in the RFP Documents.

c. Tie-in to existing communication system

d. Design furnish and install Communications room and console(s) for Test Track

e. Design Furnish and install all wayside and sheltered equipment.

5. The following provides a brief overview of the design intent for the Test Track.

a. Test Track will operate the same as a main line revenue track

b. An ATC and Power work station will be installed in the Test Track Control Room for control and monitoring of test track activities.

c. A Test Track Control Room will be built adjacent to the test track to house instruments, personnel conducting tests, etc. The location for the Control Room to be determined at a later date before the contract is awarded.

6. The following are unique requirements of the Communication system with the design criteria that shall be followed to the extent possible for the Test Track and Test Track Control Room.

a. Design-Builder to work with WMATA in locating Communications equipment, along the ROW as required

7. The Test Track will operate the same as a main line revenue track. Test Track will have a phantom station stop to be located by the Design-Builder during their design process – this stop is not required to have any associated passenger communications systems.

#

#

#

#

# #

#

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-10 Test Track

8. Connections between the existing WMATA communication systems shall be made in accordance with WMATA’s standard design practices.

9. The Communication system scope of work items are described herein. However, the successful Design-Builder must expand on these items to ensure delivery of a complete and operational Test Track. The Design-Builder shall be responsible for verifying the condition of the existing systems and equipment where this work interfaces with the existing WMATA systems and facilities, and make provisions in the final design for “as installed” conditions.

O. Automatic Train Control

1. This section describes the Automatic Train Control (ATC) scope of work and design requirements for the Test Track. The selected Design-Builder is required to design, furnish, install, and test a new test track and main line interlocking ATC as described herein.

2. The scope of work, design criteria, equipment technical specifications, and design reference drawings shall establish the requirements for the Design-Builder to use for the design, permitting, and construction of a integrated ATC system that works within WMATA’s Green Line ATC system and allows for the testing and commissioning of vehicles on the Test Track. In addition the design and installation shall be done in accordance with all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

3. The Design-Builder shall furnish all necessary professional design services, including surveying, geotechnical, architectural, and engineering (i.e., civil, structural, electrical, and mechanical engineering). The Design-Builder shall also furnish such specialists in ATC, grounding, trackwork interfaces, power design and code compliance that may be required to design, permit, and construct the Project. The Design-Builder shall design, furnish, install and test, ATC equipment in the new Test Track Control Room and along the Test Track as described herein and in the attached reference drawings.

4. The following provides a brief overview of the design intent for the Test Track and Test Track Control Room:

a. Test Track will operate to the same as a main line revenue track

b. The design should accommodate the operation of 8 car trains, however the length of the Test Track is limited and can only provide full acceleration and deceleration testing of 4 car trains.

c. Test Track will have a phantom passenger platform stop to be located by the Design-Builder during their design process – this stop shall have all the associated revenue ATC functions.

#

#

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-11 Test Track

d. A Test Track Control Room will be built adjacent to the test track to house instruments, personnel conducting tests, etc. The location for the Control Room to be determined at a later date before the contract is awarded.

e. An ATC and Power work station will be installed in a new Test Track Control Room for control and monitoring of test track activities.

f. The ability to turn on and off the phantom station will be included in the ATC capabilities

g. Local and Remote control of speed codes will be possible on the testt track from the Test Track Control Room.

5. The following describes in general terms the ATC capabilities to be included in the design performed by the Design-Builder:

a. The ATC system shall meet WMATA’s standard requirements as expressed in Design Criteria Revision 9 and related documents.

b. Full functional capabilities of the Vehicle train control system shall be capable of being tested and verified on the Test Track. Functional features of the test track shall include but not be limited to:

1) Cut-in cut out of cab signals,

2) Cut-in cut out of marker coils for station stops,

3) Ability to dial back track speeds and acceleration rates,

4) A local control panel in addition to monitor

5) Event recording capabilities comparable to a WMATA mainline interlocking

6. The following is a summary of scope items to be provided under this section:

a. Design furnish and install tie-in to existing train control system

b. Design furnish and install Train control room and control console(s) for Test Track

c. Provide and execute testing procedures for a fully operational Test Track, which includes with other systems that interface with the train control system including but not limited to: Communications, Traction Power.

d. Furnish and install cable trough, handholes and manholes running continuously from each end of the Test Track as shown in the test track typical sections.

e. Design, furnish and install all train control equipment, including but not limited to: equipment in the test track control room, in instrument cases as well as all wayside equipment such as cabling, track circuits, marker

#

#

#

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-12 Test Track

coils, switch movements, wayside signals and impedance bonds to provide a complete system.

f. Design Furnish and Install all ATC equipment power in coordination with the traction power design and installation work by the Design-Builder

g. Connections to the mainline and Greenbelt Yard ATC systems shall be made in accordance with WMATA’s standard design practices.

8. The ATC scope of work items are described herein. However, the successful Design-Builder must expand on these items to ensure delivery of a complete and operational TTCF. The Design-Builder shall be responsible for verifying the condition of the existing ATC systems and equipment where this work interfaces with the existing WMATA systems and facilities, and make provisions in the final design for “as installed” conditions.

P. Movement Detection Monitoring of Track

1. WMATA shall install and maintain a continuous movement detection monitoring system on the existing mainline inbound tracks. The monitoring system may be a combination of optical and geotechnical instrumentation that will automatically collect, transmit and process the data to a web based system that will be shared with the Design-Builder.

2. The continuous monitoring system is required during all phases of the test track excavation, backfilling and/or during any activity that places the inbound track within the zone of influence defined by WMATA’s current Design Criteria and/or Adjacent Construction Project Manual.

3. The monitoring system shall be used over the entire test track installation project limits of 633+50 to 734+01.3. However, only 2400 LF of coverage shall be provided at a time. The 2400 LF of coverage can be split into 1200 LF segments.

4. The Design-Builder’s schedule shall incorporate installation and moving of the WMATA monitoring system to coincide with all construction activities.

5. The Design-Builder shall not proceed with any work activity without WMATA permission unless the monitoring system is operational in the areas of Design-Builder construction activities adjacent to the test track.

6. The Design-Builder shall be responsible for complying with all the requirements in 02270 Utility Monitoring and 02291 Geotechnical Instrumentation.

7. It shall be the responsibility of the Design-Builder to develop threshold Limit Values Level 1 and Level 2 which are Designer-specified and WMATA approved limits for geotechnical instrumentation which if exceeded require (1) notification of the Authority and increased monitoring frequency and (2) implementation of the Design-Builder contingency plan.

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 2-13 Test Track

8. The Design-Builder shall preserve and protect the WMATA continuous movement detection monitoring system and equipment to ensure the safety of WMATA riders and employees.

END OF CHAPTER

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-1 Commissioning Facility

Chapter 3

COMMISSIONING FACILITY

A. General Design Requirements and Codes:

The site for the Commissioning Facility is entirely within the existing WMATA Green Line yard in Green Belt, Maryland. Design shall be guided the Manual of Design Criteria for Maintaining and Continued operation of Facilities and Systems, Release 9, May 2008, hereinafter referred to as The Criteria. The project requires the design and construction of a commissioning facility for use by WMATA employees and the manufacturer of new rail car vehicles purchased by WMATA. Additional program details for the commissioning facility are as described in section 00100 and in the RFP documents.

The planning and construction of the site of the commissioning facility shall be governed by all applicable codes and regulations for the Project Site, and applicable portions of The Criteria.

B. Site Facilities Design

1. The building shall be located on the site as indicated on the RFP drawing site plan.

2. Appropriate space for storage and handling of waste must be provided. Sustainable design opportunities should be investigated and incorporated as shown on the LEED Project Checklist under the Materials and Resources category.

a. Design outside paved areas as indicated on the RFP drawings. Designate space on the south end of the building for a trash dumpster, of size up to 40 cubic yards. Design pavement to allow refuse trucks to pickup and replace the dumpsters.

b. Plan and designate space for scrap metal and recyclable materials.

3. Demolition shall not begin until temporary parking arrangements for WMATA has been satisfied.Grading shall be performed in accordance with The Criteria.

C. Site Lighting

1. Provide additional site lighting in the area of the Commissioning Facility through the use of building-mounted fixtures on all four sides of the building. Select the fixtures and position the fixtures to ensure the light is not directed into the eyes of any operator operating a train around the loop track that runs near the Commissioning Facility.

2. Design lighting levels and select fixtures to provide an initial illumination level of 14 foot-candles and a maintained illumination of 10 foot-candles at three feet above the ground.

# #

# #

# #

# ##

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-2 Commissioning Facility

3. Lighting not allowed: high-pressure sodium

D. Architectural Program Requirements

1. General Program Requirements: In addition to station design, WMATA has a history of and an expectation for architectural design excellence for all its facilities both public and non-public. Public WMATA structures can include parking structures, pedestrian bridges, customer service facilities, etc. Non-public facilities can include, but are not limited to, industrial facilities such as rail yard and bus maintenance shop buildings, administrative yard buildings, ancillary rail buildings, traction power substations, office buildings, etc.

2. Architectural consultants providing architectural design services for WMATA facilities shall provide an experienced architectural design staff with proven aesthetic design experience and talent to develop functionally economical as well as aesthetically attractive buildings. Consideration shall be given to creative usage of materials, massing, scale, form, texture and detailing. Buildings shall be visually attractive, innovative, as well as functional and durable. The overall architecture should impart a sense of pride within the local community, and provide a stimulating and attractive environment for the people who will see, work in, and use the buildings on a daily basis.

3. The Program Requirements contained in the RFP reflect only the conceptual design and minimum requirements of the project and carry no guarantee of compliance with applicable codes and design standards. The Design-Builder Firm shall use the requirements as a guide to develop their design and proposal, and upon award, the Design-Builder Firm shall be solely responsible for compliance of the final design with applicable codes, standards, normal A/E design and professional design practices and other requirements of this RFP.

4. The General Plans included in the RFP represent conceptual designs indicating the minimum requirements of the project. The Design-Builder Firm is responsible for final design and is required to include in the proposal all actions required to implement the program in coordination with the owner to resolve all adjacency requirements of the owner at the time of design of the final floor plans. This RFP contains elements that exceed the requirements of applicable building codes, WMATA Design Criteria and other WMATA references. These elements of design are intentional and the Design-Builderer shall not reduce the requirements of any such elements to comply with less stringent standards. Where elements shown in this RFP exceed building code, WMATA Design Criteria or other references, and more than one applicable code, standard or regulation including WMATA Design Criteria, and WMATA references apply to such given project elements, the most stringent requirement of all shall be incorporated in the design by the Design-Builderer and included in the price proposal.

5. The final design and layout of all rooms and functional spaces shall conform to the referenced standards, drawings, and criteria included in the Design-Builder Program Requirements, except where more stringent requirements are shown as noted above. Room locations as shown and room areas as listed are minimum

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-3 Commissioning Facility

and approximate. Coordinate actual room dimensions and locations for all buildings by functional relationships, local zoning, codes, regulations and ADA requirements, equipment requirements (including vertical, horizontal and operational clearance requirements), as well as with user and maintenance requirements.

6. The Design-Builder Firm is to include in the proposal all actions required for the successful completion of the project in conjunction with coordination of the design and construction work with the existing conditions. In addition, the Design-Builder Firm is responsible for including in the proposal extension of all necessary utilities to the building that are required for building function.

7. The Design-Builder Firm is to include in the proposal design alternatives and is responsible for providing a complete solution, which resolves all functional and design issues involved in implementation of the owner‟s program. All adjustments required to rectify any deficiencies in the Design-Builder solution to satisfy the owner‟s functional requirements will not be an additional cost to the owner.

8. The square foot areas graphically depicted on the General Plans represent minimum net square foot areas of usable floor space. The Design-Builder firm is responsible for increasing any given area to meet the final design requirements to accommodate circulation, wall thicknesses, structure, equipment and furnishings.

9. All interior rooms and spaces of the Commissioning Facility shall be built out and finished for occupancy; all interior finish materials and associated labor shall be included in price proposals for the base bid.

10. This project is required to be designed to achieve LEED Silver certification using LEED for New Construction and Major Renovations (LEED 2009/LEED v3), or the latest version, and shall be included in the price proposals for the base bid.

11. The Design-Builderer‟s design team shall coordinate and verify the adequacy of mechanical and electrical room sizes during preliminary design with client approval as necessary.

12. Maximum occupancy of the Commissioning Facility will be 200 people; 50 people to occupy Level One and 150 people to occupy Level Two. Egress paths and restroom facilities should be designed at a minimum to meet requirements for the maximum occupant load.

13. The Commissioning Facility shall contain the following spaces as indicated in the General Plans and in all RFP documents:

a. Level One (ground floor) program requirements:

i. Entrance Lobby and Vestibule

ii. Parts Storage Room a) Use includes storage of train car parts by manufacturer

and the Authority

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-4 Commissioning Facility

b) Includes truck and delivery access through overhead coiling door to exterior

iii. Freight Elevator and Elevator Machine Room

iv. Use includes commissioning of up to eight train cars arranged in four married pairs

v. Provide pit below one married pair as indicated on General Plans

vi. Provide catwalk and fall protection above one married pair as indicated on General Plans

vii. Provide open floor space for staging area of equipment, tools and car parts

viii. Commissioning Shop will be mechanically heated but not cooled

ix. Provide overhead coiling doors as indicated on General Plans for train car access

x. DC Stingers will be used to move cars in and out of the Shop

xi. Portable jack lifts will be used to lift cars. Jacks shall be provided by others

xii. 3-ton overhead bridge crane will access full length of the Commissioning Shop

xiii. Requires live floor load capacity of 300 lbs./sq. ft.

xiv. Storage Closets

xv. Water Closets and Cleaner‟s Room

b. Mezzanine Level program requirements:

i. Communications/IT Room

ii. Traction Power a) Space is occupied approximately once per month to check

equipment

iii. Compressor Room a) Space is occupied approximately once per month to check

equipment

iv. Electrical and Mechanical Room

v. Crane Servicing Platform

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-5 Commissioning Facility

c. Level Two program requirements:

i. Reception and Elevator Lobby

ii. Power Lab and Training Room a. Use includes teaching and training using power supplies

and traction motors, and system testing b. Requires live floor load capacity of 300 lbs./sq. ft. c. Equipment will be moved in and out of Power Lab using

palette trucks

iii. Engineering Lab a. Use includes parts testing and training of personnel

iv. Plant Maintenance a. Use includes storage and office b. Space is occupied once or twice per month

v. Classrooms a. Provide three (3) adjacent classrooms separated by

movable partition walls b. Provide visual display units and storage shelving c. Provide interior solar shading

vi. Conference Rooms a. Provide two (2) Conference Rooms b. Provide visual display units and storage shelving c. Provide interior solar shading

vii. Kitchens

viii. Copy Rooms

ix. Private Office a. Provide twelve (12) private offices adjacent to Open Office

Space b. Provide one (1) private Training Office adjacent to

Classrooms c. Office walls parallel to exterior walls should be glazed to

allow daylight to pass into adjacent space

x. Open Office Space a. Provide electrical and communications connections to all

workstation locations in Open Office Space b. Typical workstations used by the Authority are 10‟x10‟

xi. Storage Closets

xii. Women‟s and Men‟s Restrooms

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-6 Commissioning Facility

xiii. Cleaner‟s Rooms

14. EXTERIOR WALLS a. General: Exterior walls are composed of the following elements:

i. Exterior Skin

ii. Exterior Wall Construction

iii. Exterior Wall Interior Skin

iv. Parapets

v. Exterior Solar Shading Devices, Grills and Screens

b. Provide weather-resistant, protective, insulating, durable, impact-resistant exterior walls.

c. In addition to requirements herein, comply with all requirements of all RFP Design-Builder RFP Documents.

d. Exterior Skin:

i. Face Finish: Precast concrete with (1) smooth architectural finish and (2) thin brick units embedded in concrete. The brick units shall be Norman size and should be in a stacked bond with the units in a vertical orientation. The brick banding pattern on the building façade shall be continuous horizontally and vertically without break at the vertical or horizontal panel joints. Refer to General Plans for brick banding pattern. Incorporate horizontal and vertical reveal patterns as indicated. Refer to WMATA Standard Specifications 03450-Architectural Precast Concrete.

ii. Expansion Control: Elastomeric joint sealants at pre-cast concrete panel face per PCI design handbook.

iii. Water Repellents: Water repellent on exposed concrete surfaces.

iv. Joint Sealants: Elastomeric sealants per ASTM C920 at expansion and control joints, perimeter of window, door and louver openings, joints between different materials, and all joints to close the building to the elements. Provide sealants with minimum 50% movement capability in extension and compression, non-staining to porous substrates per ASTM C1248, non-attracting to dust and dirt, and with minimum 10 year warranty. Refer to WMATA Standard Specifications 07900-Seals and Sealants.

v. Paint: Paint all exposed miscellaneous metal such as lintels and miscellaneous framing and supports per WMATA Standard

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-7 Commissioning Facility

Specifications 09920-Field Painting.

e. Exterior Wall Construction: Pre-cast concrete insulated sandwich panels i. Refer to WMATA Standard Specifications-03450 Architectural

Precast Concrete. ii. Expansion and Control Joints: Elastomeric joint sealants and

building expansion joint assemblies as specified for exterior skin above.

iii. Thermal Performance: R-Value to comply with Energy code, increase energy efficiency of the building, and meet requirements for LEED Silver certification for complete wall system per ASTM C518, ASTM C1363 or equivalent method.

iv. Insulation: Extruded polystyrene, ASTM C578, Type IV per WMATA Standard Specifications-07210 Building Insulation.

f. Exterior Wall Interior Skin i. Exposed Concrete or Concrete Masonry Unit Surfaces: Paint or

high performance coating as required and per WMATA Standard Specifications 04220-Concrete Unit Masonry.

ii. Gypsum board and other interior finishes per Section XI Interior Wall Finishes and WMATA Standard Specifications 09255-Drywall Systems.

g. Parapets i. Of same construction as exterior wall where exterior pre-cast

concrete wall extends above the roof. Refer to General Plans for locations.

ii. Curtain wall parapet where curtain wall extends above the roof. Refer to General Plans for locations.

h. Exterior Solar Shading Devices, Grills and Screens i. Exterior Solar Shading Devices: Perforated aluminum fins. Provide

storm resistant vertical shading fins of perforated aluminum panel and extruded aluminum frame on east and west building facades. Shading fins should be fixed at appropriate angle to provide adequate solar shading against glare and solar heat gain for interior spaces while maintaining visibility to exterior. Louvers should be designed to withstand wind loads as required by the Building Code. Provide durable light colored finish, Aluminum Association Class I Anodic Finish or AAMA 2605 High Performance Organic Coating, with minimum 20 year finish warranty. Refer to General Plans for aesthetics and locations.

ii. Exterior Solar Shading Devices: Extruded aluminum louvers. Provide storm-resistant horizontal louvers on south building façade. Louvers should have a drainable blade design and be designed to withstand wind loads as required by the Building Code. Provide durable finish, Aluminum Association Class I Anodic Finish or AAMA 2605 High Performance Organic Coating, with minimum

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-8 Commissioning Facility

20 year finish warranty. Refer to General Plans for aesthetics and locations.

iii. Grilles and Screens: As required or as optional for aesthetic effect, of durable materials and finish.

i. Not Allowed:

i. Metal building systems

ii. Cold formed metal framing

iii. Aluminum framing

iv. Wood framing

v. Exterior insulation and finish systems (EIFS)

vi. Faux brick or stenciled brick finish systems

vii. Operable exterior shading devices

j. Substantiation: i. Proposal: Identification of exterior wall construction and skin.

ii. Design Development: Identification and location of exterior wall materials and systems.

iii. Construction Documents: Complete drawings and specifications of proven-in-use design. Product data for all manufactured items. Samples for selection.

15. EXTERIOR WINDOWS a. General:

b. Exterior windows are composed of the following elements:

i. Curtain Wall

ii. Storefronts

iii. Exterior Standard Windows

c. Provide weather-tight, water penetration under static pressure according to ASTM E331 testing, insulating, durable exterior windows, providing natural daylighting to as many interior spaces as possible.

d. Provide exterior windows which will withstand wind loads as required by the applicable Building Codes, but not less than 30 psf.

e. Refer to WMATA Standard Specifications 08800-Glass and Glazing.

f. In addition to requirements herein, comply with all requirements in all Design-Builder RFP Documents.

g. Refer to General Plans for locations.

h. Curtain wall: Provide curtain wall systems fabricated from formed extruded aluminum and glass for exterior use.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-9 Commissioning Facility

i. Vision glazing: Transparent vision glass panels should be provided as indicated on the General Plans and should be used to maximize daylighting and views to interior spaces. Use high performance double coated low-e, insulated glazing to optimize daylight transmittance and reduce glare and solar heat gain.

ii. Daylight glazing: Solar transmitting and insulating translucent panels should be provided as indicated on the General Plans and should be used to maximize daylighting to interior spaces.

iii. Spandrel panels: Provide insulated spandrel panels as indicated on General Plans.

iv. Operable panels: If used, operable panels should be parallel opening and integrated into the curtain wall system to maximize natural ventilation effect and allow for integration with mechanical HVAC system.

v. Performance Requirements

a) Wind Load: As required by the applicable Building Code with a 3 seconds gust wind speed of 90 mph (30 psf minimum).

b) Deflection of Framing Members Normal to Wall Plane: Maximum 1/240 of clear span.

c) Structural Test Performance: When tested at 150 percent of positive and negative wind-load design pressures in accordance with ASTM E330, systems, including anchorage, do not evidence material failures, structural distress, and permanent deformation of main framing members exceeding 0.2 percent of span.

d) Air Infiltration: Provide systems with maximum air leakage through fixed glazing and framing areas of 0.06 cfm/sq. ft. of fixed wall area when tested according to ASTM E283 at a minimum static-air-pressure difference of 6.24 lbs./sq. ft.

e) Water Penetration under Static Pressure: Provide systems that do not evidence water penetration through fixed glazing and framing areas when tested according to ASTM E331 at a minimum static-air-pressure difference of 20 percent of positive wind-load design pressure, but not less than 6.24 lbs./sq. ft. (300 Pa).

f) Thermal Movements: Provide systems that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.

g) Temperature Change (Range): 120°F (67°C), ambient; 180°F (100°C), material surfaces.

h) Test Performance: No buckling; stress on glass; sealant failure; excess stress on framing, anchors, and fasteners;

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-10 Commissioning Facility

or reduction of performance when tested according to AAMA 501.5.

i) Condensation Resistance: Where vestibules are not included, provide systems with fixed glazing and framing areas having condensation-resistance factor (CRF) of not less than 45 when tested according to AAMA 1503.

j) Thermal Conductance: Where vestibules are not included, provide systems with fixed glazing and framing areas having an average U-factor of not more than 0.40 Btu/sq. ft. x h x deg F (3.23 W/sq. m x K) when tested according to AAMA 1503.

k) Provide system without noise or vibration created by wind or thermal and structural movements, without loosening or weakening or fasteners and attachments, and without sealant failure.

l) Finish: Equivalent to high performance organic coating complying with AAMA 2605, with minimum 20 year warranty.

i. Storefronts: If used, provide storefront systems fabricated from formed extruded aluminum and glass for exterior use per WMATA Standard Specifications 08410-Aluminum Entrances and Storefronts.

i. Performance Requirements

a) Wind Load: As required by the applicable Building Code with a 3 seconds gust wind speed of 90 mph (30 psf minimum).

b) Deflection of Framing Members Normal to Wall Plane: Maximum 1/240 of clear span.

c) Structural Test Performance: When tested at 150 percent of positive and negative wind-load design pressures in accordance with ASTM E330, systems, including anchorage, do not evidence material failures, structural distress, and permanent deformation of main framing members exceeding 0.2 percent of span.

d) Air Infiltration: Provide systems with maximum air leakage through fixed glazing and framing areas of 0.06 cfm/sq. ft. of fixed wall area when tested according to ASTM E283 at a minimum static-air-pressure difference of 6.24 lbs./sq. ft.

e) Water Penetration under Static Pressure: Provide systems that do not evidence water penetration through fixed glazing and framing areas when tested according to ASTM E331 at a minimum static-air-pressure difference of 20 percent of positive wind-load design pressure, but not less than 6.24 lbs./sq. ft. (300 Pa).

f) Thermal Movements: Provide systems that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-11 Commissioning Facility

Temperature Change (Range): 120°F (67°C), ambient; 180°F (100°C), material surfaces.

Test Performance: No buckling; stress on glass; sealant failure; excess stress on framing, anchors, and fasteners; or reduction of performance when tested according to AAMA 501.5.

g) Condensation Resistance: Where vestibules are not included, provide systems with fixed glazing and framing areas having condensation-resistance factor (CRF) of not less than 45 when tested according to AAMA 1503.

h) Thermal Conductance: Where vestibules are not included, provide systems with fixed glazing and framing areas having an average U-factor of not more than 0.40 Btu/sq. ft. x h x deg F (3.23 W/sq. m x K) when tested according to AAMA 1503.

i) Provide system without noise or vibration created by wind or thermal and structural movements, without loosening or weakening or fasteners and attachments, and without sealant failure.

j) Finish: Equivalent to high performance organic coating complying with AAMA 2605, with minimum 20 year warranty.

j. Exterior Standard Windows: i. Aluminum Windows: If used, provide extruded aluminum

windows, not less than AW40 performance class and grade per AAMA/WDMA 101/I.S.2/NAFS with insect screens and with 1” thick, double coated low-e, insulating glass. Windows should be operable with automated operation to maximize natural ventilation effect. Provide finish equivalent to AAMA 2605 High Performance Organic Coating with minimum 20 year finish warranty.

ii. Refer to WMATA Standard Specifications 08520-Aluminum Windows.

iii. Not Allowed

a) Vinyl windows b) Formed sheet metal windows c) Wood Windows

iv. Substantiation:

a) Proposal: Identification of exterior window types and materials. b) Design Development: Identification and location of exterior

windows. c) Construction Documents: Complete drawings and

specifications of proven-in-use design. Product data, including performance data meeting performance requirements. Samples for selection.

16. EXTERIOR DOORS a. Exterior doors include the following:

i. Exterior Entrance Doors

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-12 Commissioning Facility

ii. Exterior Utility Doors

iii. Exterior Coiling Doors

iv. Provide exterior doors that are durable, operate smoothly and easily without extraneous noise, do not make noise or vibrate under wind, thermal or structural movements, are weather-resistant, keep out the elements of wind, rain and snow, and do not harbor insects and rodents.

v. Provide high security heavy duty key box on building exterior for fire department access.

vi. In addition to requirements herein, comply with all requirements of all RFP Design-Builder RFP Documents.

vii. Refer to General Plans for locations.

b. Exterior Entrance Doors include Aluminum-Framed Entrance Doors i. Minimum Door Size: 3 feet wide by 7 feet high, each leaf.

ii. Aluminum Framed Entrance Doors. Provide doors fabricated of extruded aluminum and tempered or laminated safety glass with heavy duty operating hardware.

iii. Finish: Provide durable factory finish, equivalent to high performance organic coating complying with AAMA 2605, with minimum 20 year warranty.

iv. Refer to WMATA Standard Specifications 08410-Aluminim Entrances and Storefronts.

c. Exterior Utility Doors: Provide hollow metal doors and frames fabricated of hot dip galvanized steel sheet per WMATA Standard Specifications 08110-Hollow Metal Doors and Frames. Provide doors of minimum 16 gauge steel with smooth surfaces without visible seams or joints on exposed surfaces, and with steel-stiffened core with insulation and sound-deadening. Provide frames of same steel sheet as doors, with corner joints mitered and faces continuously welded and finished smooth. Provide 14 gauge minimum for larger openings of 4 feet in width or more. Provide heavy duty operating hardware per WMATA Standard Specifications 08710-Finish Hardware.

i. Comply with ANSI/NAAMM-HMMA 861.

ii. Finish: Bonderized hot-dip galvanized coating suitable for field application of primers, paints and high performance coatings.

iii. Minimum Door Size: 3 feet wide by 7 feet high, each leaf.

d. Exterior Coiling Doors: Provide overhead coiling doors with vision panels for train car entry and exit at Commissioning Shop and at Parts Storage room per WMATA Standard Specifications 08331-Overhead Coiling Doors.

i. Operation: Electric operation triggered by push button station on interior of building. Include self-monitoring obstruction detection device.

ii. Performance Requirements:

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-13 Commissioning Facility

a) Wind Load: As required by the applicable Building Codes with 3 seconds gust wind speed of 90 mph (30 psf minimum).

b) Operation Cycle: Rated for not less than 100,000 cycles and 30 cycles per hour.

c) Thermal Requirements: Minimum R value of 8. Provide full weather-stripping for tight seal.

iii. Minimum Size: As required to provide functional clear opening.

iv. Roll-up doors should align with the exterior wall mullions or joints and not break the regular panel system grid. Refer to drawings for door alignment.

v. Not Allowed:

a) Vinyl doors. b) Sheet aluminum doors. c) Hydraulic or pneumatic automatic entrance doors. d) Knock-down steel door frames. e) Wood doors

vi. Substantiation:

a) Proposal: Identification of exterior door types and materials. b) Design Development: Identification and location of exterior

doors. c) Construction Documents: Complete drawings and

specifications of proven-in-use design. Product data, including performance data meeting performance requirements. Samples for selection.

17. ROOFING

a. Roof Coverings

i. Roof coverings are composed of the following elements:

d) Deck vapor retarder and insulation e) Membrane roofing f) Flashing and sheet metal g) Roof specialties and accessories.

ii. Provide water-tight, weather-resistant, leak-proof, energy efficient, insulating, durable roof coverings, suitable for supporting structure without overloading.

iii. All roofing system warranties shall cover all components in the roof assembly regardless of whether the components are products of the roofing manufacturer.

iv. Provide roof coverings designed and installed to withstand basic design wind speed of stated design criteria and codes as well as shall comply with all requirements of all RFP Design-Builder RFP Documents.

b. Deck Vapor Retarder and Insulation:

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-14 Commissioning Facility

i. Vapor Retarder: Provide vapor retarder under insulation over all areas generating humidity and moisture, such as steam cleaning and vehicle wash areas. Provide vapor retarder over other areas where recommended by roof covering manufacturer. Vapor retarder material as recommended by roof covering manufacturer. Install over fire-resistant substrate board, per manufacturer‟s instructions.

ii. Provide tapered insulation board if roof decking is flat; slope minimum ¼” per foot. Provide rigid insulation in required thickness to provide energy efficient building and comply with LEED 2009 Silver certification requirements.

iii. Refer to WMATA Standard Specifications 07210-Building Insulation.

c. Membrane Roofing: Provide the following type of membrane roofing, with manufacturer‟s 20 year materials and water tightness warranty, without monetary limit, on complete roofing system including flashings, insulation, vapor retarder, accessories and water tightness.

i. EPDM Membrane Roofing: Provide manufacturer‟s standard EPDM membrane system with minimum 0.075” Rubber Guard membrane manufactured by Firestone Building Products or accepted equal. Provide minimum ¼” per foot slope for drainage. Provide finish coat on installed roofing membrane using AcryliTop PC – 100 coating also made by Firestone Building products in light gray color.

ii. Refer to WMATA Standard Specifications 07553-Self-adhering Modified Bituminous Membrane Roofing.

d. Flashing and Sheet Metal: Provide shop and field formed sheet metal flashing and accessories for roofs and waterproof decks, and elsewhere as required, such as counter flashing, expansion joint covers, scuppers, splash pans, penetration flashing, and other similar items. Fabricate flashing and sheet metal items from copper or stainless steel sheet. Comply with SMACNA “Architectural Sheet Metal Manual” and SDA “Copper in Architecture Handbook” as applicable.

i. Refer to WMATA Standard Specifications 07600-Flashing and Sheet Metal.

e. Roof Specialties and Accessories:

i. Manufactured Roof Specialties: Provide manufactured copings, roof edge flashings, expansion joint assemblies and drainage components as required, fabricated of metal matching or complementary to other adjacent metal components and other materials. Provide smooth, straight matching components, without oil canning and with uniform color and finish.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-15 Commissioning Facility

ii. Roof Accessories: Provide manufactured curbs, ventilators and other accessories as required. Provide roof walk pads minimum 2‟x 2‟ size forming continuous path from roof access points (roof hatch or ladders) leading up to and all around the roof top HVA/C equipment and skylights.

f. Not Allowed:

i. Fiberglass board roof insulation.

ii. Expanded polystyrene roof insulation.

iii. Loose laid roofing membranes.

iv. Hypalon roofing or waterproofing membranes.

v. PVC roofing or waterproofing membranes.

vi. Vegetated roofs

g. Substantiation

i. Proposal: Identification and location of roof covering systems and materials proposed for use and warranty information.

ii. Design Development: Identification and location of all roof covering systems materials and accessories. Identification and location of roof openings.

iii. Construction Documents: Complete drawings and specifications of proven-in-use design materials, and accessories. Samples for color selection as required. Warranty samples for each type of roof. Complete drawings and specifications of proven-in-use design of all roof openings. Samples as required for color selection.

18. ROOF OPENINGS

a. General

i. Roof openings consist of the following elements:

ii. Skylights

b. Hatches and vents

i. Provide water-tight, weather-resistant, leak-proof roof openings designed and installed to withstand building code required loads based on 3 seconds gust design wind speed of 90 mph.

ii. Skylights, hatches and vents shall be curb-mounted to allow for repairs and maintenance without disturbing adjacent roofing and flashing materials so as to void their warranty.

iii. In addition to requirements herein, comply with all requirements in all RFP Design-Builder RFP Documents.

iv. Refer to General Plans for locations.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-16 Commissioning Facility

c. Exterior Standard Skylights: One or more of the following:

i. Unit Skylights: If included, provide metal framed unit skylights with insulating polycarbonate glazing, impact and abrasion resistant.

ii. Metal Framed Skylights: Skylight system shall include extruded aluminum framing with condensation gutter system integral with skylight framing members for positive drainage of condensation, flush glazed horizontal joints with field applied structural silicone, full silicone wet seals along both sides of all exterior glass retainers, and structural members of sufficient sizes to support design loads as prescribed by governing building codes. Deflection limits to be in accordance with ASTM E330. Skylight shall have warranty for it to be water-tight and free from defects in design, material, and construction for period of ten years from the date of substantial completion. Skylight frame system shall have high performance pigmented organic coating finish with minimum 70% „Kynar‟ fluoropolymers carrying a 20-year finish warranty for color fade, crack and peel. Finish color to be selected by the design Architect. Glazing shall be gray tinted Low-E insulated glass with interior lite of laminated glass and in thickness to be determined by design requirements.

d. Hatches and Vents: Provide roof access hatches as needed to provide access to roof areas and made of durable metal construction with insulated curb, ladder safety post and factory paint finish. Provide hatch smoke relief vents as required by codes and regulations connected to building fire and smoke alarm system, of durable metal construction with factory paint finish.

e. Roof Top Equipment Screen: Roof top equipment screen shall be of extruded aluminum louvers with inverted horizontal blades, made from heavy gauge 0.081” thick aluminum extrusions. The design shall use mitered outside corners for continuous blade appearance and hidden mullion joints at section breaks. The mounting design shall be code compliant for applicable design & wind loads. The screen finish shall be high performance pigmented organic coating with minimum 70% Kynar fluoropolymers carrying a 20-year finish warranty for color fade, crack and peel. Color shall be selected by the design Architect.

f. Not Allowed:

i. Acrylic exterior glazing.

ii. Drop-out dome type smoke vents.

iii. Fusible link operation of smoke vents.

g. Substantiation

i. Design Development: Identification and location of all roof openings, materials and accessories. Identification and location of roof openings and roof top equipment screens.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-17 Commissioning Facility

ii. Construction Documents: Complete drawings and specifications of proven-in-use design materials, and accessories. Samples for color selection as required. Warranty samples for skylight, and each roofing accessory item and applicable finish coating. Complete drawings and specifications of proven-in-use design of all roof openings. Samples as required for color selection.

19. INTERIOR PARTITIONS

a. Interior partitions consist of the following elements:

i. Fixed Partitions

ii. Movable Partitions

iii. Railings

iv. Windows

v. Partition Fire-stopping

vi. Provide durable partitions that are appropriate and proven-in-use for the activities and locations for which they are installed.

vii. In addition to requirements herein, comply with all requirements of all Design-Builder RFP Documents.

viii. Refer to General Plans for locations.

b. Fixed Partitions:

i. General: Provide interior fixed partitions which extend to the deck above, unless otherwise indicated.

ii. Unit Masonry Partitions: Provide at interior maintenance, service, shop, parts, and cleaning areas and other areas subject to impact, abrasion, moisture, or soiling. Install loose-fill insulation or block fitting rigid insulation in CMU walls between conditioned spaces and non-conditioned spaces. Conform to applicable NCMA recommendations and refer to WMATA Standard Specifications 04220-Concrete Unit Masonry.

iii. Framed Assemblies: Provide as appropriate in office and employee areas. Provide steel framed assemblies, with corrosion resistant steel studs in 20 gauge thickness as a minimum and conforming to ASTM C645 and ASTM C754. Refer to WMATA Standard Specifications 09255-Drywall Systems.

iv. Wire Mesh Partitions: Where required, provide heavy duty wire mesh partitions with steel wire conforming to ASTM A510 and woven into 2 inch square or diamond mesh pattern. Provide doors, service windows, top cap, bracing, and accessories and hardware as required. Provide shop applied baked enamel or powder coat finish.

v. Glazed Partitions: Where appropriate, provide glazed partition walls at enclosed offices to increase daylight in adjacent spaces

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-18 Commissioning Facility

and to provide views into accessory spaces. Refer to WMATA Standard Specifications 08800-Glass and Glazing.

vi. Movable Partitions: Provide movable acoustical quality partition walls in the Classrooms as indicated in the General Plans.

vii. Railings: Provide factory finished interior metal handrails and railings at stairways and elsewhere as required by the code and per WMATA Standard Specifications 05521-Handrails and Railings.

viii. Windows: Provide factory finished interior metal windows as required for sound control and security of operations, to enhance daylighting from exterior windows, and to provide a more pleasant working environment.

ix. Partition Fire-stopping: Provide fire-stopping at all penetrations and perimeters of fire-rated partitions, with fire ratings equivalent to fire rating of partitions and fire-stopping systems listed by UL, OPC, ITS, or other nationally recognized and qualified testing and inspecting agency.

x. Not Allowed:

a) Wood framed partitions. b) Plastic railing systems. c) Plastic framed windows.

xi. Substantiation:

a) Proposal: Identification of partition materials and systems. b) Design Development: Identification and location of partition

materials and systems. c) Construction Documents: Details and specifications for

proven-in-use partition materials and systems.

20. INTERIOR DOORS a. Interior doors consist of the following elements:

i. Swinging doors

ii. Entrance doors

iii. Overhead roll-up doors

iv. Access doors and panels

v. Provide durable interior doors that operate smoothly and easily and are suitable for the use for which they are provided.

vi. Provide fire-rated doors in fire-rated construction with fire ratings required by code, listed and labeled by a qualified testing and inspecting agency.

vii. Avoid door thresholds in maintenance and shop areas unless necessary. If necessary, thresholds shall be industrial grade.

viii. In addition to requirements herein, comply with all requirements of all Design-Builder RFP Documents. # #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-19 Commissioning Facility

ix. Provide doors with STC ratings of 30 minimum.

x. Refer to General Plans for locations.

b. Swinging Doors: i. Provide interior swinging doors to facilitate the passage of

personnel and materials between rooms and provide privacy and security for rooms. Provide hollow metal doors and frames in maintenance, operations and utility areas of all buildings.

ii. Hollow metal doors and frames shall be steel and conform to ANSI/NAAMM-HMMA 861. Provide fully welded seamless construction.

iii. Provide heavy duty operating hardware including protective kick plates/armor plates where doors and frames are subject to lower level abuse.

iv. Minimum Door Size: 3 feet wide by 7 feet high minimum, each leaf.

c. Entrance Doors: i. Provide interior entrance doors to provide secure access to

reception areas and departmental areas. Provide doors and frames of glazed aluminum storefront type or of other suitable glazed material or metal as previously specified. Where adjacent to main building entrance, provide interior entrance doors matching main building entrance doors, including automatic operation where required.

ii. Provide heavy duty operating hardware.

iii. Provide doors, frames, and hardware with aesthetics suitable for entrance doors and per WMATA Standard Specifications 08410-Aluminum Entrances and Storefronts.

iv. Minimum Door Size: 3 feet wide by 7 feet high minimum, each leaf.

d. Overhead Roll-up Doors:

i. Provide interior coiling steel doors at Parts Storage Room and Engineering Lab and/or where required to act as a fire shutter to protect fire rated interior openings. Provide coiling doors with operation cycle rating of not less than 50,000.

ii. Provide electric operation for full size service doors and manual chain hoist operation for shutter type doors.

iii. Size for full-size service doors shall be as required to accommodate vehicles or items requiring passage.

iv. Refer to WMATA Standard Specifications 08331-Overhead Coiling Doors.

e. Access Doors and Panels: Provide where required for access to mechanical and electrical services, fabricated of steel with key locking.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-20 Commissioning Facility

f. Not Allowed: i. Plastic doors and frames

ii. Knock-down hollow metal frames

iii. Wood doors and frames

g. Substantiation: i. Proposal: Identification of interior door types and materials.

ii. Design Development: Identification and location of interior door types and materials.

iii. Construction Documents: Complete details and specifications of proven-in-use designs. Samples for color selection.

21. SPECIALTIES a. Interior specialties consist of the following elements:

i. Visual display boards

ii. Fabricated compartments and cubicles

iii. Wall and corner guards

iv. Interior identifying devices

v. Storage shelving

vi. Toilet and bath accessories

vii. Projection screens

viii. Workspace connections

b. Provide durable interior specialty items suitable for the purpose indicated. Provide smooth, easy operation for operable fittings.

c. In addition to requirements herein, comply with all requirements of all Design-Builder RFP Documents.

d. Visual Display Units: Provide visual display units in Conference Rooms, Training Room, and Kitchen/Lounge. Provide marker boards and tack boards or combination units containing both marker boards and tack boards. Provide marker boards with chalk trays with lifetime surface warranty.

e. Fabricated Compartments and Cubicles: Provide toilet compartments in group toilet rooms, fabricated of stainless steel or solid phenolic material with stainless steel fittings. Include urinal screens matching toilet compartments in group men‟s toilet rooms. Provide floor mounted and overhead braced compartments. Refer to WMATA Standard Specifications 10155-Toilet Compartments and Screens.

f. Wall and Corner Guards: Provide wall and corner guards in maintenance and service areas to protect wall and corner surfaces from impact damage from vehicles and carts. Provide units fabricated from heavy gauge galvanized steel or equivalent in maintenance areas and in service lane areas.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-21 Commissioning Facility

g. Interior Identifying Devices: Provide directories and interior signage to identify and locate departments, rooms and areas. Provide identification signage on each room with number and name easily changeable. Provide identifying and directing signage at maintenance and service bays, wash and fuel lanes as well as other areas on site. Follow WMATA graphic and signage design standards, and comply with ADA, OSHA and other applicable codes, regulations and standards.

h. Storage Shelving: Provide storage shelving as required in equipment schedule and specified here in.

i. Toilet and Bath Accessories: Provide toilet and bath accessories fabricated from stainless steel. Provide paper towel dispensers, hand dryers, waste receptacles, toilet tissue dispensers, soap dispensers, grab bars, sanitary napkin dispensers and disposal units, mirrors, and hooks, as required for convenient and efficient use of toilet facilities. Provide mop sink and mop plus broom holder with shelf in custodial closets. Refer to WMATA Standard Specifications 10810-Toilet Accessories.

j. Projection Screens: Provide ceiling recess mounted electrically operated projection screen in the Training Room. Screen material suitable for video projector, minimum screen size 5 feet by 7 feet.

k. Workspace Connections: Provide adequate connections for information technology, communications and electricity throughout Open Office space on Level 2 of Commissioning Facility to service workstations as shown on General Plans.

l. Not Allowed:

i. Baked enamel metal toilet compartments

ii. Plastic laminate toilet compartments

iii. Plastic wall and corner guards

iv. Knock-down locker construction

v. Plastic toilet and bath accessories

m. Substantiation:

i. Design Development: Identification and location of interior fittings, types and materials.

ii. Construction Documents: Identification and locations of interior fittings. Complete specifications for interior fittings. Details of installation where necessary to ensure proper performance and compliance with requirements.

22. INTERIOR STAIR CONSTRUCTION

a. General:

i. Interior stair construction consists of metal stairs and ladder construction.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-22 Commissioning Facility

ii. Provide durable, structurally sound stair construction in accordance with applicable codes and free from movement and vibration when loads are applied.

iii. Stair tower enclosures shall have skylights covering the maximum amount of roof area that is practical. Refer to General Plans for locations.

iv. In addition to requirements herein, comply with all requirements of all RFP Documents.

b. Metal Stair Construction:

v. Metal Stairs: Provide metal stairs fabricated of steel channel or tube stringers, headers and platform framing and steel sheet metal pan treads filled with reinforced concrete. Construction shall be all welded without bolts or rivets.

vi. Design stairs to support a minimum uniform load of 100 psf and a concentrated load of 300 pounds applied on an area of 4 square inches, not necessarily acting concurrently. Limit deflection of treads, platforms and framing members to L/360 or 1/4 inch, whichever is less.

vii. Refer to WMATA Standard Specifications 05511-Metal Stairs.

viii. Metal Ladders: Provide metal ladders where required for access to roof areas and elevator pits. Comply with OSHA requirements, ANSI A14.3 and ASME A17.1. Construct ladders of steel flat plate side rails and round steel bar rungs with integral non-slip surface. Galvanize exterior ladders.

ix. Option: Metal ladders may be constructed of extruded aluminum to meet referenced standards above.

c. Stair Finishes:

i. Interior stair finishes consisting of the following elements:

a) Stair tread, riser and landing finish.

b) Stair railings and handrails.

c) Stair painting.

viii. Provide durable stair finishes designed to withstand use indicated.

ix. Stair Tread, Riser and Landing Finish: Provide stair treads and landings with non-slip decorative finish of pre-formed resilient rubber, resinous flooring, or accepted equivalent.

x. Stair Railings and Handrails: Provide metal railings and handrails designed and installed in accordance with code, including accessibility requirements and per WMATA Standard Specifications 05521-Handrails and Railings.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-23 Commissioning Facility

xi. Stair Painting: Paint all exposed metal portions of stair construction and finish elements with durable enamel paint.

xii. Not Allowed:

a) Plain concrete tread and landing finishes.

b) Vinyl tread, riser and landing finishes.

c) Painted concrete treads and landings.

d) Abrasive tread finishes.

xiii. Substantiation:

a) Design Development: Identification and location of interior stair finish materials.

b) Construction Documents: Layout design and complete details of stair railings and handrails. Specifications for all interior stairs finish materials. Samples as required for color selection.

xiv. Not Allowed:

c) Wood stair construction.

d) Wood ladders.

d. Substantiation:

i. Design Development: Identification and location of interior stairs

and stair layouts.

ii. Construction Documents: Complete details and specifications for interior stair construction using proven-in-use design.

23. INTERIOR WALL FINISHES

a. Wall finishes consist of the following elements:

i. Concrete

ii. Gypsum Board

iii. Tile

iv. Acoustical Treatment

v. Painting and High Performance Coatings

vi. Trim and Decoration

vii. Provide durable interior wall finishes suitable for use indicated, with abrasion resistance and moisture resistance appropriate for specific use.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-24 Commissioning Facility

viii. In addition to requirements herein, comply with all requirements of all Design-Builder RFP Documents.

b. Concrete Finishes: Provide with either smooth rubbed, light sandblast or light acid etch finish. Provide vertical and horizontal reveals and tie-hole patterns per architectural design.

c. Gypsum Board Finishes: Provide gypsum board wall finishes where indicated, complying with ASTM C36 in minimum 5/8 inch thickness. Provide moisture- and mold-resistant gypsum board where exposed in wet areas such as showers. Tile backing panels in wet areas may be glass-mat water-resistant backing board complying with ASTM C1177 or cementitious backer units complying with ANSI A118.9. Comply with requirements for fire-rated construction. Finish exposed gypsum board in accordance with ASTM C840 to Level 4 finish as a minimum, with Level 5 finish disenable for higher level finish areas such as offices and training room. Refer to WMATA Standard Specifications 09255-Drywall Systems.

d. Tile Finishes: Provide ceramic tile wall finishes where appropriate, and elsewhere if desired for decorative effect. Comply with ANSI A137.1 for types and compositions. Provide easily cleanable tile wall finishes. Install wall tile in liquid latex modified Portland cement mortar and grout in accordance with installation methods prescribed in TCA Handbook for Ceramic Tile Installation and ANSI Specifications for the Installation of Ceramic Tile. Refer to WMATA Standard Specifications 09320-Tile.

e. Acoustical Treatment: Provide sound absorbing acoustical panels or other equivalent wall treatment where required to meet acoustical requirements specified in Technical Requirements.

f. Interior Painting: Provide premium quality paint or high performance coatings with VOC content well below maximum levels required by code, and as low as possible from manufacturer‟s available selection for each type required. Provide semi-gloss enamel paint in wet areas such as toilet rooms, flat wall paint in higher level finish areas such as offices conference rooms, entry lobby and reception lobbies, and satin or eggshell enamel paint elsewhere. Provide high performance epoxy coatings with semi-gloss finish on all wall surfaces of commissioning bays up to 8‟ height. Upper wall surfaces shall be painted with enamel paint in eggshell or satin finish.

g. Trim and Decoration: Provide wall trim and decoration for aesthetic effect in offices, entry lobby, reception lobby, and to relieve visual monotony in corridors and large areas. Trim and decoration may be of AWI Premium Grade wood, ornamental metal or glass fiber reinforced gypsum.

h. Not Allowed:

i. Plastic gypsum board edge and corner trim.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-25 Commissioning Facility

ii. Sprayed textured gypsum board.

iii. Prepackaged dry latex Portland cement mortar and grout for ceramic tile.

iv. Organic adhesive setting for ceramic tile.

v. Plastic wall trim and decoration.

i. Substantiation:

i. Design Development: Identification and location of interior wall finishes.

ii. Construction Documents: Complete layouts, details and specifications for interior wall finishes. Samples for color selection.

24. FLOOR FINISHES

a. Interior floor finishes consist of the following elements.

i. Concrete

ii. Tile

iii. Carpet

iv. Resilient flooring.

v. Provide durable interior floor finishes suitable for purpose indicated and proven-in-use.

vi. In addition to requirements herein, comply with all requirements of all Design-Builder RFP Documents.

b. Concrete Finishes: Provide sealer/hardener finishes for all unfinished concrete floors. Sealer/hardener in commissioning area and service lanes shall be mineral dry-shake, non-metallic hardener with integral light-reflective color that hardens and densifies concrete surfaces, making them cleanable and resistant to oil and liquid penetration and staining, and is recommended by the sealer/hardener manufacturer for the application indicated. Provide slip resistant finish as a by-product of sealer/hardener application, by light brooming, or equivalent.

c. Tile Finishes: Provide ceramic mosaic tile finishes in toilet rooms and where appropriate. Comply with ANSI A137.1 for types and compositions. Provide easily cleanable tile floor finishes, with slip resistance in accordance with accessibility requirements and as required in wet areas. Install floor tile with liquid latex modified Portland cement mortar and grout in accordance with methods prescribed in TCA Handbook for Ceramic Tile Installation and ANSI Specifications for the Installation of Ceramic Tile. Include waterproofing membranes and crack-suppression membranes at upper floor wet areas and elsewhere as recommended by ANSI and TCA standards. Refer to WMATA Standard Specifications 09320-Tile.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-26 Commissioning Facility

d. Carpet Finishes: If used, carpet finishes should be located in appropriate office spaces and should be selected to achieve IEQ Credit 4.3: Low-Emitting Materials-Flooring Systems as prescribed in the LEED 2009 for New Construction and Major Renovations Rating System (LEED 2009/LEED v3).

e. Resilient Flooring:

i. Provide rubber tile or sheet flooring where appropriate or equivalent flooring that is durable, long-lasting, slip-resistant, quiet, comfortable, easily cleanable, and requires no polish. Provide homogeneous type flooring with smooth surface and of minimum 1/8 inch thickness.

ii. Provide vinyl composition tile flooring in storage and utility rooms as appropriate.

iii. Provide rubber wall base where appropriate. Provide Type TS vulcanized thermoset rubber.

iv. Refer to WMATA Standard Specifications 09650-Resilient Flooring.

f. Not Allowed:

i. Curing and sealing compounds for concrete floors in lieu of sealer/hardener.

ii. Abrasive concrete floor finishes.

iii. Prepackaged dry latex cement mortars and grouts for ceramic tile and porcelain pavers.

iv. Vinyl resilient flooring in lieu of rubber.

v. Floor paint.

g. Substantiation:

i. Design Development: Identification and locations of interior floor finish materials.

ii. Construction Documents: Complete details and specifications for interior floor finish materials. Samples as required for color selection.

25. CEILING FINISHES

a. Interior ceiling finishes consist of the following elements:

i. Concrete

ii. Gypsum and cementitious board

iii. Acoustical treatment.

iv. Painting and high performance coatings.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-27 Commissioning Facility

v. Trim and decoration.

vi. Provide durable interior ceiling finishes suitable for purpose indicated and proven-in-use.

vii. In addition to requirements herein, comply with all requirements of all Design-Builder RFP Documents.

b. Concrete Finishes: Provide integral color concrete with smooth-formed finish where exposed.

c. Gypsum Board Finishes: Provide gypsum board ceilings where indicated on General Plans. Gypsum board shall comply with ASTM C36 be of minimum 1/2 inch thickness. Comply with requirements for fire-rated construction. Finish exposed gypsum board in accordance with ASTM C840 to Level 4 finish as a minimum. Refer to WMATA Standard Specifications 09255-Drywall Systems.

d. Acoustical Treatment: Provide acoustical panel ceilings where appropriate. Provide manufacturers medium grade ceilings in employee areas and corridors. Provide manufacturer‟s economy grade ceiling in storage and utility rooms. Comply with ASTM E1264 classifications for panel types, patterns acoustical ratings and light reflection; with ASTM C635 for metal suspension types, structural classifications and finishes; and with ASTM C636 and CISCA Ceiling Systems Handbook for installation. Provide heavy duty suspension system or equivalent. Refer to WMATA Standard Specifications 09511-Acoustical Panel Ceilings.

e. Interior Painting: Provide paint finish for gypsum and cementitious board ceilings and soffits and high performance coatings for exposed construction ceilings in maintenance and service areas where appropriate. Provide premium quality paints and high performance coatings with VOC content well below maximum levels allowed by codes and regulations, and as low as possible from manufacturer‟s available selection for each type required. Provide semi-gloss enamel paint in wet areas such as toilet rooms, flat wall paint on gypsum board elsewhere. Provide satin or eggshell enamel high performance coating in commissioning bays.

f. Trim and Decoration: Provide in same areas and with same requirements as specified in Wall Finishes.

g. Not Allowed:

i. Plastic gypsum board edge and corner trim.

ii. Sprayed textured gypsum board.

iii. Plastic ceiling trim and decoration.

h. Substantiation:

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-28 Commissioning Facility

i. Design Development: Identification and locations of interior ceiling finish materials.

ii. Construction Documents: Complete details and specifications for interior ceiling finish materials. Samples for approval.

26. FIXED FURNISHINGS

a. Fixed furnishings consist of the following elements:

i. Fixed casework and shelving

ii. Window treatments

iii. Fixed floor grills and mats

iv. Provide durable, attractive fixed furnishings that operate smoothly and easily.

v. In addition to requirements herein, comply with all requirements of all Design-Builder RFP Documents.

b. Fixed Casework and Shelving: Provide in Storage closets, Kitchen/Lounge, Copy Room, Training Room, Conference Rooms, Engineering Lab, Toilet Rooms, Custodial Rooms and A/V Storage Rooms.

i. Provide AWI Premium Grade cabinets and countertop in all rooms except provide AWI Custom Grade in custodial and storage rooms. Core material shall be plywood or medium density fiberboard (MDF).

ii. Cabinets shall be of transparent finish wood and countertops shall be of solid surfacing material, epoxy resin or stainless steel, as appropriate.

c. Provide light control window treatment at all windows of Conference Rooms and Training Room where video presentations will take place.

d. Fixed Floor Grilles and Mats: Provide recessed foot grilles or mats at ground floor Entrance Vestibule and Lobby. Provide slat type with carpet inserts that allow moisture drainage between slats.

e. Not Allowed.

i. Plastic laminate cabinets and countertops.

ii. Particleboard cores for cabinets and countertops.

iii. Fabric shades or curtains.

iv. Surface mounted floor mats.

f. Substantiation:

i. Proposal: Locations of fixed casework.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-29 Commissioning Facility

ii. Design Development: Identification and location of all fixed furnishings.

iii. Construction Documents: Complete details and specifications for fixed furnishings using proven-in-use design. Samples for color selection.

27. ELEVATOR

a. Elevator consists of the following elements:

i. Hydraulic Freight Elevator.

ii. Provide durable, efficient, smoothly and easily operable elevator appropriate for use indicated, and successfully proven in use.

iii. Provide piping, wiring and switching between equipment and utilities.

iv. Freight elevator will be used to move equipment using palette trucks and will be used as a passenger elevator; provide adequate elevator lobby space at each level of the Commissioning Facility to accommodate personnel and movement of equipment.

v. In addition to requirements herein, comply with requirements in all Design-Builder RFP Documents.

b. Hydraulic Freight Elevator: Provide hydraulic plunger-cylinder elevator serving a minimum load of 4000 lbs. at a minimum speed of 100 feet per minute. Comply with ASME A17.1 Elevator Code, all applicable local, state and federal codes, regulations and standards, including ADA accessibility requirements. Refer to WMATA Standard Specifications14200-Hydraulic Elevators.

i. Provide major elevator components, including pump-and-tank units, plunger-cylinder assemblies, controllers, signal fixtures, door operators, car frames, cabs and entrances manufactured by a single manufacturer.

ii. Provide installation by elevator manufacturer or manufacturer‟s authorized representative.

iii. Provide one year‟s full maintenance service by skilled employees of elevator installer.

iv. Provide durable and attractive entrance and interior car finishes selected from manufacturer‟s full range. Include flooring to match flooring at landings.

c. Not Allowed:

i. Hole-less type of elevator

ii. Elevators with major components pieced together from different manufacturers.

iii. Vinyl composition tile floors in elevator interiors.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-30 Commissioning Facility

iv. Baked enamel finish paneling in elevator interiors.

d. Substantiation

i. Proposal: Location of elevator.

ii. Design Development: Identification and location of elevator.

iii. Construction Documents: Complete details and specifications for elevator. Samples for color selection as required.

28. LIGHTING

a. Lighting consists of the following elements:

i. Interior lighting

ii. Exterior and site lighting

iii. Emergency lighting

b. Interior lighting: Provide efficient lighting and lighting controls (photosensors, timers, dimmers) that supplement daylighting to adequately light all interior spaces comfortably and as required by applicable codes

c. Exterior and site lighting: Provide lighting around building and site to adequately illuminate walkways, driveways, parking areas, entries and exits. Refer to WMATA Design Criteria Sections 4.4.1 Parking Lot and Site Lighting, 4.4.7 Site Lighting Controls and 13.3 General Illuminations Levels.

d. Emergency Lighting: Provide emergency lighting as required by applicable codes

e. Not allowed:

i. LED fixtures

ii. High pressure sodium

E. Sustainable Design Program Requirements

1. GENERAL

a. The project shall demonstrate environmental design excellence, convey sustainability as its measure of and cornerstone for environmental excellence, and become a benchmark for the Authority.

b. The Design-Builder shall carry out an integrated whole facility design philosophy and systems approach. With this aim, the Design-Builderer shall execute methods to conserve natural resources, prevent pollution, and reduce waste through construction practice, energy conservation and

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-31 Commissioning Facility

efficiency strategies. The Design-Builderer shall fulfill all material recycling opportunities and execute responsible waste management.

c. The design of the Commissioning Facility site, building envelope, and interior environment shall come together to form one dynamic and interdependent system that achieves various value-added building objectives which can all be summarized by the phrase Sustainable Design/Design for the Environment/Green Design. Design shall comply with all applicable codes and regulations, including any local, county, or state requirements.

d. The selected Design-Builderer shall deliver a Leadership in Energy and Environmental Design (LEED) certified project at the Silver Level. The design and construction of the Commissioning Facility shall be done in accordance with standards and benchmarks detailed in the Leadership in Energy and Environmental Design 2009 for New Construction and Major Renovations (LEED 2009/ LEED v3) Reference Guide, or the latest version.

e. The Design-Builderer shall employ, at minimum, one LEED Accredited Professional (LEED AP) with 5 years of experience and expertise in sustainable building and construction practices, who shall be employed to encourage holistic sustainable design, streamline the application and certification process, and facilitate education for all project team members concerning sustainable design and sustainable construction practices.

2. The sustainable design objectives of the Authority include, but are not limited to:

a. Achieve levels of energy efficiency, thermal performance, and resource conservation above the prerequisite standards

b. Optimize the building envelope and integrate its design with the use of controlled natural lighting and ventilation, high performance artificial lighting, and renewable energy sources (e.g. photovoltaic roof panels)

c. Reduce heating, cooling and lighting loads through climate responsive design, passive design and conservation practices

d. Use high-performance building envelopes by selecting walls, roofs and other assemblies based on long-term performance, insulation and durability requirements

e. Use efficient HVAC and lighting systems that consider part-load and no-load conditions and utility interface requirements

f. Size mechanical and electrical systems to reduce capital construction cost and annual operating and maintenance costs

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-32 Commissioning Facility

g. Improve air quality, interior lighting and thermal comfort, all of which are intended to avoid “sick building” syndrome, and enhance the well-being and performance of WMATA personnel

h. Eliminate harmful emissions (e.g. volatile organic compounds) from building materials, finishes, products and furnishings

i. Utilize outside air filtering and distribution techniques that control pollutants

j. Maximize use of controlled daylighting that can be augmented by high performance controlled artificial lighting

k. Use building materials with low embodied energy that are made from recycled or renewable resources, are themselves recyclable, and that have been manufactured in a manner that is least damaging to the environment

l. Use locally and/or regionally produced building materials when available

m. Follow construction and demolition waste prevention and management strategies, and employ selective site storing of materials for salvage, recycling or disposal; salvage all removed equipment and/or salvageable materials

n. Use excavated materials on-site instead of hauling away

o. Minimize the impact on storm water system and sewer system

p. Optimize building performance with system control strategies, such as the use of occupancy sensors, air quality alarms, and automated operable windows

q. Use Energy Star products

r. Monitor project performance through a policy of commissioning, metering and annual reporting

s. Commission the project by a designated commissioning agent of all building systems, mechanical, and electrical components, and by testing and calibrating systems to be certain they will operate as designed

t. Incorporate all LEED Regional Priority credits to address local issues facing energy conservation and sustainable design; a database of appropriate credits is located on the USGBC website (http://www.usgbc.org)

u. Performance measures of the environmental design package shall be presented using software that is agreed upon between the Design-Builderer and their certifying authority. In some cases this may be the

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-33 Commissioning Facility

Department of Energy computer simulation-modeling program DOE2.1EWIN VER110. This requires that the Design-Builderer develop a baseline case reference building that represents code minimum design and provides a benchmark against which design options for energy conservation are measured. Design options shall be at least 30% more energy efficient than the baseline case. The modeling program shall be rerun if there are differences between the as built condition and as designed modeling assumptions and inputs. A system-by-system cost analysis must be developed to determine the most cost effective energy efficient measures and strategies.

3. Energy conservation measures may include but are not limited to:

a. Efficient lighting and lighting controls (photosensors, timers, dimmers) and reduction of lighting loads through climate responsive design and conservation practices

b. High performance glazing to optimize daylight transmittance and reduce glare and solar heat gain (most advantageous combination of U-factor, shading coefficient and visible transmittance)

c. Utilization of energy modeling to determine the optimal and most cost beneficial R-value of the roof, walls and slabs, and the necessary quantity and type of insulation (factor in the effect of thermal bridges to determine the effective R-value of the overall system)

d. Heat recovery and reduction of heating and cooling loads through climate responsive design and conservation practices

e. Fixed exterior solar shading devices on south, east and west building facades designed to reduce glare and solar heat gain in interior spaces

f. Operable windows and louvers to allow natural ventilation of interior spaces; operation of windows and louvers should be designed to maximize the benefits of natural ventilation and to allow integration with the building‟s mechanical HVAC system

g. Use of transparent and translucent glazing to provide natural daylighting for interior spaces

4. Indoor environmental quality improvement measures include but are not limited to:

a. Eliminate use of hazardous materials in all facilities

b. Develop IAQ Management Plan to implement during construction and pre-occupancy

c. Minimize mold and mildew growth through material selection, insulation design, and IAQ control

d. Design integrated passive and active ventilation systems that exceed recommended performance standard

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-34 Commissioning Facility

e. Prohibit smoking within 25 feet of entrances/exits and in all interior spaces

f. Provide CO2 and carbon monoxide sensors

g. Sufficiently ventilate all hazardous particulates and chemical pollutants

h. Use low-emitting materials whenever available

5. The selected Design-Builderer must provide a Certification Plan detailing the process they will follow to meet all prerequisites and qualify for sufficient credits to achieve LEED Silver certification for the Commissioning Facility. LEED Silver certification is to be included in the Design-Builderer‟s proposed base price. In the Certification Plan, the Design-Builderer should identify the capacity to meet LEED prerequisites and determine the credits that it will seek to achieve Silver certification. The Design-Builderer shall submit their completed LEED Checklist and Certification Plan with their proposal. In evaluating LEED credits, Regional Priority Credits should be given highest priority to address geographically specific environmental issues.

a. If the selected Design-Builderer elects to pursue LEED NC Sustainable Sites Credit 7.2: Heat Island Effect: Roof, the Design-Builderer must not plan, design, or install a vegetated roof

b. Costs associated with the design and construction actions necessary to achieve the selected credits must be accounted for in the fixed price contract

c. Substantiation

i. Proposal: LEED Checklist and Certification Plan

ii. Design Development: LEED Checklist and Certification Plan progress, energy modeling report indicating energy performance

of design option is at least 30% more efficient than baseline case

iii. Construction Documents: Final LEED Checklist and required documentation to achieve LEED Silver certification

6. SILVER CERTIFICATION REQUIREMENT

a. The Design-Builderer is required to deliver a facility at the LEED Certified Silver Level. All cost associated with obtaining LEED 2009 / LEEDv3 Silver, or latest version, shall be included in the Design-Builderer‟s base price.

F. Civil

1. The proposed Commissioning Facility shall contain paved areas for parking and access as indicated on the contract drawing site plan. The site parking (including layout, operation, landscaping, ramps, pedestrian access, signage, etc.) shall be in accordance with The Criteria. [Section 2.1-2.3, 12.29]

2. Stormwater Management shall be provided for the project in accordance with The Criteria. [Section 12.9-12.11]

3. Drainage shall be provided for the project in accordance with The Criteria. [Section 12.8, 12.27-12.29]

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-35 Commissioning Facility

4. Any impacts to and coordination with the Wetlands and Waters of the United States, Flood Plain, Forest or Woodland, and/or Archeological/Historical site shall be performed in accordance with The Criteria. [Section 12.4-12.7]

5. Erosion Control shall be provided during construction activities in accordance with The Criteria. [Section 12.19]

G. Utilities

1. Design-Builder shall examine survey and as-built drawings to determine location and extent of utilities that may require relocation or extension into the Commissioning Facility.

2. Design-Builder shall coordinate with all jurisdictions having authority and obtain the required permits.

H. Electrical

1. The electrical systems for the building shall be designed per the National Electrical Code, provisions of The Criteria, and other codes and regulations from the authorities having jurisdiction.

2. 120 volt outlets: all circuits shall be rated for 20 amps. Allow a maximum of three duplex outlets on a 20-amp circuit.

a. On the ground floor, provide duplex outlets at 42 inches above the finished floor along the exterior walls at horizontal spacing no greater than 25 feet.

b. In the pit track area, install the outlets at 25-foot maximum spacing, mounted approximately 12 inches below the top of rail. Outlet boxes shall be mounted on the sides of track support pedestals under the rails, and not facing the center of the pit.

c. On the catwalk, provide outlets along the length of the catwalk at 25-foot spacing.

d. On the mezzanine, provide duplex outlets at a maximum of 10-foot spacing in any room.

e. On the second floor, provide duplex outlets at a maximum of 10-foot spacing in the equipment rooms, conference and training rooms, and offices. In the open office areas, design and install outlets to correspond with the modular furniture layouts. Assume distribution will be inside the modular partition panels throughout that area.

3. Lighting

a. Design and install lighting systems to provide uniform levels of illumination per section 13.8.4.3 of The Criteria, unless specifically listed below for the following areas:

Illumination Levels (foot-candles)

Areas Initial Level Minimum -

Emergency

Vehicle Repair – Open Areas 50 1

Vehicle Repair - Pits 50 5

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-36 Commissioning Facility

Storage Areas 30 1

Office Areas 50 2

Assembly Areas 30 2

Active Traffic Areas 25 1

Electrical & Mechanical Rooms 30 5

Entrance Lobbies 25 2

Platform (car roof level) 50 5

Under Platforms 50 5

b. Select and install fixtures per The Criteria. High pressure sodium fixtures are not allowed.

4. 480 volt welding outlets:

a. Provide welding outlets at 42 inches above the finished floor along the east and west exterior walls of the open shop area at horizontal spacing no greater than 50 feet. Provide four welding plugs in the pit, and on the catwalk spaced out evenly across the length of the pit or catwalk.

b. Coordinate with WMATA for selection of the female plug type. Provide a fused disconnect adjacent to each welding outlet.

5. Runway Electrification

a. Crane runway conductor system shall be covered conductor bar system type designed and manufactured to meet UL requirements.

b. Conductor bar shall be roll formed electro-galvanized steel sections, rated 100 amps continuous, and carry four conductors. Insulation cover shall be rigid bright red PVC, self-extinguishing, with an operating

temperature of 150 F. Conductors are to be complete with mounting clips, end caps, splices with covers, and power feeds. Current collectors shall be the sliding shoe type, spring loaded and so designed that sparking and loss of contact with one conductor in a single enclosure will not be permitted. Conductor bars shall be supported on maximum 4‟-0” centers.

c. Power wiring and conduit from column mounted disconnects to the runway shall be installed by crane installer. Disconnects and junction boxes will be provided by CAR at approximately 5‟-0” above floor.

d. The Design-Builder Contractor shall design, furnish, and install a complete lightning protection system for the building. The designer and installer of the lightning protection system shall be licensed in Maryland. The Design-Builder Contractor shall complete necessary resistivity and bonding tests, and submit certified documentation to WMATA to demonstrate that the lightning protection system has been designed and installed in compliance with all applicable governmental rules.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-37 Commissioning Facility

I. Mechanical and Plumbing

1. Shop area HVAC: for supply of outside air (and heat when required), employ direct fired heating and ventilation (H+V) units. Provide ducting to diffusers so that no area on the ground floor is greater than 100 feet from a supply source. For smaller rooms on ground level and mezzanine, employ gas unit heaters or electrical heaters.

2. Second floor offices: employ a variable air volume system with hot water reheat. This system would consist of:

a. A dedicated outdoor air unit with energy recovery

b. A VAV air handling unit with chilled water coil and hot water heating coil

c. -VAV terminal units with hot water reheat

d. Air cooled chiller

e. Gas fired boilers

3. Design systems per other applicable portions of The Criteria Section 14.

4. Design temperatures shall be per section 14.5.2 of The Criteria. Design temperature for the shop area is 65 degrees F in heating season.

5. HVAC Schedule: provide HVAC systems in the Commissioning Facility as indicated in the table below.

HVAC Requirements Floor Rooms

HV

First 3-15

Mezzanine 16-17

Second None

HVAC

First 1-2

Mezzanine 18-20

Second 21-60

6. Plumbing fixtures shall be selected and placed according to Section 14 of The Criteria. Variances from The Criteria may be permitted for certain fixtures to gain credit points toward the LEED Certification of the building. Please also refer to The Sustainability Design Requirements portion of this chapter.

7. Floor drains: Provide trench drains on the interior side of all shop exterior train and rollup doors.

a. Provide trench drains in the center of all pit or trestle tracks.

b. Provide trench drains along the line of the outside perimeter (drip line) of the LRV‟s on all shop tracks as well as additional trench drains in slab areas between tracks. Maximum distance between floor drains shall be 50 ft.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-38 Commissioning Facility

c. Spot area drains are prohibited in vehicle maintenance areas.

d. Provide a pit with grating where a floor maintainer can empty its dirty water tank. Size the grating area to be large enough for any common ride-on floor maintainer.

8. Compressed air system:

a. The compressor air system shall consist of a duplex compressor (refer to section in this chapter “Rail Equipment” and one or more piping loops with various drop points.

b. Design piping loops per Section 14.19.2.9.4.11 of The Criteria.

c. For every air drop, provide a filter, regulator and lubricator.

d. Provide general air outlets every 50 feet along the perimeter of the main shop area.

e. Provide four outlets in the maintenance pit. Outlets shall be mounted on the sides of track support pedestals under the rails, and not facing the center of the pit. Provide one outlet each in the following areas: in Parts Storage room near the loading area, Engineering Lab, and Training Room.

9. Oil water Separators: design and install oil/water separators as required in Section 16 of the Criteria. All interior floor drain piping in the shop building shall be connected to an oil/water separator.

10. Emergency Eye washes: (refer to paragraph M of this chapter for equipment description). The emergency eyewash station must be installed within 10 seconds walking time (55 feet is the design distance) from the location of a hazard.

a. In the main shop area, locate the eye washes so that no person performing any work on any part of the rail vehicle would be further than the design distance from an eye wash (See Equipment drawing for typical locations for the eye washes on the first floor).

b. In the mezzanine area, locate a minimum of one emergency eye wash to ensure that the design distance is met for any work being done in the various building support rooms.

c. Provide one emergency eye wash each in the Engineering Lab (Room 24), the Training room (Room 49), and Plant Maintenance (Room 31).

11. Fire Protection

a. Automatic sprinkler systems shall be provided in most areas of the shop building, with exceptions noted below. The sprinkler systems shall be designed for the hazard classification as appropriate, and shall be hydraulically designed in accordance with NFPA 130. Sprinkler heads subject to damage will have protective cages.

b. Electronics equipment rooms such as communication, telephone, and computer rooms will have no sprinklers. These rooms shall be provided with a clean agent fire protection system.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-39 Commissioning Facility

c. Fire alarms and detection – Provide a shop building fire detection and alarm system that will detect presence and provide warning of smoke, excessive heat, rapid temperature increase, water flow in the sprinkler system, or activation of a clean agent fire protection system in addition to monitoring of manual pull stations. Systems manufactured by BFPE are preferred.

i. The fire detection and alarm system shall be electrically supervised, selectively coded, and continuously self monitoring. System components will be modular units and will include programmable control units and addressable detectors.

ii. The system will include provision for automatic activation of local alarm devices, shutdown of HVAC, closing of fire doors, and performance of other related functions dependent on fire detection.

iii. The system will activate both audible and visual alarms within the building.

d. A building management system shall be provided to monitor and control the building HVAC systems.

J. Structural

1. Loads

a. Lightweight, including air conditioning, per car: 82,000 pounds

b. Rail car, (static, AW2 loading): 105,700 pounds. Designer should assume that some tests may be conducted with simulated passenger loading.

c. All rail vehicle areas shall be designed for a uniform floor live loading of 300 psf, or the axle loading for the rail car in the track areas, whichever is greater. This floor loading shall not be combined with vehicle, forklift, or jack loadings. Structural floor slabs (as opposed to slabs on grade) shall be in compliance with a deflection criteria of l/600.

d. Catwalk Loadings – Work Platforms (catwalk) shall be designed for a minimum live loading of 150 psf. The platform shall be designed for concentrated loads from pallet jacks, dollies, or roof-mounted components.

2. Foundations: based on review of geotechnical reports for the other buildings at the Green Belt Yard, the Design-Builder shall assume a spread footing foundation for the building and the costs proposal shall reflect this type of foundation. In the event that the geotechnical analysis recommends another type of foundation, follow the requirements of Section 01250 PRICE AND PAYMENT PROCEDURES: CONTRACT MODIFICATION PROCEDURES for handling the change in scope.

3. Shell of building: Refer to the Architectural section of this chapter.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-40 Commissioning Facility

4. Floors: In the ground floor shop area, floor slabs shall be level with a power trowel finish. Finish of floor in the shop areas shall be as indicated in the Architectural section of this chapter, except as follows:

a. At the overhead entry doors for the rail cars, provide a broom finish for 10 feet from the inside face of the exterior wall. Apply sealer to this area.

b. Slope bottom of work pit at 1/16th inches per foot toward a center trench drain. Apply broom finish with sealer.

c. Parts or Component Storage Areas shall be designed for a minimum floor loading of 250 psf. Aisles adjacent to storage racks shall be designed to support forklift loadings but the forklift loading shall not be combined with the minimum floor loading. Structural floor slabs (as opposed to slabs on graded) shall be in compliance with a deflection criteria of l/600.

d. Office, Locker, Toilet, Training, Conference Room, and other support type areas shall be designed for a minimum floor loading of 150 psf and be in compliance with a deflection criteria for live load of l/600.

e. On the second level, floor structure shall be designed for a 200 psf loading in the following rooms:

i. Training Room, Room #49

ii. Engineering lab, Room #24

5. Vehicle Clearances to Fixed Building Structure or Elements

a. Exterior doors – Allow two feet minimum clearance between vehicle dynamic outline and vehicle door jambs.

b. Steel columns and other permanent members – Allow five feet minimum clearance between vehicle dynamic outline and member.

c. Vehicle Fixed Work Platforms (car floor level or roof level) – Allow three inch minimum clearance between the vehicle dynamic outline and the edge of platform or any fixed utilities supported from the platforms. This clearance may be determined based on the use of a vehicle dynamic outline limited to a vehicle speed of five miles per hour.

6. Crane Loading

a. Based on shop material handling requirements, structural framing shall be incorporated into the building framing system to support the specified crane loadings including gravity, impact, lateral, and longitudinal loadings based on ASCE Standard 7.

K. Geotechnical

1. Drill a minimum of six test borings in the area of the Commissioning Facility building.

2. Verify and validate the assumption of a spread footing foundation. Prepare and deliver a report to the Authority that validates the assumed use of spread footings, or an alternative foundation system.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-41 Commissioning Facility

L. Paragraph Not Used

M. Rail Shop Equipment

1. The permanent equipment required for the inspection and maintenance of railcars in the commissioning facility shall be furnished and installed by the Design-Builder. One or more items of equipment will be furnished by others, with provisions for the equipment to made by the Design-Builder. Refer to the equipment schedule on drawing CF A-07 Commissioning Facility, Equipment Layout for the equipment list and the responsibility assignment for furnishing and installing. The term “contractor” means “Design-Builder”. The placement of the equipment shall be as shown on drawing CF A-07.

2. Provisions for the equipment to be made by the Design-Builder include accommodations by one or more of the , the various design and construction disciplines. Other equipment that is required to make the facility fully functional such as mechanical, plumbing, electrical, and communications equipment are not included on the list below, but are required to be included in the Design-Builders‟ proposal.

3. The quantities given for each equipment item represent the minimum requirement for each unique item for the entire project. The Design-Builders shall install the equipment according to each item‟s functional purpose. If an additional item of a type of equipment needs provided to make a functional area of the project work according to criteria, it shall be provided by the Design-Builder at no additional cost to the Authority.

4. The functional requirements of this equipment are given below.

a. 2065 Buffer/grinder, 10”, w/ dust collector

Self-contained grinder and dust collector combination. Two wheels each a wheel size of 10” x 1-1/4” x 7/8”, representing diameter, face, and arbor, respectively. Grinder motor totally enclosed and rated for continuous grinder service. Dust collector enclosed in substantial base with fan and motor in clean air chamber. Steel wool filter pads in fabric filter bags for effective air cleaning. Toggle switch starter.

Manufacturer: Cincinnati Electrical Tool, Model: 602-201 with accessories or approved equal

b. 2161 Compressor, air, receiver mtd., duplex, 7.5 HP

120 Gallon Horizontal Duplex Air Compressor. Splash and pressure lubricated. Tank-mounted duplex unit. The flexibility of single operation, alternativing between compressors, or duplex operation to meet high air demand. Alternator & starters mounted & wired. Compressor shall deliver a minimum of 60 CFM at 125 PSI. Provide a dryer that complies with the requirements of section 14 .19.2.9.4.11.2 of The Criteria.

Manufacturer: Champion, Model: HR7DF-12 or approved equal

c. 2240 Press, Drill, 17”

Floor drill press with belt drive. Rigid, stationary unit designed to drill precise, holes. Drill press shall feature a heavy cast-iron head, hardened

###

##

#

#

#

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-42 Commissioning Facility

steel rack and pinion table raising/lowering mechanism, and precision-ground cast-iron table, base, and column. Industrial-duty motors and positive adjustable depth stop. Totally enclosed, permanently lubricated ball bearing spindle assembly. Smooth drilling with minimal vibration and high accuracy. Maximum diameter in cast iron shall be ¾” minimum.

Manufacturer: Dayton, Model: 5PHC3 or approved equal

d. 2296 Eye wash, Primary, Portable Station Kit

Refillable eye wash station that leaves hands free to hold eyes open. Simple pull handle activation. Constant, 15-minute flow. Hardware for hanging and emergency sign must be included.

Manufacturer: Uline, Model: H-1142 or approved equal

e. 2631 Vise, combination, swivel base, 6”

Combination vise must be equipped with main jaws, pipe jaws and a large machined anvil work surface. Width of jaws to be 6 inches. Maximum opening of jaws shall be 9 inches. Self-centering pipe jaws shall be grooved to prevent rotation of round stock. Both main and pipe jaws shall be constructed from high strength steel and be fully replaceable. The vise shall also be equipped with a swivel base with dual locking nuts. Base shall allow for a full 360 degrees of rotation. Rotation during use shall be prevented. The main base shall have pre-cast holes for mounting the vise to a work surface.

Manufacturer: Wilton, Model: 10275 or approved equal

f. 7820 Reel, Spring Driven, Wall Mounted, 50‟

Self retracting reel that is easy to maintain, includes a cable stop, and has guide arms. For 50‟ of stinger cable. Must include wall mounting bracket(s) and hardware.

g. 7830A Stinger, West Side, 168‟ Long

Cable sized appropriately by load required, refer to Power section.

h. 7830B Stinger, East Side, 312‟ Long

Cable sized appropriately by load required, refer to Power section.

i. 8123 Workbench, severe use, 8‟

The table shall have a work top that is 8‟ long and 4‟ wide. The working height shall be 2‟-10” above floor. Fabricated from mild steel and using high strength bolts. All parts clamped together for fit and square corners. Welded with continuous bead. Chamfered exposed edges.

Fabricated

j. 9120 Crane, bridge, top running, 3 ton

Top-running bridge crane spanning over both tracks inside the building. Overhead bridge crane with Class C rating. Equipped with an electric chain hoist. Hoist speeds and radio controls tailored to the facility. .

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-43 Commissioning Facility

Manufacturer: KCI Konecranes, Model: 3-ton, top running or approved equal

k. 9812 Monorail system, 2 ton capacity

Hand chain hoist with 10‟ lift. Hand chain hoist shall be constructed of die-cast aluminum body. Other requirements include 20.1” of headroom, pull to lift load of 80 lbs, and overhaul ratio of 63.

Push trolley with maintenance-free sealed ball bearings contoured wheels. Select standard I-beam appropriate for design loads. Beam flange width can range from 3.23” – 6.02”. Monorail system shall be located in the training room on the second floor of the commissioning facility. Final location within the training room to be determined by WMATA.

Hoist: Manufacturer: Harrington, Model: CF020 or approved equal

Trolley: Manufacturer: Harrington, Model: PTF2020 or approved equal

Beam: Standard I-Beam

N. Track

1. Design-Builder shall design and construct tracks in Greenbelt Yard required for access to and support for the Commissioning Building, as shown on the RFP Plans and as described herein. The design and installation shall be completed in accordance with WMATA Metro Manual of Design Criteria for Maintaining and Continued Operation of Facilities and Systems, Release 9 (May 2008), WMATA Metro Standard Plans, WMATA Metro Directive Drawings, WMATA Metrorail Safety Rules and Procedures Handbook, AREMA Manual for Railway Engineering (2011), AREMA Portfolio of Trackwork Plans, all applicable codes, fire life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site. Where WMATA Design Criteria, Standard Plans or Directive Drawings differ from AREMA Manual or Portfolio of Trackwork Plans, WMATA requirements or plans shall govern.

2. New and reconfigured tracks in the Yard shall include the following:

a. Existing Track Y-17:

i. Modify and reconstruct this existing yard storage track so that it remains at the existing alignment but it is shortened enough to clear the Commissioning Building. The new end of track shall be located next to the edge of the concrete apron at the end of the building.

ii. This track shall remain of ballasted yard type construction, throughout.

iii. Remove and reinstall the existing bumping post from the existing end of track to the new end of the track.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-44 Commissioning Facility

iv. Redesign and modify existing contact rails and track signals as required for the reconfigured track.

v. Demolish and dispose of all unused track from the new end of track to the existing end of track, including rails and rail fastenings, tie plates, cross ties, contact rail assemblies, track ballast and subballast. Design of the Commissioning Building and including facilities shall include redesign of grading, storm drainage, lighting, and other existing utilities located along existing Track Y17.

b. Existing Track Y-18:

i. Modify and reconstruct this existing yard storage track so that it remains at the existing alignment but the south end runs through the Commissioning Building, terminating as shown on the RFP Commissioning Building floor plans.

ii. Adjust the track profile to match the floor elevation of the building.

iii. The track shall be embedded from the beginning of the concrete apron outside the end of the building and inside the building, except in the inspection pit area.

iv. Through the inspection pit, the track shall be designed and installed on steel support columns.

v. At the end of the track, a bumping post shall be installed on the rails, at the review and approval of WMATA.

vi. Redesign and modify existing contact rails and track signals as required for the reconfigured track. The existing contact rail shall be terminated outside the concrete apron outside the end of the Commissioning Building. Metro cars will be powered by shop stingers inside the building.

vii. Demolish and dispose of all unused track from the new end of track to the existing end of track, including rails and rail fastenings, tie plates, cross ties, contact rail assemblies, track ballast and subballast.

c. New Track Y-19:

i. Design and construct a new track as shown on the RFP Yard Plans. This track shall connect to existing Yard Runaround Track RA-2, with a No. 8 guarded turnout, ballasted, in accordance with WMATA Standard Plans and Profiles. Track alignment shall be in accordance with WMATA Design Criteria and standard practice for other tracks in Greenbelt Yard.

ii. This track shall be ballasted from its connection to the existing track to the concrete apron outside the north end of the Commissioning Building.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-45 Commissioning Facility

iii. The track shall be embedded from the beginning of the concrete apron outside the end of the building, in the floor slab of the building, and until its terminus inside the building.

iv. At the end of the track, either a bumping post or wheel stops shall be installed on the rails, at the review and approval of WMATA. The bumping post on the east track must be removable to allow movement along the track that extends into the Parts Storage Room.

v. Design and construct contact rail and track signals as required for the new track. The contact rail shall be terminated outside the concrete apron outside the end of the Commissioning Building. Metro cars will be powered by shop stingers inside the building.

d. New Track Y-20:

i. Design and construct a new track as shown on the RFP Yard Plans. This track shall connect to existing Yard Runaround Track RA-2, with a No. 8 guarded turnout, ballasted, in accordance with WMATA Standard Plans and Profiles. Track alignment shall be in accordance with WMATA Design Criteria and standard practice for other tracks in Greenbelt Yard.

ii. The track profile shall match the adjoining RA-2 track as closely as possible, adjusting it only as required for connection to Track RA-2 at its north end.

iii. This track shall be ballasted throughout its length, except where it crosses the road paving at the retention pond access road.

iv. Design and construct a new at-grade road crossing at the location shown on the RFP Yard Plans, in accordance with WMATA standard yard grade crossing plans. Provide a break in the contact rail to match the road crossing.

v. At the end of the track, install a bumping post of the same type as the existing bumping posts at the ends of the yard storage tracks.

vi. Design and construct contact rail and track signals as required for the new track. The contact rail shall be terminated at the same distance from the end of the rails as the existing contact rails installed on the existing yard storage tracks.

3. New and reconstructed tracks in Greenbelt Yard constructed with all new materials, as follows:

a. Ballasted Track Construction: as specified by WMATA Standard Specification 05652.

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-46 Commissioning Facility

b. Embedded Track Construction: In accordance with WMATA Standard Plans for construction in yard buildings, and compatible with similar construction for existing embedded tracks in Greenbelt Yard.

c. Running Rails: as specified by WMATA Standard Specification 06130, and WMATA Design Criteria.

d. Cross Ties: Timber cross ties, as specified by WMATA Standard Specification 05652. Supply and install all associated tie plates, rail anchors, and track spikes, as specified in WMATA Standard Specifications.

e. Turnout: No. 8 lateral crossover, ballasted, guarded, for yard installation, in accordance with WMATA Standard Drawings.

f. Ballast and subballast: as specified in WMATA Standard Specifications 02726, and 02727.

4. Design:

a. Track alignment, superelevation, profile and cross sections shall conform to the plans included in the RFP. The Design-Builder shall provide all final design plans required for construction, for the approval of WMATA.

b. Redesign, modify and reconstruct the existing storm drainage system to be compatible with the new Commissioning Building to both maintain continued operation of storm drainage for the existing yard as well as provide proper storm drainage of the new and reconfigured tracks at and around the new Commissioning Building. Provide appropriately sized and designed underdrain(s) or trackside drainage ditches, as required, to carry storm drainage away from under tracks. Provide all required storm water collection and distribution facilities. Modify the existing storm water retention pond and related facilities as required to maintain compliance with Maryland Department of the Environment stormwater and erosion control regulations.

O. Power

1. A new isolated traction power supply for the Commissioning Facility shall be provided, as is more fully set forth below. This new traction power supply shall be supplied by the electric service that serves the Commissioning Facility, and be controlled by a stinger switchboard installed in the Commissioning Facility. Local control of the Commissioning Facility Traction Power Substation shall also be furnished within that TPSS. This section describes the traction power and electrical scope of work and design requirements for the Commissioning Facility. The selected Design-Builder Contractor is required to design, furnish, install, and test track and feeder DC traction power supply as described herein.

2. The scope of work, design criteria, traction power equipment technical specifications, and design reference drawings shall establish the requirements for the Design-Builder Contractor to use for the design, permitting, and construction of a complete DC traction power supply and AC low-voltage (LV)

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-47 Commissioning Facility

electrical system. In addition, the design and installation shall be done in accordance with all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

3. The Design-Builder Contractor shall furnish all necessary professional design services, including surveying, geotechnical, architectural, and engineering (i.e., civil, structural, electrical, and mechanical engineering). The Design-Builder Contractor shall also furnish such specialists in traction power equipment, fire protection, lightning protection, landscape architecture, and code compliance that may be required to design, permit, and construct the Project. The Design-Builder Contractor shall be responsible for verifying the condition of the existing electrical systems and equipment where this work interfaces with the existing WMATA systems and facilities, and make provisions in the final design for “as installed” conditions.

4. The Design-Builder Contractor shall design, furnish, install, and test DC traction power and AC LV power supply equipment in the new test building and existing traction power substation, as described herein and in the attached reference drawings.

5. The following provides a brief overview of the design intent for the Commissioning Facility and associated trackwork leading into the Commissioning Facility.

a. The design should accommodate the operation of four car trains

b. An ATC work station will be added to the Greenbelt Yard Tower for control and monitoring of track movements into the Commissioning Facility and nearby modified yard tracks.

c. The Commissioning Facility shall have an integrated traction power / Unit substation with a common PEPCO 13.2 kV feed (one) with step down transformer and distribution to 480V / 277V / 208V and 120V AC and 480 volt feed for a transformer-rectifier set to feed the shop. This TPSS shall furnish 750 volts dc via a local control panel, to distribution circuits to stingers and plug receptacle circuits. Anticipated maximum load is the movement of up to four cars at a time into and out of the shop, coupled together. The Design-Builder contractor shall determine whether the existing 60 Hz services to the site are sufficient to power the Commissioning Facility and to make any necessary adjustments as required to meet the objectives stated herein.

d. It is the intent of WMATA to utilize, as much as possible, the existing PEPCO 13.2 kV circuits that feed the yard traction power supply and the AC supply from the existing operations and maintenance facility‟s main substation. It is the sole responsibility of the Design-Builder Contractor to develop professional construction drawings and specifications suitable for permitting and construction that are in compliance with the latest edition of building codes, life safety codes, fire regulations, zoning ordinances, and other governmental rules that are applicable.

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-48 Commissioning Facility

e. The reconfigured yard tracks will be powered from the existing Greenbelt Yard Traction Power Substation.

f. All new traction power equipment shall be capable of being operated, stored, and maintained at the specified performance levels, factoring in the rejected heat from installed equipment, without impairment resulting from the impact of other environmental influences of the transit system, and throughout the range of worst-case values specified or defined in The Criteria.

6. The following is a summary of scope items to be provided under this section:

a. All positive and negative feeders from the existing traction power substation to the new test track‟s contact rail and running rail system.

b. All positive feeders from the existing tie breaker station to the new test track‟s contact rail system.

c. All positive and negative feeders from the existing yard substation to the new commissioning tracks outside the commissioning shop.

d. All positive and negative feeders from the new Commissioning Facility Traction Power Substation to the tracks within the Commissioning Facility, including stingers and receptacles.

e. Terminations and connections to the contact rail and running rails. Connections to the running rail shall be coordinated with the signal design.

f. Reconfiguring, calibrating, and connection of the existing traction power substations protection and emergency trip system resulting from the addition of new track.

g. New medium voltage service from the utility to the Commissioning Facility for all purposes therein, unless the Design-Builder Contractor can determine that tapping existing yard services will be adequate.

h. Commissioning Facility grounding system and lightning protection

i. Connections between the substations, tie breaker stations, and track shall be made in accordance with WMATA‟s standard design practices.

7. Shop Stinger System

a. The Design-Builder Contractor shall design, furnish, install, and test the new 750 VDC stinger system and rail car auxiliary plug outlets with appropriate safety interlocks and warning devices for vehicle movement into and out of the Commissioning Facility and for supplying auxiliary DC power to the rail cars undergoing maintenance. The stinger system and rail car auxiliary plug outlets within the Commissioning Facility building shall be connected to a 750 VDC stinger and auxiliary plug outlet switchboard, provisioned with all the controls and protections necessary for its function. The 750 VDC switchboard will be supplied from a new transformer-rectifier set provided for the purpose.

b. Two traction power stinger systems with appropriate safety interlocks and warning devices will be provided for vehicle movement into and out of the

#

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-49 Commissioning Facility

test building. Refer to the Drawings A-06 01 equipment Layout for location and extent of the stinger electrical conductor bar system. The stinger collector is connected to a third rail collector shoe on the vehicle, and power is supplied to the car in this manner.

c. Conductor system shall be covered conductor bar system type designed and manufactured to meet UL requirements.

d. Conductor bar shall be roll formed electro-galvanized steel sections, rated for load of moving four cars coupled together with standard safety factor. Insulation cover shall be rigid bright red PVC, self-extinguishing, with an

operating temperature of 150 F. Conductors are to be complete with mounting clips, end caps, splices with covers, and power feeds. Current collectors shall be the sliding shoe type, spring loaded and so designed that sparking and loss of contact with one conductor in a single enclosure will not be permitted. Conductor bars shall be supported on maximum 4‟-0” centers.

e. A stationary stinger shall be located as shown on the equipment drawing. Provide a retractable reel for storing the stinger cable when not in use.

f. Provide stinger connections as required by WMATA, that are consistent with those being used in other rail car shops.

8. Grounding – Building shall be grounded in full compliance with the NEC and the NSEC. In addition, the running rails in the shop, and turntables, if any, will be isolated from the yard tracks and tied into the building grounding system.

9. Shop tracks shall be grounded to the building ground mat and will have isolation joints in the rails at all shop entrances.

10. The reconfigured yard tracks shall be powered from the existing Greenbelt Yard TPSS, via suitable circuit breakers and switches, to be designed by the design-build contractor. All of these will be controlled by the existing Greenbelt Yard Tower.

11. Provide stray current protection per Section 23 of The Criteria.

P. Communication

1. The scope of work, design criteria, communication equipment technical specifications, and design reference drawings shall establish the requirements for the Design-Builder Contractor to use for the design, permitting, and construction. In addition, the design and installation shall be done in accordance with all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site. The Design-Builder Contractor shall furnish specialists in communication systems, fire protection, lightning protection, landscape architecture, and code compliance that may be required to design, permit, and construct the Project.

# #

## #

# #

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-50 Commissioning Facility

2. The Design-Builder Contractor shall design, furnish, install, and test each communication system in the Commissioning Facility, as well as the connections to existing WMATA systems, as described herein and in the attached reference drawings. It is the sole responsibility of the Design-Builder Contractor to develop professional construction drawings and specifications suitable for permitting and construction that are in compliance with the latest edition of building codes, life safety codes, fire regulations, zoning ordinances, and other governmental rules that are applicable.

3. The Commissioning Facility shall have the following communication systems:

a. Telephone and Intercom System (VoIP)

b. Shop Public Address System

c. FIA - Fire Alarm and Intrusion Access Control

d. Local Area Network

e. Structured Cabling System

f. Network interface to existing WMATA communication network

g. SCADA network interface for Traction Power and ATC

h. CCTV headend control system for remote monitoring

4. The structured cabling system within the Commissioning Facility shall be designed to handle transport of IP applications using Ethernet. Cabling for FIA shall be dedicated in accordance with code. Provide a computer data system connection at the following locations:

a. Two points in close proximity to each car position in the shop (eight locations)

b. One location in each room on the ground level, except rest rooms, stairways, and storage closets

c. One location in each room on the mezzanine

d. On the second floor:

i. Ten in the Conference room

ii. Twelve in the Engineering Lab

iii. One in Plant Maintenance

iv. Two in the Copy Room

v. One at each workstation and office shown in the office area

vi. One in the training office

vii. 10 each in the Classrooms

viii. 20 in the Training Room

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-51 Commissioning Facility

5. Provide for a public address system and message board system throughout the shop building. The public address system should allow the user to select specific zone(s).

6. Radio antennae and other communications or data equipment may need to be mounted on the roof of a building to achieve the necessary operating height.

7. All new communications equipment shall be capable of being operated, stored, and maintained at the specified performance levels, factoring in the rejected heat from installed equipment, without impairment resulting from the impact of other environmental influences of the transit system, and throughout the range of worst-case values specified or defined in The Criteria.

8. The Communication system scope of work items are described herein, however, the successful Design-Builder Contractor must expand on these items to ensure delivery of a complete project. The Design-Builder Contractor shall be responsible for verifying the condition of the existing systems and equipment where this work interfaces with the existing WMATA systems and facilities, and make provisions in the final design for “as installed” conditions.

Q. Automatic Train Control

1. This section describes the Automatic Train Control (ATC) scope of work and design requirements for the Commissioning Facility and tracks leading into and through the Commissioning Facility. The selected Design-Builder Contractor is required to design, furnish, install, and test the ATC as described herein.

2. The scope of work, design criteria, equipment technical specifications, and design reference drawings shall establish the requirements for the Design-Builder Contractor to use for the design, permitting, and construction of a integrated ATC system that works within WMATA‟s Green Line ATC system and allows for running vehicles/trains into and out of the Commissioning Facility. In addition, the design and installation shall be done in accordance with all applicable building codes, life safety regulations, industry standards, zoning ordinances, and other applicable rules of law (governmental rules) associated with the Project Site.

3. The Design-Builder Contractor shall furnish all necessary professional design services, including surveying, geotechnical, architectural, and engineering (i.e., civil, structural, electrical, and mechanical engineering). The Design-Builder Contractor shall also furnish such specialists in ATC, grounding, trackwork interfaces, power design and code compliance that may be required to design, permit, and construct the Project.

4. Functional Requirements and Design Intent

a. Control of the yard leads into and out of the Commissioning Facility shall be through the Greenbelt Yard Tower.

#

3

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 3-52 Commissioning Facility

b. Control of trains going to and from the Commissioning Facility will be via normal Greenbelt Yard protocols and train control operation. Wayside signals and their accompanying appurtenances shall be located at the entrance and exit points of the Commissioning Facility. These signals will regulate and monitor the movement of trains into and out of the facility.

c. Connections between the Yard Tower, existing ATC system, and reconfigured track shall be made in accordance with WMATA‟s standard design practices.

END OF CHAPTER

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 4-1 General Requirements

Chapter 4

PARKING GARAGE

A. General Requirements

1. A multiple level parking structure will be designed and constructed to replace and supplement parking lost due to the proposed location of the Commissioning Facility. Only WMATA employees will utilize the parking structure, so there are no requirements for parking attendants or facilities for collection of parking fees.

2. A major portion of the ground floor level of the garage will be used for storing various WMATA materials.

3. Functional Requirements and Design Intent:

a. Refer to Book 1, Section 00100 for functional requirements, basic size requirements, and intended use by WMATA.

b. Refer to drawings of the parking facility in Book 6.

END OF CHAPTER

#

#

Washington Metropolitan Area Transit Authority Contract No. FQ12001

Design-Build Contract RFP-FQ12001 Date: August 12, 2001

REVISED AM-1

FQ12001 4-2 General Requirements

THIS PAGE NOT USED